Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 46528-U (2)
FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF CAYLOR 5 MILLION GALLON GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS Water Project No. P265-607180211130 City Project No. 02111 Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. iterim Director, Water Department Farida Goderya, Ph.D., P.E. roject Manager, Water Department Prepared for The City of Fort Worth November 2014 mley »Horn as Registered Engineering Firm F-928 KHA No. 061018119 5 �. November 2014 Sean Mason, P.E. Kimley-Hone and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit 11 Suite 950 Fort Worth, TX 76102 For Civil Design/ Improvements `^-° y » ISITI ; _ _ . . .. .,.— z ,«? <.e?»�22»,» November 2014 .. / �__���$ � :yyBz «Ie_at; ¥ <� 56361 Oil gyy��� 'ONAL Joseph k mH ± P.d �� \ McCreary A 2ao3m .yc ZO TB PE k\y 2 2943 6310E13IEwewl vSuIte 7 For Electrical De2g/ Dallas. Tc3 73240 Improvements CAYLOR 5 MILLION GALLON GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS November 2014 Christopher Story, P.E. JQ Infrastructure TBPE Reg # F-7986 2105 Commerce Street Suite 200 Dallas, TX 75201 HRfSTOPHER....ST.Ni 1 89485 For Structural Design/ Improvements CAYLOR 5 MILLION GALLON GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS November 2014 70K; Al� ; ........................... : ....................::..<.: 11/13/14 Jose Villalobos, P.E. V&A Consulting Engineers TBPE Reg # F-9154 For Cathodic Protection Design/ 8220 Jones Road Improvements Suite 500 Houston TX, 77065 City of Fort Worth Table of Contents Adopted September 201 1 00 00 00 - I TABLE OF CONTENTS Pace 1 of �yx�li��P 1 1 IIIIIII] TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Co11111AInicatlon 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form 0043 13 Bid Bond -- UNIT 1 0043 13 Bid Bond — UNIT 2 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders PrequaIIficatioils 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal — UNITS 1 & 2 00 45 40 Minority Business Enterprise Goal — UNIT 1 00 45 40 Minority Business Enterprise Goal — UNIT 2 00 52 43 A2reement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate Of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 13 Schedule of Values 01 32 16 Construction Progress Schedule 01 32 33 PrcconstI'UCt1011 Video 01 3235 Aerial/Photo(1)raphic Documentation 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testin.Q and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised November 2' 2013 City Project No. 021 11 000000-2 TABLE OF CONTENTS Poae2 of 01 7000 Mobilization and Relnobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 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 Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 2605 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 2609 10 Instrumentation Division 31 - Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 2400 Embankments 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 3231 13 Chain Fences and Gates 3231 14 Cantilever Gates 3231 26 Wire Fences and Gates 3292 13 Hydro -Mulching, Seeding, and Sodding CITY OF FORT \VORTI I CAYLOR > MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised November 22, 2013 City Project No. 021 1 1 000000-3 TABLE OF CONTENTS P sae 3 of 4 Division 33 - Utilities 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 13 Frame, Cover and Grade Rings 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 09 10 Control Valve Actuator 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 16 13 Precast, Prestressed Concrete Tank with Steel Diaphragm 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 39 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3349 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3441 30 Aluminum Signs 34 71 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htt�s:i DrolcctDoinLbrnzsa\\.com client fortworthhrov/Resources/02o%20- o2000nStructiOl1" o20DOCLin rcnts,'SDec ifications Division 33 - Utilities 33 05 12 Water Line Lowering 33 05 14 Adjusting Manholes, hllets, Valve Boxes, and Other Structures to Grade 33 12 10 Water Services 1-inch to 2-inch Appendix CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised Noventher??. 2013 City Prgject No. 02111 000000-4 TABLE OF CONTENTS Page 4 of 4 GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVEMENTS Revised November 22, 2013 City Project No. 021 1 1 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/3/2015 DATE: Tuesday, March 03, 2015 REFERENCE NO.: C-27218 LOG NAME: 60CAYLOR 5MG GST CONSTRUCTION SUBJECT: Authorize Execution of a Contract with North Texas Contracting, Inc., in the Amount of $4,590,118.94 for the Construction of the Caylor Ground Storage Tank and Provide for Project Costs and Contingencies for a Total Project Amount of $4,770,118.94 (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with North Texas Contracting Inc., in the amount of $4,590,118.94 for construction of the Caylor Ground Storage Tank and related water and drainage improvements. DISCUSSION: On July 23, 2013, (M&C C-26358) the City Council authorized the execution of an Engineering Agreement with Kimley−Hom and Associates, Inc., in the amount of $422,850.00 for the design of the second Caylor 5 Million Gallon (MG) Ground Storage Tank (GST) and an amendment on September 9, 2014 (M&C C-26963) in the amount of $143,200.00 increasing the contract cost to $566,050.00. This project is for the construction of the second 5 MG GST that will be located next to the existing Caylor GST. This second Caylor GST was identified in the Water Master Plan and will serve the Northside II pressure plane. This is a major water supply source for three large wholesale customers, the cities of Southlake, Keller and Westlake. This project includes the construction of a 5 MG GST and related water and drainage improvements including necessary yard piping and site work. The construction contract is divided into two units. Unit 1 consists of the 5 MG GST construction and associated site work and piping. Unit 2 consists of off —site stone drainage improvements associated with conveyance of the GST overflow drainage as well as off —site water improvements to provide looping for an adjacent subdivision. Unit 2 improvements are located in the existing right—of—way of North Caylor Road. The project was advertised for bid in the Fort Worth Star&minus:TeleQram on November 13, 2014 and November 20, 2014. On December 11, 2014, the following three bids were received: (Bidder Nortlt Texas Contracting, Inc. (Crescent Constructors, Inc. IGracon Construction, Inc. Total Bid Contract Time Antount $4,590,118.94 315 Calendar Days $4,781,114.05 $5,171,452.44 In addition to the contract cost, the amount of $45,000.00 is required for Staff time and the amount of $135,000.00 is provided for project contingencies. This project is utlizing budgetary appropriation from the Direct Purchase Note program, which will be reimbursed by the next Water and Sewer bond issuance anticipated to occur in Fiscal Year 2017 or from pay —as —you go capital funding from the operating fund. Exact timing of the issuance will be dependent upon the funding and cash flow needs identified in the Water and Sewer Capital Improvement Plan. Available resources within the Water and Sewer portfolio and the City's portfolio will be used to provide interim financing for these expenses until debt is sold or another funding source is identified. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one —percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short—term financing source, another funding source will be required, which could mean issuance of securities under the Direct Purchase Note program or earlier issuance of Water and Sewer revenue bonds than is currently planned. M/WBE OFFICE — North Texas Contracting, Inc., is in compliance with the City's BDE Ordinance by committing to 16 percent MBE participation on this project. The City's goal on this project is 15 percent. The project is located in COUNCIL DISTRICT 7, Mapsco 234B 1. FISCAL INFORMATION: The Financial Management Services Director certifies that funds were appropriated under the Direct Purchase Note Progam to provide interim financing for the 2017 Water and Sewer Revenue Bonds Capital Project Funds through M&C G-18375. To date, none of the $100,000,000.00 in appropriatons have been utilized. Upon approval of this action, the appropriations remaining will be $84,793,593.06. Actions taken at the February 3, 2015 Mayor and Council Meeting provided the ability for the City to reirnburse expenditures for this project with proceeds of future debt, if issued. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P266 541200 601180211180 $4.590.118.94 CERTIFICATIONS: Submitted for Citv Manager's Office bv: Fernando Costa (8476) Originating Denartment Head: Andy Cronberg (5020) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. Cavlor GST — MBE CONST COMPLIANCE MWBE.ndf 2. Cavlor GST site Surroundings Man2.ndf 3. FAR-00004 CIP#02111 P266.ndf 4. North Texas Contracting SAM SEARCH.odf 5. P266 485114 601159990100.docx ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT CAYLOR 5 MILLION GALLON GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 Addendum No. 1. Issue Date: December 4, 2014 Bid Receipt Date: December 11, 2014 This addendum forins part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. GENERAL • Prequalified Concrete Tank Contractor: o The following Precast, Prestressed Concrete Tank with Steel Diaphragm Contractors are prequalified to work on this project; however, prequalification for tank construction for this project does not constitute prequalification for other projects within the City of Fort Worth: ■ DN Tank, hic. ■ Preload, Inc. o Although Concrete Tank Contractor for this project shall be limited to those listed above, the prime contractor shall bear full responsibility for the project. Listing of prequalified contractor/sub-contractors by the City shall not diminish the prime contractor's responsibility for the entire project. o Failure to identify a prequalified Concrete Tank Contractor on the Prequalification Statement (Section 00 45 12), shall result in the rejecting of the bid as non -responsive. • Standard Prequalified Contractors o A list of contractor/sub-contractors that are prequalified for the standard items listed in Section 00 45 12, can be found on the City's Buzzsaw site here: httt)s://t)roiectvoint_buzzsaw.com/fortworthi4ov/Resources/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/Contractor%2OPrequalifi cation%20Lists?public ADDENDUM NO.1 ADDENDUM NO. 1 SPECIFICATIONS ® Specification 00 45 12 — Prequalification Statement o REPLACE Section 00 45 12 0 Prequalification Statement in its entirety with 00 45 12 as attached. ® Specification 00 73 13 — Supplementary Conditions o REPLACE Section SC-6.09., "Permits and Utilities" as follows: "SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: City of Fort Worth Building Permit for Electrical Trade (City will submit application only. City will waive fees associated with this permit.) SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: Grading Permit Building Permit Application SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of December 4, 2014: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION City of Fort Worth Grading Permit (per platting requirements) Contractor Building Permit for Electrical Trade (City to file application only, fees to be waived by the City.) o REPLACE Section SC-9.01., "City's Project Representative" as follows: SC-9.01., "City's Project Representative" TARGET DATE OF POSSESSION January 2015 As Part of Contract The following firm is a consultant to the City responsible for construction management of this Project: Kimley-Horn for Construction Administration Construction Inspection by the City ADDENDUM NO. 1 ADDENDUM NO.1 ® Specification 33 1613 — Precast, Prestressed Concrete Tank with Steel Diaphragm o REPLACE Section 2.2.C.2.a.2.a as follows: a) #4 rebar at 5" on center each way o REPLACE Section 2.2.D.7.b.1 as follows: 1) Natural Rubber or Neoprene bearing pads that meet the requirements of ASTM D2000 Line Call -Out 2 BC 415 Al 4 B 14 for 40 durometer material o ADD Section 2.2.E.l.d.l.c as follows: c) Interior Manway ladders (2) (1) 304 stainless steel ladder (2) Extend from floor to the bottom of the Manway hatch o DELETE Section 2.2.E.l.g in its entirety o REPLACE Section 3.3.A.5 as follows: 5. The tank Contractor shall provide an Engineer to document and verify: a. Subgrade is consistent with the geotechnical report b. Geotechnical report and subgrade specified is appropriate for the soils encountered c. Foundation design intent is suitable for the subgrade specified PLANS 0 Plan Sheet C8 —Tank Details o REPLACE Plan Sheet C8 in its entirety with C8A as attached. ® Plan Sheet C9 —Tank Details II o REPLACE Plan Sheet C9 in its entirety with C9A as attached. ® Plan Sheet S4 — Structural Details o REPLACE Plan Sheet S4 in its entirety with S4A as attached. QUESTIONS ® Bidding o What is the time from Notice to Award to Award of Bid? ® See Section 00 2113, Instructions to Bidders 17.7 ® Permitting o What are the fees associated with the Building and Grading Permit? ® There are no City fees associated with these items. • Concrete Tank Questions ADDENDUM NO.1 ADDENDUM NO. 1 o What disinfection methods are allowed for this project? ■ AWWA C652 Method 1, 2 or 3 is acceptable. o Confirm that a minimum diameter of 30-inches is required for the tank overflow pipe? ■ This is confirmed. Geotechnical Report Questions o Which compaction -effort requirement is correct for the select fill beneath the tank — 100% Standard Proctor, or 95% Standard Proctor? ■ The 100% compaction effort is for the select fill material below the tank bottom. The 95% compaction effort is for the "general soil fill material " as stated in Section 9.2 of CMJ's report. o Is this compaction effort compatible with the equivalent fluid pressures recommended in Table 5.1.2-1, or should it be decreased to ensure that those pressures are not exceeded? ■ The equivalent fluid pressures presented in Table 5.1.2-1 are for the compaction effort presented in Section 5.2. To avoid additional lateral pressures due to construction equipment., the recommendations presented in Section 5.2 which state "Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor Density. " o Given the permanent perimeter- and wall -drainage systems specified in the geotechnical report and in Section 33 16 13-2.2.B.2 of the tank specs, can we assume that it is not necessary to design the below -grade portions of the tank for buoyant effects? ■ If a permanent drainage system is present then it is not necessary to design the beloii -grade portions of the tank for buoyant effects. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Interim Director, Water Department Andrew T. Cronberg, P.E. RECEIPT ACKNOWLE GED: By: 99 Farida Goderya, Ph.D., P.E. Company: AILYIN (r-_xai (v.vr Ln��, Project Manager, Water Department ADDENDUM NO. 1 001113-I INVITATION TO BIDDERS Pa,e 1 of I SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of CAYLOR 5MG GROUND STORAGE TANK, WATER, 6 AND DRAINAGE IMPROVEMENTS — CITY PROJECT NO. 021 1 1 / WATER PROJECT NO. 7 P265-60718021 1 130 will be received by the City of Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth, Texas 76102 13 until 1:30 P.M. CST, Thursday, DECEMBER 11, 2014, and bids will be opened publicly and 14 read aloud at 2:00 PNII CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate) following: 18 19 Unit 1 -- 5 MG Ground Storage Tank and Site Improvements 20 21 5MG GST (AWNVA D 1 10, Type III) pre -stressed concrete tank, associated site work, and 22 associated yard piping consisting of installation of approximately 130 LF of 30" Water 23 Line (Restrained Joints) by Open Cut and appurtenances. 24 25 Unit 2 — Off -Site Water and Drainage Improvements 26 27 2,450 LF of 30" Class III Reinforced Concrete Pipe 28 2,100 LF of 8" Water Line 29 30 PREQUALIFICATION 31 The improvements included in this project must be performed by a contractor who is pre- 32 qualified by the City at the time of bid opening. The procedures for qualification and pre- 33 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 34 Furthermore, additional requirements for prequalification reaardinLy the construction of a 5 35 MG AWWA D110, Tvpe III precast, prestressed, concrete tank with steel diaphragm are 36 required. Prequalification submittals shall be in accordance with Section 00 21 14 — 37 Instructions to Bidders Section, Section 00 45 11 — Bidder Prequalifications. and Section 33 38 16 13. Failure to comply with the prequalification requirements set forth shall result in the 39 reiection of the bid as non -responsive. 40 41 DOCUMENT EXAMINATION AND PROCUREMENTS 42 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 43 of Fort Worth's Purchasing Division website at httu: and 44 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 45 Contract Documents may be downloaded, vicNved, and printed by interested contractors and/or 46 suppliers. 47 48 Copies of the Bidding and Contract Documents may be purchased from Kimley-Horn which is 49 located as follows: Suite 950, 801 Cherry Street, Unit 11, Fort Worth, TX, 76102 CITY OF FORT WORTH CAYLOR 5 NAG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \vATER, AND DRAINAGE INIPROVEMENTS Revised ,luly I, 2011 City Project No. 02111 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 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with half size drawings: $60 PREBID CONFERENCE A prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: December 2, 2014 TIME: 10:30 A.M. PLACE: Fort Worth City Hall LOCATION: Water Department Administration Conference Room, 2nd Floor, Room #225 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Farida Goderya, Ph.D., P.E., City of Fort Worth Email: farida.4odervaOwfortworthtexas.2ov Phone: 817/392-8214 AND/OR Attn: Sean Mason, P.E., Kiinley-Horn Email: sean.mason @kin ley-horn.com Phone: 817/335-6511 ADVERTISEMENT DATES November 13, 2014 November 20, 2014 31 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised .luly I, 2011 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS Citv Project No. 021 1 1 0021 Li-1 INSTRUC'TION'S TO BIDDERS Rase I of 10 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, \vhich are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 12. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the \vork contemplated under the Contract Documents. 14 15 12.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. SLICCeSSf Il Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 22. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement ',work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 httns:- l)rOiccttioint.buzzsaw.corn fort\vOrthtOv/Rcsourccs,020,t,20- 41 °„20Construction°'0,20 Documents/Contractor" )"OPreClualification TP\V°�o1011m in<t 42 °„'OContractoroi',2OPreuualitication"/o2OPro1?ram PREQUALIFICATION°,o20REC) 43 UIRE NVI ENTY) o.1OFOR102OPAVING`,'. o2000NTRr\CTORS.PDF?Dublic 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 httos: iprOiectpvint.bttzzsaw.corn/fortworth(ov!Resources.'0?°-020- 47°o2000nstruction°-'()20DOcuments'COntl'"actor°,o2OPrequalification/TP\\ °i,20Pa\ ins 48 "o2OContractor" 12OPrcqualificat ion°:/�,2OProLTram/PREQUALIFIC.'ATION')o2ORE Q. 49 UIRENiIFNTS`020FOR° 20PAVING°o2OC'ONTRACTORS.PDF' public CITY OF FORT WORTII CAYLOR ; NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised No\ ember 27, 2012 Cite Project No. 021 11 0021 13-2 INSTRUCTIONS TO BIDDERS Pane 2 of 10 1 2 3.1.3. Water and Sanitary Sewer -- Requirements document located at; 3 https:/ 'inroiectpoirlt.bilzzsa\\ .chili forte orthirm Res0urces/O2"02)0- 4%21OCoustrtictioil" 0201)ocLIIII CIItti (011ll"aclill'°n2OPl'edllalll`ICatlOn ��'atel'O'o2t)lllid°'b� 5 OSanItarv'0 o20Scwer° o20CuntTactol." r,20PrecluaIilicaI ioil ° 02UProaram/WSS".42201)1-e 6 dual"b2th"equIreIII erltS. IOC?IlubIIc 7 8 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided 1n Paragraph 6.1. 15 16 17 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 18 bidder(s) for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time fi"ame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 3.5. Special qualifications required for this project include the following: Bidder shall 33 provide prequalification submittal for the construction of a 5 MG AWWA DI 10, 34 Type III precast, prestressed, concrete tank with steel diaphragm. Prequalification 35 submittal shall satisfil all requirements set forth in Part 1.9 of Section 33 16 13. 36 Prequalification submittal shall also meet requirements set forth in Section 00 45 11 37 and be submitted to the Citv no later the end of business on November 26, 2014. 38 Anv bid not satisfvinu these requirements shall be reiected as non -responsive. The 39 City will provide a list of prequalified tank contractors seven (7) days prior to the 40 date of the ovenin! of the bids. 41 42 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 43 44 4.1. Before submitting a Bid, each Bidder shall: M 46 4.1.1. Examine and carefidly study the Contract Documents and other related data 47 identified in the Bidding Documents (including "technical data" referred to in 48 Paragraph 4.2. below). No information given by City or any representative of the 49 City other than that contained in the Contract Documents and officially 50 promulgated addenda thereto, shall be binding upon the City. 51 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised November 27, 2012 City Prqject No. 021 1 1 0021 ]i-3 INSTRUCTIONS TO BIDDERS Pa.*e 3 of 10 1 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 2 site conditions that may affect cost, progress, performance or furnishing of the 3 Work. 4 5 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 6 progress, performance or filrnishing of the Work. 7 8 4.1.4. Study all: (1) reports of explorations and tests of subsurface conditions at or 9 contiguous to the Site and all drawings of physical conditions relating to existing 10 surface or subsuface structures at the Site (except Underground Facilities) that 1 1 have been identified in the Contract Documents as containing reliable "technical 12 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 13 at the Site that have been identified in the Contract Documents as containing 14 reliable "technical data." 1.5 16 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 17 the information which the City will fizrnish. All additional information and data 18 which the City will supply after promulgation of the formal Contract Documents 19 shall be issued in the foram of written addenda and shall become part of the Contract 20 Documents just as though such addenda were actually written into the original 1 Contract DOCUmentS. No information given by the City other than that contained in 22 the Contract Documents and officially promulgated addenda thereto, shall be 23 binding upon the City. 24 25 4.1.6. Perform independent research, investigations, tests, borings, and such other means 26 as may be necessary to gain a complete knowledge of the conditions which will be 27 encountered during the construction of the project. On request, City may provide ?� each Bidder access to the site to conduct such examinations, investigations, 29 explorations, tests and studies as each Bidder deems necessary for submission of a 30 Bid. Bidder must fill all holes and clean up and restore the site to its former 31 conditions upon completion of such explorations, investigations, tests and studies. 32 33 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 34 cost of doing the Work, time required for its completion, and obtain all information 35 required to make a proposal. Bidders shall rely exclusively and solely upon their 36 own estimates, investigation, research, tests, explorations, and other data which are 37 necessary for fiill and complete information upon which the proposal is to be based. 38 It is understood that the submission of a proposal is prima -facie evidence that the 39 Bidder has invade the investigation, examinations and tests herein required. Claims 40 for additional compensation due to variations between conditions actually 41 encountered in construction and as indicated in the Contract Documents will not be 42 allowed. 43 44 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 45 between the Contract Documents and such other related documents. The Contractor 46 shall not take advantage of any gross error or omission in the Contract Documents, 47 and the City shall be permitted to make such corrections or interpretations as may 48 be deemed necessary for fulfillment of the intent of the Contract Documents. 49 50 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of: 51 CITY OE FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised Novemba 27, 2012 Citv Praject No. 021 1 1 0021 13 -4 INSTRUCTIONS 1-O BIDDERS Pate 4 of 10 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures (except Underground Facilities) which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents, but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02, of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (1) 20 that Bidder has complied with every requirement of this Paragraph 4, (d) that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means, methods, techniques, sequences or 23 procedures of construction (if any) that may be shown or indicated or expressly required 24 by the Contract Documents, (iii) that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc., have not been resolved through the interpretations by City as described in 28 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work, Etc. 38 39 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH CAYLOR � NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Revised November 27. 2012 City Prgieet No. 021 1 1 0021 11-5 INSTRUCTIONS TO BIDDERS Paac � of 10 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraphs SC 4.01 and SC 6.09 of the Supplementary Conditions. In the event the 3 necessary right-of-way, easements, and/or permits are not obtained, the City reserves the 4 right to cancel the award of contract at any time before the Bidder begins any 5 construction work on the project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 2J 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth, TX 76102 27 Attn: Farida Goderya, Ph.D., P.E., Water Department 28 Fax: 817-392-2585 29 Email: farida.goderya(�bfortwortlitexas.gov 30 Phone:817-392-8214 31 32 33 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 34 City. 35 36 6.3. Addenda or clarifications may be posted via Buzzsaw at 37 1ltths:%/�rgjert�uirtt.hu_ smr.rc�nu'c/icnt,firrnrnrtlt o1;11"ul�r",'OFcrrilitr°,?UPrc�jcrts;O? 38 1113,'(J- 39 "v?(JCcr� for "i,?OGST Cc>lttrcrct"„'(JI)r�c runent.� ° ,?(Jcrncl"r,'t).Sfu°c i�icution.ci: l cicicrtc/ir 40 41 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 42 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 43 Project. Bidders are encouraged to attend and participate in the conference. City will 44 transmit to all prospective Bidders of record such Addenda as City considers necessary 45 in response to questions arising at the conference. Oral statements may not be relied 46 upon and will not be binding or legally effective. 47 48 7. Bid Security 49 CITY OF FORT WORTII C4YLOR � \SIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEAMENTS Rey ised Noy ember 27. 2012 Cite Project No. 021 1 1 0021 13-6 INSTRUCTIONS TO BIDDERS Pm,c 6 o1 10 1 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 2 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 3 the requirements of Paragraphs 5.01 of the General Conditions. 4 5 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 6 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 7 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 8 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 9 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 10 other Bidders whom City believes to have a reasonable chance of receiving the award 1 1 will be retained by City until final contract execution. 12 13 8. Contract Times 14 The number of days within which, or the dates by which, Milestones are to be achieved in 15 accordance with the General Requirements and the Work is to be completed and ready for 16 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 17 attached Bid Form. 13 19 9. Liquidated Damages 20 Provisions for liquidated damages are set forth in the Agreement. 21 22 10. Substitute and "Or -Equal" Items 23 The Contract, if awarded, will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or "or -equal" items. 25 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 26 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 27 City, application for such acceptance will not be considered by City until after the Effective 28 Date of the Agreement. The procedure for submission of any such application by Contractor 29 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 30 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 31 32 11. Subcontractors, Suppliers and Others 33 34 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 35 12-201 1 (as amended), the City has goals for the participation of minority business 36 and/or small business enterprises in City contracts. A copy of the Ordinance can be 37 obtained from the Office of the City Secretary. The Bidder shal I Submit the MBE and 38 SBE Utilization Form, Subcontractor/SUppller Utilization Form, Prime Contractor 39 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 40 Venture Form as appropriate. The Forms including documentation must be received 41 by the City no later than 5:00 P.M. CST, five (5) City business days after the bid 42 opening date. The Bidder shall obtain a receipt from the City as evidence the 43 documentation was received. Failure to comply shall render the bid as non- 44 responsive. 45 46 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 47 Or Organization against whom Contractor has reasonable objection. 48 49 12. Bid Form 50 CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Rc\ iscd November 27, 2012 City Prgicct No. 021 1 1 0021 li-7 INSTRUCTIONS TO BIDDERS Pase 7 oT 10 1 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 2 obtained from the City. 3 4 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 5 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 6 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and twit 7 price item listed therein. In the case of optional alternatives, the words "No Bid," 8 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 9 written in ink in both words and numerals, for which the Bidder proposes to do the 10 work contemplated or furnish materials required. All prices shall be written legibly. I 1 In case of discrepancy between price in written words and the price in written 12 numerals, the price in written words shall govern. 13 14 12.3. Bids by corporations shall be executed in the corporate name by the president or a 15 vice-president or other corporate officer accompanied by evidence of authority to 16 sign. The corporate seal shall be affixed. The corporate address and state of 17 incorporation shall be shown below the signature. 18 19 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 20 partner, whose title must appear under the signature accompanied by evidence of 21 authority to sign. The official address of the partnership shall be shown below the 22 signature. 23 24 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 25 member and accompanied by evidence of authority to sign. The state of formation of 26 the firm and the official address of the firm shall be shown. 27 28 12.6. Bids by individuals shall show the Bidder's name and official address. 29 30 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 31 indicated on the Bid Form. The official address of the joint venture shall be shown. 32 33 12.8, All names shall be typed or printed in ink below the signature. 34 35 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 36 ',which shall be filled in on the Bid Form. On 38 12.10. Postal and e-mail addresses and telephone number for connmunications regarding the 39 Bid shall be shown. 40 41 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 42 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 43 to State Law Non Resident Bidder. 44 CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\4ENTS WATER, AND DRAINAGE 1IMPROVEMENTS Revised November 27, 2012 City Project No. 0211 1 0021 13-8 INSTRUCTIONS TO BIDDERS Pa, e 8 of 10 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 5 marked Nvith the City Project Number, Project title, the name and address of Bidder, and 6 accompanied by the Bid security and other required documents. If the Bid is sent through the 7 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 8 with the notation "BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 13 withdrawn prior to the time set for bid opening. A request for withdrawal must be 14 made in writing by an appropriate document duly executed in the manner that a Bid 15 must be executed and delivered to the place \vhere Bids are to be submitted at any 16 time prior to the opening of Bids. After all Bids not requested for withdrawal are 17 opened and publicly read aloud, the Bids for which a withdrawal request has been 18 properly filed may, at the option of the City, be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 1S. Opening of Bids 24 Bids will be opened and read aloud publicly at the place \-\,here Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates (if any) will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 31 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder, whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price, contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct stun thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the Nvords. 47 CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE. TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised November 27, 2012 City Pro,ico No. 021 1 1 0021 13-9 INSTRUCTIONS TO BIDDERS Paec 9 of 10 I 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 10 other persons and organizations proposed for those portions of the Work as to which 1 1 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs, maintenance requirements, performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility, qualifications, and financial 20 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 21 organizations to perform and fiirnish the Work in accordance \vith the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4. Contractor shall perform with his own organization, work of a value not less than 25 35% of the value embraced on the Contract, unless otherwise approved by the City. 26 27 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 3 l 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident's principal place of 36 business is located. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 42 the City. 43 44 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 18. Signing of Agreement 47 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 48 required ntunber of unsigned counterparts of the Agreement. Within 14 days thereafter 49 Contractor shall sign and deliver the required number of counterparts of the Agreement to 50 City with the required Bonds, Certificates of Insurance, and all other required documentation. 51 City shall thereafter deliver one fully signed counterpart to Contractor. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Revised November 27. 2012 City Project No. 021 11 00 21 13 - 10 INSTRUCTIONS TO BIDDERS Pai e 10 of 10 4 END OF SECTION CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised November 27, 2012 City Project No. 021 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 tro 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. htti):Hwxvw.ethics.state.tx.us/forms/CIO.t)df httr)://www.ethics.state.tx.us/forms/CIS.i-)df 0 CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: North Texas Contracting By: Zach Fusilier Company e Print) 4999 Keller Haslet Rd. t� Signature: Address Keller, Texas 76244 Title: Vice President City/State/Zip (Please Print) 37 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 27, 2012 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: CAYLOR 5 MILLION GALLON GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No.: 02111 Units/Sections: UNIT 1: Caylor 5 MG GST and Site Improvements UNIT 2: Off -Site Water and Drainage Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Form Revised 20120327 City Project No. 02111 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: UNIT 1 UNIT 2 a. Water Transmission, Urban and Renewal, 42-inch diameter and smaller a. Water Distribution Urban/Renewal, 12-inches and smaller b. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Tank Prequalification The prequalified 5 MG AWWA D110, Type III precast, prestressed, concrete tank with steel diaphragm contractor is: Failure to list the prequalified tank contractor shall result in the rejection of this bid as non -responsive. 4. Time of Completion UNIT 1 4.1. The Work will be substantially complete within 270 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. The Work will be complete for Final Acceptance within 315 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. UNIT 2 4.4. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.5. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond for each unit , Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Form Revised 20120327 City Project No. 02111 0041 00 BID FORM Page 3 of 3 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on December 11, 2014 Respectfull u itted, By: (Signature) Zach Fusilier (Printed Name) Title: VP Company: North Texas Contracting Address: 4999 Keller Haslet Rd. Keller, Texas 76244 State of Incorporation: Texas Email: zach@ntexcon.com Phone: 817-430-9500 END OF SECTION by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Form Revised 20120327 City Project No. 02111 SECTION 00 42 43 PROPOSAL FORM LUMP SUM PRICE BID - UNIT 1 Project Item Infomration Bidlist Item) Description No. UNIT 1 - 5 MG GROUND STORAGE TANK AND SITE IMPROVEMENTS Ground Storage Tank - Construction of a 5.0 MG Ground Storage Tank and all appurtenances, foundation, excavation, painting, and any other 1 improvements not specifically identified in the other lump sum items, including all equipment, materials and services required in accordance with the Contract Documents. Electrical - Construction and installation of all electrical, control, and 2 instrumentation improvements including all equipment, materials and services required in accordance with the Contract Documents. Yard Piping - Construction and installation of all yard piping 3 improvements and associated appurtenances including all equipment, materials, and services in accordance with the Contract Documents. Trench Safety - All trench safety measures related with the 4 construction of the work in accordance with the Contract Documents. DO 42 43 BIDPROPOSAL Page 1 of 2 Bidder's Application Specification Unit of Bid Section No. I Measure I Quantity Various LS 1 Various LS 1 Various 33 05 10 Site Improvements - construction and installation of all site Various improvements including site preparation, site grading, fencing, surface 5 restoration, paving improvements including all equipment, materials, and services in accordance with the Contract Documents. 6 ALLOWANCE - Tri-County Electric Cooperative Relocation Allowance 26 05 00 TOTAL Unit 1 (Tank and Site Improvements) CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fomr Raised 20120120 LS 1 LS 1 LS 1 LS 1 Bidders Proposal Unit Price ( Bid Value (-001000 I f, 01000 La-401000- CP-401o00 - 7A Porn' I -zo?oat> - SOrcx�o- t5pe6cCf $13,401.94 $13,401.94 4 i CAYLOR 5 MG GROUND STORAGE TANK - WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 MT PRICE BID - UMT SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidlist Item) No. Description UNIT 2 -WATER AND DRAINAGE IMPROVEMENTS 00 42 43 Bm PROPOSAL Pop 2 of 2 Bidder's Application Bidder's Proposal Specification I Unit of I Bid Unit Price Bid Value Section No. Measure Quantity 1 _13341.0302 30" RCP, Class 111 _ _ 33 41 10 LF _ - 2.441 IZ ' /2.OS Let$ 2 3349.0001 4' Storm Junction Box _ 33 49 EA sz� ' 311 2cU - 3 3311.0441 12" Water Pipe 33 11 10,33 2 1112 LF 5 5 4 - 3311.0241 --- 8" Water Pipe - - -- 3311 10.33 1112 LF 1,980 cas-- 5 3311.0141 - 6" Water Pipe — 33 11 10. 33 1112- LF 42 _ 6 _ 3311.0001 _ Ductile Iron Water Fittings w/ Restraint_ — 33 11 11 TON - _ 2 7 9999.0001 2.5" Waterline Lowering 33 05 12 EA 1 /5oo- 8 3312.3002 6" Gate Valve 33 12 20 EA 1 yee.+o- ZeotS^ 9 3312.3003 8" Gate Valve _ 33 12 20 EA _ _ 4 ? /Zypap- 10 _ 3312.0117 Connection to Existing 3"-12" Water Main __- _ _ 33 12 25 FA 5 _ Saco- - 11 3305.0107 Manhole Adjustment, Minor_ 330514 FA _ 4 gbop /bop - 12 3305.0111 __ Valve Box Adjustment _ 33 05 14 _ _ FA 5 goo- 4! SS - 13 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 3201 17 LIF 1,950 14 3201.0114 7' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 1,580 15 3212.0301 1" Asphalt Pvmt Type D 321216 SY 4,060- 16 3201.0614 Cone Pvmt Repair, Residential - 320129 SY 35 17 3292.0400 Seeding, Hydromulch 329213 SY 850 Zip^ 18 3305.0103 Exploratory Excavation of Existing Utilities _ 3-3-0-5-3-0 - EA 1 /eIp- � 19 3471.0001 Traffic Control _ _ _ 3471 13 MO _ 5 f ao _!eb Soq 20 3305,0109 Trench Safety 33 05 10 LF 4.472 / _ y TOTAL Unit 2 (Water and Drainage) Bid Summary JCOA1BINED TOTAL: UNIT 1 AND UA`IT 2 (if different than summation of totals above) Determination of the lowest responsible bidder will be based on either the lowest bid by Unit or by the lowest total of Units 1 and 2, at the sole discretion of the City. The City may choose to select one Contractor for both Units or two separate Contractors (one fore each Unit). END OF SECTION KIM -31,11-4e CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER AND DRAINAGE IMPROVEMENTS Form Revised 20120120 City Project No. 02111 Lt 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: END OF SECTION By; Za Fusilier (Signature) Title: VP Date: December 11, 2014 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Form Revised 20110627 City Project No. 02111 0045 11 - I BIDDERS PREQUALIFICATIONS Paac 1 of SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be 5 eligible to bid the contractor must submit Section 00 45 12, Prequalifcation Statement for the work 6 type(s) listed Nvith their Bid. Any contractor or subcontractor who is not prequalified for the work 7 type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with 8 the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and financial I 1 analysis of the contractor. Standard City Preclualifications must be submitted seven (7) days prior to 12 the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be 13 opened on the 7th of April must file the information by the 31st day of March in order to bid on these 14 projects. For Snecial Precivalifications, the information must be submitted no later than the end of 15 business on November 26, 2014. In order to expedite and facilitate the approval of a Bidder's 16 Prequalification Application, the following must accompany the submission. 17 a. A complete set of audited or reviewed financial statements. 14 (1) Classified Balance Sheet 19 (2) Income Statement 20 (3) Statement of Cash Flows 21 (4) Statement of Retained Earnings 22 (5) Notes to the Financial Statements, if any 23 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of 24 Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, 25 Certificate of Limited Partnership Agreement). 26 c. A completed Bidder Prequalifcation Application. 27 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 28 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number 29 visit the Texas Comptroller of Public Accounts online at the following web address 30 www.window.state.tx.us/taxDermit/ and fill out the application to apply for your 31 Texas tax ID. 32 (2) The firm's e-mail address and fax number. 33 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used 34 by the City for required reporting on Federal Aid projects. The DUNS number may 35 be obtained at www.dnb.com. 36 d. Resumes reflecting the construction experience of the principles of the firm for firms 37 submitting their initial prequalification. These resumes should include the size and scope of 38 the work performed. 39 e. Other information as requested by the City. 40 41 2. Prequalitication Requirements 42 a. Financial Statements. Financial statement submission must be provided in accordance with 43 the following: 44 (1) The City requires that the original Financial Statement or a certified copy be 45 submitted for consideration. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July 1, 2011 City Project No. 021 1 1 00 45 11 - 2 BIDDERS PREQUALIFIC\TIONS Pace 2 of_' 1 (2) To be satisfactory, the financial statements must be audited or revic\Ped by ail 2 independent, certified public accounting firm registered and in good standing ill 3 any state. Current Texas statues also require that accounting firms pci-forillinG 4 audits or reviews oil business entities \Pitllin the State of Texas be properly 5 licensed or registered with the Texas State Board of Public Accountancy. 6 (3) The accounting firm should state in the audit report or review whether the 7 contractor is ail Individual, corporation, or limited liability company. 8 (4) Financial Statements must be presented in U.S. dollars at the current rate of 9 exchange of the Balance Sheet date. 10 (5) The City will not recognize any certified public accountant as independent who is I I not, in fact, independent. 12 (6) The accountant's opinion on the financial statements of the contracting company 13 should state that the audit or review has been conducted in accordance with 14 auditing standards generally accepted in the United States of America. This must 15 be stated in the accounting f rm's opinion. It should: (1) express an unqualified 16 opinion, or (2) express a qualified opinion on the statements taken as a \vllole. 17 (7) The City reserves the right to require a new statement at any time. 18 (8) The financial statement must be prepared as of the last day of any month, not 19 more than one year old and must be on file \with the City 16 months thereafter, in 20 accordance with Paragraph 1. 21 (9) The City will determine a contractor's bidding capacity for the purposes of 22 awarding contracts. Bidding capacity is determined by multiplying the positive 23 net working capital (working capital = current assets — current liabilities) by a 24 factor of 10. Only those statements reflecting a positive net working capital 25 position will be considered satisfactory for prequalification purposes. 26 (10) In the case that a bidding date falls within the time a new financial statement is 27 being prepared, the previous statement shall be updated with proper verification. 28 b. Bicicler Pregtraliftccrlion Application. A Bidder Prequalification Application must be 29 submitted along with audited or reviewed financial statements by firms wishing to be eligible 30 to bid on all classes of construction and maintenance projects. Incomplete Applications will 31 be rejected. 32 (1) In those schedules where there is nothing to report, the notation of "None" or 33 "N/A" should be inserted. 34 (2) A minimum of five (5) references of related work must be provided. 35 (3) Submission of an equipment schedule which indicates equipment under the 36 control of the Contractor and which is related to the type of work for \vhich the 37 Contactor is seeking prequalification. The schedule mist include the 38 manufacturer, model and general common description of each piece of 39 equipment. Abbreviations or means of describing equipment other than provided 40 above will not be accepted. 41 42 3. Eligibility to Bid 43 a. The City shall be the sole judge as to a contractor's prequalification. 44 b. The City may reject, suspend, or modify any prequalification for failure by the contractor to 45 demonstrate acceptable financial ability or performance. 46 c. The City will issue a letter as to the status of the prequalification approval. 47 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the 48 prequalified work types until the expiration date stated in the letter. 49 END OF SECTION CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \PATER. AND DRAINAGE. IMPROVEMENTS Rey ised .luly 1, 2011 City Project No. 021 11 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 004512-1 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. UNIT 1 Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Urban/Renewal, 42-inches North Texas Contracting 11/30/2015 and smaller SPECIAL PREOUALIFCATION: N/A Concrete Tank P-0—t Loll, tl7 (Section 33 16 13) UNIT 2 Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban/Renewal, 12-inches North Texas Contracting 11/30/2015 and smaller Asphalt Paving Construction/Reconstruction TLB ContractingJanuary, 1 2015 "Renewal (LESS THAN 15,000 is currently being filed" square yards) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: North Texas Contracting Company 4999 Keller Haslet Rd. Address Keller, Texas 76244 City/State/Zip By: Zach Fusilier Print) Signature: / �— ~ Title: Vice President (Please Print) Date: December 11, 2014 END OF SECTION ADDENDUM #1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 2 3 4 5 6 7 8 9 T 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 99j 0045 26- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pauc I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 021 1 1. 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: /� oi111 ICC XAS .1/=s 1z1(a Company �lg 59 tic arc N4S cET Zia Address Flz,r Tx 1('Z-i ( City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § By: G V ,I L t E ase PI Signature: Title: VP (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared WAC*4 HvsiNQR- , 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 Alotin-1 -aces (fAvt(7rc,l41-nN1* for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1104 day of �V%Lcm , 20 K 1,10 N - - - - - - ; Notary Public in and for the State of Texas ANDREW NORD # Notary Public State of Texac; -�EOF't�*Py My COMM. Exp. 04-03-2016 AND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 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 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of I SECTION 00 45 40 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL —UNITS 1 AND 2 APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 15% of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if no MBE participation: the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/supplier work: the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date, exclusive of the bid opening date. 36 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 00 52 43 - 1 Agreement Page 1 of 5 ;1=4"11WIFII IPWIX" 2 AGREEMENT 3 THIS AGREEMENT, authorized on 3 March 2015 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and North Texas Contracting, Inc._, authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 CAYLOR 5 MILLION GALLON GROUND STORAGE TANK, WATER, AND 16 DRAINAGE IMPROVEMENTS_ 17 City Proiect No. 02111 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 Unit 1: 24 The Work will be substantially complete within 270 days after the date when the Contract 25 Time commences to run as provided in Paraaraph 2.03 of the General Conditions. The 26 Work will be complete for Final Acceptance within 315 days after the date when the 27 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 28 29 Unit 2: 30 The Work will be complete for Final Acceptance within 180 days after the date when the 31 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 32 33 34 35 OFFICIAL RECORD 36 CITY SECRETARY 37 FT. WORTH, TX CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised August 17, 2012 City Project No. 02111 00 52 43 - 2 Agreement Page 2 of 5 38 3.3 Liquidated damages 39 Unit 1: 40 Contractor recoanizes that time is of the essence of this Agreement and that City will 41 suffer financial loss if the Work is not completed within the times specified in Paragraph 42 3.2 above, plus anv extension thereof allowed in accordance with Article 12 of the 43 General Conditions. The Contractor also recoanizes the delays, expense and difficulties 44 involved in orovina in a leaal vroceedina the actual loss suffered by the Citv if the Work 45 is not completed on time. Accordinaly, instead of requiring anv such proof. Contractor 46 agrees that as liquidated damages for delav (but not as a venaltv). Contractor shall pav 47 City One Thousand Two Hundred and Fiftv Dollars ($1,250.00) for each day that 48 expires after the time specified in Paraaraph 3.2 for Substantial Completion until the City 49 issues the Letter of Substantial Completion in accordance with SC-14.10 of the 50 Supplementary Conditions. After Substantial Completion, if Contractor shall neglect, 51 refuse, or fail to complete the remaining Work for Final Acceptance within 45 days from 52 the date of Substantial Completion, or anv proper extension thereof granted by the Citv,. 53 Contractor shall nav Citv One Thousand Two Hundred and Fiftv Dollars ($1.250.00) 54 for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance 55 until the Citv issues the Final Letter of Acceptance. mi 57 Unit 2: 58 Contractor recognizes that time is of the essence of this Agreement and that City will 59 suffer financial loss if the Work is not completed within the times specified in Paragraph 60 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 61 General Conditions. The Contractor also recognizes the delays, expense and difficulties 62 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 63 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 64 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 65 City Six Hundred and Fiftv Dollars ($650.00 for each day that expires after the time 66 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 67 Acceptance. 68 Article 4. CONTRACT PRICE 69 Unit l: 70 City agrees to pay Contractor for performance of the Work in accordance with the Contract 71 Documents an amount in current funds of THREE MILLION EIGHT HUNDRED FIFTY 72 EIGHT THOUSAND FOUR HUNDRED ONE DOLLARS AND NINETY-FOUR CENTS, 73 ($3,858,401.94 ). 74 Unit 2: 75 City agrees to pay Contractor for performance of the Work in accordance with the Contract 76 Documents an amount in current funds of SEVEN HUNDRED THIRTY ONE THOUSAND 77 SEVEN HUNDRED SEVENTEEN DOLLARS ( $731,717.00 ). 78 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised August 17, 2012 City Project No. 02111 00 52 43 - 3 A.areement Pauc3 of 79 Article 5. CONTRACT DOCUMENTS 80 5.1 CONTENTS: 81 A. The Contract Documents which comprise the entire agreement between City and 82 Contractor concerning the Work consist of the following: 83 1. This Agreement. 84 2. Attachments to this Agreement: 85 a. Bid Form 86 1) Proposal Form 87 2) Vendor Compliance to State Law Non -Resident Bidder 88 3) Prequa I ifi cation Statement 89 4) State and Federal documents (project specific) 90 b. Current Prevailing Wage Rate Table 91 c. Insurance ACORD Form(s) 92 d. Payment Bond 93 e. Performance Bond 94 f. Maintenance Bond 95 g. Power of Attorney for the Bonds 96 h. Worker's Compensation Affidavit 97 i. MBE and/or SBE Commitment Form 98 3. General Conditions. 99 4. Supplementary Conditions. 100 5. Specifications specifically made a part of the Contract Documents by attachment 101 or, if not attached, as incorporated by reference and described in the Table of 102 Contents of the Project's Contract Documents. 103 6. Drawings. 104 7. Addenda. 105 8. Documentation submitted by Contractor prior to Notice of Award. 106 9. The following which may be delivered or issued after the Effective Date of the 107 Agreement and, if issued, become an incorporated part of the Contract Documents: 108 a. Notice to Proceed. 109 b. Field Orders. 110 c. Change Orders. 111 d. Letter of Substantial Completion (Unit 1) 112 e. Letter of Final Acceptance. 113 114 OFFICIAL RECORD CITY SECRETARY FTe WORTH, TX CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised August 17, 2012 City Project No. 021 1 1 00 i2 43 - 4 Asreement Page 4 of 5 115 Article 6. INDEMNIFICATION 116 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 117 expense, the city, its officers, servants and employees, from and against any and all Hs claims arising out of, or alleged to arise out of, the work and services to be performed 119 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 120 under this contract. This indemnification provision is specifically intended to operate 121 and be effective even if it is alleged or proven that all or some of the danines being 122 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 123 This indemnity provision is intended to include, without limitation, indemnity for 124 costs, expenses and legal fees incurred by the city in defending against such claims and 125 causes of actions. 126 127 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 128 the city, its officers, servants and employees, from and against any and all loss, damage 129 or destruction of property of the city, arising out of, or alleged to arise out of, the work 130 and services to be performed by the contractor, its officers, agents, employees, 131 subcontractors, licensees or invitees under this contract. This indemnification 132 provision is specifically intended to operate and be effective even if it is alleged or 133 proven that all or some of the damages being sought were caused, in whole or in part, 134 by any act, omission or negligence of the city. 135 136 Article 7. MISCELLANEOUS 137 7.1 Terms. 138 Terms used in this Agreement which are defined in Article 1 of the General Conditions Nvill 139 have the meanings indicated in the General Conditions. 140 7.2 Assignment of Contract. 141 This Agreement, including all of the Contract DOCnnlentS may not be assigned by the 142 Contractor without the advanced express written consent of the City. 143 7.3 Successors and Assigns. 144 City and Contractor each binds itself, its partners, successors, assigns and legal 145 representatives to the other party hereto, in respect to all covenants, agreements and 146 obligations contained in the Contract Documents. 147 7.4 Severability. 148 Any provision or part of the Contract Documents held to be unconstitutional, void or 149 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 150 remaining provisions shall continue to be valid and binding upon CITY and 151 CONTRACTOR. 152 7.5 Governing Law and Venue 153 This Agreement, including all of the Contract DOCln11CFAS is performable in the State of 154 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 155 Northern District of Texas, Fort Worth Division. C'FFY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised August 17, 2012 City Project No. 021 11 005243-5 Aareement Page 5 of 5 156 7.6 Other Provisions. 157 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 158 classified, promulgated and set out by the City, a copy of which is attached hereto and 159 made a part hereof the same as if it were copied verbatim herein. 160 7.7 Authority to Sign. 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: / �1027�-t J exQs CoNT2AGT�.(/la By: Title Address: V-P (Signature) (Printed Name) �l�}SS �ec,cL,z Hasi.eT Z� City/State/Zip: Date City of Fort Worth Fernando Costa Assistant City Manager Date 31-/71iS Attest: � l City Secretary I (Seal) rov as to Form and Legality: Douglas W. lac c Assistant City Attorney APPROVA MMEND D: AndrewT. Cron erg, P.E. C- yA CL4" INTERIM DIRECTOR, WATER DEPARTMENT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 OFFICIAL RECORD CITY SECRETARY CAYL R5 Tj,0jf)(GE ANK, WATEI , AND DRAINAGE IN PROVEi ENTS i v rote 1. 021 I I Bond No. SU1131483 01161 I.1.1 Pl:RI•()R-%fAN('I: BOND P:(ae 1 or2 I SECTION 00 01 13 PERFORMANCH BOND 3 -I '1'I.II; STATE Of TEXAS § 5 § KNOW ALL BY'I HE'SE, PRESENTS: 6 COUNTY OF TARRANT § 7 That wc, North Texas Contractinq, Inc. known it% s "Principal" herein and Arch Insurance Companv .,I Corporate 9 surcty(SuretieS, if more than onc) duly authorized to do business in the Stale ofTcxas, known as 10 "Surely' herein (whether one of Illore), are held and firmly bound unto the City orFor( Worth, a I I municipal Corporation Created purstlant to the laws of Texas, known as " C'ity" Ilcrein. in the penal Four Million, Five Hundred Ninety Thousand, 12 stim ol, One Hundred Eighteen and 94/100-------------------------------- Dollar's 13 (S' 4,590,118.94 ), lawlill money ortlle Urlile(1 States, to be pai(I in Forl Worth, 14 Tarrant County, Texas for the pilyment orwhich sunl well and truly to be made. we bind 15 otIrsCIves, out' heirs, exectllors, a(hllinistratol'S, sticccSsOrs and asSift)ls,.f ointly And sevel'ally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain \vrilterl contract with the City I i awarded tile t=De 3 day or AAttxcH , 20 16, which Contract is hereby referred to and 19 made a part hercor ror all purposes as it lolly set forth herein, to lurnish all materials, equipment 20 labor and other accessories dclined by law, in the prosceution ofthe Work. including any Change 21 Orders, as provided 1'ar in said Contract designated as C'AYLOR 5 MILLION GALLON 22 GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS. City Project 23 No. 021 1 I . 24 NOW, THEREFORE, the condition orthis obligation is sueh that irthe said Principal 25 shall lilithlitlly perform it obligations 1111der 111C Contract and shall in all respects duly and 26 lilitllliilly perl'ornl the Work, including Change Orders, tinder the C'ont'act, aecol-ding to the plans, 27 spcciliciltions, tllld Contract doctltllents therein relbi-red lo, alld as well during any period of 28 extension orthc Contract that may be granted on the parr of the City, then this obligation shall be 29 and become null and void, otherwise to renuiirl in Pull loree and erreet. 30 PROVIDED FURTHER, that irony legal action be filed on this Bond. venue shall lie in 31 Tan -am County, Texas or the Uni(ed States District Court ti)r the Northern District orTexas, Fort 32 Worth Division, CITY OF FORT WORT) I OFFICIAL fRErQWU it ; :\IG GROUND STORAOF TANK. ti'I'r\NI)ARI) ('ONti I'Itl1CTION SPIi('ll°I('r\PION Dc)C'UMIIi\TS ��[[,�Jt A 'D DRAINAGE IMPROWM ENTS Re\'Isc(t july 1. 2t11 1 CITY SECR� pAITQ l► C'ily Project No. D2l 11 FT. WORTHf YX uanl 1.1.2 1I.10:01MIANCIt IJOND Page' or? I 'Phis bond is nuide ind exceuted Ill complltinee with the provisions of Chapter 2253 ol'the 2 Texas (.iovel•I111 em Code, as nnlcncled, and all liabilities on this bond shall be determined in 3 necordonee with the provisions ol'suid statue. 4 IN Nl'I'1'NESS N-NIH ?REO , the Principal and the Surety have SIGNED and SEALFID 3 this instrument by duly authorized agents and officers on this the //''—y clay of 6 /Y1,1rz•cn , 20 /s . 7 ti y 10 II 12 la 14 15 16 17 18 19 20 21 22 23 '14 25 26 ?7 7` 29 30 31 32 33 341 35 36 37 iti 39 40 41 42 43 -4-4 45 ATT1mS'r.. (Principal) Secretary \\�iutess as to I'rincipttl _ ... _ 1�J' ss ❑8 to Sure) lute.. y PRINC'II'AI.: North Texa ontractin 13Y: Zach Fusilier, Vice President . Name anti Ti Ile Address; 4999 Keller Haslet Rd. Keller, TX 76248 SUIUD'Y: Arch Insurance Company Si�tnature Robbi Morales, Attorn_ ey_in-fact Name and'I'ille Adclress: 2711 N. Haskell Ave., Suite 800 Dallas,_TX 75204__ _ Telephone Number: 214/989_0000 '"Note: Ifsigncd by an orliecr orthc Surety Company, there nittst be oil file a certified extract li•om the by-laws showing that this person has authority 10 Sign Such obligation. If Surety's physical address is different lrom its mailing address, both nuts( be provided. The elate ol'the bond shall not be prior to the date the Conti -act is awarded. Crl'Y UI• FORT WORTII C'AY1.01 0 iNI(i GROUND STORAUIi'I'ANK. STANDARD CONSTRUCTION SPI:C'II'ICA'I'ION DOCOMENTS \ Wrl'k. AND DRAINAC;I: 1N-111ROVI'KI iN'PS Itoisctl July 1. 2011 Ole Pngject No. 021 1 1 Bond No. SU1131483 OObI 14- I PAYJJOND Page I ol•' I SECTION 00 01 ld 2 PA)'Mf:NT BOND 3 4 THE' STATE OF TEXAS § > § KNO\1' AI,1, BY'I HEST? PRESENTS: h COUNTY OF TARRANT 7 That we, North Texas Contractinq, Inc. known as S "Principal" herein, and Arch Insurance Comoanv , a 9 corporate surety (sureties), duly authori'red to do business in the State of Texas, known as 10 "Surely" herein (whether one or more), are held and lirmly bound unto the City ol'Fort Worth, a I 1 municipal Corporation Created pupluar 1J• to the laws ol'the State ol'Texas, known its "City" herein, Four �tllion, Five Hundred Ninety Thousand, 12 ill the penal sillil or0ne Hundred Eighteen and 94/100------------------------------- Dollars 13 ($ 4,590,118.94 ), lawlill money of the United States, to be paid in Fort Worth, la Tarrant County, Texas, for the payment of which suns well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has enlercd into a certain written Contract with City, awarded the Iti day of MAmcH , 30 05 , which Contract is hereby rcicrrcd to and 19 made a part hereof 1211-all purposes as if' 11111y set lilrth herein, to lurnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contact and designated as C'AYLOR 5 MILLION GALLON GROUND STORAGE TANK, 22 WATER, AND DRAINAGE IMPROVEMENTS, City Project No. 021 1 I. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if' 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 od'the Teas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall he and become null and void; otherwise to remain in full 27 three and effect. 28 29 30 31 This bond is made and exceitted in compliance with the provisions of Chapter 2253 of the Texas Government Code, -,is amended, and all liabilities an this bond shall be determined in accordance Willi the provisions ol'said sultute. CITY OF FORT "101011 STANDARD C'QNS'I'IiU('"t'IUN SPF.('11.1(•A'I IDN D0Cl1h-WNl S Rr�•i.rJ Jul;• 1. _'t)1 1 OFFICIAL RECORD CITY SECRETARY FT. WORTHS TX MO OROUND STORACF TANK. WATER, AND DRAINAM:' IMPROVENIRN'1'S City Prujoel No.02111 00 61 14 •2 PAYNIENT IION 1) Page 2 0,2 I IN 'vN'I'I'NESS WHEREOF, the Principal and Surety have each SIGNED ttnd SEALED 3 this instrument by duly authorized agents and officers on this (h�He /�— day of 1 I✓�fLci9 , 20 /S b 7 8 9 I (l 13 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Stuety) scc,etary �Iitncss as to surety PRINCIPAL North Texas Contrac ' g, nc. I3Y: Signature Zach Fusilier, Vice President Name and Title Address: 4999 Keller Haslet Rd. Keller, TX 76248 SURETY: Arch Insurance Company__ Signature Robbi Morales, Attorney -in -fact Name and Title Address: 2711 N, Haskell Ave., Suite 800 Dallas, TX 75204 Telephone Number: 214/989-0000 Note: ll'signcd by an officer ol'the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. II' Surety's physical address is different from its mailing ad(h css, both must be provided. The date ol'the bond shall not be prior to the date the Contract is awarded. END OF SECTION (•rlw OI' FUR'I' wowl'II CAYI.01 i MIC GROUND S•I'OIZACiH TANK. STANDARD ('UNSTRll(•'I'ION SI'GC• 11CATIUN 00t•UN9EN'I'ti \\'A'I'I.R. AND DRAINAOH IMPROVE'MI:NTS Ito-ised July I.201 1 C by Project No. 021 1 1 Bond No. SU1131483 I1061 Iv- I aIAINTIAANUk BOND llgw I u1'3 I SECTION 00 fit 19 3 MAINTENANCE 130ND 3 -I '1'l-I E s'rA•rI: OF TEXAS 5 § KNOW ALL, BY THESE PRI.SEN'I'S: 6 COUN'I'Y OF TARRANT § 7 That we North Texas Contractinq, Inc. known as "Principal" herein and Arch Insurance Company ;1 corporate surely 9 (sureties, i1' more than one) duly lluthori=1 to (lo business in the State of Texas, known as 10 "Surely" herein (whether one or more), arc held and firmly bound unto the City of' Fort Worth, a I I nlunicip:ll Cor oration CIVI e(I pursutnit to the laws ol'the State orTexas, known as "City- herein, Pour Million, Five Hundred Ninety Thousand, 13 Ili Ilse ti11111 0l' One Hundred Eighteen and 94/100------ —---------- ------- ------- Dollar's 13 (ti 4,590,118.94 ), IawIi11 rlloney ol'the United States, to be paid in Fort Worth. 14 Tarrant County, Texas, I'or payment ol'which suns well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,,jointly 16 and severally, firmly by these presents. 17 IN 11IHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the ,3 E° day of PAArLc�-r , 20_L:� , which Contract is hereby 20 relcrred to alld a Ill'ide pal't hel'co1' 1'or all purposes as if fully set forth herein, to liu•nish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution ol'the 32 Work, illCIUdlllg any Work resulting front it dilly authorized Change Order (collectively herein, 33 the "Work") as provided R)r in said contract and designated as CAYLOR 5 MILLION GALLON 24 GROUND STORAOF TANK, WATER, AND DRAINAGE IMPROVEMENTS, City Project 25 No. 021 1 1; and 36 37 1VHEREAS, Principal binds itself to use sueh materials and to so construct the Work in 28 accordance with the plans, spccilications and C'ont'act Documents that the Work is and will 29 remain free lroill defects in materials or workmanship for and during the period o1' two (2) Fears 30 alter the date of Final Acceptance ol'Ihe Work by the City ("Maintenance Pc1-iod"); and 31 33 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon reccivingy notice 11ronl the City ol'the need therefor at any time within the Maintenaltcc 34 Period, 'OF;FlIAL RECORD Crroi:IOICTNvoicrt1 �l SlORA61i'I-AN'K. II'ROVE IFNTSSIAN)ARn C'OVSrRlOnO(UMII:N'S ly Pruivcl No.02111 I 3 4 5 h 7 5 9 10 II 12 13 14 15 16 17 18 19 20 0061 ly-2 MAINTI NANCH BOND Page ? W NON-V THEREFORE. the condition or this obligation is such that il'PrincipaI ~hall reniedy any deleelive Work, lilt- which timely notice was provided by City, to a completion satisfactory to the City, then this OhHgmion shall become null and void; Otherwise to remain in lilll 0oree and effect. PROVIDED, HO`'VEVER, if Principal sha11 Mil sow repair or reeonst uct any timely noticed defective Work, it is agreed that the City nmy cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereofbeing borne by the Principal and Me Surety under this Maintenance bond; and PROVIDED FURTHER, Om irany legal action be Filed an this bond, vclluc shall tic in Taunt County, Texas or the United Silltes District Court list the Northern District of Texas, Fort Worth Division; and PROVIDED FUR'IWE?R, that ON obI1L?iltimi shall be continuous in nature and successive recovcl'ies may be had hereon liir stieccssive breaches. CITY OF PORT WORTII S'I'ANDARD CONSTRUCTION ION SI'lit'll'I('A'I'll>\ IH1CliA41'.X'I:ti Rey Adky I.21111 CAYLOR S N16 GROUND STORAGI:'1'ANK. wATIiR, AND DRAIN MIE. IMPROVEMEN'rs (Ty Iffeet Mh 02111 (ll) (111') - •, NIAIVITNANC'I: DOND Pats., oO I IN N-VTYNFSS WHEREOF, (he principal and the Surety have each SIGNED mid SEALED this 2 instrument by duly authorized agents and officers on this the /� �H day of 3 /' 1U,14 , ?0 /S • a 6 7 c) 10 11 12 13 14 15 I() 17 IS 1►) 20 21 22 23 2-4 2i 26 27 28 2() 30 31 32 33 34 36 37 38 39 40 41 A•1'TI:S'I-: (Principal) Seerclary \\)i(ness Its to Principal ATTEST: (Styrtay} Sccrctl r ( 1Viu)ess as to Surety ITI NC')l'A L: North Texa ntracting BY: ,S1L1)illllrC _... _ Zach Fusilier_, Vice President _ Wme and Title A(ICII•ess; 4999 Keller Haslet Rd. Keller, TX 76248 _ SURETY: Arch Insurance Company Sigmuure Robbi Morales, Attorney -in -fact Name nn(I'I'ilie Address: 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 Telephone Number: 214/989-0000 "Note; Ifsigned by an oflicer orthe Surety Company, there must be on file n certified extract from the by-laws showing that this person has authority to sign Such Obligation, II' Surety's physical address is different from its mailing address, both must be provided, The date of the bond shall not be prior to (lie dale the Cont-act is awarded. (•I 1), 01' FORT WORTII C•AYLOR 5 AI(i (MOUND S•I.ORAOL TANK. S•IANI)ARD C ONSTRM-11ON SPECIFICATION DOC IUMFNITS WATER. AND DRAINAC E INIPROVIENIFNTS IW%iced July 1.201 l Oly Projeci No. 0?111 AIC 0000140107 CIS POWER OF ATTORNEY IS NOT VALID UNLESS IT ISPRIN €D i N F-BACKGROUND. _ Tower of Attorney limits the acts of those named herein, and they have no authority to bind the Company exc�the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. - ---HRMPOWER OF ATTORNEY _= Know All Persons By These Presents. That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative�ftiae in Jersey City, New Jersey (hereinafter referred to as the "Comp -any") _does hereby appoint: Don EaComall Lisa M. Bonnot, Ricardo J. Reyna, Robbi Morales, Sophinie ateEand-V. 1 Marshall of Dallas (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: — aW �ndertakings, repMiza!nce2-,amEotMNrisurety obligations, in the penal sum not exceeding Nirre"ilfivn�Doflars ($90.000.000?MW- - This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. _ erred on -of -such bonds, undertakings, recognizances and other sum atbftiw nce of these t r im fi�iu�nat�said Company as fully and amply to all intents ands sh ame had been �eN u� �d acknowledged by its regularly elected officers at its principal administrative offree in Jersey City, New Jersey. I This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on Septembe-A5,_ 2011, true and accurate copies of -which are hereinafter set forth and are hereby certified to by the undersigned. Secreary s emq_in full force andeffec-t TOD, fiMat the Chairman of the and PrMdent, or the Executive Vice President, or any Senior Vice PreSUM, df h"utety = Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and Emottminsurety GUigaRons obligatory in the nature thereof, and any such officers-f orfipaW-"� appoint agents fo"cceptanoozo �cess" IThis Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VO-T-ED,9; a t gnature of the Chairmaa of th"the President, or the Executive Vice President, or any SeniorAlice-President, l o"he-MBUtEPLIdihess Division, p id6is--designated in writing and filed with the Secretary, and tie srgt�a�rf-the— -- - Sfflcnkary t� of the Compan d[ertiWaffd the Secretary, may be affixed by facsimile on any power of-_attarne tad— I executed pursuant to the resolutloff%dopted-may the Board of Directors on September 15, 2011, and any such per so xecuted, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 1 OOML0013 0-0-03 03 Page 1 of 2 Printed in U.S.A. AIC 0000140107 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 12th day of January, 2015. Attested and Certified 1971 Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SSA COUNTY OF PHILADELPHIA SS Arch Insurance Company I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. c+s"Orrw� OF r>tr�r�evt vrwin NOTARIAL SEAL. H€LEN ST.AFRA+N, Notary Public City of PdY Qxo Bonn Explros hlt�c%bar �, li? CERTIFICATION Ze�len ----— Szafran, N tary ubli My commission expires 10/03/2017 I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated January 12, 2015 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this -------day of --------------, 20-----. ---------------------- --------- Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 t,J XMWAU SM 19" OOMLOO13 00 03 03 Page 2 of 2 Printed in U.S.A. ARCH Insurance Company TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: ARCH Surety You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact William J. Misero, Surety, Arch Insurance Company, at the toll -free telephone number or address provided below: Arch Insurance Company Attention: William J. Misero 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 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 149091 Austin, TX. 78714-9091 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 4/12) Printed in U.S.A. ATE A� CERTIFICATE OF LIABILITY INSURANCE D/11/ /°°'Y5 3/11/2015 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 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). CONTACT PRODUCER I NAME: Joyce Reynolds (972) 201-0100 FAX. Newby Hurst LP PHONE Ftl' C No): (972)201-0123 15057 Keller Springs Rd, #400 IE-MAIL ADORESS:jey rnolds@mnhins.com Liberty Plaza II I INSURER(S) AFFORDING COVERAGE NAIC # Addison TX 75001 IINSURER AAmerisure Insurance Company 119488 INSURED North Texas Contracting, Inc. P.O. Box 468 INSURERB:Texas Mutual Insurance Co. 22945 j INSURER C : I INSURER D : I INSURER E : Keller TX 76244 IINSURER F: COVERAGES CERTIFICATE NUMBER:14.15 364 3472 STANDARD REVISION NUMBER: I 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, j EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP I LIMITS LTR INSR WVD POLICY NUMBER IMM/DD/YYYY) IMM/DDNYYY) GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY A = CLAIMS -MADE Fx—1 OCCUR G�EjN'L AGGREGATE LIMIT APPLIES PER: I POLICY I X I PRO- n LOC AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X HIRED AUTOS X AUTOS UMBRELLA LIAB OCCUR A EXCESS LIAB Ij--jl CLAIMS -MADE DED I X I RETENTION $ 0 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? N / A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below CPP2001347 CA2001346 CU2001348 TSF0001120054 (EACH OCCURRENCE $ DAMAGE TO RENTED $ PREMISES (Ea occurrence) 7/31/2014 7/31/2015 I MED EXP (Any one person) $ I PERSONAL & ADV INJURY $ GENERAL AGGREGATE I $ PRODUCTS - COMP/OP AGG I $ ($ COMBINED SINGLE LIMIT We accident) $ BODILY INJURY (Per person) ( $ 7/31/2014 7/31/2015 I BODILY INJURY (Per accident) I $ PROPERTY DAMAGE i $ (Per accident) �$ 7/31/2014 7/31/2015 7/31/2014 7/31/2015 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Caylor 5 MG Ground Storage Tank, Water and Drainage Improvements 'Certificate holder includes CERTIFICATE HOLDER City of Fort Worth 1000 Throckmorton Ft. Worth, TX 76102 The City of Fort Worth CANCELLATION EACH OCCURRENCE ( $ (AGGREGATE I$ I I$ IWC i I OFR X TORY L IA ITS E.L. EACH ACCIDENT I $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT I $ 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000 5,000,000 5,000,000 11000,000 1,000,000 1,000,000 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 Sam Mullis/BARBRA ACORD 25 (2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INSn25r9monrim Thn Arnpin nmm= nnri Innn am rnnicfnrnrl mnrirc of ArK1Rn COMMENTS/REMARKS The General Liability, Automobile 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, Automobile 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, Automobile, Workers Compensation and Umbrella 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. OFREMARI< COPYRIGHT 2000, AMS SERVICES INC. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1 — Definitions and Terminology 1.01 Defined Terms ..................... 1.02 Terminology ........................ Article 2 Preliminary Matters...................................................................... 2.01 Copies of Documents................................................................. 2.02 Commencement of Contract Time; Notice to Proceed ............. 2.03 Starting the Work....................................................................... 2.04 Before Starting Construction..................................................... 2.05 Preconstruction Conference....................................................... 2.06 Public Meeting........................................................................... 2.07 Initial Acceptance of Schedules ................................................. Article 3 — Contract Documents: Intent, Amending, Reuse ......................... 3.01 hntent........................................................................................... 3.02 Reference Standards................................................................... 3.03 Reporting and Resolving Discrepancies .................................... 3.04 Amending and Supplementing Contract Documents ................ 3.05 Reuse of Documents.................................................................. 3.06 Electronic Data........................................................................... Page ............I ..................... 1 .................................. 1 ........ ... I ...................... 6 7 7 ............................................. 8 ............................................. 8 .................... I........................ 9 ............................................. 9 ........................................... 10 ...........................................10 ....................................... 1 1 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands.................................................................................................................. 11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities............................................................................................................... 13 4.05 Reference Points......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article 5 — Bonds and Insurance.......................................................... 5.01 Licensed Sureties and Insurers ......................................... 5.02 Performance, Payment, and Maintenance Bonds ............. 5.03 Certificates of Insurance .................................................. 5.04 Contractor's Insurance..................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace. Article 6 — Contractor's Responsibilities ............................. 6.01 Supervision and Superintendence .................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Re\ ision: Dccenilkr? I. 2012 ........................................................... 16 .......................................................... 16 .......................................................... 16 .......................................................... 16 .............................................1............ 18 .......................................................... 19 .................. I.,........... 19 ..................... I.......... 19 c l Oc lL-ialu Ou IUo15,AOM S.1_NIINA)OQ NOLLV)Al.-):JdS NOI .-)flMLSNOJ (INWINN1S H.L2IOM I2IW AO A-LD }LION �O CIIIigBIdaOO� pLIB SILIOLLInOOQ IOL'.IILIO� �O SILIOLLIa.IUIbO d LIO 3LIOI3IOOU 90 6 8£..........................................................................................paLU.IOVOd }I.IOM.IOJ SUOIIeuTLLI.IaIaQ SW6 8£.......................................................................................................... >fiOM aAIIZ)OJaQ 2UIIOafa� t006 £.................................................................................................. }LION Ln suOIIB.LIY,n pozpoLIInV £0 6 L£................................................................................................................................ axis oI sllsln ZO'6 L£............................................................................................0........ angBluasa.lda�I IaafO.Id SAID 10*6 L£........................................................................... UOIIan.LisLIOD fUlAUCI SUIBIS UOIjBA.Iasgo sAID 6 alaljTV L£............................................................................................... LUB.Io_Id CIa�BS LIIIM aanBlldaio� 60 8 L£............'"""".........."""""""""""""""""""'UOIjIPUOJ IL'jU3LUUO.UAu�j SnOp.IBZLH POSOIOSipu(I 8O 8 L£....................................................................................... saillllgisLlodsa�I s XIID UO SUOIIBIILuIZ L0'8 9£.............................................................................................. SIL'AO.IddV PUE? `SISOI `SUOIIOadsUl 9008 9£.................. ........... ............................... .................................................................S.Iap.IO 3&R3 D S0'8 9£...................................................................................sjsal PUB sj.Toda�j :sjuauiasBd PUB spuel t0'8 9£.............................................................................................4...............0.............. anQ uaLIM XBd £008 9£................................................................................................................................ BIBQ Lislu.Tn j ZO'8 9£....................................................................................................IOIOB_IILIOD OI SLIOIIuOILIlILCTLLiOD IO'8 9£...................................................................................................................salUllglsuodsz)W S,XITJ — 8 atall.TV 9£................................................................................................................................uoIIBLIIp.Ioo� ZO'L S£...................................................................................................................OIIS jB }I -ION PQIBIa2I 10'L S£...................................................................................................................ails 3LII IB }I.IOM.IaLI10—L QIOII V s£.......................................................................................................................L101IBLIlLLIt.tOSIpLIOI� tZ'9 IlpnV oI FLt (-I £Z 9 t£.............................................................................. SaaIA_IaS U'DISaQ IeuOISSaIo.Id Io uollealaQ ZZ 9 £......................................................................................................................... Uotj>;aulucuapuI I Z 0 9 Z£..........................................................................aajue.iellD pull '�ILIB_LIPA/ IB.I01109 SCIOIOB.IIUOD OZ'9 Z£...................................................................................................................1.IOM aLlj 5LTrllulluOD 6109 [£....................................................................................................................................SIBIIILugnS 8I'9 OL.............................................................................................."UOIIBOUIIaaM.IO/puBsalOua�.IaLUH Lt19 O£............................................................................................. SLLIe.IpO_Id UOIIeOiLIIILLILLIOD PJBzBH 9I19 0£..................................................................................................................aAIIBluasa-Ida�I �ja.IBS SI49 6Z.................................................................................................................. UOIIaajO.ld PUB XIQJBS tug 6Z......................................................................................................................SIUaLunOoQ p.Ioaa2t £I'9 8Z....................................................................................................... SBaIV JOLII0 PUB OJISJO aSfl ZI'9 BZ........................................................................................................................................... SazBI I t 09 LZ.4141011106010...................................................................................................SUOQBjlI�?a2I pue SmBd 0I'9 LZ............................................................................................I'll I'll I'll ............saljllijll PUB SITLLLTad W9 9C........................................................................................................... salllVXO2I PUB Saad jualed 80'9 SZ..................................................................................................................................SajB2l Q'BM L049 tZ...................................................................1S_ OtIIQ PUB `S_IOIJMIS `S.IOIae.IlLloagnS foulu.IaauoD 90�9 IZ....................................................................................................... slBnb�]-.IO., PUB sajnjijsgnS SO'9 [Z..........................................................................................................................alnPQIIOS IaafO.ld t049 oZ...........................................................................................ICIQLLICIInb� PUB, `SIBLIaIBN `saOIA.IOS £0'9 OZ................................................................................................................s.Inoll nuI}LION `.IogB�I Z069 10E ' I Z JkNUIa�)(I AIOisin3 y SLNINADOQ NOI_LVJAIJ3dS NOII,-)n.tSNO.J MWUNV.LS 1-1-LWAk IMOJAO AID I9.............................................................................................................sa.mpaaoTd ptte spog4aIN I0'9I I9...................................................................................................................... uotInlosoN a1ndstQ — 9I alaA-td 09....................................................................................... aauatuanuoJ .tod a4ecttut.ta� �eW �4IJ £0 S t 8S................................................................................................... asne,J .toj 31euttutaLL XBIN XIIJ ZO'S I LS...................................:.........................................................................}I.toM puadsnS XeW /�ItJ iOwSI LS........................................................................................ uot1eutttt.ta�, pue }MI.toJo ttotsuadsnS — S I opiI.td LS........................................................................................................................ suttelJ�o.tanteM 60'bI 95........................................................ aseala-�d a4eutLIOd letl.ted pue poXe[aQ uopoldutoJ leutd 80mtI 95..............................................................................................................................JuatuXed IButd LOON SS....61.1611111.................1001111..4400.0400040000040..400..000..........................40011100000000000.00.006060aatteldaaad leutA 90't7I SS........................................................................................................................... uotlaadsul letud SfYt7 [ SS.......................................................................................................................4uotjezIpjfJ Jtl.ted t7O't7I pS.................................................................................................. a aII I 30 XIue.tTeM s ToIae.tIttoJ £O h [ ZS...................................................................................................................... sIuatu/Ced ssaT20-td Net[ ZS....................................................................................................... ...............sanlen Jo a[npatlaS [ 0't I ZS.................................................................................... uoga[dtuoD pue .tolae.quoJ of sjuatu/Ced t,i alaq.td TS............................................................................................. x.toM ant�aa�aQ �aa.tToJ �eW ��TJ 60'£i I S...................................................................................................>[TOM antIaaJaQ Jo aatteldaaaV 80' £ I OS........................................................................................................................ pottad tt011301toJ L04£ I OS................................................................................>IToM ant1aaiaQJo lenoutaU.to ttotIaa.t.toJ 90'£I 6v.............................................................................................................?.I.toM at14 do4S eW �JtJ SO'£[ 6t7...............................................................................................................a........?[.toMfuttanoattn t�0s£[ 3.................................................................................................................. suopoodsul pue sisal, £0' £ I 8 fi........................................................................................................................... }LtoM 01 ssaaav ZO' £ i 8p........................................................................................................................ s�amb aj of aaI iNL T0'£I 8t...................... )I.toM an1130JOGJO aaueIdaaaV .10 [enoLua�l `tt01130.1.10J :suotjaadsul pue SIsaZ — £ [ alatl.td L�............................................................................................................ autts �ae.t�uoJ �o a�ttetIJ ZO Z I 9t............................................................................................................ aat.td TaeTIuoJ Jo aOttetID I04Z I 917.................................................................QLUIJ 1ae.tjuoJ�[o anuet[J °aatTd IaeTIUOD JO a�uegD — ZI alatj.td SJ7............................................................ .......................................... jttautamseahl XTtIuenh sueid t70o I I p�.......................................................................................................................... }IToM aat.td stun £b.................................................................................................................................. saauen 011V Zoe [ I Ib................................................................... ......................................... mama ..... ....NToM OLDJO I of 10*1 I T�......................Ittauta.mseaIN CIquen() sueld `>I10A1 aat.td stun `saauenNotTV `�IToM ac[ljo IsoJ — T [ alatltd Ob............................................................................................................. ssaao.td sture[J Iae.tIuoJ 90401 6£..................................................................................................................��a.ms o� uot�eatlt�ol\I SO�OI 6£.................................................................................................................................. �I.toM eTIld t70'0I 6£.......................................................................................................s.tap.tp a2uetlJ.Io uot1naaax�j £000I 6£........................................................................................... >[.loM at11 ut SOic)MID pazt.tot[jneun ZO'OI 8£............................................................................................... >I-10rY1 atll ut tt sa2egJ PaztT1l otiid IO'OI 8£................................................................................ >[-toM e.tlxA `sutteiJ `}LtoM at[j ut saDuetlJ OI alatj-t� Article 17 — Miscellaneous .................. 17.01 Giving Notice .................. 17.02 Computation of Times .... 17.03 Cumulative Remedies ..... 17.04 Survival of Obligations... 17.05 Headings .......................... CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Rc\ ision: December-21- '_012 ............................................... 62 ............................................... 62 ............................................... 62 ............................................... 62 ............................................... 63 ................................. I............. 63 00 72 OU - 1 General Condition Pace 1 of 6, ARTICLE I — 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 tern, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. to 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. Adclendu—Written or graphic instruments issued prior to the opening of Bids which clarity, correct, or chan-e the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Pcn�ment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Aiv(trcl — Authorization by the City Council for the City to enter into an Agreement. 6. Bicl—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Brtsiness Den, — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buz s(tiv — City's on-line, electronic document management and collaboration system. 12. Cctlenclur Den, — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFC'ATION DOC'UNIENrS Revision: December21. N12 0072 00 - 1 General Conditions Pau,e 2 of 63 13. Changae Orcler—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. Cite— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. Cit>> Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. Citt, Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City 11lIcncuger — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Clain —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Cono-cict—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Tine —The number of days or the dates stated in the Agreement to: (1) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Conticictor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Hlork—See Paragraph 1 1.01 of these General Conditions for definition. CITY OF FORT \VORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dve bo-2l.2012 0072011-I General Conditions 25. Damage Claims — A demand for money or services arising fi-om the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. DcY or day — A day, unless otherwise defined. shall mean a Calendar Day. 27. Director of,ii,iwion — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director' of Parks and Comnlrnlih, Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planni»g and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of ' Transportation Public 1,Morks — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of f+uter Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Di -mein- —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. 33. Effective Date of'the Agreement --The date indicated in the Agreement on which it becomes effective, but if no Such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer --The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Erti-o H,`ork — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded \vork type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT \VORII I STANDARD C'ONSTRUC1lON SPGCIFCA"rION DOC'U\4ENTS Revision: Dccendmr21, 2012 0072 00 - 1 General Conditions Pose 4 of 6, 38. 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. 39. General Rednirements—Sections of Division I of the Contract Documents. 40. Hazardous Er7vir-onnrental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hcrzcrrdou.s Kiwe—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laivs cord Regrtlations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project fields, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or S25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Aw(ircl--The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Pr-oceecl--A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fire] oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT NVORTFI STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: IX-vember31. 2012 007'00-I General Conditions P'tee � of63 51. Project Schechde—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. 52. Project —The Work to be performed under the Contract Documents. 53. Project Representative —The authorized representative of the City \vho \,vill be assigned to the Site. 54. Public jl1Ieeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Rcrclioactive Allaterial—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular flVor•kirrg Hortrs — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Scnmples—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. 58. Schechrle of Srrbnrittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schechrle of Valares—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. 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. 62. Srrbconlractor'—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. CITY OF FORT \VORTI I STANDARD CONSTRUCTION SPECIFCA'IION DOCUNIENTS Re\ision: a- emlxr21. 2012 00 72 00 - 1 General Conditions Page 6 ol'6, 63. SlIbMiucils—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. 64. Succcs.Od Bicicler—The Bidder submitting the lowest and most responsive Bid to Nvhom City makes an Award. 65. Szrpel-huen&-171 — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary ColldiliOlU—That part of the Contract Documents which amends or supplements these General Conditions. 67. 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. 68. U»dei`grozind Facililies—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. 69. Unit Price 1hork—See Paragraph 11.03 of these General Conditions for definition. 70. 1,17eekeud TVorkiirg Horns — 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. 71. [Cork —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Ifoi-king Dcw — 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 Tei-minolog�, A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Iuteut of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFC'ATION DOCUMENTS Revision: December 21. 2012 00 72 00 - 1 General Conditions Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. it is intended that such exercise of professional judgment, action, or determination will be solely to evaluate. in general, the Work for compliance Nvith the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Instull, Pei form, Provide . 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract DOcunlCutS, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Connnencentent of Contract Time; Notice to Proceecl The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT N-VORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Ihccem{xr 21. 2012 00 721 00 - I General Conditions P Le X of 03 2.03 Starting the GVork Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starling Construction Barselinc Schechtles: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a PFCCOnStructlOn Conference as specified in the Contract Documents. 2.06 Public Yllceting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initinl.4cceptcrnce of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance Nvith the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred fi-om the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to city. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Recision: DeCenlhel''I.'011 007'00-1 General C onditions Page 9 of 03 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 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 Nvere no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any Such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No Such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Rel-orting (1nc! Resolvin; Discrel)crncies A. Reporting Discrepancies: Contractor's Review, of Contract Docrnnel7ts Before Starting Work: Before undertaking each part of the Work, Contractor shall carefiilly study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding Nvith any Work affected thereby. 2. Contractor's Review, of Contract Documents During Pelformanee of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORT1I STANDARD CONSTRUCTION SPFCIFCATION DOCUMENTS Revision: December_L 2012 007'_00-1 General Conditions Pagc 10 or63 6. 1 %.A) until all amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolvinc- Discrepal7cies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy betAveen the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Aine'17C%U7I(,I c117d Suppleinenting Cont1'cict DOcitinenls A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.1 8.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without Nvritten consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: De emtxr?I. 2012 00 72 00 - I General Conditions Paee 1 I oW, B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Dnlu A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be Felled upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files \-vill be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting fi-om the use of software application packages, operating systems, or computer hardware differing fi-om those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 .41wihihiliti� (?11(mcly A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-�vay, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall fiirnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTI 1 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Re%ision: Decendber21.2012 0072 00 - 1 General Conditions Pa<,e 13 of 61 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Szzbszn face and Physical Conditions A. Reports and Drairings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site, and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differina� Sztbszn Jizce or Phisical Con(litions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decendxr31. 1011 00 7? 00 - 1 General Conditions Pace I, of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Act ustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shoivn or Indicated: The infonration and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data ftimished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have fall responsibility for: a. reviewing and checking all such information and data: b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all Such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Inclicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before ftirther disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUNIENTS Re\ ision: Dccember31, 2012 007'00-1 General Conditions Paae 14 of o" Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to ',which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgeworlc. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hcr_nrclons Envir-017177e7101 C01761itiO17 cut Site A. Reports and Drurt•irr;s: The Supplementary Conditions identify those reports and drawings kno\vn to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Linutecl Reliunce h ' V Contractor on Technical Data Authorized. Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT \WORTH STANDARD CONSTRUCTION SPECIFCA IION DOCUMENTS Revision: Dsernlxr21.201' 007200-1 General Conditions Page IS of6, construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn fi-om any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (11) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resurned. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted bi, Lairs cmcl Regulations, Contr•cretor shall indernno) care/ hold harmless City, fi•oni and crgcrinst all chinas, costs, losses, and c%11770ges (including brrt not limited to all fees and chcirles of engineers, architects, attorneys, and other prgfessionals and all court or arbitration or other dispute resohrtiorr costs) al-i.sirrg orrt of' or relcitirrg to ci Hcrzardorrs Errvirrorrmental Condition created by Contractor or by cnrvone for ii,honr Contractor is responsible. Nothing in this Paragraph 4.06.G sholl obligate Contractor to indernnifv ani, individual or entity fi om rnrd against the consequences of that inclividrral 's or entity 's orvn negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT \VORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December 21, 2012 00 7? 00 - 1 General Conditions Page 16 of 6= ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sin-eties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, P(winent, cnad Nlaintencince Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as Security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or 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 terrnmated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event (Jiving rise to such notification, provide another bond and surety, both of \which shall comply \vith the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Recision: Acemhcr?I. 201? 0072 00 - 1 General Conditions Page 17 ol'03 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 all 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 worl<ers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand Such certificates or other evidence of full compliance with the insurance requirements or fallur'e of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain Such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. hl CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decemher21.2012 007-100-1 General Conditions Paee IS of 6; lieu of traditional Insurance, alternative coverage maintained through Insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insin-ance A. 1,Vorkeis Compensation and Einplo-vers' 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Deceniber31. 2012 007'_00-1 General Conditions Pace N o1'61 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in \writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Arrtolnobile Liabiliti,. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-o\vned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty worl< is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of'Polic�, Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of 'Boncls and Insurcnce; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in \vriting of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Srrperintendelwe A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT \VORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Deccnib r21. 2012 00?300- 1 General Conditions Page 30 of 01 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent Nvho shall not be replaced without written notice to City. The Superintendent will be Coutractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; TVorking Horns 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. 6.03 Services, Materials, cnnd Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume fill responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, firel, 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. CITY OF FORT \VORTF1 STANDARD CONSTRUCTION SPFCIFCATION DOCUMENTS Revision: December 21, 2012 00 72 00 - I (,encial Conditions Page 21 or63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Worl< shall be the latest model at the time of bid, unless otherwise specified. 6.04 Prolect Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Ot•-Eclual " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is fiinctionally 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 C'ity's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the Purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics-, CITY OF FORT \VORT1I STANDARD CONSTRUCTION SPECIFCATION DOCUNIENTS Recision: Decendxr21.2012 007'00-1 General Condiuon> Pasc _"_ ol'6, 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) \vhether 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; CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFCATION DOCU\RENTS Revision: Dc ember21, -'01" 00 72 00 - 1 General Conditions Page 23 of 03 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty-, and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute C017str'ttc'tiorl Allethocls or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. Citv's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to ftimish 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 inderrrr7i11) and hold harndess ON and cinvone directli• or indirectlh, employed by them fi-om and against any and all claims, damages,e losses crud -,Menses (inchrding attornevs fees) arising out of the use of substitzrted materials or equipment. E. Citv's Cost Rehnbw-senrent: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed Substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's E.ypense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFCATIONN DOCUMENTS Recision: December21. 2012 00 7? 00 - 1 Cieneril Conclitions Pnsc 24 of I„ G. City Srtbstitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Srthcontrnctors, Suppliers, cmciOthers A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Orclincrnce Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (NIBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE 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 MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: De emtxr2I. 2012 00 7? 00 - 1 General Conditions Prae'_� of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or fiu-nishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement betweeii Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wci e Rates A. Dial- to pcn- Pret,ailin 1+'(q,,e 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. Penaltu, for iriolotion. 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. Conlploints of Violations un(I 0w Determination of Goocl Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st clay 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 fiull 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. CITY OF FORT WORT] i STANDARD CONSTRUCTION SPFCIFCATION DOCUiN4FNTS Revision: f3ccenba-2I. 201 ) 007200-I General Conditions Pace 26 or63 D. 41-bitration Recptirecl if Violation Not Resoli,ecl. 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 Nvith 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 1 I th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Recorcls to be jlllaintained The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the \, orl<, maintain records that show (1) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Pcrt�rnents. 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 f+'age Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Ro alties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a ID particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor fi-om its obligations to pay for the use of said fees or royalties to others. B. To the _ Blest extent permitted bi, Lem's uncl Regulations, Contractor shall indenvnif cmd hold harmless ON,,fi-orr7 cmd against all claims, costs, lasses, cold danrcrges (including but not limited to all fees and charges of engineers•, (irchitects, attorne.Vs, and other pr-gfessiorrals cmd all corrr•t or arbitration or other dispute resohltiO17 costs) crri.Sirlg out of or relating to ani, infringement of patent rights or copyrights incident to the rise in the performance of the TVork or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC'IECATION DOCUMENTS Revision: December21. 2012 00 72 00 - 1 General Conditions Paee'7 of61 the inco17)orotion in the 1'Vork of a11r' im,ention, clesign, process, procll/c't, of clevic'e not V)ecified in the Co11lrw't Doc11111ews. 6.09 PerInits and Uldilies A. Contractor ohlainecl permits arld licenses. Contractor shall obtain and hay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. Cih• obtained hermits c/ncl licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. O1tlstuiulinl permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Lams crllcl Regnlations 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 CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: a-cember'I. 2012 00 7? 00 - 1 General Conditions Page 38 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Tares A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 7871 1; or 2. taxinfo taxforms/93-forms.htull 6.12 Use of Site and Other ,l reas A. Limitation on Use of'Site and OtherArcas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: EX- ember21.201-1 00 72 00 - I General Conditions Pace _'y of 03 3. Should any Damage Claim be made by any such owner or OCC_upant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall inclenmifi� aria' hold harmless Citt,, .from arnd against all claims, costs, IOSSe.S, and dcnncrges arising out of or relating to am claim or action, legal or equitable, brought by ar?u such ou•rrer or occupant against Citt,. B. Removal of Debris During Performance of the TlVork: During the progress of the Work Contractor shall ]seep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic conununication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Saf-ty 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 CITY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Re\ ision: DocembLr21. 2012 00 71 0() - 1 General Conditions Pa c ,0 oT63 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, ,vhetlier in storage ou 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 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Represenlulivc Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hcr orcl Conmumicution Pi-ogrcuns Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Enrei-lgei7cies anti/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTI I STANDARD CONSTRUCTION SPR IFCATION DOCUMENTS Revision: Iktendxr Z I. ?012 General Conditions Pace +I o1-61 changes in the Work or variations fi-om the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to sucli an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request fi-om the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents. the City shall give the Contractor written notice that Such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Si, lb177i8C1/S A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon Nvhich the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT NVORTI-I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21. 2012 00 7T 00 - 1 General Conditions Pau**e 3_' of h3 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. Crtl' .S' Revie11': City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 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 Contact Documents. 6.19 Continuing, the ffl'ork Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otheitivise agree in writing. 6.20 Corrtr•crc•tor's General TlTcn rcrnt>> and Giwi crntee 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 Contactor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFCATION DOCUMENTS Revision: Doccnib r31. 2012 00;200-I General Condnwn; Pau'c 33 ol'o" 2. normal \,vear 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. reconunendation or payment by City of any progress or final payment; ID 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and Sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGESBEING SOUGHT WERE CAUSED, IN WHOLE OR 1N 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Rcvision: 13 ember?I, 2012 007200-1 General Conditions Paee 4 of (i SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Seri)iees 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 perfori nance 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. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.1 S.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment tinder this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAIION DOCUMENTS Revision: Decemb r2l, 2012 00 73 00 - 1 General Conditions Past ii of 6, Subcontractor facilities, and shall be provided adequate and appropriate \vork space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part Nvith 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 cis amenclecl: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related ffl'ork 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 N-vork 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 o\vner, 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 worl<; 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. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC'IFCATION DOCUMENTS Re\ ision: Decendxr? 1. 21012 00T'_00-I General Conditions Passe 36of63 7.02 Coorclincition A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Coll rrr7Lrrliccrtio17s to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands cord Easements; Reports erne! Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Charge Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUiNIENTS Revision: Dxcmtxr31, 1012 00 73 00 - 1 General Conditions Page 37 of 63 8.07 Limitations on Citv'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 \vith the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Unclisc°losecl Hctzcn-clotis Envi7-0171nentol Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Contplicmce rith Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of \vhich City has been informed pursuant to Paragraph 6,14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 Citt, 's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents, The Project Representative(s) will be as provided in the SuppleuTentary Conditions. 9.02 i,'isits to Site A. City's Project Representative will Make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dcvemtxr? 1. 2012 0072 00 - 1 General Conditions Pngc 3� of63 9.03 477thori e(l V crriations in l ork City's Project Representative may authorize minor variations in the Work fi-om the requirements of the Contract Documents Nvhich do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting, Defective TIWoi-k 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 fiulctioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for [Cork Per formed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisior7s or7 Reclzrirei77er7ts of Contract Docu777er7ts a77c1 AcceRtcrbiliti, of [,Cork A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Aartl7ori ed Cl7cnr,es ir7 the [,Cork 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 otheiAvise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFCATION DOCUNIENTS Revision: December31. 10121 007200-1 General Conditions Page 39 of 63 10.02 Unarrthori_ed Chongcs in the Work Contractor shall not be entitled to au increase in the Contract Price or au extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of C1 nr,e Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (1) ordered by City pursuant to Paragraph 10,01.A, (11) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (In) agreed to by the parties; 2. changes in the Contract Price or Contract Time \which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a fiilt, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unluTown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Sw,ety 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. CITY OF FORT \VORTI I STANDARD CONSTRUCTION SPF.CIFCATION DOCUMENTS Revision: IA2 ember21. 2012 007200-1 General Conditions Page 40 of 6; 10.06 Contract Octhuy Process A. City s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party malting the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. Citi`,Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECTECATION DOCUMENTS Re\ ision: Decenitm ? I. 2012 00 72 00 - 1 General Conditions Paae-41 o(o; D. City's written action under Paragraph 10.06.0 will be final and binding, unless City 01- Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accorclance with this Paragraph 10.06. ARTICLE I 1 — COST OF THE VVORI{; ALLOWANCES; UNIT PRICE «'ORK; PLANS QUANTITY MEASUREMENT 1 1.01 Cost of the lhork A. Costs Incli0ed: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 1 1.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work nuclei- schedules of job classifications agreed upon by City and Contractor. Such employees shall include, \without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed fiill time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55`%> markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment fiirnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT \VORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decenilxr2l. 2012 00 72 00 - 1 General Conditions Page 42 of 63 d. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. if required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractors Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 1 1.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor- is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and conurrunication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT \VORTH STANDARD CONSTRUCTION S13ECIFCATION DOCUMENTS Recision: Decsmher21. 2012 00 7? 00 - 1 General Conditions Pay=e 4, of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and raintain. B. Costs Evcluclecl: The term Cost of the Work shall not include any of the following items: Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers. engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerics, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 1 1.0I.A. I or specifically covered by Paragraph 1 1.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Conlraclor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.0I I.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0LA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified AllorT,cmce: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-hicl Allorrcunces: 1. Contractor agrees that: CITY OF FORT WORII I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Iktemher_'I. _1013 00 7? 00 - 1 General Conditions Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Coming-enci, A1101a'ance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due 11 Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price 14 ork A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sun of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Ouantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Re\ ision: Dec-emtxr'_ 1. 2012 00 72 00 - I General Conditions Paue 4S of6; 2. if the changes in quantities or alterations significantly change the character of ~N ork, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plcros Ouantitt, Alfecisurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) fi-onT the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT NVORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dc emtxr21. 2012 00 7? 00 - 1 General Conditions Pace 46 of 63 E. For callout work or non -site Specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 0741176'e of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 1 1.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump SLIM or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any Secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.0 I.Q. C. Contructor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a Mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l .A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); I) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0I.C2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCA'tION DOCUN9ENTS Revision: December-1— 101? 00 72 00 - I General Conditions P ,_,c 47 of b; tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of Such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path N/lethod analysis ]low the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be filrnished by the City. CITY OF FORT \VORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dcvember21. 2012 00 72 00 - 1 General Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Afotice ofDeIects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to 1,11ork 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. 13.03 Tests anc11nsl_)ections 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 fill responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORT1I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Re\ ision: Deccinba 21, 1-012 007200- 1 General Conditions Page 4O of 0, 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will Hot issue Final Payment until the Testing Lab is paid. E. If any Work (or the ~,work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering YlAork A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it Must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question. filrnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 Citt, AlIay Stop the iVork 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 Hot give rise to any duty On the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC'IFCATION DOC't1MENTS Revision: December21, 2012 00 72 00 - 1 General Conditions flaue S0 oi'6, Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Ren701Y11 of Defective IC67-; 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 tinder the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's ',written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decemtxr21. 2012 00T_)01)-I General Conditions Page �1 46, C. hl special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run fi-om an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obliation oi- 1 warranty. The provisions of this Paragraph 13.07 shall not be construed as a Substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 11cceptw7ce of'Dglective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 ON 111IcnY Correct Defective 1117ork A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decemba-21. 2012 007'00-I General Conditions P Le �' or6; costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and \vill be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress PaYmenls A. Applications. for Pat�naents: 1. Contractor is responsible for providing all information as required to become a vendor of the city. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If paynnent is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December'I. 2012 00 72 00 - 1 (ieneril Conditions Paee 53 ol'63 B. Review ol'Applicolions: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's 1<11owledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning \whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed tinder Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Worl< beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Worl< or complete Work in accordance with Paragraph 13.09; or CITY OF FORT \VORTH STANDARD CONSTRUCTION SPF.C'IFCATION DOCUMENTS Recision: Dctendkr21. 2012 00 72 00 - I General Conditions Page j4 ofh; C. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph I5.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%,). D. Ligtticlatecl Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted fi-om the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Pai ntertt: Contractor Nvill be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Re(hlctiO17 in Pcn'ment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refiises to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's 1,Farrann, of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment. whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Re\ ision: Decollber2l. 101- 00 72 00 - 1 General Conditions Page ji ol'63 14.04 Partial Utili=cation 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 ftlnctirnring and usable part of the Work that can be used by City for its intended purpose % ithout significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final M.spection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Worl< or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Finul Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21. 2012 00 7? 00 - 1 General Condition~ Pase '�A of of 14.07 Final Pcivnient A. ,Application for Pcn'naenl: Upon Final Acceptance, and in the opinion of City. Contractor- may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Pctrntew Becomes Drte: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delctt�ed and Partial RetainaQe Relectse A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and \vithout terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT \\ ORTII STANDARD CONSTRUCTION SPEC IFCATION DOCUMENTS Re\ ision: Decendxr3l,1_012 00 7? 00 - 1 General Conditions Pasc 57 of6', portion of the NVork fully completes] and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Pcirlicul Retaingge Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all Submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 i�hcaiver of 'Clainls The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for aiiyflum, done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected Nvith the Contract. ARTICLE 15 — SUSPENSION OF NVORK AND TERMINATION 15.01 Cite il/M.Y Suspend 1111ork A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and Nvhich may fix the date on which Work will be resumed. Contractor shall resume the Work ou the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. Crll' OF FORT WORT] I STANDARD C'ONSTRUCI"ION SPECIFCATION DOCUNQENTS Revision: Dctemlxr21. ?012 00 72 00 - 1 General Conditions Page SS of G3 15.02 Citr% AIatl Tern inctle.for Currse A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: Contractor's persistent failure to perform the Worl< in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having -jurisdiction; 3. Contractor's repeated disregard of the authority of City: or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry ou the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: 13ccembo-21. 101? 007200- 1 General Condition, Pace �9 of (u obligations, then City, Nvithout process or action at law, May take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety fi-om the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting fi-om completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherNvise prescribed by la\v. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT wORTI I STANDARD CONSTRUCTION SPLCIFCATION DOCUMENTS Re\'ision: Ckicmtxr2I.2012 00 72 00 - I General Conditions Paec 60 ol'63 15.03 Citi• Yllcnv Terminals For Cojwcnience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon Nvhich such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or Subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Recision: D cember21. 2012 00 72 00 - 1 Cieneral Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): I. completed and acceptable Work executed in accordance \vith the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on Such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the Nvhole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 jIllethods crncl Procechires A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision Linder Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Daember2l. 2012 00 7? 00 - I General Conditions Pace t,2 C11,61 1. elects in \vriting to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process: or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Gin,ing 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: ID 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 1<nown to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Compzttotion 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 clay of the period. 17.03 Cwnidatiiv Remeclics 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. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPEC'1FCATION DOCUMENTS Re\'ision: Decem(xr31. 1-012 00720I- I Gcncral Conditions Nge 6; oft„ 17.04 Survival of 'Obligotions All representations, indemnifications, Nvarrantics, and guarantees made in, required by, or given in accordance with the Contract Documents, as Nell as all continuing obligations indicated in the Contract Documents, 1vill survive final payment, completion, and acceptance of the «York or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH sTANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece ber?1, 2012 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-1.01, "Defined Terms" Add Definition: Substantial Completion — The date at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of the Citv. the Work (or a specified Dart thereofl is sufficiently comDlete, in accordance with the Agreement and all Contract Documents, so that the Work (or a sDecified Dart thereof) can be utilized for the Dumoses for which it is intended. The terms "substantially comDlete" and "substantially com_Dleted" as aDDlied to all or _Dart of the Work refer to Substantial Completion thereof. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of September 19, 2014: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. ADDENDUM #1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 00 73 00 - 2 SUPPLEMENTARY CONDITIONS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Page 2 of 5 If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of October 24, 2014 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Tri-County Electric Overhead/Underground electric conduit to be installed Concurrent with as part of this contract. construction Verizon Telephone Service Relocation Concurrent with construction The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report, Report No. 103-13-165-3, dated June 9, 2014, prepared by CMJ Engineering, a sub -consultant of Kimley-Horn and Associates, a consultant of the City, providing additional information on geotechnical conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: ADDENDUM #1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.0413., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of. $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident J $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None. SC-6.04., "Project Schedule" Project schedule shall be Tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: ADDENDUM #1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 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 Heavy and Highway Construction Prevailing Wage Rates 2008 and 2008 Prevailing Wage Rates Construction Industry SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: City of Fort Worth Building Permit for Electrical Trade (City will submit application only. City will waive fees associated with this permit.) SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: Grading Permit Building Permit Application SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of November 13, 2014: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION fL City of Fort Worth Contractor SC-7.02., "Coordination" Grading Permit (per platting requirements) Building Permit for Electrical Trade (City to file application only, fees to be waived by the Citv.) TARGET DATE OF POSSESSION January 2015 As Part of Contract The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Tri County Electric Unit 1 and Unit 2 Contractors, if different Verizon Scope of Work Overhead/Underground Electric Relocation Coordination between contractors to accommodate installation of Work. Telephone Relocation SC-8.01, "Communications to Contractor" None ADDENDUM #1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Coordination Authority City City City CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-9.01., "City's Project Representative" 2 3 The following firm is a consultant to the City responsible for construction management of this Project: 4 '\ 5 Kimlev_ -Horn for Construction Administration 6 7 Construction Inspection by the City 8 9 SC-13.03C., "Tests and Inspections" 10 11 None 12 13 14 SC-14.10, "Substantial Completion" 15 16 Add the following_ Section as follows: 17 18 14.10 Substantial Completion (Unit 1 Only) 19 A. When Contractor considers the entire Work sufficiently complete, in accordance with the 20 Contract Documents and this Agreement, such that the City may imDlement or use the Work for 21 its intended purpose. Contractor shall notify the City in writing that the entire Work is 22 substantially comDlete and reciuest that the City issue a letter of Substantial ComDletion. 23 Contractor shall at the same time submit to the City an initial draft Dunch list to be completed or 24 corrected before final acceptance. 25 B. PromDtly after Contractor's notification, City and Contractor shall make an inspection of the 26 Work to determine the status of ComDletion. If City does not consider the Work substantially 27 complete, City will notify Contractor in writing giving the reasons therefore. 28 C. If City considers the Work substantially comDlete. City will deliver to Contractor a letter of 29 Substantial ComDletion which shall fix the date of Substantial ComDletion. There shall be 30 attached to the Letter of Substantial Completion a list of items to be completed or corrected 31 before Final Acceptance. 32 D. At the time of receipt of the letter of Substantial Completion, City and Contractor will confer 33 regarding City's use or occuoancv of the Work following Substantial Completion. All surety_ 34 and insurance shall remain in effect until Final Payment. 35 E. After Substantial Completion, the Contractor shall DromDtly begin work on the Dunch list of 36 items to be completed or corrected Drior to Final Acceptance. In aDDroDriate cases. Contractor 37 may submit monthly AI)Dlications for Payment for comD_ leted Dunch list items, following_ the 38 Drogress Davment Drocedures set forth herein. 39 40 41 SC-16.01C.1, "Methods and Procedures" 42 43 None 44 45 46 47 END OF SECTION ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised April I, 2013 City Project No. 02111 Ill 1105-1 SUNINIARY OF \\CORK Paee I of-4 l SECTION 01 11 05 2 SUMMARY OF WORK 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 3. Modified 1.4.13.1 11 4. Added 1.4.13.2 12 5. Added 1.4.0 & 1.4.F 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price - Work associated with this Item is considered subsidiary to the various 19 items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 21 price. 22 1.3 REFERENCES f NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Work Covered by Contract Documents 25 1. Work is to include furnishing all labor, materials, and equipment, and performing 26 all Work necessary for this construction project as detailed in the Drawings and 27 Specifications. 28 2. The work for this project is located as follows: 29 a. Unit 1 30 1) hlcludes the 5 MG GST and site improvements associated with the tank. 31 b. Unit 2 32 1) Includes the drainage improvements associated with the tank overflow 33 along N. Caylor Rd from the proposed tank site to Keller Haslet Road 34 B. Subsidiary Work CITY OF FORT NVORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\'ised December 20, 2012 City Project No. 02111 01 11 Oi-2 SUMMARY OF WORK Pa,-,c , of i 1 I . Unit Price Bid - Any and all Work specifically governed by documentary 2 requii'eillelltS for the project, such as conditions imposed by the Dra\vings 01' 3 Contract Documents in \Which no specific iteill for hid has been provided for In the 4 Proposal and the iteill is not a typical unit bid item included oil the standard bid 5 item list, then the: iteill shall be considered as a subsidiary iteill of Work, the cost of 6 \vhlch Shall be included in the price bid in the Proposal for various bid items. 7 2. Lunio Sun) Price — Anv and all Work specifically (-yoverned by documentary 8 requirements for the prolect, such as conditions ii-nnosed by the DI'a\vrnQs Or 9 Contract Documents are Included in the total IUIuD Sum price bid. 10 C. Exarriniation of the Site i 1 1. Visit the site, to compare drawinu.s and specifications with anv work in place, and 12 observe all site conditions, includina. other work, if anv, is being_ Derforilled. 13 Failure to visit the site shall not relieve the Contractor front the necessity of 14 f irnishin<( materials or nerfornliniz work required to comDlete work in accordance 15 \vith the Contract Documents. 16 D. Use of Premises 17 1. Coordinate uses of premises under direction of the City. 18 2. Assume full responsibility for protection and safekeeping of materials and 19 equipment stored on the Site. 20 3. Use and Occupy only portions of the site, public streets and alleys, or other public 21 places or other rights -of -way as provided for in the ordinances of the City, as shown 22 in the Contract Documents, or as may be Specifically authorized In writing by the 23 City. 24 a. A reasonable amount of tools, materials, and equipment for construction 25 purposes may be stored in such space, but no more than is necessary to avoid 26 delay in the construction operations. 27 b. Excavated and waste materials shall be stored in such a way as not to interfere 28 with the use of spaces that may be designated to be left free and unobstructed 29 and so as not to inconvenience occupants of adjacent property. 30 c. If the site or street is occupied by railroad tracks, the Work shall be carried on 31 in such manner as not to interfere with the operation of the railroad. 32 1) All Work shall be in accordance with railroad requirements set forth in 33 Division 0 as well as the railroad permit. 34 E. Work within Easements 35 1. Do not enter upon private property for any purpose without having previously 36 obtained permission froill the owner of such property. 37 2. Do not store equipment or material on private property unless and until the 38 specified approval of the property owner has been secured in writing by the 39 Contractor and a copy fiirnished to the City. 40 3. Unless specifically provided otherwise, clear the site, all rights -of -way or 41 easements of obstructions which must be reilloved to make possible proper 42 prosecution of the Work as a part of the project construction operations. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \vATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 201 ) City Project No. 021 11 01 2i 00 - I SUBSTITUTION PIZOCEDURES Paae 1 of 4 I SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 1 1 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Modified 1.2A.1 16 2. Added 1.2A 2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division I — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Unit Price - Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item. 24 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 25 rp ice. 26 1.3 REFERENCES [NOT USED[ 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Request for Substitution - General 29 1. Within 30 days after award of Contract (unless noted otherwise), the City will 30 consider formal requests from Contractor for substitution of products in place of 31 those specified. 32 2. Certain types of equipment and kinds of material are described in Specifications by 33 means of references to names of manufacturers and vendors, trade names, or 34 catalog numbers. 35 a. When this method of specifying is used, it is not intended to exclude fi-om 36 consideration other products bearing other manufacturer's or vendor's names, 37 trade names, or catalog numbers, provided said products are "or -equals," as 38 determined by City. CITY OF FORT NVORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised July 1, 2011 City Project No. 021 1 1 01 25 00 - SUBSTITUTION PROCEDURES Paee 2 of 1 3. Other types of equipment and kinds of material may be acceptable substitutions 2 under the following conditions: 3 a. Or -equals are unavailable due to strike, discontinued production of products 4 meeting specified requirements. or other factors beyond control of Contractor; 5 or, 6 b. Contractor proposes a cost and/or time reduction incentive to the City. 7 1.5 SUBMITTALS 8 A. See Request for Substitution Form (attached) 9 B. Procedure for Requesting Substitution 10 1. Substitution shall be considered only: I 1 a. After award of Contract 12 b. Under the conditions stated herein 13 2. Submit 3 copies of each written request fOr Substitution, including: 14 a. Documentation 15 1) Complete data substantiating compliance of proposed substitution Ivith 16 Contract Documents 17 2) Data relating to Changes lu construction Schedule, xvhcu a reduction is 18 proposed 19 3) Data relating to changes in cost 20 b. For products 21 1) Product identification 22 a) Manufacturer's name 23 b) Telephone number and representative contact name 24 c) Specification Section or Drawing reference of originally specified 25 product, IFICludlilg discrete name or tag nlJlilber assigned to Original 26 product ill the Contract Documents 27 2) Manufacturer's literature clearly marked to show compliance of proposed 28 product with Contract Documents 29 3) Itemized comparison of original and proposed product addressing product 30 characteristics including, but not necessarily limited to: 31 a) Size 32 b) Composition or materials Of COl1Sti'UCtIOn 33 C) Weight 34 d) Electrical or mechanical requirements 35 4) Product experience 36 a) Location of past projects utilizing product 37 b) Name and telephone number of persons associated with referenced 38 projects kno\-vledgeable concerning proposed product 39 c) Available field data and reports associated with proposed product 40 5) Samples 41 a) Provide at request Of City. 42 b) Samples become the property of the City. 43 c. For construction illetliods: 44 1) Detailed description of proposed method 45 2) Illustration drawings 46 C. Approval or Rejection 47 1. Written approval or rejection of substitllti011 glVen by the City CITY OF FORT NVORTH CAYLOR 5 N,IG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July 1, 201 1 City Project No. 021 1 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 01Ii00-3 SUBSTITUTION PROCEDURES Pa_e 3 of 4 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. 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 tMAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. hl 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 -1.12 [NOT USED] PART 2 - PRODUCTS [NOT USED] 30 PART 3 - 31 DATE 32 33 34 EXECUTION [NOT USED] END OF SECTION Revision Log NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rccised.luh' 1,2011 SUMMARY OF CHANGE CAYLOR 3 N4G GROUND STORAGE TANK, WATER, AND DRAINAGE INPROVENIENTS City Project No. 021 11 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 01 25 00 - 4 SUBSTITUTION PROCEDURES Paee 4 of 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 f-inction, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTI-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'l S Rcrised.luly 1,2011 Recommended Not recommended By Date Remarks Date Rejected Recommended Received late C'AYLOR 5 \SIG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Prgjcct No. 021 1 1 01 31 19- 1 PRE( ONSTRUCTION MEETING P1'c I of I SECTION 01 31 19 PRECONSTRUCTION MEETING 3 PART I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 10 2. Added 1.2A.2 1 1 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price - Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 1 s 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 19 price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Attend preconstruction meeting. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meeting administered by City may be tape recorded. 27 a. If recorded, tapes will be used to prepare minutes and retained by City for 28 future reference. 29 B. PreconStrLlctl011 Meeting 30 1. A preconstruction meeting will be held within 14 days after the execution of the 31 Agreement and before Work is started. 32 a. The meeting N.vill be scheduled and administered by the City. 33 2. The Project Representative will preside at the meeting, prepare the notes of the 34 meeting and distribute copies of same to all participants lvho so request by fully 35 completing the attendance form to be circulated at the beginning of the meeting. 36 3. Attendance shall include: 37 a. Project Representative 38 b. Contractor's project manager CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE [IMPROVEMENTS Revised August 17. 2012 City Project No. 02111 0131 19-) PRECONSTRUCTION MEETING P tie -' of 3 1 c. Contractors superintendent 2 d. Any subcontractor or supplier representatives whom the Contractor may desire 3 to invite or the City may request 4 e. Other City representatives 5 f. Others as appropriate 6 4. Construction Schedule 7 a. Prepare baseline construction Schedule in accordance with Section 01 32 16 and S provide at Preconstruetion Meeting. 9 b. City %vill notify Contractor of any schedule changes upon Notice of 10 PrecoilstrUCtlon Mecting. 11 5, Preliminary Agenda may include: 12 a. Introduction of Project Personnel 13 b. General Description of Project 14 c. Status of right-of-way, utility clearances, easements or other pertinent permits 15 d. Contractor's Nvork plan and schedule 16 e. Contract Time 17 f. Notice to Proceed 1 g. C011St1"1lct10l] Staking 19 h. Progress Payments 20 i. Extra Work and Change Order Procedures 21 j. Field Orders 22 k. Disposal Site Letter for Waste Material 23 1. Insurance Renewals 24 in. Payroll Certification 25 n. Material Certifications and Quality Control Testing 26 0. Public Safety and Convenience 27 p. Documentation of Pre -Construction Conditions 28 q. Weekend Work Notification 29 r. Legal Holidays 30 s. Trench Safety Plans 31 t. Confined Space Entry Standards 32 u. Coordination with the City's representative for operations of existing water 33 systems 34 v. Storm Water Pollution Prevention Plan 35 w. Coordination with other Contractors 36 x. Early Warning System 37 y. Contractor Evaluation 38 z. Special Conditions applicable to the project 39 aa. Damages Claims 40 bb. Submittal Procedures 41 cc. Substitution Procedures 42 dd. Correspondence Routing 43 cc. Record Drawings 44 ff. Temporary construction facilities 45 gg. Ivl/WBE or MBE/SBE procedures 46 hll. Final Acceptance 47 ii. Final Payment 48 _jj. Questions or Continents CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Re\iscd August 17.2012 City Project No.02111 1 1.5 -1.12 [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17.2012 0131 19-3 PRECONSTRUCTION \MEETING Page 3 of', SUMMARY OF CHANGE CAYLOR 5 CMG GROUND STORAGE TANK. WATER, AND DRAINAGE INIPROVEYIENTS City Project No. 0211 1 SECTION 0131 20 PROJECT MEETINGS 3 PARTI- GENERAL 4 1.1 SUMMARY 01 it 20- 1 PROJECT MEETINGS Pase I of 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. Nlodified 1 2A.1 l I 2. Added 1 2A.2 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 I — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Unit Price - \Vork associated with this Item is considered subsidiary to the various is items bid. No separate payment will be allowed for this Item. 19 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 20 1>I 1Ce• 21 1.3 REFERENCES (NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Schedule, attend and administer as specified, periodic progress meetings, and 25 specially called meetings throughout progress of the Work. 26 2. Representatives of Contractor, subcontractors and suppliers attending meetings 27 shall be gtJali lied and authorized to act on behalf of the entity each represents. 28 3. Meetings administered by City may be tape recorded. 29 a. If recorded, tapes will be used to prepare minutes and retained by City for 30 future reference. 31 4. Meetings, in addition to those specified in this Section, may be held when requested 32 by the City, Engineer or Contractor. 33 B. Pre -Construction Neighborhood Meeting 34 1. After the execution of the Agreement, but before construction is allowed to begin, 35 attend I Public Meeting with affected residents to: 36 a. Present projected schedule, including construction start date 37 b. Answer any construction related questions 38 2. Meeting Location CITY OF FORTWORTH C'AYLOR 5 NIG GROUND STORAGF. TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER. AND DRAINAGE IMPROVEMENTS Revised Juk , 1, 2011 City Prgject No. 021 1 1 01 31 20 - 2 PROJECT MEETINGS Pa.-e 2 of 3 1 a. Location of meeting to be determined by the City. 2 3. Attendees 3 a. Contractor 4 b. Project Representative 5 c. Other City representatives 6 4. Meeting Schedule 7 a. In general, the neighborhood meeting will occur within the 2 weeks following 8 the pre -construction conference. 9 b. In no case will construction be allowed to begin until this meeting is held. 10 C. Progress Meetings I 1 1. Formal project coordination meetings will be held periodically. Meetings will be 12 scheduled and administered by Project Representative. 13 2. Additional progress meetings to discuss specific topics will be conducted on an as- 14 needed basis. Such additional meetings shall include, but not be limited to: 15 a. COordinatHig shutdowns 16 b. Installation of piping and equipment 17 c. Coordination between Other construction projects 18 d. Resolution Of COnStrUCtI011 "Issues 19 e. Equipment approval 20 3. The Project Representative will preside at progress meetings, prepare the notes of 21 the meeting and distribute copies of the same to all participants who so request by 22 fully completing the attendance form to be circulated at the beginning of each 23 meeting. 24 4. Attendance shall include: 25 a. Contractor's project manager 26 b. Contractor's superintendent 27 c. Any subcontractor or supplier representatives whom the Contractor may desire 28 to Invite Or the City may request 29 d. Engineer's representatives 30 e. City's representatives 31 f. Others, as requested by the Project Representative 32 5. Preliminary Agenda may include: 33 a. Review of Work progress since previous meeting 34 b. Field observations, problems, conflicts 35 c. Items which impede construction schedule 36 d. Review of off -site fabrication, delivery schedules 37 e. Review of construction interfacing and sequencing requirements with other 38 construction contracts 39 f. Corrective measures and procedures to regain projected schedule 40 G. Revisions to construction schedule 41 h. Progress, schedule, during Succeeding Work period 42 i. Coordination of schedules 43 j. Review Submittal schedules 44 k. Maintenance of quality standards 45 1. Pending changes and Substitutions 46 in. Review proposed changes for: 47 1) Effect on construction schedule and on completion date 48 2) Effect on other contracts of the Project CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Rey ised .hily 1, 2011 City Project No. 021 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2? 01 3 1 20 11 - PROJECr MEETI\GS P Le3of n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information 6. Meeting Schedule a. Progress mcetings will be held periodically as determined by the Project Representative. 1 ) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. I ) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBTVIITTALS [NOT USED] 1.8 IN/IAINTENANCE PVIATERIAL 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] 23 PART 3 - EXECUTION [NOT USED] 24 25 26 END OF SECTION Revision Log DALE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVENIENTS RcNiscd Iuly 1.2011 Cite Prgject No. 02111 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 13 SCHEDULE OF VALUES 01 12 Li-1 SCHEDULE OF VALUES Page 1 of 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Schedule of Values 8 B. 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 PAYNIENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is included in the total lump sum price. 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS 16 A. Schedule of Values 17 1. General is a. Prepare a schedule of values in conjunction with the preparation of the progress 19 schedule. 20 1) Coordinate preparation of schedule of values and progress schedule. 21 b. Correlate line items with other administrative schedules and the forms required 22 for the work, including the progress schedule, payment request form, listing of 23 subcontractors, schedule of allowances, schedule of alternatives, listing of 24 products and principal Suppliers and fabricators, and the schedule of submittals. 25 c. Provide breakdown of the Contract Sum in accordance with measurement and 26 payment sections and with sufficient detail to facilitate continued evaluation of 27 payment requests and progress reports. 28 1) Break down principal subcontract amounts into several line items in 29 accordance with section measurement and payment. 30 d. Round off to the nearest whole dollar, but with the total equal the Contract 31 Sum. 32 1.5 SUBMITTALS 33 A. Schedule of Values 34 1. Submit Schedule of Values in native file format and pdf format. 35 2. Submit Schedule of Values monthly no later than the last day of the month. CITY OF FORT NORTH CAYLOR 5 MG GROUND STORAGE "DANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 01 32 13 -2 SCHEDULE OF VALUES 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 IS Page 2 oF2 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS (NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - DATE EXECUTION [NOT USED] NAME END OF SECTION Revision Lou CITY OF FORT \\FORTH STANDARD CONSTRUCTION SPECIFICATION DOCU\9ENTS November 2014 SUMMARY OF CHANGE CAYLOR i MG GROUND STORAGE TANK, \t ATER, AND DRAINAGE IMPROVEMENTS 01 3-1 16- 1 CONSTRUCTION PROGRESS SCHEDULE Palle I of 5 1 SECTION 01 32 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I 1. Nlodificd 1.2A.1 12 2. Added 1.2A 2 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment is 1. Unit Price - Work associated with this Item is considered subsidiary to the various 19 items bid. No separate payment will be allowed for this Item. 20 2. LuInD Sum Price - Work associated with this Item is included in the total lump sum 21 �r�Ice- 22 1.3 REFERENCES 23 A. Definitions 24 1. Schedule Tiers 25 a. Tier- 1 - No schedule submittal required by contract. Small, brief duration 26 projects 27 b. Tier 2 - No schedule submittal required by contract, but will require some 28 milestone dates. Small, brief duration projects 29 c. Tier 3 - Schedule submittal required by contract as described in the 30 Specification and herein. Majority of City projects, including all bond program 31 projects 32 d. Tier 4 - Schedule submittal required by contract as described in the 33 Specification and herein. Large and/or complex projects with long durations 34 1) Examples: large water pump station project and associated pipeline with 35 interconnection to another governmental entity 36 e. Tier 5 - Schedule submittal required by contract as described in the 37 Specification and herein. Large and/or very complex projects with long 38 durations, high public visibility 39 1) Examples might include a water or wastewater treatment plant CITY OE FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEtMENTS RevisalJuh 1.2011 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Paee 2 of 5 1 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3 3. Progress Schedule - Monthly submittal of a progress schedule documenting 4 progress on the project and any changes anticipated. 5 4. Schedule Narrative - Concise narrative of the schedule including schedule 6 changes, expected delays, key schedule issues, critical path items, etc 7 B. Reference Standards 8 1. City of Fort NVorth Schedule Guidance Document 9 1.4 ADMINISTRATIVE REQUIREMENTS 10 A. Baseline Schedule I 1. General 12 a. Prepare a cost -loaded baseline Schedule using approved software and the 13 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 14 Guidance Document. 15 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 16 understanding of the \work to be performed and known issues and constraints 17 related to the schedule. is c. Designate an authorized representative (Project Scheduler) responsible for 19 developing and updating the schedule and preparing reports. 20 B. Progress Schedule 21 1. Update the progress Schedule monthly as required in the City of Fort Worth 22 Schedule Guidance Document. 23 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 24 3. Change Orders 25 a. Incorporate approved change orders, resulting in a change of contract time, in 26 the baseline Schedule in accordance with City of Fort Worth Schedule 27 Guidance Document. 28 C. Responsibility for Schedule Compliance 29 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 30 Report that delays to the critical path have resulted and the Contract completion 31 date will Hot be met, or when so directed by the City, make some or all of the 32 follo\wing actions at no additional cost to the City 33 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 34 outlining: 35 1) A \written statement of the steps intended to take to remove or arrest the 36 delay to the critical path in the approved schedule 37 2) Increase construction manpower in such quantities and crafts as will 3cS Substantially eliminate the backlog of work and return current Schedule to 39 meet projected baseline completion dates 40 3) Increase the Humber of working hours per shift, shifts per day, \working 41 days per \week, the amount of construction equipment, or any combination 42 of the foregoing, Sufficiently to substantially eliminate the backlog of work 43 4) Reschedule activities to achieve maximum practical concurrency of 44 accomplishment of activities, and comply \with the revised schedule CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER, AND DRAINAGE IMPROVEMENTS Re\iscd,luhY 1.2011 01 11 0- -I SUMMARY OF NVORK Pagc 3 of 4 1 4. Preserve and use every precaution to prevent damage to, all trees, Shrubbery, plants, 2 lawns, fences, culverts, curbing, and all other types of structures or improvements, 3 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 4 appurtenances thereof, including the construction of temporary fences and to all 5 other public or private property adjacent to the Work. 6 5. Notify the proper representatives of the owners or occupants of the public or private 7 lands of interest in lands which might be affected by the Work. 8 a. Such notice shall be made at least 48 hours in advance of the beginning of the 9 Work. 10 b. Notices shall be applicable to both public and private utility companies and any I I corporation, company, individual, or other, either as owners or occupants. 12 whose land or interest in land might be affected by the Work. 13 c. Be responsible for all damage or injury to property of any character resulting 14 from any act, omission, neglect, or misconduct in the manner or method or 15 execution of the Work, or at any time due to defective work, material, or 16 equipment. 17 6. Fence is a. Restore all fences encountered and removed during construction of the Project 19 to the original or a better than original condition. 20 b. Erect temporary fencing in place of the fencing removed whenever the Work is 21 not in progress and when the site is vacated overnight, and/or at all times to 22 provide site security. 23 c. The cost for all fence work within easements, Including removal, temporary 24 closures and replacement, shall be subsidiary to the various items bid in the 25 project proposal, unless a bid item is specifically provided in the proposal. 26 F. Partial Owner Occupancy 27 1. The City reserves the right to take possession and use any completed or Dartially 28 completed portion of the Work regardless of the time of completion of the Work, 29 providing it does not interfere with the Contractor's ,vork. Such possession or use 30 of the Work shall not be construed as final acceptance of the project or any portion 31 thereof. CITY OF FORT WORTH CAYLOR 5 1MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Rey iced December 20, 2012 City Project No. 021 1 1 01 1 1 05 -4 SUMMARY OF WORK Pau 4 of 4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 IVIAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD (SITE] CONDITIONS [NOT USED] S 1.12 WARRANTY (NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] I? 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � � l CITY OF FORT WORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IMPROVEMENTS Re\ised December 20. 2012 Citv Project No.02111 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Paac 3 of 5 1 2. If no written statement of the Steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower (trades), equipment and work schedule (overtime, weekend and holiday 4 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for all extension of any Contact completion date must be 10 supplemented with the following: I 1 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 Under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled, the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contact. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, st-il<es, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions, the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT NORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU,]F.NTS WATER, AND DRAINAGE IMPROVENIENTS Re\ised July I, 2011 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Pace 4 of s I a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities 6 containing float time, will not have any effect upon contract completion times, "7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule ',with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent I I upon work performed on the same facilities or area under other contracts, the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 1 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors, the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases, the decision of the City shall be accepted as Final. 2U b. The temporary delay of any work due to such circumstances shall not be I considered as justification for claims for additional compensation. ?? 1.5 SUBIWITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera (P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsa`,.v. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no further progress schedules are required. CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Re\ised.Iuly 1,2011 01 12 10 - 5 CONSTRUCTION PROGRESS SCHEDULE Pre 5 of 5 1 1.6 ACTION SUBNIIITTALS/INFORN/IATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced M the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, S updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 «VARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS RCVI�Cd JUIV 1. 2011 01 ;? ++ - 1 PRECONSrRUCTION VIDEO Page I of ] SECTION 01 32 33 2 PRECONSTRUCTION VIDEO 3 PART]- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. PrecOuStl-LIC41011 Videos 8 B. Deviations fi-om this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 10 2. Added 1.2A.2 1 I C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 -- General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price - Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 19 �r} ice. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Preconstruction Video 23 1. Produce a preconstruction video of the site/alignment, including all areas in the 24 vicinity of and to be affected by construction. 25 a. Provide digital copy of video upon request by the City. 26 2. Retain a copy of the preconstruction video until the end of the maintenance surety 27 period. 28 1.5 SUBMITTALS [NOT USED] 29 1.6 ACTION SUB NIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 31 1.8 )\MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORTWORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rc\ ised JuIN' I. 201 1 City Pr(jcct No. 02111 1 1.12 WARRANTY (NOT USED] PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 6 01 3' - - PRECONSTRLIC'IION VIDEO Pase' of ' Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised .luly 1, 2011 City Project No. 02111 013'35-I AERIALPHOTOGRAPHIC DOCUMENTATION Paac I of 2 1 SECTION 01 32 35 2 AERIAL/PHOTOGRAPHIC DOCUMENTATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Administrative and procedural requirements for: 7 a. Aerial Photographs 8 b. Project Photographs 9 B. Related Specification Sections include but are not necessarily limited to 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 1 I Contract. 12 2. Division 1 - General Requirements. 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Lump Sum Price - Work associated with this Item is included in the total lump sum 16 price. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Project Aerials Photographs 20 1. Take aerial photographs of the project site prior to construction, monthly during the 1 construction of the project, and after completion of the project. 22 2. Aerial Photographs Provided by: 23 a. Aerial Photography, Incorporated, or approved equal 24 1) Contact: Michael Chase Eaton 25 a) Phone:954-568-0484 26 b) Email: michael @,api4.com 27 3. Aerial Photographs 28 a. Taken with a quality digital camera (300 ppi or greater) 29 b. Provide three (3) photos for each trip, each at a different angle 30 4. Aerial Photograph Copies 31 a. Format 32 1) Provide digital copies of all photographs. 33 2) Provide prints of photographs as follows: 34 a) One glossy color 8.5" x I I" prints for each photograph taken. 35 b) Mark each print to indicate: 36 (1) Project name, 37 (2) Date, 38 (3) Location, 39 3) Photographs shall be clear and sharp with proper exposure. 40 5. Preconstruction Aerials CITY OF FORT WORTH CAYLOR 5 NAG GST, NVATER, AND DRAINAGE INIP. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 02111 November 2014 of i2 i�_2 AERIAL,TIIOTOGRAPHIC DOC MEN'TAIION 1322c 2 of 2 a. Provide no less than tlu-ee (3) aerial photographs of the site prior to construction 2 6. Progress Aerials 3 a. Starting one month after the date of the preconstruction aerial photographs and 4 continuing as long as the work is in progress, provide: 5 1 } Progress Photos: 6 a) Three (3) monthly aerial photographs taken to accuratclyy record the 7 work that has progressed during that period. S b. Prints and Digital photographs are to be submitted with the monthly Partial Pay 9 Request. 10 1) Provide prints in plastic binder. I I B. Project Photographs 12 1. Take photographs of the project site/alignment prior to Construction, monthly 13 during the Construction Of the project, and after" Completion of the project. 14 2. Photographs shall be taken with a quality digital camera with date back capability, 15 with lenses ranging from wide angle to 1351nin. 16 3. Photographs shall be taken at locations designated by the Engineer. 17 4. Provide digital copies of all photographs. 18 5. Preconstructlon Photos 19 a. Provide no less than forty-eight (48) photographs of the site and alignment prior 20 to construction. 21 6. Progress Photos �? a. Starting one month after the date of the preconstruction photographs, and 23 continuing as long as the work is in progress, provide twenty-four (24) monthly 24 photographs taken to accurately record the work that has progressed during that 25 period. 26 b. Digital photographs are to be submitted with the monthly Partial Pay Request. 27 1.5 -4.12 [NOT USED] 28 PART 2 - PRODUCTS [NOT USED] 29 PART 3 - EXECUTION [NOT USED] 30 END OF SECTION 31 32 Revision Log DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS No\ ember 2014 SUMMARY OF CHANGE CAYLOR 5 NIG Gs,r. \vATER. AND DRAINAGE INIP. Cit} Project No.02111 013300-I SUBMITTALS Palle 1 o1_8 I SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Dra\vin(ys 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 3. Added L4. B 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Unit Price - NVork associated with this Item is considered subsidiary to the various 22 items bid. No separate payment will be allowed for this Item. 23 2. LLIITID Sum Price - Work associated with this Item is included in the total lump sum 24 r� e. 25 1.3 REFERENCES INOT USEDI 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. COordlllatloll 25 1. Notify the City Ill \vrltlilg, at the time of submittal, of ally deviations in the 29 Submittals from the requirements of the Contract Documents. 30 2. Coordination of Submittal Times 31 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 32 performing the related Work or other applicable activities, or within the time 33 specified in the individual Work Sections, of the Specifications. 34 b. Contractor is responsible such that the installation will not be delayed by 35 processing times including, but not limited to: 36 a) Disapproval and resubmittal (if required) 37 b) Coordination with other submittals 38 c) Testing 39 d) Purchasing CITY OE PORT \FORTH C'AYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEIMENTS Re%'ised December 20, 2012 City Project No. 021 11 O1 ;300-2 SUBM ITTALS P ue 2 o1*8 1 e) Fabrication 2 f) Delivery 3 g) Similar sequenced activities 4 c. No extension of time will be authorized because of the Contractor's failure to 5 transmit submittals sufficiently in advance of the Work. 6 d. Make submittals promptly in accordance with approved schedule, and in such 7 sequence as to cause no delay in the NVork or in the work of any other 8 contractor. 9 B. Submittal. Lo1?/Schedule 10 1. Prior to submittinla the first submittal for the project, Drovde a submittal l 1 log/schedule to include 12 a. Anticipated Submittals 13 b. Proposed Submittal Nurnberinr_; 14 c. Anticipated Submittal Dates. 15 C. Submittal Numbering 16 1. When submitting shop drawings or samples, utilize a 9-character subnuttal cross- 17 reference identification numbering system in the following manner: 18 a. Use the first 6 digits of the applicable Specification Section Number. 19 b. For the next 2 digits number use numbers 0 1 -99 to sequentially number each 20 initial separate item or drawing submitted under each specific Section number. 21 c. Last use a letter, A-Z, indicating the resubmission of the same draNving (i.e. 22 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 23 submittal number would be as follows: 24 25 03 30 00-08-B 26 27 1) 03 30 00 is the Specification Section for Concrete 28 2) 08 is the eighth initial submittal under this Specification Section 29 3) B is the third submission (second resubmission) of that particular shop 30 drawing 31 D. Contractor Certification 32 1. Review shop drawings, product data and samples, including those by 33 subcontractors, prior to submission to determine and verify the following: 34 a. Field measurements 35 b. Field construction criteria 36 c. Catalog numbers and similar data 37 d. Conformance with the Contract Documents 38 2. Provide each shop drawing, sample and product data submitted by the Contractor 39 with a Certification Statement affixed including: 40 a. The Contractor's Company name 41 b. Signature of submittal reviewer 42 c. Certification Statement 43 1) "By this submittal, I hereby represent that I have determined and verified 44 field measurements, field construction criteria, materials, dimensions, 45 catalog numbers and similar data and I have checked and coordinated each 46 item with other applicable approved shop drawings." 47 E. Submittal Format CITY OF FORT WORTH CAYLOR 5 NG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 02 1 1 1 t1I 3300-3 SUBiMITTALS Paac 3 of 5 1 I . Fold shop drawings larger than S %2 inches x 1 I inches to 8 '/2 inches x I 1 inches. 2 2. Bind shop drawings and product data sheets together. 3 3. Order 4 a. Cover Sheet 5 1) Description of Packet 6 2) Contractor Certification 7 b. List of items / Table of Contents S c. Product Data /Shop Drawings/Samples /Calculations 9 F. Submittal Content 10 1. The date of submission and the dates of any previous submissions 11 2. The Project title and number 12 3. Contractor identification 13 4. The names of: 14 a. Contractor 15 b. Supplier 16 c. Manufacturer 17 5. Identification of the product, with the Specification Section number, page and 1(; paragraph(s) 19 6. Field dimensions, clearly identified as such 20 7. Relation to adjacent or critical features of the Work or materials 21 8. Applicable standards, such as ASTM or Federal Specification numbers 22 9. Identification by highlighting of deviations from Contract Documents 23 10. Identification by highlighting of revisions on resubmittals 24 11. An 8-inch x 3-inch blank space for Contractor and City stamps 25 G. Shop Drawings 26 1. As specified in individual Work Sections includes, but is not necessarily limited to: 27 a. Custom -prepared data such as fabrication and erection/installation (working) 28 drawings 29 b. Scheduled information 30 c. Setting diagrams 31 d. Actual shopwork manufacturing instructions 32 e. Custom templates 33 f. Special wiring diagrams 34 g. Coordination drawings 35 h. Individual system or equipment inspection and test reports including: 36 1) Performance curves and certifications 37 1. As applicable to the Work 38 2. Details 39 a. Relation of the various parts to the main members and lines of the structure 40 b. Where correct fabrication of the Work depends upon field measurements 41 1) Provide such measurements and note on the drawings prior to submitting 42 for approval. 43 H. Product Data 44 1. For submittals of product data for products included on the City's Standard Product 45 List, clearly identify each item selected for use on the Project. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced December 20, 2012 City Pigject No. 021 1 1 013300-4 SUBMITTALS Palle 4 of s 1 2. For submittals of product data for products not included on the City's Standard 2 Product List, submittal data may include, but is not necessarily limited to: 3 a. Standard prepared data for manufactured products (sometimes referred to as 4 catalog data) 5 1) SIICII as the inanUfaCtUrer'S product Specification and installation 6 1llSti'UCtlolls 7 2) Availability of colors and patterns 8 3) Manufacturer's printed statements of compliances and applicability 9 4) Roughing in diagrams and templates 10 5) Catalog cuts 11 6) Product photographs 12 7) Standard xvll-Ing diagrams 13 8) Printed performance curves and operational -range diagrams 14 9) Production or quality control inspection and test reports and certifications 15 10) Mill reports 16 1 1) Product operating and maintenance instructions and reconmlended 17 spare -parts listing and printed product warranties 18 12) As applicable to the Work 19 1. Samples 20 1. As specified in individual Sections, include, but are not necessarily limited to: 21 a. Physical examples of the Work such as: 22 1) Sections of manufactured or fabricated Work 23 2) Small Cuts or containers of materials 24 3) Complete units of repetitively used products color/texture/pattern swatches 25 and range sets 26 4) Specimens for coordination of visual effect 27 5) Graphic symbols and units of Work to be used by the City for independent 28 inspection and testing, as applicable to the Work 29 J. Do not start Work requiring a shop drawing, sample or product data nor any material to 30 be fabricated or installed prior to the approval or qualified approval of such item. 31 1. Fabrication performed, materials purchased or on -site Construction accomplished 32 which does not conform to approved shop drawings and data is at the Contractor's 33 risk. 34 2. The City will not be liable for any expense or delay due to corrections or remedies 35 required to accomplish conformity. 36 3. Complete project Work, materials, fabrication, and installations in conformance 37 with approved shop drawings, applicable samples, and product data. 38 K. Submittal Distribution 39 1. Electronic Distribution 40 a. Confirm development of Project directory for electronic submittals to be 41 uploaded to City's Buzzsa\v site, or another external FTP site approved by the 42 City. 43 b. Shop Drawings 44 1) Upload submittal to designated project directory and notify appropriate 45 City representatives via erilail of submittal posting. 46 2) Hard Copies 47 a) 3 copies for all submittals CITY OF FORT \WORTH CAYLOR 5 MG GROUND STORAGE: TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 01 3i00-> SUBMITTALS Pt�c � of ti 1 b) If Contractor requires more than 1 hard copy of Shop Drawings 2 returned, Contractor shall submit more than the number of copies listed 3 above. 4 c. Product Data 5 1) Upload submittal to designated project directory and notify appropriate 6 City representatives via email of submittal posting. 7 2) Hard Copies 8 a) 3 copies for all submittals 9 d. Samples 10 1) Distributed to the Project Representative 1 1 2. Hard Copy Distribution (if required in lieu of electronic distribution) 12 a. Shop Drawings 13 1) Distributed to the City 14 2) Copies 15 a) 8 copies for mechanical submittals 16 b) 7 copies for all other submittals 17 c) If Contractor requires more than 3 copies of Shop Drawings returned, 18 Contractor shall submit more than the number of copies listed above. 19 b. Product Data 20 1) Distributed to the City 21 2) Copies 22 a) 4 copies 23 c. Samples 24 1) Distributed to the Project Representative 25 2) Copies 26 a) Submit the number stated in the respective Specification Sections. 27 3. Distribute reproductions of approved shop drawings and copies of approved 2� product data and sainples, where required, to the job site file and elsewhere as 29 directed by the City. 30 a. Provide number of copies as directed by the City but not exceeding the number 31 previously specified. 32 L. Submittal Review 33 1. The review of shop drawings, data and samples will be for general conformance )4 with the design concept and Contract Documents. This is not to be construed as: 35 a. Permitting any departure from the Contract requirements 36 b. Relieving the Contractor of responsibility for any errors, including details, 37 dimensions, and materials 38 c. Approving departures from details furnished by the City, except as otherwise 39 provided herein 40 2. The review and approval of shop drawings, samples or product data by the City 41 does not relieve the Contractor from his/her responsibility with regard to the 42 fulfillment of the terms of the Contract. 43 a. All risks of error and omission are assumed by the Contractor, and the City will 44 have no responsibility therefore. 45 3. The Contractor remains responsible for details and accuracy, for coordinating the 46 Work with all other associated work and trades, for selecting fabrication processes, 47 for techniques of assembly and for performing Work in a safe manner. CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Project No. 02111 01ii00-6 SUBMITTALS Paine 6 of S 1 4. If the shop drawings, data or samples as Submitted describe variations and sho\v a 2 departure frolnn the Contract requirements \vhlch City fields to be In the interest Of 3 the City and to be so minor as not to involve a change Ill Contract Price or time for 4 performance, the City may return the reviewed dra\wings Without IlOtilig ail 5 exception. 6 5. Submittals \will be returned to the Contractor under I of the following codes: 7 a. Code 1 8 1) "NO EXCEPTIONS TAKEN" is assigned \when there are no notations or 9 cor111r1ents On the submittal. 10 a) When returned under this code the Contractor may release the 1 I equipment and/or material for manufacture. 12 b. Code 2 13 1) "EXC'EPTIONS NOTED". This code is assigned when a confirmation of 14 the notations and comments IS NOT required by the Contractor. 15 a) The Contractor may release the equipment or material for Manufacture; 16 however, all notations and comments must be incorporated into the 17 final product. 18 c. Code 3 19 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 20 assigned when notations and comments are extensive enough to require a 21 resubmittal of the package. 22 a) The Contractor may release the equipment or material for nlanufact tire-, 23 ho\vever, all notations and comments must be incorporated into the 24 final product. 25 b) This resubmittal is to address all comments, omissions and 26 non -conforming items that were noted. 27 c) Resubnlittal is to be received by the City within 15 Calendar Days of 28 the date of the City's transmittal requiring the resubmittal. 29 d. Code 4 30 1) "NOT APPROVED" is assigned when the submittal does not meet the 31 intent of the Contract Documents. 32 a) The Contractor must resubmit the entire package revised to bring the 33 submittal into conformance. 34 b) It may be necessary to resubmit using a different Ilnanufacturer/vendor 35 to meet the Contract DOcurrients. 36 6. Resubiruttals 37 a. Handled in the same manner as first submittals 38 1) Corrections other than requested by the City 39 2) Marked with revision triangle or other similar method 40 a) At Contractor's risk if not marked 41 b. Submittals for each item will be reviewed no more than twice at the City's 42 expense. 43 1) All subsequent reviews will be performed at tinges convenient to the City 44 and at the Contractor's expense, based on the City's or City 45 Representative's then prevailing rates. 46 2) Provide Contractor reimbursement to the City \within 30 Calendar Days for 47 all such fees invoiced by the City. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENrS WATER, AND DRAINAGE li\4PROVEiMEN'TS Revised December M. 2012 City Project No. 021 11 013300-7 SUBMITTALS PaLe 7 ofS 1 c. The need for more than 1 resubmission or any other delay in obtaining City's 2 review of submittals, will not entitle the Contractor to an extension of Contract 3 Time. 4 7. Partial Submittals 5 a. City reserves the right to not review submittals deemed partial, at the City's 6 discretion. 7 b. Submittals deemed by the City to be not complete will be returned to the 8 Contractor, and will be considered "Not Approved" until resubmitted. 9 c. The City may at its option provide a list or mark the submittal directing the 10 Contractor to the areas that are incomplete. 11 8. If the Contractor considers any correction indicated on the shop drawings to 12 constitute a change to the Contract Documents, then written notice must be 13 provided thereof to the City at least 7 Calendar Days prior to release for 14 manufacture. 15 9. When the shop drawings have been completed to the satisfaction of the City, the 16 Contractor may carry out the construction in accordance therewith and no further 17 changes therein except upon written instructions fi-om the City. 18 10. Each submittal, appropriately coded, Nvill be returned within 30 Calendar Days 19 following receipt of submittal by the City. 20 M. Mock ups 21 1. Mock Up units as specified in individual Sections, include, but are not necessarily 22 limited to, complete units of the standard of acceptance for that type of Work to be 23 used on the Project. Remove at the completion of the Work or when directed. 24 N. Qualifications 25 1. If specifically required in other Sections of these Specifications, submit a P.E. 26 Certification for each item required. 27 O. Request for Information (RFI) 28 I. Contractor Request for additional information 29 a. Clarification or interpretation of the contract documents 30 b. When the Contractor believes there is a conflict between Contract Documents 31 c. When the Contractor believes there is a conflict between the Drawings and 32 Specifications 33 1) Identify the conflict and request clarification 34 2. Use the Request for Information (RFI) form provided by the City. 35 3. Numbering of RFI 36 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 37 increasing sequentially xvith each additional transmittal. 38 4. Sufficient information shall be attached to permit a written response without further 39 Ilnfornnatlon. 40 5. The City will log each request and will review the request. 41 a. If review of the project information request indicates that a change to the 42 Contract Documents is required, the City will issue a Field Order or Change 43 Order, as appropriate. 44 1.5 SUBMITTALS [NOT USED] 45 1.6 ACTION SUBMITTALSANFORiVIATIONAL SUBMITTALS [NOT USED] CITY OF FORT WORTH CAYLOR 5 N1G GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \vATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Project No. 021 11 01 3300-5 SUBNIITTALS Page 8 ol'S 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING INOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED] 8 PART 3 - EXECUTION [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1 A.K.S. NVorking Days modified to Calendar Day, CITY OF FORT WORTH CAYLOR � NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Rex ised December 20, 2012 City Project No. 0211 1 ()1 )5li-I SPECIAL PROJECT PROCEDURES Pa0c I of 8 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PARTI- GENERAL 4 1.1 SUIVINIARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination ',within Railroad permits areas 16 J. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Modified 1.2.A.I.b.1 20 2. Added 1.2.A.1.b.2 21 3. Modified 1.2.A.2.b.1 22 4. Added 1.2.A.2.b.2 23 5. Modified 1.2.A.3.a 24 6. Added 12.A.3.b 25 7. Modified 1.4.H.1 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 28 2. Division 1 — General Requirements 29 3. Section 33 12 25 — Connection to Existing Water Mains 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Coordination within Railroad permit areas 33 a. Measurement 34 1) Measurement for this Item will be by lump sum. 35 b. Payment 36 1) Unit Price - The work performed and materials furnished in accordance 37 with this Item will be paid for at the lump sum price bid for Railroad 38 Coordination. 39 2) LLImD Sum Price - The ',work performed and materials furnished in 40 accordance N.vith this Item will be included in the total lump sum price. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGF TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- 1\4PROVENIENTS Revised December 20. 2012 City Project No. 021 1 1 01 35 13 -2 SPECIAL PROJECT PROCEDURES Peac 2 of 1 c. The price bid shall include: 2 1) Mobilization 3 2) Inspection 3) Safety training 5 4) Additionallnsm-ance 6 5) Insurance Certificates 7 6) Other requirements associated with general coordination with Railroad, 8 including additional employees required to protect the right-of-way and 9 property of the Railroad ti om damage arising out of and/or fi-om the 10 construction of the Project. 11 2. Railroad Flagmen 12 a. Measurement 13 1) Measurement for this Item will be per working day. 14 b. Payment 15 1) Unit Price - The work performed and materials fiirnished in accordance 16 with this Item will be paid for each working day that Railroad Flaginen are 17 present at the Site. 18 2) Lump Sum Price - The work performed and materials fimnished in 19 accordance with this Item will be paid for each Nvorking day that Railroad 20 Flagmen are present at the Site. 21 c. The price bid shall include: 22 1) Coordination for scheduling flagmen 23 2) Flagmen 24 3) Other requirements associated with Railroad 25 3. All other items 26 a. Unit Price - Work associated \-vith this Item is considered subsidiary to the 27 various items bid. No separate payment will be allowed for this Item. 28 b. Lump Sum Price - Work associated with this Item is included in the total haul) 29 sum price. 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 36 High Voltage Overhead Lines. 37 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 38 Specification 39 1.4 ADMINISTRATIVE REQUIREMENTS 40 A. Coordination with the Texas Department of Transportation 41 1. When work in the right-of-way which is under the jurisdiction of the Texas 42 Department of Transportation (TxDOT): 43 a. Notify the Texas Department of Transportation prior to commencing any work 44 therein in accordance with the provisions of the permit CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 01 35 13 - 3 SPFCIAL PROJECT PROCEDURES Palk 3 of 8 1 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines (more than 600 volts measured between 7 conductors or between a conductor and the ground) shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage -type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company (example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After notification coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements have been met. 28 C. Confined Space Entry Program 29 1. Provide and follow approved Confined Space Entry Program in accordance with 30 OSHA requirements. 31 2. Confined Spaces include: 32 a. Manholes 33 b. All other confined spaces in accordance with OSHA's Permit Required for 34 Confined Spaces 35 D. Air Pollution Watch Days 36 1. General 37 a. Observe the following guidelines relating to working on City construction sites 38 on days designated as "AIR POLLUTION WATCH DAYS". 39 b. Typical Ozone Season 40 1) May 1 through October 31. 41 c. Critical Emission Time 42 1) 6:00 a.m. to 10:00 a.m. 43 2. Watch Days 44 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 45 with the National Weather Service, will issue the Air Pollution Watch by 3:00 46 p.m. on the afternoon prior to the WATCH day. 47 b. Requirements CITY OF FORT WORTII CAYLOR 5 iNIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December20. 2012 Cih Project Na 02 11 1 01 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 oI'S 1 1) Begin work after 10:00 a.m. whel]ever construction phasing requires the 2 use of motorized equipment for periods in excess of I hour. 3 2) I-1mvever, the Contractor may begin work prior to 10:00 a.m. if.- 4 a) Use of motorized equipient is less than I hour, or 5 b) If equipri]eiit is new and certified by EPA as "Low Emitting", or 6 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 7 alternative fiiels such as CNG. 8 E. TCEQ Air Permit 9 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 10 F. Use of Explosives, Drop Weight, Etc. 11 1. Wlieri Contract DOCI-linents permit on the project the following will apply: 12 a. Public Notification 13 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 14 prior to cominencirlg. 15 2) Mlini n in 24 hour public notification in accordance with Section 01 31 13 16 G. Water Department Coordination 17 1. During the construction of this project, it will be necessary to deactivate, for a 18 period of time, existing lines. The Contractor shall be required to coordinate with 19 the Water Department to determine the best times for deactivating and activating 20 those lines. 21 2. Coordinate any event that will require connecting to or the operation of an existing 22 City water line system with the City's representative. 23 a. Coordination shall be in accordance with Section 33 12 25. 24 b. If needed, obtain a hydrant water meter from the Water Department for use 25 during the life of named project. 26 c. In the event that a water valve on an existing live system be turned off and on 27 to accommodate the construction of the project is required, coordinate this 28 activity through the appropriate City representative. 29 1) Do not operate water line valves of existing water system. 30 a) Failure to comply will render the Contractor in violation of Texas Penal 31 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 32 will be prosecuted to the full extent of the law. 33 b) In addition, the Contractor will assume all liabilities and 34 responsibilities as a result of these actions. 35 H. Public Notification Prior to Beginning Construction 36 1 . PI'101' CO bCgll]Iling COl]Sti'UC11011 enat the Site or oil any block ill tl]e project, ona 37 block by block basis, prepare and deliver a notice or flyer of the pending 38 construction to the front door of each residence or business that will be impacted by 39 construction. The notice shall be prepared as follows: 40 a. Post notice Or flyer 7 days prior to beginning any construction activity oil each 41 block ill the project area. 42 1) Prepare flyer on the Contractor's letterhead and include the following 43 information: 44 a) Name of Project 45 b) City Project No (CPN) 46 c) Scope of Project (i.e. type of construction activity) 47 d) Actual construction duration at the site or within the block CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 201-1 City Prqject No. 021 11 01 35 13 -5 SPECIAL PROJECT PROCEDURES PaOc i of 8 1 e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone lnimber 3 g) City's after-hours phone number 4 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 5 A. 6 3) Submit schedule shoNving the construction start and finish time for each 7 block of the project to the inspector. S 4) Deliver flyer to the City Inspector for review prior to distribution. 9 b. No construction will be allowed to begin on any block until the flyer is 10 delivered to all residents of the block. I 1 I. Public Notification of Temporary Water Service Interruption during Construction 12 1. In the event it becomes necessary to temporarily shut down water service to 13 residents or businesses during construction, prepare and deliver a notice or flyer of 14 the pending interruption to the front door of each affected resident. 15 2. Prepared notice as follows: 16 a. The notification or flyer shall be posted 24 hours prior to the temporary 17 interruption. 18 b. Prepare flyer on the contractor's letterhead and include the following 19 information: 20 1) Name of the project 1 2) City Project Number 22 3) Date of the interruption of service 23 4) Period the interruption will take place 24 5) Name of the contractor's foreman and phone number 25 6) Name of the City's inspector and phone number 26 c. A sample of the temporary water service interruption notification is attached as 27 Exhibit B. M d. Deliver a copy of the temporary interruption notification to the City inspector 29 for review prior to being distributed. 30 c. No interruption of water service can occur until the dyer has been delivered to 31 all affected residents and businesses. 32 f. Electronic versions of the sample flyers can be obtained from the Project 33 Construction Inspector. 34 J. Coordination with United States Army Corps of Engineers (USAGE) 35 1. At locations in the Project where construction activities occur in areas where 36 USAGE permits are required, meet all requirements set forth in each designated 37 permit. )8 K. Coordination within Railroad Permit Areas 39 1. At locations in the project where construction activities occur in areas where 40 railroad permits are required, meet all requirements set forth in each designated 41 railroad permit. This includes, but is not limited to, provisions for: 42 a. Flagmen 43 b. Inspectors 44 c. Safety training 45 d. Additional insurance 46 e. Insurance certificates CITY OF FORT NVORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 01 35 11 -6 SPECIAL PROJECI'PROCEDURES Pagc 6 o r I f. Other employees required to protect the right-of-way and property of the 2 Railroad Company fi-om damage arising out of and/or fi-om the construction of 3 the project. Proper utility clearance procedures shall be used in accordance 4 with the permit guidelines. 5 2. Obtain any supplemental information needed to comply with the railroad's 6 regUlrenlents. 7 3. Railroad Flagmen S a. Submit receipts to City for verification of working days that railroad flagmen 9 were present on Site. 10 L. Dust Control I I l . Use acceptable measures to control dust at the Site. 12 a. If water is used to control dust, capture and properly dispose of waste water. 13 b. If wet sa\.v cutting is performed, capture and properly dispose of slurry. 14 M. Employee Parking 15 1. Provide parking for employees at locations approved by the City. 16 1.5 SUBIVIITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 NJAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIN7ERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 END OF SECTION 27 28 DATE NAME Revision Log SUMMARY OF CHANGE I AB - Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E - Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Prgicct No. 021 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 i8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Pale 7 ol'C EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> ME Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 MG GROUND STORAGE TANK. WATER, AND DRAINAGE IMPROVEMENTS Cite Prqject No. 02111 _i I EXHIBIT B FORT x Date: 01 iS 13-1 SPECIAL I'RO.IECT PROCEDURES Pace S of'� DOE NO. XXXX Project dame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITI' OF FORT \\/ORTH CAl'LOR > NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\IATER. AND DRAINAGE INIPROVENIENTS Reciscd December 20, 2012 City Project No. 021 11 014523-1 TESTING AND INSPECTION SERVICES Paac I of-' SECTION 01 45 23 3 TESTING AND INSPECTION SERVICES 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Testing and inspection services procedures and coordination S B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 12.A.1 10 2. Added 1 2.A.2 I I C. Related Specification Sections include, but are not necessarily limited to: 12 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price - Work associated with this Item is considered subsidiary to the various 17 Items bid. No separate payment will be allowed for this Item. 18 a. In accordance with Article 13 of the General Conditions, Contractor is. 19 responsible for performintz, coordinatiniz, and payment of all inspections, tests,. 20 re -tests, or approvals. 21 b. In accordance with Article 13 of the General Conditions, City is responsible for 22 Derformin(and pavment for first set additional independent testiDR chosen by 23 the City to be performed. 24 1) If the first independent test performed by the City fails, the Contractor is 25 responsible for pavment of subsequent testinl4 until a passimz test occurs. 26 a) Final acceptance will not be issued by City until all required payments 27 for testin( by Contractor have been paid in firll. 24 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 29 rp ice. 30 a. In accordance with Article 13 of the General Conditions, Contractor is. 31 responsible for performinl?, coordinating, and pavment of all inspections, tests, 32 re -tests, or approvals. 33 b. In accordance with Article 13 of the General Conditions, City is responsible for 34 Derformin'; and pavment for first set independent testinl7 chosen by the City to 35 be performed. 36 l) If the first independent test Derformed by the City fails, the Contractor is 37 responsible for pavment of subsequent testin,a until a passim2 test occurs. 38 a) Final acceptance will not be issued by City until all required payments 39 for testin(,Y by Contractor have been paid in firll. CITY OF PORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \PATER. AND DRAINAGE IMPROVENIENTS Revised July 1. 201 1 City Project No. 0211 1 01 41 21 - 2 TESTING AND INSPECTION SERVICES 1.3 REFERENCES INOT USED] 2 1.4 ADTN41NISTRATIVE REQUIREMENTS 3 A. Testing 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Pasc 2 or? 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. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I 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 Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance xvith the Contract Documents. 1.5 -1.12 [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION INOT USED] END OF SECTION Revision Log DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE CAYLOR 5 MG GROUND STORAGE TANK, WATER. AND DRAINAGE INIPROVENIENTS City Project No. 021 11 W1 000-I TEMPORARY FACILITIES AND CONTROLS Pzw,e I of 4 I SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: S a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 1 I d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A.1 I 2. Added 12.A.2 16 3. Added J A.C.7 17 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division I — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment ?? 1. Unit Price - Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item. 24 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 25 price. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADNIINISTRATIVE REQUIREMENTS 25 A. Temporary Utilities 29 1. Obtaining Temporary Service 30 a. Make arrangements with utility service companies for temporary services. 31 b. Abide by miles and regulations of utility service companies or authorities 32 having jurisdiction. 33 c. Be responsible for utility service costs until Work is approved for Final 34 Acceptance. 35 1) Included are fuel, power, light, heat and other utility services necessary for 36 execution, completion, testing and initial operation of Work. 37 2. Water CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE 1\9PROVEMENTS Re%ised July 1. 201 1 Cite Project No. 02111 01 i000-2 TEMPORARY FACILITIES AND CONTROLS Pauc 2 ol'4 1 a. Contractor to provide water required for and in connection with Work to be 2 performed and for specified tests of piping, equipment, devices or other use as 3 required for the completion of the Work. 4 b. Provide and maintain adequate Supply of potable water for domestic 5 consumption by Contractor personnel and Clty's Project Representatives. 6 c. Coordination 7 1) Contact City I week before water for construction is desired 8 d. Contractor Payment for Construction Water 9 1) Obtain construction water meter from City for payment as billed by City's 10 established rates. 11 3. Electricity and Lighting 12 a. Provide and pay for electric po\.vered service as required for Work, including 13 testing of Work. 14 1) Provide power for lighting, operation of equipment, or other use. 15 b. Electric Power service includes temporary power service or generator to 16 maintain operations during scheduled shutdown. 17 4. Telephone 18 a. Provide emergency telephone service at Site for use by Contractor personnel 19 and others performing \vork or furnishing services at Site. 20 5. Temporary Heat and Ventilation 21 a. Provide temporary heat as necessary for protection or completion of Work. 22 b. Provide temporary beat and ventilation to assure safe working conditions. 23 B. Sanitary Facilities 24 1. Provide and maintain Sanitary facilities for persons on Site. 25 a. Comply with regulations of State and local departments of health. 26 2. Enforce use of sanitary facilities by construction personnel at job site. 27 a. Enclose and anchor sanitary facilities. 28 b. No discharge will be allowed from these facilities. 29 c. Collect and store sewage and waste so as not to cause nuisance or health 30 problem. 31 d. Haul sewage and waste off -site at no less than weekly intervals and Properly 32 dispose in accordance \,vith applicable regulation. 33 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 34 4. Remove facilities at completion of Project 35 C. Storage Sheds and Buildings 36 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 37 above ground level for materials and equipment susceptible to weather damage. 38 2. Storage of materials not Susceptible to \weather damage may be on blocks off 39 ground. 40 3. Store materials in a neat and orderly manner. 41 a. Place materials and equipment to permit easy access for identification, 42 inspection and inventory. 43 4. Equip building \vith lockable doors and lighting, and provide electrical service for 44 equipment space heaters and heating or ventilation as necessary to provide storage 45 environments acceptable to specified manufacturers. CITY OF FORT \VORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IMPROVEMENTS Revised .Iuly 1, 2011 City Prgject No. 021 11 01 �000- 3 TENIPORARY FACILITIES AND CONTROLS P tee 3 of 4 1 5. Fill and grade site for temporary structures to provide drainage away fi-om 2 temporary and existing buildings. 3 6. Remove building from site prior to Final Acceptance. 4 7. A field office is rewired for this nroiect. 5 D. Temporary Fencing 6 1. Provide and maintain for the duration or construction when required in contract 7 documents S E. Dust Control 9 1. Contractor is responsible for maintaining dust control through the duration of the 10 project. 1 1 a. Contractor remains on -call at all times 12 b. Must respond in a timely manner 13 F. Temporary Protection of Construction 14 1. Contractor or subcontractors are responsible for protecting Work from damage due 15 to weather. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] is 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 2S 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Temporary Facilities 31 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT NORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Revised .Ittly 1, 2011 City Project No. 021 1 1 1 2 3 4 5 6 7 S 9 10 II 12 13 14 15 16 01 >000--4 TEMPORARY FACILITIES AND CONTROLS Paee 4 oI, 4 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD loiz] 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 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 CITY OF FORT N ORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcv ised July 1, 2011 CAYLOR 5 NIG GROUND STORAGE TANK. WATER, AND DRAINAGE. IMPROVEMENTS City Project No. 021 11 01 55 26 - 1 STREET USE PERiNI T AND (MODIFICATIONS TO TRAFFIC CONTROL Pa?e 1 0T2 1 SECTION 01 55 26 2 STREET USE PERMIT AND \MODIFICATIONS TO TRAFFIC CONTROL 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. Modified 1.2.A.1 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price - Work associated xvith this Item is considered subsidiary to the various 19 Items bid. No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH C'AYLOR 5 iylG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised July I. 2011 City Project No. 021 1 1 01 55 -16 - 1 STREET USE PERMIT AND N-IODIFIC'ATIONS'1-O'I'R;\FFIC CONTROL Pace 2 of 1 1) Allow a minimum of 5 working days foi- permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. S 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 1 1 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. hl the case of regulatory signs, replace permanent sign \\ ith temporary sign meeting is requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sib �. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsa\v website. 26 1.5 -1.12 [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 24 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 31 Revision Log DATE NAME CITY OF FORT \wORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jule 1, 201 1 SUMMARY OF CHANGE C'AYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 021 11 015713-I STORNI WATER POLLUTION PREVENTION Pasc 1 o1 3 1 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations fi-om this City of Fort Worth Standard Specification 8 1. Modified 1.2.A. La 9 2. Added 1.2.A. Lb 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 31 25 00 — Erosion and Sediment Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Construction Activities resulting in less than 1 acre of disturbance 18 a. Unit Price - Work associated with this Item is considered subsidiary to the 19 various Items bid. No separate payment will be allowed for this Item. 20 b. Lump Sum Price - Work associated with this Item is included in the total lump 21 sum price. 22 2. Construction Activities resulting in greater than 1 acre of disturbance 23 a. Measurement and Payment shall be in accordance with Section 31 25 00. 24 1.3 REFERENCES 25 A. Abbreviations and Acronyms 26 1. Notice of Intent: NOI 27 2. Notice of Termination: NOT 28 3. Storm Water Pollution Prevention Plan: SWPPP 29 4. Texas Commission on Environmental Quality: TCEQ 30 5. Notice of Change: NOC 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. Integrated Storm Management (1SWM) Technical Manual for Construction 36 Controls CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE @9PROVENIENTS Revised July 1, 201 1 City Project No. 021 1 1 01 i713-2) STORM WATER POLLUTION PREVENTION P sae 2 of 3 1.4 ADMINISTRATIVE REQUIREIVIENTS A. General 3 1. Contractor is responsible for resolution and payment of any tines issued associated 4 with compliance to Stormw'ater Pollution Prevention Plan. 5 B. Construction Activities I-CSLllting In: 6 1 . Less than 1 acre of disturbance 7 a. Provide erosion and sediment control in accordance witli Section 31 25 00 and 8 Drawings. 9 2. 1 to less than 5 acres of disturbance 10 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 1 1 Permit is required 12 b. Complete SWPPP in accordance with TCEQ requirements 13 1) TCEQ Small Construction Site Notice Required under general permit 14 TXR150000 15 a) Sign and post at job site 16 b) Prior to Preconstructiorl Meeting, send l copy to City Department of 17 Transportation and Public Works, Environmental Division, (817) 392- 18 6088. 19 2) Provide erosion and sediment control in accordance with: 20 a) Section 31 25 00 21 b) The Drawings 22 c) TXR150000 General Permit 23 d) SWPPP 24 e) TCEQ requirements 25 3. 5 acres or more of Disturbance 26 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 27 Permit is required 28 b. Complete SWPPP in accordance with TCEQ requirements 29 1) Prepare a TCEQ N01 form and Submit to TCEQ along with required fee 30 a) Sign and post at job site 31 b) Send copy to City Department of Transportation and Public Works, 32 Environmental Division, (817) 392-6088. 33 2) TCEQ Notice of Cbange required if making changes or updates to NOI 34 3) Provide erosion and sediment control in accordance xvith: 35 a) Section 31 25 00 36 b) The Drawings 37 c) TXR150000 General Permit 38 (1) SWPPP 39 e) TCEQ requirements 40 4) Once the project has been completed and all the closeout requirements of 41 TCEQ have been met a TCEQ Notice of Termination can be submitted. 42 a) Send copy to City Department of Transportation and Public Works, 43 Environmental Division, (817) 392-6088. 44 1.5 SUBMITTALS 45 A. SWPPP 46 1. Submit in accordance \vith Section 01 33 00, except as stated herein. CITY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUi\4ENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July I. 2011 City Project No. 021 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 01 57 13 -3 STORM WATER POLLUTION PREVENTION P tec 3 ol' 3 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 revleW B. \Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified S�VPPP 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 NVARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 1s 19 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re\ ised ,luly 1. 201 1 CAYLOR i NIG GROUND STORAGE TANK, \VATER. AND DRAINAGE I IPROVF:I4F.NTS Cite Project No. 02 1 1 1 0I>8Il-I FLNIPORARY PROJECT SIGNAGF. Paec I of4 1 SECTION 01 58 13 2 TEMPORARY PROJECT SIGNAGE 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 3. Modified 2.2.A.1 1 1 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price - Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 19 rp ice. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] CITY OF FORT \NORTH CAYLOR ; \MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised .Iuly I, 2011 City Project No. 021 1 1 01 SS 13 -2 TENIPORARY PROJECT SIGNAGE Page 2 of 4 1 PART 2 - PRODUCTS 2 2.1 O«INER-FURNISHED loR] O«'NER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPNIENT, PRODUCT TYPES, AND NIATERIALS 4 A. Design Criteria 5 1. Provide free standing Project Designation Sign in accordance with C'ity's Standard 6 Details for project signs for Water Deuartmerlt Droiects. 7 B. Materials 8 1. Sign 9 a. Constructed of/a-inch fir plywood, grade A-C (exterior) or better 10 2.3 ACCESSORIES [NOT USED] 1 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. General 18 1. Provide vertical installation at extents of project. 19 2. Relocate sign as needed, upon request of the City. 20 B. Mounting options 21 a. Skids 22 b. Posts 23 c. Barricade 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH CAYLOR 5 N1G GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE I1\4PROVEME-NTS Revised July 1, 2011 City Project No. 021 1 1 01 58 13 -3 TEi\4PORARY PROJECT SIGNAGE Page of4 1 3.13 MAINTENANCE 2 A. General 3 1. Maintenance will include painting and repairs as needed or directed by the City. 4 3.14 ATTACHMENTS ]NOT USED] 5 END OF SECTION CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVE\4ENTS Revised July 1, 2011 City Project No. 021 1 1 01 58 13 -4 TEMPORARY PROJECT SIGNAGE- Page 4 of d Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORTWORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\1EN FS \\/ATER, AND DRAINAGE IMPROVEMENTS Revised July 1. 201 1 City Project No. 021 1 l 01 60 00 - 1 PRODUCT REQUIRENIENTS Pasc I of_' 1 SECTION 01 60 00 PRODUCT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification t; 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 1 I 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATWE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 L. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 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] CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \PATER. AND DRAINAGE INIPROVEMENTS Re\ iced December 20, 2012 City Prgjcct No. 021 If 01 6000-2 PRODUCT REQUIRENIENTS Pai,-c2 oft 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log ] DATE NAME SUMMARY OF CHANGE 10/12/12 I D. Johnson I Modified Location of City's Standard Product List 8 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ ised December 20, 2012 City Project No. 021 l 1 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Palle I oI'4 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage fi-om: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.1 13 2. Added 1.2.A.2 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. Unit Price - Work associated with this Item is considered subsidiary to the various 20 items bid. No separate payment will be allowed for this Item. 21 2. Lump Sum Price - Work associated with this Item is included in the total lump sum 22 pAce. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIRENIENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY AND HANDLING 31 A. Delivery Requirements 32 1. Schedule delivery of products or equipment as required to allow timely installation 33 and to avoid prolonged storage. 34 2. Provide appropriate personnel and equipment to receive deliveries. CITY OF FORTWORTH CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July 1, 201 1 City Project No. 021 I 1 016600_2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 i 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 2 for personnel or equipment to receive the deliver),. 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 4 containers designed and constructed to protect the contents from physical or 5 environmental damage. 6 5. Clearly and fully mark and identify as to manufacturer, itern and installation 7 location. 8 6. Provide manufacturer's instructions for storage and handling. 9 B. Handling Requirements 10 1. Handle products or equipment in accordance with these Contract Documents and I I manufacturer's recommendations and instructions. 12 C. Storage Requirements 13 1. Store materials in accordance with manufacturer's recommendations and 14 requirements of these Specifications. 15 2. Make necessary provisions for safe storage of materials and equipment. 16 a. Place loose soil materials and materials to be incorporated into Work to prevent 17 damage to any part of Work or existing facilities and to maintain free access at 1 s all times to all parts of Work and to utility service company installations in 19 vicinity of Work. 20 3. Keep materials and equipment neatly and compactly stored in locations that will 21 cause minimum inconvenience to other contractors, public travel, adjoining owners, 22 tenants and occupants. 23 a. Arrange storage to provide easy access for inspection. 24 4. Restrict storage to areas available on construction site for storage of material and 25 equipment as shown on Drawings, or approved by City's Project Representative. 26 5. Provide off -site storage and protection when on -site storage is not adequate. 27 a. Provide addresses of and access to off -site storage locations for inspection by 28 City's Project Representative. 29 6. Do not use lawns, grass plots or other private property for storage purposes without 30 written permission of owner or other person in possession or control of premises. 31 7. Store in manufacturers' unopened containers. 32 S. Neatly, safely and compactly stack materials delivered and stored along line of 33 Work to avoid inconvenience and damage to property owners and general public 34 and maintain at least 3 feet from fire hydrant. 35 9. Keep public and private driveways and street crossings open. 36 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 37 satisfaction of City's Project Representative. 38 a. Total length which materials may be distributed along route of construction at 39 one time is 1,000 linear feet, unless otherwise approved in writing by City's 40 Project Representative. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Revised.luk I, 2011 Cite Project No. 02111 01 6600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Palle') of -I 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 «'ARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD loa] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatistactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance \,vith manufacturer's written directions. 23 B. Store products or equipment in location to avold physical damage to Items while ill 24 storage. 25 C. Protect equipment fi-onn exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS (NOT USED] 29 END OF SECTION 30 CITY OF FORT \\-ORTH CAYLOR 5 N1G GROUND STORAGE "DANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July 1, 2011 City Prcycct No. 021 11 01 66 00 - 4 PRODUCT STORAGE AND HA\1)1,1NG REQUIREMENTS Pasco of Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH C'AYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\/A'I'ER, ;\ND DRAINAGE IMPROVEMENTS Revised Rlly 1, 2011 City Project No. 021 1 1 01 70 00 - 1 \40BILIZATION AND RENIOBILIZATION Palle I of4 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization S 1 ) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation I I at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization is I ) Transportation of Contractor's personnel, equipment, and operating supplies 19 away fi-om the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 worl< that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies fi-om the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 3� operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF PORT NORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced December 20, 2012 City Project No. 021 1 1 01 7000-' MOBILIZATION AND REN-IOQILIZAI ION Pace of 1 I) Mobilization shall consist of the activities and cost oil a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order I I b) Site Clcan-up for each Issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for \vhich payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. Modified 1.2.A.I.b.1 21 2. Added 1.2.A. Lb.2 22 3. Modified 1.2.A.2.b.1 23 4. Added 1.2.A.2.b.2 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 26 2. Division 1 — General Requirements 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Mobilization and Demobilization 30 a. Measure 31 I ) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) Unit Price - The work performed and materials furnished in accordance 34 with this Item are subsidiary to the various Items bid and no other 35 compensation will be allowed. 36 2) LumD Sum Price - Work associated with this Item is included in the total 37 lump sum Drice. 38 2. Remobilization for suspension of Work as specifically required in the Contract 39 Documents 40 a. Measurement 41 1) Measurement for this Item shall be Per each remobilization performed. 42 b. Payment 43 1) Unit Price - The work performed and materials filrnished in accordance 44 with this Item and measured as provided under "Measurement" will be 45 paid for at the unit price per each "Specified Remobilization" in 46 accordance with Contract Documents. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'l S \\CATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 01 7000-3 MOBILIZATION AND RE\IOBILIZATION Pace 3 of4 1 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3 c. The price shall include: 4 1) Demobilization as described in Section 1. LA.2.a. l ) 5 2) Remobilization as described in Section 1.1.A 2.a.2) 6 d. No payments will be made for standby, idle time, or lost profits associated this 7 Item. 8 3. Remobilization for suspension of Work as required by City 9 a. Measurement and Payment I O 1) This shall be submitted as a Contract Claim in accordance with Article 10 1 I of Section 00 72 00. 12 2) No payments will be made for standby, idle time, or lost profits associated 13 with this Item. 14 4. Mobilizations and Demobilizations for Miscellaneous Projects 15 a. Measurement 16 1) Measurement for this Item shall be for each Mobilization and 17 Demobilization required by the Contract Documents Is b. Payment 19 1) The Work performed and materials fiirnished in accordance with this Item �() and measured as provided tinder "Measurement" will be paid for at the unit I price per each "Work Order Mobilization" in accordance with Contract ?? Documents. Demobilization shall be considered subsidiary to mobilization ?3 and shall not be paid for separately. 24 c. The price shall include: 25 1) Mobilization as described in Section 1.1.A.3.a.1) 26 2) Demobilization as described in Section 1.1.A.3.a.2) 27 d. No payments will be made for standby, idle time, or lost profits associated this ?� Item. 29 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 30 a. Measurement 31 1) Measurement for this Item shall be for each Mobilization and 32 Demobilization required by the Contract Documents 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 per each "Work Order Emergency Mobilization" in accordance with 37 Contract Documents. Demobilization shall be considered subsidiary to 3S mobilization and shall not be paid for separately. 39 c. The price shall include 40 1) Mobilization as described in Section 1.1.A.4.a) 41 2) Demobilization as described in Section 1.1.A.3.a.2) 42 d. No payments will be made for standby, idle time, or lost profits associated this 43 Item. 44 1.3 REFERENCES [NOT USED] 45 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 46 1.5 SUBMITTALS [NOT USED] 47 1.6 INFORMATIONAL SUBfVIITTALS [NOT USED] CITY OF FORT NVORTH CAYLOR > NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE liMPROVEMENTS Rex ised December 20, 2012 Cite Project No. 021 1 1 01 70 00 - -4 MOBILIZATION ,AND RENIOBILIZAIION Pace-4 of4 1 1.7 CLOSEOUT SUBJNIITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 NYARRANTY [NOT USED[ 7 PART 2 - PRODUCTS [NOT USED] g PART 3 - EXECUTION [NOT USED] E 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT N170RTH CAYLOR i NIG GROUND STORAGE: TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 02 11 1 3 4 5 6 7 8 9 10 11 12 13 01 71 21 - 1 CONSTRUCI ION STAKING AND SURVEY Pau>c 1 015 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification I. Modified 1.2.A.1.b.I 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.I 4. Added 1.2.A.2.b.2 5. Modified 1.9.A.1-3 6. Modified 1.9.13.2-3 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. Construction Staking 20 a. Measurement 21 1) This Item is considered subsidiary to the various Items bid. 22 b. Payment 23 1) Unit Price - The work performed and the materials furnished in accordance 24 with this Item are subsidiary to the various Items bid and no other 25 compensation will be allowed. 26 2) LUnlp Sum Price - Work associated with this Item is included in the total 27 lump sum price. 28 2. Construction Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) Unit Price - The work performed and the materials furnished in accordance 33 with this Item are subsidiary to the various Items bid and no other 34 compensation will be allowed. 35 2) Lump Stun Price - Work associated with tills Item is included in the total 36 lump sum price. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised Decenilxr 20, 2012 City Project No. 021 11 01 71 � ; -' CONSTRUCTION STAKING AND SURVFY P t'c _, o f 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals, if required, shall be in accordance with Section 01 33 00, 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Certificates 8 1. Provide certificate certifying that elevations and locations of improvements are in 9 conformance or non-conformance with requirements of the Contract Documents. 10 a. Certificate must be sealed by a registered professional land surveyor in the I I State of Texas. 12 B. Field Quality Control Submittals 13 1. Documentation verifying accuracy of field engineering Nvork. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Construction Staking 18 1. Construction staking will be performed by the Cit-y Contractor. 19 2. Coordination 20 a. Centaet Cit y' D• t D epFese„t ti r t least 7 weeks d F `. Vlllu �. ��rr�-�� x i o�-ccrrccP�rc�crrr�a ri `c� c-ctr-rczr�i��vr- 21 Sehe.hllin f St,•,,..t:�,,, Stal, J4lll�lt ll L111�' V1 L. VI1 22 b. It is the Contractor's responsibility to coordinate staking such that construction 23 activities are not delayed or negatively impacted. 24 3. General 25 a. Contractor is responsible for preserving and maintaining stakes Atrnihed by 26 c4t-y. 27 b. If in the opinion of the City, a sufficient number of stakes or markings have 28 been lost, destroyed or disturbed, by Contractor's neglect, such that the 29 contracted Work cannot take place, then the Contractor will be required to re- 30 stake the deficient areas. pL�Lthe City fat- „ staking . ith a 25 percent 31 niarlk-up. The eest for- stalcing , ill he dedUCte.d fi-oi,, the payment clue t tile 32 Cviitriiia"'- for the D,• et 33 B. Construction Survey 34 1. Construction Survey will be performed by the City -Contractor. 35 2. Coordination 36 a. Contractor to verify that control data established in the design survey remains 37 intact. 38 b. Coordinate with the City prior to field investigation to determine which 39 horizontal and vertical control data will be required for construction survey. 40 c. It is the Contractor's responsibility to coordinate Construction Survey such that 41 construction activities are not delayed or negatively impacted. CITY OF FORT WORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEi TENTS Revised December'_0, 20 12 City Project No. 02 1 11 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY PaLe3 uf� 1 d. Contractor shall restore or replace any control data needs to be tof'ed 2 }-eplae-ed due to damage caused during construction operations. 3 44—',it;1 Shall p2rforrn replacements and/^ restorations. 4 3. General 5 a. Construction survey will be performed in order to maintain complete and 6 accurate logs of control and s>u-vey work as it progresses for Project Records. 7 b. The Contractor shall will need to ^ ei-d., a4on K; maintained with the- 8 City to perform construction survey to obtain construction features, including 9 but not limited to the following: 10 1) All Utility Lines 1 1 a) Rim and flowline elevations and coordinates for each manhole or 12 junction structure 13 2) Water Lines 14 a) Top of pipe elevations and coordinates for waterlines at the following 15 locations: 16 (1) Every 250 linear feet 17 (2) Horizontal and vertical points of inflection, curvature, etc. (All 18 Fittings) 19 (3) Cathodic protection test stations 20 (4) Sampling stations 21 (5) Meter boxes/vaults (All sizes) 22 (6) Fire lines 23 (7) Fire hydrants 24 (8) Gate valves 25 (9) Plugs, stubouts, dead-end lines 26 (10) Air Release valves (Manhole rim and vent pipe) 27 (1 1) Blow off valves (Manhole rim and valve lid) 28 (12) Pressure plane valves 29 (13) Cleaning wyes 30 (14) Casing pipe (each end) 31 b) Storm Sewer 32 (1) Top of pipe elevations and coordinates at the following locations: 33 (a) Every 250 linear feet 34 (b) Horizontal and vertical points of inflection, curvature, etc. 35 c) Sanitary Sewer 36 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 37 the following locations: 38 (a) Every 250 linear feet 39 (b) Horizontal and vertical points of inflection, curvature, etc. 40 (c) Cleanouts 41 C. Construction survey will be performed in order to maintain complete and 42 accurate logs of control and survey work associated with meeting or exceeding 43 the line and grade required by these Specifications. 44 d. The Contractor shall will need to ensure ordination is maintained with the 45 City to perform construction survey and to verify control data, including but not 46 limited to the following: 47 1) Established benchmarks and control points provided + the ContractorIFY 48 arse are accurate 49 2) Benchmarks were used to furnish and maintain all reference lines and 50 g11�rades +^� CITY OF FORTWORTII CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Revised December 30. 2012 City Prqject No. 0211 1 01 71 2; -4 CONSTRUCTION STAKING AND SURVEY Pae 4 of 1 3) Lines and (q'ades were used to establish the location of the pipe 2 4) Submit to the City copies of field notes, 11 requested, used to establish all 3 lines and grades and allow the City to check guidance system setup prior to 4 beginning each tunneling drive. 5 5) Provide access for the City, when requeste(I, to verify the guidance system 6 and the line and grade of the carrier pipe on a daily basis. 7 6) The Contractor remains frilly responsible for the accuracy of the work and 8 the correction of it, as required. 9 7) Monitor line and grade continuously during construction. 10 8) Record deviation with respect to design line and grade once at each pipe 1 1 j.oint and submit daily records to City. 12 9) If the installation does not meet the specified tolerances, immediately notify 13 the City and correct the installation in accordance with the Contract 14 Documents. 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION [NOT USED] 23 3.4 APPLICATION 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD [oa] SITE QUALITY CONTROL 27 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 28 City in accordance with this Specification. 29 B. Do not change or relocate stakes or control data \without approval from the City. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 201 2 City Project No. 021 1 1 017123-5 CONSTRUCTION STAKING AND SURVEY page � ofi 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] S END OF SECTION 9 Revision Log DATE I NAME SUMMARY OF CHANGE 8/31/2012 I D.Johnson 10 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE- 1IMPROVENIENTS Revised December 20. 2012 City Project No. 021 11 01 74 -13 - I CLEAVING Pace 1 or3 I SECTION 01 74 23 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere S B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1 10 2. Added 1.2.A.2 I I 3. Modified 3.10.D.2 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 I — General Requirements 1 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price - Work associated with this Item is considered subsidiary to the various 19 Items bid. No separate payment will be allowed for this Item. 20 2. Lumu Sum Price - Work associated with this Item is included in the total lump sum 21 rI ice• 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Scheduling 25 1. Schedule cleaning operations so that dust and other contaminants disturbed by 26 cleaning process will not fall on newly painted surfaces. 27 2. Schedule final cleaning upon completion of Work and immediately prior to final 2 8 inspection. 29 1.5 -1.9 [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH C\YLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\ ATER. AND DRAINAGE 1\4PROVEMENTS Rey ked July 1. 201 1 City Project No. 021 1 1 017-l23-2 CLEANING Pase 2 of 3 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 NVARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 ONYNER-FURNISHED [oR] ONYNER-SUPPLIEDPRODUCTS (NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 -3.9 [NOT USED] 15 3.10 CLEANING 16 A. General 17 1. Prevent accumulation of wastes that create hazardous conditions. 18 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 19 governing authorities. 20 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 21 storm or sanitary drains or sewers. 22 4. Dispose of degradable debris at an approved solid waste disposal site. 23 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 24 alternate manner approved by City and regulatory agencies. 25 6. Handle materials in a controlled manner with as few handlings as possible. 26 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 27 this project. 28 8. Remove all signs of temporary construction and activities incidental to construction 29 of required permanent Work. 30 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 31 have the cleaning completed at the expense of the Contractor. 32 10. Do not burn on -site. 33 B. Intermediate Cleaning during Construction 34 1. Keep Work areas clean so as not to hinder health, safety or convenience of 35 personnel in existing facility operations. 36 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. CITY OF FORT WORTH CAYLOR 5 1MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rexised.Iuly 1. 2011 City Project No.02111 01 74 23 - 3 CLEANING Pafle 3 of') I 3. Confine construction debris daily in strategically located container(s): 2 a. Cover to prevent blowing by wind 3 b. Store debris away from construction or operational activities 4 c. Haul from site at a minimum of once per week 5 4. Vacuum clean interior areas when ready to receive finish painting. 6 a. Continue vacumn cleaning on an as -needed basis, until Final Acceptance. 7 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 8 may become airborne or transported by flowing N.vater during the storm. 9 C. Interior Final Cleaning 10 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 1 I foreign materials from sight -exposed surfaces. 12 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 13 3. Wash and shine glazing and mirrors. 14 4. Polish glossy surfaces to a clear shine. 15 5. Ventilating systems 16 a. Clean permanent filters and replace disposable filters if units were operated 17 during construction. 18 b. Clean ducts, blowers and coils if units were operated without filters during 19 construction. 20 6. Replace all burned out lamps. 21 7. Broom clean process area floors. 22 8. Mop office and control room floors. 23 D. Exterior (Site or Right of Way) Final Cleaning 24 1. Remove trash and debris containers from site. 25 a. Re -seed areas disturbed by location of trash and debris containers in accordance 26 with Section 32 92 13. 27 2. Sweep flatwork, paving, and roadway to remove all rocks, pieces of asphalt, 28 concrete or any other object that may hinder or disrupt the flow of traffic along the 29 roadway. 30 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 31 junction boxes and inlets. 32 4. If no longer required for maintenance of erosion facilities, and upon approval by 33 City, remove erosion control from site. 34 5. Clean signs, lights, signals, etc. 35 3.11 -3.14 [NOT USED] 36 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 37 CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July 1. 2011 City Project No. 021 1 1 01 77 19- 1 CLOSEOUT REOUIREMENTS PrueI of-; FE 3 4 5 6 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART I - GENERAL 1.1 SUNIINIARY A. Section Includes: 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 12.A.2 10 C. Related Specification Sections include, but are not necessarily limited to: 1 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Unit Price - Work associated with this Item is considered subsidiary to the various 16 Items bid. No separate payment will be allowed for this Item. 17 2. Lump Sum Price - Work associated with this Item is included in the total lump sum is price. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Guarantees, Bonds and Affidavits 22 1. No application for final payment will be accepted until all guarantees, bonds, 23 certificates, licenses and affidavits required for Work or equipment as specified are 24 satisfactorily filed with the City. 25 B. Release of Liens or Claims 26 1. No application for final payment will be accepted until satisfactory evidence of 27 release of liens has been submitted to the City. 28 1.5 SUBMITTALS 29 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH CAYLOR 5 N1G GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEiNIENrS Rey ised July 1. 2011 City Project No. 021 11 01 77 19-, CLOSE-OUT REQUIRENIENTS P oe1oT; 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1, Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Worl: 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. hlitial fill up of all chemical tanks and fiiel tanks 33 d. Light bulbs 34 e. Fuses 35 f. vault keys 36 g. HandNvheels 37 li. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK_ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEiIENTS Revised.Iuly 1, 1-011 City Project No. 02111 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 �2 23 24 25 26 27 28 29 01 77 19 -3 CLOSEOUT REQUIRFIMENTS Palle 3 of3 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 loa] 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] DATE NAME END OF SECTION Revision Lou CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re\iscd Jul), 1, 2011 SUMMARY OF CHANGE CAYLOR � MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 0211 1 017X23-I OPERATION AND \MAINTENANCE DATA Pace I ot5 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUNINIARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished Under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations front this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 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. Unit Price - Work associated with this Item is considered subsidiary to the various 21 Items bid. No separate payment will be allowed for this Item. 22 2. LunlD SUITI Price - Work associated with this Item is included in the total lump sum 23 price. 24 1.3 REFERENCES (NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Schedule 27 1. Submit manuals in final form to the City within 30 calendar days of product 28 shipment to the project site. 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 31 approved by the City prior to delivery. 32 1.6 INFORMATIONAL SUBMITTALS 33 A. Submittal Form 34 1. Prepare data in form of an instructional manual for use by City personnel. 35 2. Format 36 a. Size: 8 % inches x 1 1 inches CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Prgjcct No. 021 1 1 01 78 23 -2 OPERATION AND (MAINTENANCE DATA Page 2 of 1 b. Paper 2 1) 40 pound minimum, white, for typed pages 3 2) Holes reinforced with plastic, cloth or metal 4 c. Text: Manufacturer's printed data, or neatly typewritten 5 d. Drawings 6 1) Provide reinforced punched binder tab, bind in with text 7 2) Reduce larger drawings and fold to size of text pages. 8 e. Provide fly -leaf for cacti separate product, or each piece of operating 9 equipment. 10 1) Provide typed description of product, and major component parts of 1 I equipment. 12 2) Provide indexed tabs. 13 f. Cover 14 1) Identify each volume with typed or printed title "OPERATING AND 15 MAINTENANCE INSTRUCTIONS". 16 2) List: 17 a) Title of Project 18 b) Identity of separate structure as applicable 19 c) Identity of general subject matter covered in the manual 20 3. Binders 21 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 22 b. When multiple binders are used, correlate the data into related consistent 23 groupings. 24 4. If available, provide an electronic form of the O&M Manual. 25 B. Manual Content 26 1. Neatly typewritten table of contents for each volume, arranged in systematic order 27 a. Contractor, name of responsible principal, address and telephone number 28 b. A list of each product required to be included, indexed to content of the volume 29 c. List, with each product: 30 1) The name, address and telephone number of the subcontractor or installer 31 2) A list of each product required to be included, indexed to content of the 32 vo I rune 33 3) Identify area of responsibility of each 34 4) Local source Of supply for parts and replacement 35 d. Identify each product by product name and other identifying symbols as set 36 forth in Contract Documents. 37 2. Product Data 38 a. Include only those sheets which are pertinent to the specific product. 39 b. Annotate each sheet to: 40 1) Clearly identify specific product or part installed 41 2) Clearly identify data applicable to installation 42 3) Delete references to inapplicable information 43 3. Drawings 44 a. Supplement product data with drawings as necessary to clearly illustrate: 45 1) Relations of component parts of equipment and systems 46 2) Control and flow diagrams 47 b. Coordinate drawings with information in Project Record Documents to assure 48 correct illustration of completed installation. CITY OF FORT NVORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 01?\?;-; OPERATION AND NIAINTENANCE DATA P,tac ; oiS 1 c. Do not Use Project Record Drawings as maintenance dl"awings. 2 4. Written text, as required to Supplement product data for the particular installation: 3 a. Orgaillze in consistent format Llllder Separate headings foi- different procedures. 4 b. Provide logical sequence of instructions of each procedure. 5 5. Copy of each warranty, bond and service contract issued 6 a. Provide information sheet for City personnel giving: 7 1) Proper procedures in event of failure 8 2) hlstances which might affect validity of warranties or bonds 9 C. Manual for Materials and Finishes 10 l . Submit 5 copies of complete manual in final form. 11 2. Content, for architectural products, applied materials and finishes: 12 a. MariLitacturer's data, giving frill information on products 13 1) Catalog number, size, composition 14 2) Color and texture designations 15 3) hlformation required for reordering special manufactured products 16 b. Instructions for care and maintenance 17 1) Manufacturer's recommendation for types of cleaning agents and methods 18 2) Cautions against cleaning agents and methods which are detriinental to 19 product 20 3) Recommended schedule for cleaning and maintenance 21 3. Content, for moisture protection and weather exposure products: ?? a. Manufacturer's data, giving full information oil products 23 1) Applicable standards 24 2) Chemical composition 25 3) Details of installation 26 b. Instructions for inspection, maintenance and repair 27 D. Manual for Equipment and Systems 28 1. Submit 5 copies of complete manual in final form. 29 2. Content, for each unit of equipment and system, as appropriate: 30 a. Description of unit and component parts 31 1) Function, normal operating characteristics and limiting conditions 32 2) Performance curves, engineering data and tests 33 3) Complete nomenclature and commercial number of replaceable parts 34 b. Operating procedures 35 1) Start-up, break-in, routine and normal operating instructions 36 2) Regulation, control, stopping, shut -down and emergency instructions 37 3) Sumner and winter operating instructions 38 4) Special operating instructions 39 c. Maintenance procedures 40 1) Routine operations 41 2) Guide to "trouble shooting" 42 3) Disassembly, repair and reassembly 43 4) Alignment, adjusting and checking 44 d. Servicing and lubrication schedule 45 1) List of lubricants required 46 e. Manufacturer's printed operating and maintenance instructions 47 f. Description of sequence of operation by control mailnfacturer CITI' OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Re%iled December 20. 2012 City Prglect No. 021 11 01 752,-4 OPERATION AND .MAINTFNANCE DATA P ,cIof5 I 1) Predicted life of parts subject to wear 2 2) Items recommended to be stocked as spare parts 3 g. As installed control diagrams by controls manufacturer 4 h. Each contractor's coordination drawings 5 1 } As installed color coded piping diagrams 6 i. Charts of valve tag numbers, with location and fimction of each valve 7 j. List of original manufacturer's spare parts, manufacturer's current prices, and 8 recommended quantities to be maintained in storage 9 k. Other data as required under pertinent Sections of Specifications 10 3. Content, for each electric and electronic system, as appropriate: 1 1 a. Description of system and component parts 12 1) Function, normal operating characteristics, and limiting conditions 13 2) Performance curves, engineering data and tests 14 3) Complete nomenclature and commercial number of replaceable parts 15 b. Circuit directories of panelboards 16 1) Electrical service 17 2) Controls 18 3) Communications 19 c. As installed color coded wiring diagrams 20 d. Operating procedures 21 1) Routine and normal operating instructions 22 2) Sequences required 23 3) Special operating instructions 24 e. Maintenance procedures 25 1) Routine operations 26 2) Guide to "trouble shooting" 27 3) Disassembly, repair and reassembly 28 4) Adjustment and checking 29 f. Manufacturer's printed operating and maintenance instructions 30 g. List of original manufacturer's spare parts, manufacturer's current prices, and 31 recommended quantities to be maintained in storage 32 h. Other data as required under pertinent Sections of Specifications 33 4. Prepare and include additional data when the need for such data becomes apparent 34 during instruction of City's personnel. 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE 38 A. Provide operation and maintenance data by personnel with the following criteria: 39 1. Trained and experienced in maintenance and operation of described products 40 2. Skilled as technical \writer to the extent required to communicate essential data 41 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT \\FORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \\CATER, AND DRAINAGE. INIPROVENIFNTS Revised December 20, 2012 City Project No. 021 1 1 01 78 23 - 5 OPERATION AND i\IAINTENANCE DATA Paac 5 of5 1 1.10 -1.12 [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION Revision Lot, DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson I 1.5.A.1 — title of section removed 5 CITY OF FORT \VORTII CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \\'ATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 Cite Project No. 021 1 1 01 78 39 - I PROJECT RECORD DOCUMENTS Pnac I of 4 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, irlClndinu: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A. ] 14 2. Added ] 2.A.2 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. Unit Price - Work associated with this Item is considered subsidiary to the various 21 Items bid. No separate payment will be allowed for this Item. 22 2. Lump Surn Price - Work associated with this Item is included in the total lump suns 23 rp Ice. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 28 City's Project Representative. 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Accuracy of Records CITY OF FORT WORTH CAYWR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVE-MENTS Revised July I. 2011 City Project No. 021 1 1 01 78 39 - 2 PROJECT RECORD DOCUMENTS Paee 2 of 4 I I. Thorough]}' coordinate changes within the Record Documents, making adequate 2 and proper entries on each page of Specifications and each sheet of Drawings and 3 other Documents where such entry is required to sho\v the change properly. 4 2. Accuracy of records shall be such that future search for items shown in the Contract 5 Documents may rely reasonably on information obtained from the approved Project 6 Record Documents. 7 3. To facilitate accuracy of records, make entries \\,]thin 24 hours after receipt of 8 information that the change has occurred. 9 4. Provide factual information regarding all aspects of the Work, both concealed and 10 visible, to enable future modification of the Work to proceed without lengthy and 1 1 expensive site measurement, investigation and examination. 12 1.10 STORAGE AND HANDLING 13 A. Storage and Handling Requirements 14 1. Maintain the job set of Record Documents completely protected from deterioration 15 and from loss and damage until completion of the Work and transfer of all recorded 16 data to the final Project Record Documents. 17 2. In the event of loss of recorded data, use means necessary to again secure the data 18 to the City's approval. 19 a. hl such case, provide replacements to the standards originally required by the 20 Contract Documents. 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED lolz] OWNER -SUPPLIED PRODUCTS [NOT USED] 25 2.2 RECORD DOCUMENTS 26 A. Job set 27 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 28 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 29 B. Final Record Documents 30 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 31 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\CATER. AND DRAINAGE IMPROVENIENTS Revised July I, 2011 City Project No. 021 1 1 01 7S :9 - i PROJECT RECORD DOCUMENTS Flee ; of -I 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS - JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time, the probable number of occasions 13 upon which the job set Hurst be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes, use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However, design of ftrture modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch, the centerline of each run of items. 42 1) Final physical arrangement is determined by the Contractor, subject to the 43 City's approval. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATL-R. AND DRAINAGE 1IMPROVEIMENTS Revised July 1, 2011 Cite Project No. 02111 01 78 19 --I PROJECT RECORD DOCUMENTS Paac 4 ot'4 ?) Sho\v, by symbol or note, the vertical location of the Item ("under slab", "in 2 ceiling plenum", "exposed", and the like). 3 3) Make all identification sufficiently descriptive that it may be related 4 reliably to the Specifications. 5 c. The City may waive the requirements for conversion of schematic layouts 6 where, in the City'S judgment, conversion serves no usefrll purpose. However, 7 do not rely upon waivers being issued except as specifically issued in writing 8 by the City. 9 B. Final Project Record Documents 10 1. TI"ansfel' of data to Di-mvlllgs I I a. Carefully transfer change data shown on the job set of Record Drawings to the 12 corresponding final documents, coordinating the changes as required. 13 b. Clearly indicate at each affected detail and other Drawing a full description of 14 changes made during construction, and the actual location of items. 15 c. Call attention to each entry by drawing a "cloud" around the area or areas 16 affected. 17 d. Make changes neatly, consistently and with the proper media to assure 18 longevity and clear reproduction. 19 2. Transfer of data to other Documents 20 a. If the Documents, other than Drawings, have been kept clean during progress of 21 the Work, and if entries thereon have been orderly to the approval of the City, 22 the job set of those Documents, other than Drawings, will be accepted as final 23 Record Documents. 24 b. If any such Document is not so approved by the City, secure a new copy of that 25 Document from the City at the City's usual charge for reproduction and 26 handling, and carefiilly transfer the change data to the new copy to the approval 27 of the City. 28 3.5 -3.14 [NOT USED] 29 END OF SECTION 31 Revision Log DATE NAME CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1. 201 1 SUMMARY OF CHANGE CAYLOR i MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 011 1 1 02 41 13 - 1 SELECTIVE SITE DEMOLITION Palle I of 1 SECTION 02 41 13 2 SELECTIVE SITE DEMOLITION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. Added 1.2.A.2.a.1, 1.2.A2.a.2, 1.2.A 2.b.1, 1.2.A.2.b.2, 1.2.A.2.c.1, 1.2.A2.c.2, 18 1.2.A.2.d,1, 1.2.A.2.d.2, 1.2.A.2.e.1, 1.2.A.2.e.2, 1.2.A.2.f.1, 1.2.A.2.f.2, 19 1.2.A.2.2.1, 1.2.A.2.14.2, 1.2.A.2.1i.1, 1.2.A.2.1i.2, L2.A.2.,j.1, 1.2.A2.g.2, 20 1.2.A.2.1.1, and 1.2.A.2.i.2 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 23 Contract 24 2. Division 1 General Requirements 25 3. Section 31 23 23 Borrow 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement 29 a. Remove Sidewalk: Measure by square foot. 30 b. Remove Steps: measure by the square foot as seen in the plan view only. 31 c. Remove ADA Ramp: measure by each. 32 d. Remove Driveway: measure by the square foot by type. 33 e. Remove Fence: measure by the linear foot. 34 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 35 including metal beam guard fence transitions and single guard rail terminal 36 sections from the center of end posts. 37 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 38 h. Remove Mailbox: measure by each. 39 1. Remove Rip Rap: measure by the square foot. 40 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 41 2. Payment CITY OF FORT WORTH CAYLOR 5 n4G GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUIN4ENTS WATER. AND DRAINAGE 1IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 024111-2 SELECTIVE SITE DEMOLITION Pace of 6 1 a. Remove Sidewalk: I) Unit Price - Full compensation for saw cutting, removal, hauling, disposal, 3 tools, equipment, labor and incidentals needed to execute vvork. Sidewalk 4 adjacent to or attached to retaining wall (including sidewalk that acts as a 5 wall footing) shall be paid as sidewalk removal. For utility projects, this 6 Itelll SllalI be Considered Subsidiary to the trench and no other colllpensatloll 7 will be allowed. 8 2) Llinlp Sum Price - Coinnensation for saw Cutting, removal, hallhllg, 9 disposal, tools, equipment, labor and incidentals needed to execute \vork is 10 included in the total Ilm)D Sum Dr'1CC. Sidewalk adiacent to or attached to I 1 retaining wall (including sidewalk that acts as a wall footin('j) shall be 12 included in the total 411111) SUM Drice. 13 b. Remove Steps: 14 1) Unit Price - Full compensation for Saw cutting, removal, hatiling, disposal, 15 tools, equipment, labor and incidentals needed to execute work. For utility 16 projects, this Item shall be considered subsidiary to the trench and no other 17 compensation will be allowed. IS 2) Lump Sum Price - Compensation for saw Cutting_, removal, hauling, 19 disposal, tools, equipment, labor and incidentals needed to execute work is 20 included in the total hu11D Sum Drice. 21 c. Remove ADA Ramp and landing: 22 1 ) Unit Price - Full compensation for saw cutting, removal, hauling, disposal, 23 tools, equipment, labor and incidentals needed to execute work. Work 24 includes ramp landing removal. For Utility projects, this Itelll shall be 25 considered subsidiary to the trench and no other compensation will be 26 allowed. 27 2) Lump Sum Price - Compensation for saw cutting_, removal, hauling, 28 disposal, tools, equipment, labor and incidentals needed to execute work is 29 included in the total luiuD SLIM) price. Work includes rams) landing removal. 30 d. Remove Driveway: 31 1) Unit Price - Full compensation for saw cutting, removal, hauling, disposal, 32 tools, equipment, labor and incidentals needed to remove improved 33 driveway by type. For utility projects, this Itelll shall be considered 34 subsidiary to the trench and no other compensation will be allowed. 35 2) Lnillp Slllll Price - Cornoensatioll for Sat\' CLltting, removal, haulin(-Y, 36 disposal, tools, equipment, labor and incidentals needed to remove 37 improved driveway by type is included in the total IL11111) SUIT) Drice. 38 e. Remove Fence: 39 1) Unit Price - Full compensation for removal, hauling, disposal, tools, 40 equipment, labor and incidentals needed to remove fence. For utility 41 projects, this Item shall be considered subsidiary to the trench and no other 42 compensation will be allowed. 43 2) Lump Sum Price - Compensation for removal, hauling, disposal, tools, 44 equipment, labor and incidentals needed to remove fence is included in the 45 total IUnID slue Drice. 46 f. Remove Guardrail: CITY OF FORT WORTH C'AYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Prgjcct No. 02111 02 41 11) - i SELECTIVE SITE DEIMMLITION Pay*c ; of 6 I I) Unit Price - Full compensation for removing materials, loading, hauling, 2 unloading, and storing or disposal; furnishing backfill material; backfillirig 3 the portholes; and equipment, labor, tools, and incidentals. For utility 4 projects, this Item shall be considered subsidiary to the trench and no other 5 compensation will be allowed. 6 2) Lmllp SLIM Price - Compensation for rcinovina, materials, loading, hauling, 7 unloading, and storing or disposal; fiirnishinQ backfill material, backfilling 8 the portholes; and equip_ ment, labor, tools, and incidentals is included in the 9 total lump suns price. 10 g. Remove Retaining Wall (less than 4 feet tall): I l I) Unit Price - Full compensation for saw cutting, removal, hauling, disposal, 12 tools, equipment, labor and incidentals needed to execute work. Sidewalk 13 adjacent to or attached to retaining wall (including sidewalk that acts as a 14 wall footing) shall be paid as sidewalk removal. For utility projects, this 15 Item shall be considered subsidiary to the trench and no other compensation 16 will be allowed. 17 2) Lump Sunl Price - Compensation for saw cutting, removal, hauling, 18 disposal, tools, equipment, labor and incidentals needed to execute work is 19 included in the total lurrin suns price. Sidewalk adiacent to or attached to 20 retainin7 \wall (including sidewalk that acts as a wall footing) is included in 21 the total lllMp sllln price. 22 h. Remove Mailbox: 23 1) Unit Price - Full compensation for removal, hauling, disposal, tools, 24 equipment, labor and incidentals needed to execute work. For utility 25 projects, this Item shall be considered subsidiary to the trench and no other 26 compensation will be allowed. 27 2) Lurnp Sum Price - Compensation for removal, hauling, disposal, tools, 28 equipillent, labor and incidentals needed to execute work is included in the 29 total Juno suns price. 30 1. Remove Rip Rap: 31 1) Unit Price - Full compensation for saw cutting, removal, hauling, disposal, 32 tools, equipment, labor and incidentals needed to execute work. For utility 33 projects, this Item shall be considered subsidiary to the trench and no other 34 compensation \-vill be allowed. 35 2) Lump Sum Price - Compensation for saw cutting, removal, hauling, 36 disposal, tools, equipment, labor and incidentals needed to execute work is 37 included in the total 11.11111) SLIIu price. 38 j. Remove Miscellaneous Concrete Structure: 39 1) Unit Price - Full compensation for saw cutting, removal, hauling, disposal, 40 tools, equipment, labor and incidentals needed to execute work. For utility 41 projects, this Item shall be considered subsidiary to the trench and no other 42 compensation will be allowed. 43 2) Lump Sum Price - Compensation for saw cutting, removal, hauling, 44 disposal, tools, equipment, labor and incidentals needed to execute work is 45 included in the total llllllp SLIM price. 46 1.3 REFERENCES 47 A. Definitions 48 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 49 pavers. CITY OF FORT WORTH CAYLOR S 1 IG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Project No. 021 1 1 0241 13 -4 SELECTIVE SITE DENIOLITION Palo 4 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBIVIITTALS [NOT USED] 5 1.8 MAINTENANCE 1VIATERIAL 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 O«'NER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fill Material: See Section 31 2323. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL (NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] is 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 REMOVAL 21 A. Remove Sidewalk 22 1. Remove sidewalk to nearest existing dummy, expansion Or construction joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 24 B. Remove Steps 25 1. Remove step to nearest existing dummy, expansion or construction joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 C. Remove ADA Ramp 28 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 29 See 3A.K. 30 2. Remove ramp to nearest existing dummy, expansion or construction joint on 31 existing sidewalk. 32 D. Remove Driveway 33 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 34 3A.K. 35 2. Remove drive to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 0_-141 13-5 SELECTIVE SITE DEMOLITION Paec 5 of6 1 3. SaNvcut when removing to nearest joint is not practical. See 3A.K. 2 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 3 joint on existing sidewalk. 4 E. Remove Fence 5 1. Remove all fence components above and below ground and backfill with acceptable 6 fill material. 7 2. Use caution in removing and salvaging fence materials. 8 3. Salvaged materials may be used to reconstruct fence as approved by City or as 9 sl]own on Drawings. 10 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced i 1 areas during construction operation and while removing fences. 12 F. Remove Guardrail 13 1. Remove rail elements in original lengths. 14 2. Remove fittings from the posts and the metal rail and then pull the posts. 15 3. Do not mar or damage salvageable materials during removal. 16 4. Completely remove posts and any concrete surrounding the posts. 17 5. Furnish backfill material and backfill the hole with material equal in composition 18 and density to the surrounding soil unless otherwise directed. 19 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least I - 20 foot below the new subgrade elevation and leave in place along \vith the dead man. 21 G. Remove Retaining Nall (less than 4 feet tall) 22 1. Remove wall to nearest existing joint. 23 2. Sa,VCLIt when removing to nearest _joint is not practical. See 3.4.K. 24 3. Removal includes all components of the retaining wall including footings. 25 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 26 H. Remove Mailbox 27 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 28 reconstruction. 29 I. Remove Rip Rap 30 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 31 2. Sa\weLlt when removing to nearest joint is not practical. See 3A.K. 32 J. Remove Miscellaneous Concrete Structure 33 1. Remove portions of miscellaneous concrete structures including foundations and 34 slabs that do not interfere with proposed construction to 2 feet below the finished 35 grownd line. 36 2. Cut reinforcement close to the portion of the concrete to remain in place. 37 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 38 water. 39 K. Sawcut 40 1. Sawing Equipment 41 a. Power -driven CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUIMENTS \WATER. AND DRAINAGE INIPROVEMENTS Revised December 20.2012 City Project No. 011 11 i 3 4 5 6 7 S 9 10 11 12 13 14 f 16 17 0241 13-6 SELECTIVE SITE DEMOLITION Page 6 of b. Manufactured for the purpose of saving pavement c. In good operating condition d. Shall not spall or fi-acture the pavement to the removal area 2. Sa\VCLIt perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE I NAME SUMMARY OF CHANGE 12/20/2012 ( D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 MG GROUND STORAGE TEAK, WATER, AND DRAINAGE IMPROVEMENTS City Pro.icet No. 021 11 021114-I UTILITY REIMOVALABANDO'NNIENT Paee 1 of 1 7 ] SECTION 02 41 14 2 UTILITY REMOVAL/ABANDONMENT 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 1 I e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 1. Sanitary Sewer Lines 16 J. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. Modified 1.2.A.1.b.1, 1.2.A.2.b.1, 1.2.A.3.b.1, 1.2.A.4.b.1, and 1 2.A.5.b.I 27 2. Modified 1.2.13.1.b.1, 1.2.B.2.b.1, 1.2.B.3.b.1, 1.2.B.4.b.1, 1.2.B.5.b.1, 12.B.6.b.1, 28 1.2.B.7.b.1, 1.2.B.8.b.1, and 1.2.B.9.b.1 29 3. Modified 1.2.C.1.b.1, 1.2.c.2.b.1, and 1.2.C.3.b.I 30 4. Modified 12.D.I.b.1, 1.2.D.2.b.1, 1.2.D.3.b.1, 12.D.4.b.1, 1.2.D.5.b.1, 1.2.D.6.b.1, 31 1.2.D.7.b.1, and 1.2.D.8.b.I 32 5. Added 1.2.A.1.b.2, 1.2.A.2.b.2, 1.2.A.3.b.2, 1.2.A.4.b.2, and 1.2.A.5.b.2 33 6. Added 1.2.B.I.b.2, 1.2.B.2.b.2, 1.2.B.3.b.2, 1.2.B.4.b.2, 1.2.B.5.b.2, 1.2.B.6.b.2, 34 1.2.B.7.b.2, 1.2.B.8.b.2, and 1.2.B.9.b.2 35 7. Added 1.2.C.1.b.2, 1.2.c.2.b.2, and 1.2.C.3.b.2 36 8. Added 1.2.D.I.b.2, 1.2.D.2.b.2, 1.2.D.3.b.2, 1 2.D.4.b.2, 1.2.D.5.b.2, 12.D.6.b.2, 37 1.2.D.7.b.2, and 1.2.D.8.b.2 38 C. Related Specification Sections include, but are not necessarily limited to: 39 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 40 2. Division I — General Requirements 41 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) CITY OF FORT WORTH CAYLOR � NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVE\RENTS Revised December 20, 2012 City Project No. 021 11 02a114-2 UTILITY REM0VAL.iABANDONN9EN'I- Paae 2 of 17 1 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 2 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 3 6. Section 33 11 11 — Ductile Iron Fittings 4 7. Section 33 11 13 -- Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 5 8. Section 33 11 14 — Buried Steel Pipe and Fittings 6 9. Section 33 12 25 — Connection to Existing Water Mains 7 1.2 PRICE AND PAYMENT PROCEDURES 8 A. Utility Lines 9 1. Abandonment of Utility Line by Grouting 10 a. Measurement 11 1) ]veasurement for this Item shall be per cubic yard of existing utility line to 12 be (Yrouted. Measure by tickets showing cubic yards of grout applied. 13 b. Payment 14 1) Unit Price - The work performed and materials fiirmshed in accordance 15 with this Item and measured as provided under "Measurement" shall be 16 paid for at the unit price per cubic yard of "Lure Grouting" for: 17 a) Various types of utility line 18 2) LumD Sum Price - The work Derformed and materials furnished in 19 accordance with this Item for various types of utility lines and measured as 20 provided shall be included in the total lump sum price. 21 c. The price bid shall include: 22 1) Low density cellular grout or CLSM 23 2) Water 24 3) Pavement removal 25 4) Excavation 26 5) Hauling 27 6) Disposal of excess materials 28 7) Flirt fishing, placement and compaction of backfill 29 8) Clean-up 30 2, Utility Line Removal, Separate Trench 31 a. Measurement 32 1) MeaSLn"Ciilent for this Item shall be per linear foot of existing utility line to 33 be removed. 34 b. Payment 35 1) Unit Price - The work performed and materials fiirnished in accordance 36 \vith this Item and measured as provided under "Measurement" shall be 37 paid for at the unit price bid per linear foot of "Remove Line" for: 38 a) Various types of existing utility line 39 b) Various sizes 40 2) Lump Sum Price - The work performed and materials furnished in 41 accordance with this Item for various types of existing utility lines and 42 sizes and measured as provided shall be included in the total lUrUD sum 43 price. 44 c. The price bid shall include: 45 1 ) Removal and disposal of existing utility pipe 46 2) Pavement removal 47 3) Excavation CITY OF PORT WORTII C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \VATER, AND DRAINAGE- INIPROVENIENTS Raised December20. 1012 City Project No.02111 02 41 14 -3 Ul'ILITY REMOVAL/ABANDONMENT Past 3 of 17 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing, placement and compaction of backtill 4 7) Clean-up 5 3. Utility Line Removal, Same Trench 6 a. Measurement 7 1) This Item is considered subsidiary the proposed utility line being installed. 8 b. Payment 9 1) Unit Price - The work performed and materials furnished in accordance 10 with this Item are subsidiary to the installation of proposed utility pipe and 1 I shall be subsidiary to the unit price bid per linear foot of pipe complete in 12 place, and no other compensation will be allowed. 13 2) Lump Sum Price - The work performed and materials furnished in 14 accordance with this Item are included in the total lump sum price. 15 4. Manhole Abandonment 16 a. Measurement 17 1) Measurement for this Item will be per each manhole to be abandoned. 18 b. Payment 19 1) Unit Price - The Nvork performed and materials fiirnished in accordance 20 with this Item and measured as provided under "Measurement" shall be 21 paid for at the unit price bid per each "Abandon Manhole" for: 22 a) Various diameters 23 b) Various types 24 2) Lump Sum Price - The work performed and materials furnished in 25 accordance with this Item for various diameters and types and measured as 26 provided shall be include in the total lump sum price. 27 c. The price bid shall include: 28 1) Removal and disposal of manhole cone 29 2) Removal, salvage and delivery of frame and cover to City, if applicable 30 3) Cutting and plugging of existing seNver lines 31 4) Concrete 32 5) Acceptable material for backfilling manhole void 33 6) Pavement removal 34 7) Excavation 35 8) Hauling 36 9) Disposal of excess materials 37 10) Furnishing, placement and compaction of backtill 38 1 1) Surface restoration 39 12) Clean-up 40 5. Cathodic Test Station Abandonment 41 a. Measurement 42 1) Measurement for this Item will be per each cathodic test station to be 43 abandoned. 44 b. Payment 45 1) Unit Price - The work performed and materials furnished in accordance 46 Nvith this Item and measured as provided under "Measurement" shall be 47 paid for at the unit price bid per each "Abandon Cathodic Test Station". CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 O241 14-4 UTILITY RENIOVAL-ABANDONMENT Paec 4 o1 1 7 1 2) Lump Sum Price - The work Derformed and materials furnished in accordance Nvith this Item and measured as Drovided under "Measurement" 3 shall be included in the total lum_D sum price. 4 c. The price bid shall include: 5 1) Abandon cathodic test station 6 2) CLSM 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials 11 7) Furnishing, placement and compaction of backfill 12 (8) Clean -LIP 13 B. Water Lines and Appurtenances 14 1. Installation of a Water Line Pressure Plug 15 a. Measurement 16 1) Measurement for this Item shall be per each pressure Plug to be installed. 17 b. Payment 18 1) Unit Price - The work performed and materials fiu-nislied in accordance 19 with this Item and measured as provided under "Measurement" shall be 20 paid for at the unit price bid for each "Pressure Plug" installed for: I a) Various sizes 22 2) LLIIIID Soil Price - The work uerformed and materials furnished in 23 accordance with this Item for various sizes and measured as Drovided shall 24 be included in the total lumD sum Drice. 25 c. The price bid shall include: 26 1) Furnishing and installing pressure plug 27 2) Pavement removal 28 3) Excavation 29 4) Hauling 30 5) Disposal of excess material 31 6) Gaskets 32 7) Bolts and Nuts 33 S) Furnishing, placement and compaction of embedment 34 9) Furnishing, placement and compaction of backfill 35 10) Disinfection 36 1 1) Testing 37 12) Clean-up 38 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 39 a. Measurement 40 1) Measurement for this Item shall be per each cut and abandonment Plug 41 installed. 42 b. Payment 43 1) Unit Price - The work performed and materials fiirnished in accordance 44 with this Item and measured as provided under "Measurement" shall be 45 paid for at the unit price bid for each "Water Abandonment Plug" installed 46 for: 47 a) Various sizes CITY OF FORT WORTH CAYLOR S MG GROUND STORAGE. "1 ANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ ised December 20, 2012 City Project No. 021 1 1 0241 14-5 UTILITY REMOVAL/ABANDON MENT Page 5 of 17 1 2) Lump Sinn Price - The work performed and materials fiirnished in 2 accordance \vith this Item for various sizes and measured as provided shall 3 be included in the total lump sum price. 4 c. The price bid shall include: 5 1) Furnishing and installing abandonment plug 6 2) Pavement removal 7 3) Excavation 8 4) Harding 9 5) CLSM 10 6) Disposal of excess material 11 7) Furnishing, placement and compaction of backfill 12 8) Clean-up 13 3. Water Valve Removal 14 a. Measurement 15 1) kleasurement For this Item \vill be per each water valve to be removed. 16 b. Payment 17 1) Unit Price - The work performed and materials furnished in accordance 18 \vith this Item and measured as provided under "Measurement" shall be 19 paid for at the unit price bid per each "Remove Water Valve" for: 20 a) Various sizes 21 2) Lump Sum Price - The \vork performed and materials furnished in 22 accordance with this Item for various sizes and measured as provided shall 23 be included in the total Iumn Sum price. 24 c. The price bid shall include: 25 1) Removal and disposal of valve 26 2) CLSNI 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of exccss inaterlalS 31 7) Furnishing, placement and compaction of backfill 32 8) Clean-up 33 4. Water Valve Removal and Salvage 34 a. Measurement 35 1) Measurement for this Item \vd] be per each water valve to be removed and 36 salvaged. 37 b. Payment 38 1) Unit Price - The work performed and materials fiirnished in accordance 39 with this Item and measured as provided under "Measurement" shall be 40 paid for at the unit price bid per each "Salvage Water Valve" for: 41 a) Various sizes 42 2) LunD Sum Price - The \vork performed and materials furnished in 43 accordance \vitii this Item for various sizes and measured as provided shall 44 be included in the total lump SUIT) price. 45 c. The price bid shall include: 46 1) Removal and Salvage of valve 47 2) CLSNI 48 3) Delivery to City 49 4) Pavement removal CITY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\'ATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 0241 14 - 6 UTILITY RF\,1O\'AI. ABANDON\1ENT Pace 6 of 17 l 5) Excavation 2 6) Hauling 3 7) Disposal of excess materials 4 8) Furnishing, placement and compaction of backfill 5 9) Clean-up 6 5. Water Valve Abandonment 7 a. Measurement 8 1) Measurement for this Item will be per eacli water valve to be abandoned. 9 b. Payment 10 1) Unit Price - The work performed and materials furnished in accordance 1 1 with this Item and measured as provided under "Measurement" shall be 12 paid for at the unit price bid per each "Abandon Water Valve" for: 13 a) Various Sizes 14 2) Lump Sum Price - The work Derformed and materials furnished in 15 accordance with this Item for various sizes and measured as Drovided shall 16 be included in the total hump sum Drice. 17 c. The price bid shall include: 18 1) Abandonment of valve 19 2) CLSM 20 3) Pavement removal 21 4) Excavation 22 5) Hauling 23 6) Disposal of excess materials 24 7) Furnishing, placement and compaction of backfill 25 8) Clean-up 26 6. Fire Hydrant Removal and Salvage 27 a. Measurement 28 1) Measurement for this Item will be per each fire hydrant to be removed. 29 b. Payment 30 1) Unit Price - The work performed and materials furnished in accordance 31 with this Item and measured as provided under "Measurement" shall be 32 paid for at the unit price bid per each "Salvage Fire Hydrant". 33 2) Lump Sum Price - The work Derformed and materials furnished in 34 accordance with this Item and measured as Drovided shall be included in 35 the total 41111D sum Drice. 36 c. The price bid shall include: 37 1) Removal and salvage of fire hydrant 38 2) Delivery to City 39 3) Pavement removal 40 4) Excavation 41 5) Hauling 42 6) Disposal of excess materials 43 7) Furnishing, placement and compaction of backfill 44 8) Clean-up 45 7. Water Meter Removal and Salvage 46 a. Measurement 47 1) Measurement for this Item will be per each water meter to be removed and 48 salvaged. 49 b. Payment CITY OF FORT WORTH CAYLOR i \qG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER. AND DRAINAGE IMPROVE\4L-NTS Revised December 20, 2012 City Prgject No. 021 1 1 0241 14-7 UTILITY RE\q0\'AL/ABANDON iNIENT Paac 7 of 17 1 I) Unit Price - The work performed and materials Tarnished in accordance 2 with this Item and measured as provided under "Measurement" shall be 3 paid for at the unit price bid per each "Salvage Water Meter" for: 4 a) Various sizes 5 2) Lump Sum Price - The work Derformed and materials fitrnished in 6 accordance with this Item for various sizes and measured as provided shall 7 be included in the total lump sum price. 8 3) If a "Water Meter Service Relocate" is performed in accordance \,vith 9 Section 33 12 10, removal and salvage or disposal of the existing (2-inch or 10 smaller) water meter shall be subsidiary to the cost of the "Water Meter 1 1 Service Relocate", no other compensation will be allowed. 12 c. The price bid shall include: l3 I) Removal and salvage of water meter 14 2) Delivery to City 15 3) Pavement removal 16 4) Excavation 17 5) Hauling 18 6) Disposal of excess materials 19 7) Furnishing, placement and compaction of backfill 20 8) Clean-up 21 8. Water Sampling Station Removal and Salvage Z a. Measurement 23 1) Measurement for this Item will be per each water sampling station to be 24 removed. 25 b. Payment 26 1) Unit Price - The work performed and materials furnished in accordance 27 with this Item and measured as provided under "Measurement" shall be 28 paid for at the unit price bid per each "Salvage Water Sampling Station". 29 2) Lump Sum Price - The work performed and materials furnished in 30 accordance with this Item and measured as provided shall be included in 31 the total lump sum price. 32 c. The price bid shall include: 33 1) Removal and salvage of water sampling station 34 2) Delivery to City 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess materials 39 7) Furnishing, placement and compaction of backfill 40 8) Clean-up 41 9. Concrete Water Vault Removal 42 a. Measurement 43 1) Measurement for this Item will be per each concrete water vault to be 44 removed. 45 b. Payment 46 1) Unit Price - The work performed and materials ftu-nished in accordance 47 \vith this Item and measured as provided under "Measurement" shall be 48 paid for at the unit price bid per each "Remove Concrete Water Vault". CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \VATER, AND DRAINAGE INIPROVENIENTS Rey iced December 20, 2012 Cite Project No. 021 11 02-41 14-S UTILITY REMOVAL ABANDONMENT Pa.,c Sol 17 1 2) Lr111117 Surn Price - The \vork Derlorined alld Materials furnnshed in 2 accordance with this Item and measured as Drovided shall be included in 3 the total lun1D sum Drice. 4 c. The price bid shall include: 5 1) Removal and disposal of concrete water vault 6 2) Removal, salvage and delivery of fi-ame and cover to City, if applicable 7 3) Removal, salvage and delivery of any valves to City, if applicable 8 4) Removal, salvage and delivery of any \eater meters to City, if applicable 9 5) Pavement removal 10 6) Excavation 11 7) Hauling 12 8) Disposal of excess materials 13 9) FL1rnishiilg, placement and compaction of backfill 14 10) Clean-up 15 C. Sanitary Sewer Lines and Appurtenances 16 1. Abandonment of Sanitary Sever Line by Cut and installation of Abandonment Plug 17 a. Measurement 18 1) Measurement for this Item shall be per each cut and abandonment phig 19 installed. 20 b. Payment 21 1) Unit Price - The work performed and materials furnished ill accordance 22 with this Item and measured as provided under "Measurement" shall be 23 paid for at the unit price bid for each "Sewer Abandonment Phig" for: 24 a) Various sizes 25 2) Lump Sum Price - The work performed and materials furnished in 26 accordance with this Item for various sizes and measured as provided shall 27 be included in the total lump suns Drice. 28 c. The price bid shall include: 29 1) Furnishing and installing abarldoinnent phig 30 2) Pavement removal 31 3) Excavation 32 4) Hauling 33 5) CLSM 34 6) Disposal of excess material 35 7) Furnishing, placement and compaction of backfill 36 8) Clean-up 37 2. Sanitary Sewer Manhole Removal 38 a. Measurement 39 1) Measurement for this Item \will be per each sanitary sever manhole to be 40 removed. 41 b. Payment 42 1) Unit Price - The work performed and materials fitrnished in accordance 43 with this Item and measured as provided under "Measurement" shall be 44 paid for at the unit price bid per each "Remove Sever Manhole" for: 45 a) Various diameters 46 2) Lump Sum Price - The work performed and materials furnished in 47 accordance with this Item for various diameters and measured as Drovided 48 shall be included in the total ItnnD sum Drice. 49 c. The price bid shall include: CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 0241 14-9 UTILITY REMOVAL;ABANDONNIENT Pnee 9 of 17 I 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4 4) Pavement removal 5 5) Excavation 6 6) Hauling 7 7) Disposal of excess materials 8 8) Furnishing, placement and compaction of backfill 9 9) Clean-up 10 3. Sanitary Sewer Junction Structure Removal I a. Measurement 12 1) Measurement for this Item will be per each sanitary sewer junction 13 structure being removed. 14 b. Payment I I ) Unit Price - The work performed and materials furnished in accordance 16 with this Item and measured as provided under "Measurement" shall be 17 paid for at the lump sum bid per each "Remove Sewer Junction Box" I ` location. 19 2) Lump Sum Price - The work performed and materials furnished in 20 accordance with this Item and measured as provided shall be included in 21 the total hump slue price. 22 c. The price bid shall include: 23 1) Removal and disposal of junction box 24 2) Removal, salvage and delivery of frame and cover to City. _)5 3) Pavement removal 26 4) Excavation 27 5) Hauling 28 6) Disposal of excess materials 29 7) Furnishing, placement and compaction of backfill 30 8) Clean-up 31 D. Storm Sewer Lines and Appurtenances 32 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 33 a. Measurement 34 1) Measurement for this Item shall be per each cut and abandonment plug to 35 be installed. 36 b. Payment 37 1) Unit Price - The work performed and materials furnished in accordance 38 with this Item and measured as provided under "Measurement" shall be 39 paid for at the unit price bid for each "Storm Abandonment Plug" installed 40 for: 41 a) Various sizes 42 2) Lump Sum Price - The work performed and materials firrnisbed in 43 accordance with this Item for various sizes and measured as provided shall. 44 be included in the total lump sum price. 45 c. The price bid shall include: 46 1) Furnishing and installing abandonment plug 47 2) Pavement removal 48 3) Excavation 49 4) Hauling CITY OF FORTWORTH CAYLOR 5 NIG GROUND STORAGE "TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced December 20, 2012 Citv Project No. 021 If 024114-III UTILITY REMOVAL!ABANDONMENT Pale 10 of 17 1 5) CLSM 2 6) Disposal of excess material 3 7) Furnishing, placement and compaction of backfill 4 8) Clean-up 5 2. Storm Sewer Manhole Removal 6 a. iy/ieasurement 7 1) Measurement for this Item will be per each Storm sewer manhole to be 8 removed. 9 b. Payment 10 1) Unit Price - The work performed and materials filrnished in accordance 1 1 with this Item and measured as Provided under "Measurement" shall be 12 paid for at the unit price bid per each "Remove Manhole Riser" for: 13 a) Various Sizes 14 2) Lump Sum Price - The work performed and materials furnished in 15 accordance with this Item for various sizes and measured as provided shall 16 be included in the total lump sure price. 17 c. The price bid shall include: 18 I) Removal and disposal of manhole 19 2) Removal, salvage and delivery of frame and cover to City, if applicable 20 3) Pavement removal 21 4) Excavation 22 5) Hauling 23 6) Disposal of excess materials 24 7) Flll'171SIitn.;, placement and compaction of backfill 25 8) Clean -Lip 26 3. Storm Sewer Junction Box Removal 27 a. Measurement 28 1) Measurement for this Item will be per each storm sewer junction Structure 29 to be removed. 30 b. Payment 31 1 } Unit Price - The work performed and materials filrnished in accordance 32 with this Item and measured as provided under "Measurement" shall be 33 paid for at the unit price bid per each "Remove Storm Junction Box" for: 34 a) Various sizes 35 2) Lump Sum Price - The work _performed and materials furnished in 36 accordance with this Item for various sizes and measured as provided shall 37 be included in the total hunp sum price. 38 c. The price bid shall include: 39 1) Removal and disposal of junction box 40 2) Removal, salvage and delivery of frame and cover to City, if applicable 41 3) Pavement removal 42 4) Excavation 43 5) Hauling 44 6) Disposal of excess materials 45 7) Furnishing, placement and compaction of backfill 46 8) Clean-up 47 4. Storm Sewer Junction Structure Removal 48 a. N/leaSnrelnent CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City- Project No. 021 1 1 0241 14- 11 UTILITY RF\IOVAL'ABANDONMENT Paac I 1 of 17 Measurement for this Item will be per each storm sewer junction structure 2 being removed. 3 b. Payment 4 1) Unit Price - The work performed and materials furnished in accordance 5 with this Item and measured as provided under "IVleasurement" shall be 6 paid for at the lump suin bid per each "Reinove Storin Junction StFUCtlll'e" 7 location. 8 2) Lunin Sunl Price - The work performed and materials furnished in 9 accordance with this Item and measured as provided shall be included in 10 the total luirip sum price. 1 I c. The price bid shall include: 12 1) Removal and disposal of junction structure 13 2) Removal, salvage and delivery of fi-aine and cover to City, if applicable 14 3) Pavement removal 15 4) Excavation 16 5) Hauling 17 6) Disposal of excess materials 18 7) Furnishing, placement and compaction of backfill 19 8) Clean-up 20 5. Storm Sewer Inlet Removal 21 a. Measurement 22 1) Measurement for this Item will be per each storm sewer inlet to be 23 removed. 24 b. Payment 25 1) Unit Price - The work performed and materials fiirinshed in accordance 26 with this Item and measured as provided under "Measurement" shall be 27 paid for at the unit price bid per each "Remove Storm hllet" for: 28 a) Various types 29 b) Various sizes 30 2) Lump Sum Price - The work performed and materials furnished in 31 accordance with this Item for various tvpes and various sizes and measured 32 as provided shall be included in the total lump sum price. 33 c. The price bid shall include: 34 1) Removal and disposal of inlet 35 2) Pavement removal 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess materials 39 6) Furnishing, placement and compaction of backfill 40 7) Clean-up 41 6. Storm Sewer Junction Box Removal 42 a. Measurement 43 1) Measurement for this Item shall be per linear foot of existing storm sewer 44 box to be removed. 45 b. Payment 46 1) Unit Price - The work performed and materials furnished in accordance 47 with this Item and measured as provided under "Measurement" shall be 48 paid for at the unit price bid per linear foot of "Remove Storm Junction 49 Box" for all sizes. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 0241 14- 12 UI'llIII' RE\-IOVAL ABANDONT-IENT Paec I? of 17 1 2) LLIIIID SUM Price - The work Derlormed and materials furnished Ill 2 accordance with this Item and measured as provided shall be included in 3 the total lump sum Drice. 4 c. The price bid shall include: 5 1) Removal and disposal of Storm Sewer Box 6 2) Pavement removal 7 3) Excavation 8 4) Hauling 9 5) Disposal of excess materials 10 6) Furnishing, placement and compaction of backfill 11 7) Clean -LIP 12 7. Headwall/SET Removal 13 a. N/leasurement 14 1) Measurement for this Item will be per each headwall or safety end 15 treatment (SET) to be removed. 16 b. Payment 17 1) Unit Price - The work performed and materials furnished in accordance 18 with this Item and measured as provided Linder "Measurement" shall be 19 Paid for at the unit price bid per each "Remove Headwall/SET". 20 2) LLIIIID Sum Price - The work Performed and materials ftirlushed in 21 accordance Nvith this Item and measured as Drovided shall be included in 22 the total 1111111) stun Drice. 23 c. The price bid shall include: 24 1) Removal and disposal of Headwall/SET 25 2) Pavement removal 26 3) Excavation 27 4) Harding 28 5) Disposal of excess materials 29 6) Furnishing, placement and compaction of backfill 30 7) Clean-up 31 8. Trench Drain Removal 32 a. Measurement 33 1) Measurement for this Item shall be per linear foot of storm sewer trench 34 drain to be removed. 35 b. Payment 36 1) Unit Price - The work performed and materials filrnished in accordance 37 with this Item and measured as provided under "Measurement" shall be 38 paid for at the unit price bid per linear foot of "Remove Trench Drain" for: 39 a) Various sizes 40 2) LUIIID Sum Price - The work Derformed and materials furnished in 41 accordance with this Item for various sizes and measured as Drovided shall 42 be included in the total lumD suns Drice. 43 c. The price bid shall include: 44 1) Removal and disposal of storm sewer line 45 2) Pavement removal 46 3) Excavation 47 4) Hauling 48 5) Disposal of excess materials 49 6) Furnishing, placement and compaction of backfill CITY OF FORT WORTH CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Prgjcct No. 021 11 02 41 14 - 13 UTILITY REIMOVAL'ABANDONNIENT Paec 13 of 17 1 7) Clean-up 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINISTRATIVE REQUIREMENTS 4 A. Coordination 5 1. Contact Inspector and the Water Department Field Operation Storage Yard for 6 coordination of salvage material return. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORNIATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING 13 A. Storage and Handling Requirements 14 l . Protect and salvage all materials such that no damage occurs during delivery to the 15 City. 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED loa] OWNER -SUPPLIED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. CITY OF FORT \VORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Project No. 021 11 0241 14- 14 UTII_ITl' RE\,10\' \L ,ABANI)ON�NIENT P,i,c 14 off7 b. Excavate and backfill in accordance with Section 33 05 10 2 c. Remove and salvage manhole frame and cover as coordinated \vith City. 3 d. Deliver salvaged material to the City. 4 e. Cut and plug sewer lines to be abandoned. 5 f. Backfill manhole void in accordance \vith City Standard Details. 6 B. Water Lines and Appurtenances 7 1. Water Line Pressure Plugs 8 a. Ductile Iron Water Lines 9 1) Excavate, embed, and backfill in accordance \vith Section 33 05 10. 10 2) Plug \vith an MJ Plug \vith mechanical restraint and blocking in accordance 1 1 with Section 33 11 11. 12 3) Perform Cut and Plug in accordance with Section 33 12 25. 13 b. PVC C900 and C905 Water Lines 14 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 15 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 16 with Section 33 11 11. 17 3) Perform Cut and Plug in accordance with Section 33 12 25. 18 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 19 1) Excavate, embed, and backfill in accordance \With Section 33 05 10 20 2) Plug using: 21 a) A fabricated plug restrained by welding or by a Snap Ring in 22 accordance with Section 33 11 13; or 23 b) A blind flange in accordance \with Section 33 11 13 24 3) Perform Cut and Plug in accordance \with Section 33 12 25. 25 d. Buried Steel Water Lines 26 1) Excavate, embed, and backfill in accordance \witli Section 33 05 10. 27 2) Plug using: 28 a) A fabricated Plug restrained by \velding in accordance with Section 33 29 11 14; or 30 b) A blind flange in accordance with Section 33 11 14 31 3) Perform Cut and Plug In accordance \vlth Section 33 12 25. 32 2. Water Line Abandonment Plug 33 a. Excavate and backfill in accordance with Section 33 05 10. 34 b. Plug with CLSM in accordance \with Section 03 34 13. 35 3. Water Line Abandonment by Grouting 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. De\eater from existing line to be grouted. 38 c. Fill line with Low Density Cellular Grout in accordance \vith Section 33 05 24 39 or CLSM in accordance with 03 34 13. 40 d. Dispose of any excess material. 41 4. Water Line Removal 42 a. Excavate and backfill in accordance with Section 33 05 10. 43 b. Cut existing line from the utility system prior to removal. 44 C. Cut any services prior to removal. 45 d. Remove existing pipe line and properly dispose as approved by City. 46 5. Water Valve Removal 47 a. Excavate and backfill in accordance \vith Section 33 05 10. 48 b. Remove and dispose of valve bonnet, \vedge and stem. CITY OF FORT WORTH C'AYLOR 5 \SIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 UTILITY RE.NIOVAL ABANDONNIENT Pa,-,c I �; of 17 c. Fill valve body with CLSM in accordance with Section 03 34 13 2 6. Water Valve Removal and Salvage 3 a. Excavate and backfill in accordance Nvith Section 33 05 10. 4 b. Remove valve bonnet, wedge and stem. 5 c. Deliver salvaged material to the Water Department Field Operation Storage 6 Yard. 7 d. Protect salvaged materials from damage. 8 e. Fill valve body with CLSM in accordance with Section 03 34 13. 9 7. Water Valve Abandonment 10 a. Excavate and backfill in accordance with Section 33 05 10. 1 I b. Remove the top 2 feet of the valve stack and any valve extensions. 12 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 13 S. Fire Hydrant Removal and Salvage 14 a. Excavate and backfill in accordance with Section 33 05 10. 15 b. Remove Fire Hydrant. 16 c. Place abandonment plug on fire hydrant lead line. 17 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 18 Yard. 19 e. Protect salvaged materials from damage. 20 9. Water Meter Removal and Salvage 21 a. Remove and salvage water meter. 22 b. Return salvaged meter to Project Representative. 23 c. City will provide replacement meter for installation. 24 d. Meter Box and Lid 25 1) Remove and salvage cast iron meter box lid. 26 2) Remove and dispose of any non -cast iron meter box lid. 27 3) Return salvaged material to the Water Department Field Operation Storage 28 Yard. 29 4) Remove and dispose of meter box. 30 10. Water Sample Station Removal and Salvage 31 a. Remove and salvage existing water sample station. 32 b. Deliver salvaged material to the Water Department Field Operation Storage 33 Yard. 34 11. Concrete Water Vault Removal 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Remove and salvage vault lid. 37 c. Remove and salvage valves. 38 d. Remove and salvage meters. 39 e. Deliver salvaged material to the Water Department Field Operation Storage 40 Yard. 41 f. Remove and dispose of any piping or other appurtenances. 42 g. Demolish and remove entire concrete vault. 43 h. Dispose of all excess materials. 44 12. Cathodic Test Station Abandonment 45 a. Excavate and backfill in accordance with Section 33 05 10 46 b. Remove the top 2 feet of the cathodic test station stack and contents. 47 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13 48 C. Sanitary Sever Lines and Appurtenances CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TAN'h, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVE\9E.NTS Revised December 20. 2012 City Project No. 0211 1 1 02 41 14 - 16 UTILITY REMOVAL/ABANDONMENT Pa,,e 16 of 17 1 1. Sanitary Sewer Line Abandonment Plug 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b. Remove and dispose of any sewage. 4 c. Plug with CLS1Vl in accordance with Section 03 34 13. 5 2. Sanitary Sewer Line Abandonment by Grouting 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Dewater and dispose of any se\vagc fi-om the existing line to be grouted. 8 c. Fill line Nvith Low Density Cellular Grout in accordance Nvith Section 33 05 24 9 or CLSM in accordance with 03 34 13. 10 d. Dispose of any excess material. 11 3. Sanitary Sewer Line Removal 12 a. Excavate and backfill in accordance with Section 33 05 10. 13 b. Cut existing line fi-om the utility system prior to removal. 14 c. Cut any services prior to removal. 15 d. Remove existing pipe line and properly dispose as approved by City. 16 4. Sanitary Sewer Manholes Removal 17 a. All sanitary sewer manholes that arc to be taken out of service are to be 18 removed unless specifically requested and/or approved by City. 19 b. Excavate and backfill in accordance with Section 33 05 10. 20 c. Remove and salvage manhole frame and cover. 21 d. Deliver salvaged material to the Water Department Field Operation Storage. 22 e. Demolish and remove entire concrete manhole. 23 f. Cut and plug sewer lines to be abandoned. 24 5. Sanitary Sewer Junction Structure Removal 25 a. Excavate and backfill in accordance with Section 33 05 10. 26 b. Remove and salvage manhole fi-ame and cover. 27 c. Deliver salvaged material to the Water Department Field Operation Storage. 28 d. Demolish and remove entire concrete manhole. 29 e. Cut and plug sewer lines to be abandoned. 30 D. Storm Server Lines and Appurtenances 31 1. Storm Sewer Abandonment Plug 32 a. Excavate and backfill in accordance \vith Section 33 05 10. 33 b. Dewater line. 34 c. Plug with CLSM in accordance with Section 03 34 13. 35 2. Storm Sewer Line Abandonment by Grouting 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. DeNvater the existing line to be grouted. 38 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 39 or CLSM in accordance with 03 34 13. 40 d. Dispose of any excess material. 41 3. Storm Sewer Line Removal 42 a. Excavate and backfill in accordance with Section 33 05 10. 43 b. Remove existing pipe line and properly dispose as approved by City. 44 4. Storm Sewer Manhole Removal 45 a. All storm sewer manholes that are to be taken out of service are to be removed 46 unless specifically requested and/or approved by City. 47 b. Excavate and backfill in accordance with Section 33 05 10. 48 c. Demolish and remove entire concrete manhole. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Re%ised December 20, 2012 City Project No. 021 11 0141 14- 17 UTILITY RE\90VAL. ABANDON \IENT 1 d. Cut and plug storm sewer lines to be abandoned. 2 5. Storm Sewer Junction Box and/or Junction Structure Removal 3 a. Excavate and backfill in accordance with Section 33 05 10. 4 b. Demolish and remove entire concrete structure. 5 C. Cut and plug storm sewer lines to be abandoned. 6 6. Storm Sewer Inlet Removal 7 a. Excavate and backfill in accordance \vith Section 33 05 10. S b. Demolish and remove entire concrete inlet. 9 c. Cut and plug storm sewer lines to be abandoned. 10 7. Storm Sever Box Removal I 1 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Cut existing line from the utility system prior to removal. 13 c. Cut any services prior to removal. 14 d. Remove existing pipe line and properly dispose as approved by City. 15 S. Headwall/SET Removal 16 a. Excavate and backfill in accordance with Section 33 05 10. 17 b. Demolish and remove entire concrete inlet. IS c. Cut and plug storm sever lines to be abandoned. 19 9. Storm Sewer Trench Drain Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Remove existing pipe line and dispose as approved by City. 22 3.5 -3.14 [NOT USED] 23 END OF SECTION Revision Log DATE NAME SUl\/AVIARY OF CHANGE 24 Pa,-,c 17 of 17 1.2.C.3.c. — Include Frame and Cover in Pa}gnent description 12/20/ 12 D. Johnson Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\'ATER. AND DRAINAGE IMPROVEMENTS Revised December?0, 2012 City Project No. 0211 1 024115-I PAVING REMOVAL Pace I of 1 SECTION 02 41 15 PAVING REMOVAL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving, asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.2.a 14 2. Modified 1.2.A.2.b 15 3. Modified 1.2.A.2.c 16 4. Modified 1.2.A.2.d 17 5. Modified 1 2.A.2.e 18 6. Modified 12.A.2.f 19 7. Modified 1.2.A.2.a 20 8. Modified 1.2.A.2.li 21 9. Modified 1.2.A.2.1 22 10. Modified 1.2.A.2.1 23 11. Added 1.2.A.2.m 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 26 2. Division 1 - General Requirements 27 3. Section 32 11 33 - Cement Treated Base Courses 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Measurement 31 a. Remove Concrete Paving: measure by the square yard from back-to-back of 32 curbs. 33 b. Remove Asphalt Paving: measure by the square yard between the lips of 34 gutters. 35 c. Remove Brick Paving: measure by the square yard. 36 d. Remove Concrete Curb and Gutter: measure by the linear foot. 37 e. Remove Concrete Valley Gutter: measure by the square yard 38 f. Wedge Milling: measure by the square yard for varying thickness. 39 g. Surface Milling: measure by the square yard for varying thickness. CITY OF FORT WORTII CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\9ENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20. 2012 City Prqject No. 021 If 0241 I?-2 PAVING REMOVAL P i_,c2 of6 1 h. Butt Milling: measured by the linear foot. 2 I. Pavement Pulverization: measure by the square yard. 3 j. Remove Speed Cushion: measure by each. 4 2. Payment 5 a. Unit Price - Remove Concrete Paving: filll compensation for saw cutting, 6 removal, hauling, disposal, tools, equipment, labor and Incidentals needed to 7 execute work. For utility projects, this Item shall be considered subsidiary to S the trench and no other compensation will be allowed. 9 b. Unit Price - Remove Asphalt Paving: full compensation for saw cutting, 10 removal, hauling, disposal, tools, equipment, labor and incidentals needed to I I execute work. For utility projects, this Item shall be considered subsidiary to 12 the trench and no other compensation will be allowed. For utility projects, this 13 Item shall be considered subsidiary to the trench and no other compensation 14 will be allowed. 15 c. Unit Price - Remove Brick Paving: full compensation For saw cutting, removal, 16 salvaging, cleaning, hauling, disposal, tools, egUIPnlent, labor and incidentals 17 needed to execute \work. Foi- Utility projects, this Item shall be considered l5 subsidiary to the trench and no other compensation will be allowed. 19 d. Unit Price - Remove Concrete Curb and Gutter: full compensation for saw 20 cutting, removal, hauling, disposal, tools, equipment, labor and Incidentals 1 needed to execute work. For utility projects, this Item shall be considered 22 subsidiary to the trench and no other compensation will be allowed. 23 e. Unit Price - Remove Concrete Valley Gutter: full compensation for saw cutting, 24 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 25 execute work. 26 f. Unit Price - Wedge Milling: full compensation For all milling, hauling milled 27 material to salvage stockpile or disposal, tools, labor, equipment and incidentals 28 necessary to execute the work. 29 g. Unit Price - Surface Milling: full compensation for all milling, hauling milled 30 material to salvage stockpile or disposal, tools, labor, equipment and incidentals 31 necessary to execute the work. 32 h. Unit Price - Butt Milling: full compensation for all milling, hauling milled 33 material to salvage stockpile or disposal, tools, labor, equipment and incidentals 34 necessary to execute the work. 35 i. Unit Price - Pavement Pulverization: full compensation for all labor, material, 36 equipment, tools and incidentals necessary to pulverize, remove and store the 37 pulverized material, undercut the base, mixing, compaction, haul off, sweep, 38 and dispose of the undercut material. 39 j. Unit Price - Remove speed cushion: full compensation for removal, hauling, 40 disposal, tools, equipment, labor, and incidentals needed to execute the work. 41 For utility projects, this Item shall be considered subsidiary to the trench and no 42 other compensation will be allowed. 43 k. No payment for saw cutting of pavement or curbs and gutters will be made 44 under this section. Include cost of such work in unit prices for items listed in 45 bid form requiring saw cutting. 46 1. No payment will be made for \vork outside maximum payment limits indicated 47 on plans, or for pavements or structures removed for CONTRACTOR's 48 convenience. CITY OE FORT WORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 0241 15-3 PAVING REMOVAL Pane 3 of 6 1 n7. Limit) SUM Price—Haulln'o, saw cuttln'u, disposal, tools, equipment, labor, and 2 incidentals need to execute work for removal of various pavin>J, club, 14utter, 3 milling, or cushions is included in the total lump Sun] price. 4 1.3 REFERENCES 5 A. ASTM International (ASTM): 6 a. D698. Standard Test Methods for Laboratory Compaction Characteristics of 7 Soil Using Standard Effort (12 400 ft-Ibf/ft3 (600 kN-m/m3)) 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 CONDITIONS [NOT USED] 16 1.12 WARRANTY (NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 19 2.2 EQUIPMENT [NOT USED] 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 EXAMINATION [NOT USED] 24 3.2 INSTALLERS [NOT USED] 25 3.3 PREPARATION 26 A. General: 27 1. Mark paving removal limits for City approval prior to beginning removal. 28 2. Identify known utilities below grade - Stake and flag locations. 29 3.4 PAVEMENT RENIOVAL 30 A. General. 31 1. Exercise caution to minimize damage to underground utilities. 32 2. Minimize amount of earth removed. 33 3. Remove paving to neatly sawed joints. 34 4. Use care to prevent fi-acturing adjacent, existing pavement. 35 B. Sawing CITY OF FORT WORTH CAYLOR 5 N1G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re%ised December20, 201-' City Project No.02111 0241 15-4 PAVING REMOVAL Pasc 4 of 6 I I . Sawing Equipment. 2 a. Po\ver-driven. 3 b. MantIfaCtUred for the purpose of sa\\'lllg pavement. 4 c. In good operating condition. 5 d. Shall not seal) or fracture the pavement structure adjacent to the removal area. 6 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 7 perpendicular to existing joint. 8 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 9 4. If a sa\vcut falls within 5 feet of an en existing du111111y joint, construction joint, saw 10 joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that I 1 joint, edge or lip. 12 5. If a pavement edge of a cut is dainaged subsequent to saw cutting, saw to a new, 13 neat, straight line for the purpose of removing the damaged area. 14 C. Remove Concrete Paving and Concrete Valley Gutter 15 1. Sawcut: See 3.4.13. 16 2. Remove concrete to the nearest expansion joint or vertical saw cut. 17 D. Remove Concrete Club and Gutter 18 1. Sawcut: See 3.4.13. 19 2. Minimum limits of removal: 30 inches Hi ]eligth. 20 E. Remove Asphalt Paving 21 1. Sawcut: See 3.4.13. 22 2. Remove pavement \without disturbing the base material. 23 3. When shown on the plans or as directed, stockpile materials designated as 24 salvageable at designated sites. 25 4. Prepare stockpile area by removing vegetation and trash and by providing for 26 proper drainage. 27 F. Milling 28 1. General 29 a. Mill surfaces to the depth sho\wri in the plans or as directed. 30 b. Do not damage or disfigure adjacent \work or existing surface improvements. 31 C. If milling exposes smooth underlying pavement surfaces, mill the smooth 32 surface to make rough. 33 d. Provide safe temporary transition where vehicles or pedestrians must pass over 34 the milled edges. 35 e. Remove excess material and clean milled surfaces. 36 f. Stockpiling of planed material will not be permitted within the right of way 37 unless approved by the City. 38 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 39 existing brick base. See 3.3.G. for brick paving removal. 40 2. Milling Equipment 41 a. Power operated milling machine capable of removing, in one pass or two 42 passes, the necessary pavement thickness in a five-foot minimum \width. 43 b. Self-propelled with sufficient power, traction and stability to maintain accurate 44 depth of cut and slope. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 0241 1 i - i PAVING REMOVAL Paee 5 of 6 1 c. Equipped Nvith an integral loading and reclaiming means to immediately 2 remove material cut from the surface of the roadNvay and discharge the cuttings 3 into a truck, all in one operation. 4 d. Equipped with means to control dust created by the cutting action. 5 e. Equipped with a manual system providing for uniformly varying the depth of 6 cut while the machine is in motion making it possible to cut flush to all inlets, 7 manholes, or other obstructions within the paved area. 8 f. Variable Speed in order to leave the specified grid pattern. 9 g. Equipped to minimize air pollution. 10 3. Wedge Milling and Surface Milling 1 I a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 12 at a depth of 2 inches and transitioning to match the existing pavement (0-inch 13 cut) at a minimum width of 5 feet. 14 b. Surface Mill existing asphalt pavement to the depth specified, 15 c. Provide a milled surface that provides a uniform surface free from gouges, 16 ridges, oil film, and other imperfections of workmanship with a uniform 17 textured appearance. 18 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the 19 wedge milling includes the removal of the existing asphalt covering the gutter 20 up to and along the face of curb. 21 e. Perform wedge or surface milling operation in a continuous manner along both 22 sides of the street or as directed. 23 4. Butt Joint Milling 24 a. Mill butt joints into the existing surface, in association Nvith the wedge milling 25 operation. 26 b. Butt joint will provide a fitll width transition section and a constant depth at the 27 point where the new overlay is terminated. 28 c. Typical locations for butt joints are at all beginning and ending points of streets 29 where paving material is removed. Prior to the milling of the butt joints, 30 consult with the City for proper location and limits of these joints. 3 I d. Butt Milled joints are required on both sides of all railroad tracks and concrete 32 valley gutters, bridge decks and culverts and all other items which transverse 33 the street and end the continuity of the asphalt Surface. 34 e. Make each butt joint 20 feet long and milled out across the full width of the 35 street section to a tapered depth of 2 inch. 36 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 37 line adjacent to the beginning and ending points or intermediate transverse 38 items. 39 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 40 over the bump. 41 G. Remove Brick Paving 42 1. Remove masonry paving units to the limits specified in the plans or as directed by 43 the City. 44 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile 45 yard at 3300 Yuma Street or as directed. 46 H. Pavement Pulverization 47 1. Pulverization 4S a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\1ENTS NVATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 02111 0241 15-6 PAVING REMOVAL Palle 6 of'O b. Temporarily remove and store the 8-Inch deep pulverized material, then cut the 2 base 2 inches. 3 c. Start 2-inch base cut at a depth of S inches from the existing pulverized surface. 4 2. Cement Application 5 a. Use 3.5% Portland cement. 6 b. See Section 32 11 33. 7 3. Mixing: see Section 32 11 33. S 4. Compaction: see Section 32 11 33. 9 5. Finishing: see Section 32 11 33. 10 6. Curing: see Section 32 11 33. 1 ] 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 12 stone/gravel: 13 a. Undercut not required 14 b. Pulverize 10 inches deep. 15 c. Remove 2-inch the total pulverized amount. 16 1. Remove speed cushion 17 1. Scrape or saNvcut speed cushion froth existing pavement without damaging existing is pavement. 19 3.5 REPAIR (NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 31 Revision Lou DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I.2.A — modified payment requirements on utility projects CITY OF FORT \\-ORTI-I CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\CATER, AND DRAINAGE IMPROVEMENTS Re%'ised December 20. 2012 City Pro.ject No. 021 If 033000-1 CAST -IN -PLACE CONCRETE Pane 1 of_"5 1 SECTION 03 30 00 2 CAST -IN -PLACE CONCRETE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 1. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Modified 1.2.A2.a 20 2. Added 1.2.A.2.b 21 3. Modified 2.2.P.2.a 22 4. Modified 1.9.13.1 23 5. Modified 3.7.A 24 6. Modified 3.7.E.3.b and c 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 27 2. Division 1 — General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Cast -in -Place Concrete 30 1. Measurement 31 a. This Item is considered subsidiary to the StructUl-e or Items being placed. 32 2. Payment 33 a. Unit Price - The work performed and the materials filrnished in accordance 34 with this Item are subsidiary to the Structure or Items being placed and no other 35 compensation will be allowed. 36 b. Lump Sum Price - The work performed and the materials furnished in accord- 37 ance with this Item are included in the total lump Sum Drice. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 201 2 City Prqject No. 021 If 03 1000-2 CAST -IN -PLACE CONCRETE Pauc 2 of 2�; 1.3 REFERENCES A. Definitions 3 1. Cement1tIOUS Materials 4 a. Portland cement alone or in combination with 1 or more of the following: 5 1) Blended hydraulic cement 6 2) Fly ash 7 3) Other pozzolans 8 4) Ground granulated blast -furnace slag 9 5) Silica f ime 10 b. Subject to compliance with the requirements of this specification 11 B. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. American Association of State Highway and Transportation (AASHTO): 16 a. M182, Burlap Cloth Made from Jute or Kenaf. 17 3. American Concrete Institute (ACI): 18 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 19 b. ACI 301 Specifications for Structural Concrete M c. ACT 305.1 Specification for Hot Weather Concreting 21 d. ACI 306.1 Standard Specification for Cold Weather Concreting 22 e. ACT 308.1 Standard Specification for Curing Concrete 23 f. ACI 318 Building Code Requirements for Structural Concrete 24 g. ACT 347 Guide to Formwork for Concrete 25 4. American Institute of Steel Construction (AISC): 26 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 27 5. ASTM International (ASTM): 28 a. A36, Standard Specification for Carbon Structural Steel. 29 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 30 Hardware. 3] c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 32 Materials for High -Temperature Service and Other Special Purpose 33 Applications. 34 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 35 Concrete Reinforcement. 36 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 37 Concrete Reinforcement. 38 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 39 Field. 40 g. C33, Standard Specification for Concrete Aggregates. 41 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 42 Specimens. 43 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 44 Beams of Concrete. 45 J. C94, Standard Specification for Ready -Mixed Concrete. CITY OP FORT WORTH CAYLOR 5 iJMG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Project No. 021 1 1 03 30 00 - 3 CAST -IN -PLACE CONCRETE Page 3 of 25 I k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 2 Mortars (Using 2-inch or 150-milimeter] Cube Specimens) 3 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 4 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 5 n. C150, Standard Specification for Portland Cement. 6 o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 7 p. C2 l9, Standard Terminology Relating to Hydraulic Cement. 8 q. C231, Standard Test N/Icthod for Air Content of Freshly Mixed Concrete by the 9 Pressure Method. 10 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 1 1 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 12 Curing Concrete. 13 t. C494, Standard Specification for Chemical Admixtures for Concrete. 14 u. C61S, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 15 Pozzolan for Use in Concrete. 16 v. CSS 1, Standard Specification for Epoxy -Resin -Base Bonding Systems for 17 Concrete. 18 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 19 Use In Concrete and Mortars. 20 x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 21 Flowing Concrete. 22 y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 23 Concrete. 24 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 25 Cement Concrete. 26 aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 27 bb. E 1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 28 Levelness Numbers. 29 cc. F436, Standard Specification for Hardened Steel Washers. 30 6. American Welding Society (AWS). 31 a. D L I , Structural Welding Code- Steel. 32 b. DI A, Structural Welding Code - Reinforcing Steel. 33 7. Concrete Reinforcing Steel Institute (CRSI) 34 a. Manua] of Standard Practice 35 S. Texas Department of Transportation 36 a. Standard Specification for Construction and Maintenance of Highways, Streets 37 and Bridges 38 1.4 ADMINISTRATIVE REQUIREIVIENTS 39 A. Work Included 40 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 41 including shoring, reshoring, falseNvork, bracing, proprietary forming systems, 42 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 43 blockouts, sleeves, pockets and accessories. 44 a. Erection shall include installation in fornnvork of items furnished by other 45 trades. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCti TENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 033000-} CAST -IN -PLACE CONCRETE Pau, C4 of15 1 2. Furnish all labor and materials required to fabricate, deliver and install 2 reinforcement and embedded metal assemblies for cast-ili-place concrete, including 3 steel bars, welded steel wire fabric, tics, supports and sleeves. 4 3. Furnish all labor and materials required to perform the following: 5 a. Cast -in -place concrete 6 b. Concrete mix designs 7 c. Grouting 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 and/or fabrication foi- 1 1 specials. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Required for each type of product indicated 15 B. Design Mixtures 16 1. For each concrete mixture submit proposed mix designs in accordance Nvith ACT 17 318, chapter 5. 18 2. Submit each proposed mix design with a record of past performance. 19 3. Submit alternate design mixtures when characteristics of materials, Project condi- 20 tions, weather, test results or other circumstances warrant adjustments. 21 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 22 a. Include this quantity on delivery ticket. 23 C. Steel Reinforcement Submittals for Information 24 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 25 ical analysis. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Manufacturer Qualifications 30 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 31 plies with ASTM C94 requirements for production facilities and equipment 32 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 33 Concrete Production Facilities" 34 B. Source Limitations 35 1. Obtain each type or class of cementitious material of the same brand from the same 36 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 37 1 source from a single manufacturer. 38 C. ACI Publications CITY OF FORT NORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 013000-5 CAST -IN -PLACE CONCRETE Paee � of25 1 1. Comply %with the following unless modified by requirements in the Contract Docu- ments: 3 a. ACI 301 Sections 1 through 5 4 b. ACI 117 5 D. Concrete Testing Service 6 1. Engage a qualified independent testing agency to perform material evaluation tests. 7 1.10 DELIVERY, STORAGE, AND HANDLING S A. Steel Reinforcement 9 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 10 2. Avoid damaging coatings on steel reinforcement. I B. Waterstops 12 1. Store \vaterstops under cover to protect from moisture, sunlight, dirt, oil and other 13 contaminants. 14 1.11 FIELD CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 18 2.2 PRODUCT TYPES AND MATERIALS 19 A. Manufacturers 20 1. In other Part 2 articles where titles below introduce lists, the following requirements 21 apply to product selection: 22 a. Available Products: Subject to compliance with requirements, products that 23 may be incorporated into the Work include, but are not limited to, products 24 specified. ?5 b. Available Manufacturers: Subject to compliance with requirements, 26 manufacturers offering products that may be incorporated into the Work 27 include, but are not limited to, manufacturers specified. 2S B. Form -Facing Materials 29 1. Rough -Formed Finished Concrete 30 a. Plywood, lumber, metal or another approved material 31 b. Provide lumber dressed on at least 2 edges and I side for tight fit. 32 2. Chamfer Strips 33 a. Wood, metal, PVC or rubber strips 34 b. '/.,-inch 1'/4-inch, minimum 35 3. Rustication Strips 36 a. Wood, metal, PVC or rubber strips 37 b. Kerfed for ease of form removal 38 4, Form -Release Agent CITI' 01 FORT WORTH CAYLOR 5 \SIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPRONENIL-NTS Rey ised December 20, 1-01 2 City Project No. 02111 033000-6 CAST -IN -PLACE CONCRETE Pale 6 of 2� 1 a. Commercially forrinllated form -release agent that will not bond Nvith, stain or 2 adversely affect concrete surfaces 3 b. Shall not impair subsequent treatments of concrete surfaces 4 c. For steel form -facing materials, formulate with rust inhibitor. 5 5. Form Ties 6 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 7 plastic form ties designed to resist lateral pressure of fresh concrete on forms 8 and to prevent spalling of concrete on removal. 9 b. FLII-Illsh units that will leave no corrodible metal closer than 1 inch to the plane 10 of exposed concrete Surface. 1 1 c. Furnish ties that, \vhen removed, will leave holes no larger than 1 inch in 12 diameter in concrete surface. 13 d. Furnish ties with integral water -barrier plates to walls indicated to receive 14 dampproofing or waterproofing. 15 C. Steel Reinforcement 16 1. Reinforcing Bars 17 a. ASTM A615, Grade 60, deformed 18 D. Reinforcement Accessories 19 1. Smooth Dowel Bars 20 a. ASTM A615, Grade 60, steel bars (smooth) 21 b. Cut bars true to length with ends square and free of burrs. 22 2. Bar Supports 23 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 24 reinforcing bars and welded wire reinforcement in place 25 b. Manufacture bar supports from steel wire, plastic or precast concrete according 26 to CRSI's "Manual of Standard Practice," of greater compressive strength than 27 concrete and as follows: 28 1) For concrete surfaces exposed to view where legs of wire bar supports 29 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 30 Class 2 stainless -steel bar supports. 31 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 32 concrete blocks on bottom where base material will not support chair legs 33 or where vapor barrier has been specified. 34 E. Embedded Metal Assemblies 35 1. Steel Shapes and Plates: ASTM A36 36 2. Headed Studs: Heads welded by full -fusion process, as finished by TRW Nelson 37 Said Welding Division or approved equal 38 F. Expansion Anchors 39 1. Available Products 40 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 41 b. Kwlk Bolt 11, Hilt] Fastening Systems, Tulsa, Oklahoma 42 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 43 G. Adhesive Anchors and Dowels CITY OF FORT wORT1-I CAYLOR > NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 03 30 00 - 7 CAST -IN -PLACE CONCRETE Paloe 7 of _ j I l . Adhesive anchors shall consist of threaded rods anchored X-vith an adhesive system into hardened concrete or grout -filled masonry. 3 a. The adhesive system shall use a 2-component adhesive mix and shall be 4 injected with a static mixing nozzle following manufacturer's instructions. 5 b. The embedment depth of the rod shall provide a minimum allowable bond 6 strength that is equal to the allowable yield capacity of the rod, unless otherwise 7 specified. S 2. Available Products 9 a. Hilti HIT HY 150 Max 10 b. Simpson Acrylic -Tie 1 1 c. Powers Fasteners AC 100+ Gold 12 3. Threaded Rods: ASTM A193 3 a. Nuts: ASTM A563 hex carbon steel 14 b. Washers: ASTM F436 hardened carbon steel 15 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 16 H. Inserts 17 1. Provide metal inserts required for anchorage of materials or equipment to concrete is construction where not supplied by other trades: 19 a. hi vertical concrete surfaces for transfer of direct shear loads only, provide 20 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 1 washers. ?? 1) Provide 3/4-inch bolt size, unless otherwise indicated. 23 b. In horizontal concrete surfaces and whenever inserts are subject to tension 24 forces, provide threaded inserts of malleable cast iron furnished \vith full depth 25 bolts. 26 1) Provide 3/4-inch bolt size, unless otherwise indicated. 27 I. Concrete Materials 25 1. Cementitious Material 29 a. Use the following cementitious materials, of the same type, brand, and source, 30 throughout Project: 3 I 1) Portland Cement 32 a) ASTM C 150, Type I/II, gray 3 3 b) Supplement with the following: 34 (1) Fly Ash 35 (a) ASTM C61 8, Class C or F 36 (2) Ground Granulated Blast -Furnace Slag 37 (a) ASTM C989, Grade 100 or 120. 38 2) Silica Fume 39 a) ASTM C1240, amorphous silica 40 3) Normal -Weight Aggregates 41 a) ASTM C33, Class 3S coarse aggregate or better, graded 42 b) Provide aggregates from a single source. 43 4) Maximum Coarse -Aggregate Size 44 a) 3/4-Inch nominal 45 5) Fine Aggregate 46 a) Free of materials with deleterious reactivity to alkali in cement CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IIMPROVE MENTS Revised December 20, 2012 Cite Prgject No. 021 1 1 W i000-8 CAS t-IN-PLACE CONCRETE Paec 8 of'-'5 1 6) Water 2 a) ASTIYI C94 and potable 3 J. AdI111xturCS 4 1. Air -Entraining Admixture 5 a. ASTM C260 6 2. Chemical Admixtures 7 a. Provide admixtures certified by manufacturer to be compatible with other ad- 8 mixtures and that will not contribute water-soluble chloride ions exceeding 9 those permitted in hardened concrete. 10 b. Do not use calcium chloride or admixtures containing calcium chloride. 11 c. Water -Reducing Admixture 12 1) ASTM C494, Type A 13 d. Retarding Admixture 14 1) ASTM C494, Type B 15 e. Water -Reducing and Retarding Admixture 16 1) ASTM C494, Type D 17 f. High -Range, Water -Reducing Admixture 18 1) ASTM C494, Type F 19 g. Nigh -Range, Water -Reducing and Retarding Admixture 20 1) ASTM C494, Type G 21 h. Plasticizing and Retarding Admixture 22 1) ASTM C 1017, Type II 23 K. Waterstops 24 1. Self -Expanding Butyl Strip Waterstops 25 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 26 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4- 27 Inch x I -inch. 28 b. Available Products 29 1) Colloid Environmental Technologies Company; Volclay Waterstop-Rl 30 2) Concrete Sealants Inc.; Conseal CS-231 31 3) Greenstreak; Swellstop 32 4) Henry Company, Sealants Division; Hydro -Flex 33 5) JP Specialties, Inc.; Earthshield Type 20 34 6) Progress Unlimited, Inc.; Superstop 35 7) TCMiraDRI; Mirastop 36 L. Curing Materials 37 1. Absorptive Cover 38 a. AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing 39 approximately 9 ounces/square yard when dry 40 2. Moisture -Retaining Cover 41 a. ASTM C 171, polyethylene film or white burlap -polyethylene sheet 42 3. Water 43 a. Potable 44 4. Clear, Waterborne, Mernbralne-Forining Curing Compound 45 a. ASTM C309, Type 1, Class B, dissipating CITY OF FORT \VORTH CAYLOR 5 MG GROUND STORAGE- TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IiNIPROVENIENTS Revised December 20. _1012 Cilv Project No. 021 1 1 01 ;000-9 CASK -IN -PLACE CONCRETE. Pa_e9 of2i 1 b. Available Products 2 1) Anti -Hydro International, Inc.; AH Curing Compound 92 DR WB 3 2) Burke by Edoco; Aqua Resin Cure 4 3) Chen-lMasters; Safe -Cure Clear 5 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 6 Company; W.B. Resin Cure 7 5) Dayton Superior Corporation, Day Chem Rez Cure (J-1 I -W) 8 6) Euclid Chemical Company (The); Kurez DR VOX 9 7) Kaufman Products, Inc.; Tlunfilm 420 10 8) Lambert Corporation; Aqua KLIre-C lcar 11 9) L&M Construction Chemicals, Inc.; L&M Cure R 12 10) Meadows, W. R., Inc.; 1 100 Clear 13 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 14 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 15 13) Tamms Industries, Inc.; Horncure WB 30 16 14) Unitex; Hydro Cure 309 17 15) US Mix Products Company; US Spec MaxCnre Resin Clear 18 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 19 M. Related Materials 20 1. Bonding Agent 21 a. ASTM C1059, Type I1, non-redispersible, acrylic emulsion or styrene 22 butadiene 23 2. Epoxy Bonding Adhesive 24 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 25 to damp surfaces, of class suitable for application temperature and of grade to 26 suit requirements, and as follows: 27 1) Types I and lI, non -load bearing 28 2) IV and V, load bearing, for bonding 29 3) Hardened or freshly mixed concrete to hardened concrete 30 3. Reglets 31 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 32 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 33 or debris. 34 4. Sleeves and Blockouts 35 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 36 tubes or wood 37 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 38 a. Sized as required 39 b. Shall be of strength and character to maintain formwork in place while placing 40 concrete 41 N. Repair Materials 42 1. Repair Underlayment 43 a. Cement -based, polymer -modified, self-levelin(y product that can be applied in 44 thicluiesses of 1/8 inch or greater 45 1) Do not feather. 46 b. Cement Binder CITY OF FORT \VORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 1-012 City Project No. 021 1 1 Oi 1)000- IO CAST -IN -PLACE CONCRETE Pase 10 of ?�; ASTM C150, portland cement or hydraulic or blended hydraulic cement as 2 defined in ASTM C219 3 c. Primer 4 1) Product of underlaylneut manufacturer recommended for substrate, condi- 5 tions, and application 6 d. Aggregate 7 1) graded, washed gravel, 1/8 to I/4 inch or coarse sand as 8 recommended by underlayment manufacturer 9 e. Compressive Strength 10 1) Not less than 4100 psi at 28 days when tested according to 1 1 ASTM C 109/C 109M 12 2. Repair Overlayment l3 a. Cement -based, polymer -modified, self -leveling product that can be applied in 14 thicknesses of 1/8 inch or greater 15 1) Do not feather. 16 b. Cement Binder 17 1) ASTM C 150, portland cement or hydraulic Or blended hydraulic cement as 18 defined in ASTM C219 19 c. Primer 20 I) Product Of topping manufacturer recommended fOr Substrate, conditions, 21 and application 22 d. Aggregate 23 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 24 ed by topping manufacturer 25 e. Compressive Strength 26 1) Not less than 5000 psi at 28 days when tested according to ASTM C 109 27 O. Concrete Mixtures, General 28 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 29 basis of laboratory trial nuxture or field test data, or both, according to ACI 301. 30 a. Required average strength above specified strength 31 1) Based on a record of past performance 32 a) Determination of required average strength above specified strength 33 shall be based on the standard deviation record of the results of at least 34 30 consecutive strength tests in accordance \vith ACI 318, Chapter 5.3 35 by the larger amount defined by formulas 5-1 and 5-2. 36 2) Based on laboratory trial mixtures 37 a) Proportions shall be selected on the basis of laboratory trial batches 38 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 39 average strength greater than the specified strength f c by the amount 40 defined in table 5.3.2.2. 41 3) Proportions of ingredients for concrete mixes shall be determined by an in- 42 dependent testing laboratory or qualified concrete supplier. 43 4) For each proposed inixture, at least 3 compressive test cylinders shall be 44 made and tested for strength at the specified age. 45 a) Additional cylinders may be made for testing for information at earlier 46 ages. 47 2. Cementitious Materials CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Re\'ised December 20, 2012 Cite Project No. 021 1 1 03 3000- I I CAST -IN -PLACE_. CONCRETE. Pnee I I of 2; 1 a. Limit percentage, by weight, of ceirientltlous materials other than Portland ce- 2 anent ill concrete as follows, unless specified otherwise: 3 1) Fly Ash: 25 percent 4 2) Combined Fly Ash and Pozzolan: 25 percent 5 3) Ground Granulated Blast -Furnace Slag: 50 percent 6 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 7 Slag: 50 percent 8 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 9 cent 10 6) Silica Fume: 10 percent 11 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 12 pozzolans not exceeding 25 percent and silica furne not exceeding 10 per- 13 cent 14 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 15 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 16 percent and silica fuse not exceeding 10 percent 17 3. Limit water-soluble, chloride -ion content in hardened concrete to: 18 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 19 (typical) 20 b. 0.15 percent by weight if concrete will be exposed to chlorides 21 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 22 continually dry and protected. 23 4. Admixtures 24 a. Use admixtures according to manufacturer's written instructions. 25 b. Do not use admixtures which have not been incorporated and tested in accepted 26 mixes. 27 c. Use water -reducing high -range water -reducing or plasticizing admixture in 28 concrete, as required, for placement and workability. 29 d. Use water -reducing and retarding admixture when required by high 30 temperatures, low humidity or other adverse placement conditions. 31 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 32 industrial slabs and parking structure slabs, concrete required to be watertight, 33 and concrete with a water-celnentitious materials ratio below 0.50. 34 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 35 P. Concrete Mixtures 36 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 37 Highways, Streets, and Bridges" for: 38 a. CnlVeI-tS 39 b. Headwalls 40 c. WinuNvalls 41 2. Proportion normal -weight concrete mixture as follows: 42 a. M1111111LI111 Compressive Strength: 3,000 4,000 psi at 28 days 43 b. Maximum Water-Cenlentitious Materials Ratio: 0.50 44 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 45 inches before adding high -range water -reducing admixture or plasticizing 46 admixture, plus or llllllus I inch CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 Citv Project No. 02 11 1 03 3000-12 CAST -IN -PLACE. CONCRETE Paac 12 of_'> 1 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 2 inch nominal maximum aggregate size 3 Q. Fabricating Reinforcement 4 1. Fabricate Steel reinforcement according to CRSI's "Manual of Standard Practice." 5 R. Fabrication of Embedded Metal Assemblies 6 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 7 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 8 accordance with AWS D1.1. 9 2. Metal assemblies exposed to earth. weather or moisture shall be hot dip galvanized. 10 All other metal assemblies shall be either hot dip galvanized or painted with an i I epoxy paint. Repair galvanizing after welding Nvith a Cold Galvanizing compound 12 installed in accordance with the manufacturer's instructions. Repair painted I assemblies after welding with same type of paint. 14 S. Concrete Mixing 15 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 16 ASTM C94, and furnish batch ticket information. 17 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 18 and delivery time froln 1-1 /2 hours to 75 minutes; when air temperature is 19 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 20 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 21 according to ASTM C94/C94M. Nlix concrete materials in appropriate drum -type 22 batch machine mixer. 23 a. For mixer capacity of I cubic yard or Smaller, continue mixing at least 1-1/2 24 minutes, but not more than 5 minUtes Alter ingredients are In mixer, before any 25 part of batch is released. 26 b. For mixer capacity larger than I cubic yard, increase mixing time by 15 27 seconds for each additional 1 cubic yard. 28 c. Provide batch ticket for each batch discharged and used in the Work, indicating 29 Project identification name and number. date, mixture type, mixture time, 30 quantity, and arnount of water added. Record approximate location of final 31 deposit in structure. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL [NOT USEDI 34 PART 3 - EXECUTION 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 INSTALLATION 39 A. Formwork CITY OF FORT NVORTN CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUN4ENTS NVATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 ()? 30 00 - 13 CAST -IN -PLACE CONCRETE Pau 13 of 2� 1 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 2 support vertical, lateral, static, and dynamic loads, and construction loads that might 3 be applied, until structure can support such loads. 4 2. Construct forrmvork so concrete members and structures are of size, shape, 5 alignment, elevation, and position indicated, ',within tolerance limits of ACI 117. 6 a. Vertical alignment 7 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 8 2) Outside corner of exposed corner cohmms and control joints in concrete 9 exposed to view less than 100 feet in height - 1/2 inch. 10 3) Lines, surfaces and arises greater than 100 feet in height - I /1000 times the I 1 height but not more than 6 inches. 12 4) Outside corner of exposed corner columns and control joints in concrete 13 exposed to view greater than 100 feet in height - 1/2000 times the height 14 but not more than 3 inches. 15 b. Lateral alignment 16 1) Members - 1 inch. 17 2) Centerline of openings 12 inches or smaller and edge location of larger 18 openings in slabs - 1/2 inch. 19 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 20 c. Level alignment 21 1) Elevation of slabs -on -grade - 3/4 inch. 22 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 23 Inch. 24 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 25 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and col>nnns 26 and thickness of walls and slabs. 27 1) 12 Inch dimension or less - plus 1/2 inch to minus 1/4 Inch. 28 2) Greater than 12 inch to 3 foot dimension - Plus 1/2 inch to minus 3/8 inch. 29 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 30 e. Relative alignment 31 1) Stairs 32 a) Difference in height between adjacent risers - 1/8 inch. 33 b) Difference in width between adjacent treads - 1/4 inch. 34 c) Maximum difference in height between risers in a flight of stairs - 3/8 35 inch. 36 d) Maximum difference in width between treads in a flight of stairs - 3/8 37 inch. 38 2) Grooves 39 a) Specified width 2 inches or less - 1/8 inch. 40 b) Specified width between 2 inches and 12 inches - 1/4 inch. 41 3) Vertical alignment of outside corner of exposed corner columns and control 42 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 43 4) All other conditions - 3/8 inch in 10 feet. 44 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 45 as follows: 46 a. Class B, 1/4 inch for smooth -formed finished surfaces. 47 b. Class C, 1/2 inch for rough -formed finished surfaces. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE 1N4PROVE\IENTS Revised December 20, 201Cite Project No. 021 1 1 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 or25 1 4. Construct forms tight enough to prevent loss of concrete mortar. 2 5. Fabricate forms for easy removal without hammering or prying against concrete 3 surfaces. Provide crush or Wrecking plates Mitre stripping may damage cast 4 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 5 horizontal to I vertical. 6 a. Install 1<ey\\'ays, rcolets, recesses, and the like, for easy removal. 7 b. Do not Use rlist-stained steel form -lacing material. CS 6. Set edge forms, bulkheads, and Intermedlate screed strips foi- slabs to achieve 9 required elevations and slopes in Finished concrete surfaces. Provide and secure 10 units to support screed strips; use strike -off templates or compacting -type screeds. 11 7. Construct forum\/ork to cambers shown or specified on the Drawings to allow for 12 structural deflection of the hardened concrete. Provide additional elevation or 13 camber In form\ -York as required for anticipated fornl\vork deflections due to \velght 14 and pressures of concrete and construction loads. 15 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 16 caps, walls, and columns straight and to the lines and grades specified. Do no earth 17 form foundation elements unless specifically indicated on the Drawings. 18 9. Provide temporary openings for cleanouts and inspection ports where interior area 19 of formwork is inaccessible. Close openings \.vith panels tightly fitted to forms and 20 securely braced to prevent loss of concrete mortar. Locate temporary openings in 21 forms at inconspicuous locations. 22 10. Chamfer exterior corners and edges of permanently exposed concrete. 23 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 24 bulkheads required in the Work. Determine sizes and locations from trades 25 providing such items. 26 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 27 sawdust, dirt, and other debris just before placing concrete. 28 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 29 leaks and maintain proper alignment. 30 14. Coat contact surfaces of terms \,vith form -release agent, according to manufacturer's 31 written instructions, before placing reinforcement, anchoring devices, and 32 embedded items. 33 a. Do not apply form release agent where concrete surfaces are scheduled to 34 receive subsequent finishes \vhich may be affected by agent. Soak contact 35 surfaces of untreated im-ms \,vith clean water. Keep surfaces wet prior to 36 placing concrete. 37 B. Embedded Items 38 1. Place and secure anchorage devices and other embedded items required for 39 adjoining \work that is attached to OF supported by cast -in -place concrete. Use 40 setting drawings, templates, diagrams, instructions, and directions filrnished with 41 items to be embedded. 42 a. Install anchor rods, accurately located, to elevations required and complying 43 \,vith tolerances in AISC 303, Section 7.5. 44 1) Spacing within a bolt group: 1/8 inch 45 2) Location of bolt group (center): '/2 inch CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUiNIEN"TS WATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 021 11 ()i 1)O00-IS CAST -IN -PLACE CONCRETE Pace 15 of 25 1 3) Rotation of bolt group: 5 degrees 4) Angle off vertical: 5 degrees 3 5) Bolt projection: t 3/8 inch 4 b. Install reglets to receive waterproofing and to receive through -wall Ilashings in 5 outer face of concrete frame at exterior walls, where tlashina is shown at lintels, 6 shelf angles, and other conditions. 7 C. Removing and Reusing Forms 8 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 9 compressive strength. 10 2. General: Formwork for sides of beams, walls, columns, and similar parts of the I 1 Work that does not support weight of concrete may be removed after cumulatively 12 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 13 concrete is hard enough to not be damaged by form -removal operations and curing 14 and protection operations are maintained. 15 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 16 that supports weight of concrete in place until concrete has achieved at least 70 17 percent of its 28-day design compressive strength. 18 b. Do not remove formwork supporting conventionally reinforced concrete until 19 concrete has attained 70 percent of its specified 28 day compressive strength as 20 established by tests of field cured cylinders. In the absence of cylinder tests, 1 supporting formwork Shall remain in place until the concrete has ciii-ed at a 22 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 23 periods given in ACI 347, Section 3.7.2.3. Add the period of time \vhen the 24 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 25 listed time period. Formwork for 2-way conventionally reinforced slabs shall 26 remain in place for at least the minimum cumulative time periods specified for 27 1-way slabs of the same maximum span. 28 c. Inunediately reshore 2-way conventionally reinforced slabs after formwork 29 removal. Reshores shall remain until the concrete has attained the specified 28 30 day compressive strength. 31 d. Minimum cumulative curing times may be reduced by the use of high -early 32 strength cement or forming systems which allow form removal without 33 disturbing shores, but only after the Contractor has demonstrated to the 34 satisfaction of the Engineer that the early removal of forms will not cause 35 excessive sag, distortion or damage to the concrete elements. 36 e. Completely remove wood forms. Provide temporary openings if required. 37 f. Provide adequate methods of curing and thermal protection of exposed concrete 38 if forms are removed prior to completion of specified cl_n-ing time. 39 g. Reshore areas required to support construction loads in excess of 20 pounds per 40 square foot to properly distribute construction loading. Construction loads up 41 to the rated live load capacity may be placed on unshored construction provided 42 the concrete has attained the specified 28 day compressive strength. 43 h. Obtaining concrete compressive strength tests for the purposes of form removal 44 is the responsibility of the Contractor. 45 i. Remove forms only if shores have been arranged to permit removal of forms 46 without loosening or disturbing shores. CITY OF FORT WORTH C'AYLOR 5 1MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUIMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised Decemher 20. 2012 City Project No. 021 1 1 03 30 00 - 16 CAST -IN -PLACE CONCRETE. Pai_=c 16 of 2i 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form -facing material will not be acceptable for 3 exposed surfaces. Apply new firm -release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACT 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 1 1 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice" for placing is reinforcement. 19 a. Do not Cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 1 Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS DIA, where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) it/Icmbers 8 inches deep or less: t3/8 inch 31 2) Members more than 8 inches deep: t1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces: t3/8 inches for members 8 33 inches deep or less; tl/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1 /3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 3S c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 021 11 033000 -17 CAST -IN -PLACE CONCRETE Pane 17 of25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to wain reinforcement. Continue reinforcement I I across construction joints, unless otherwisc indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a mininuun distance of twice the beam width from a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fi-esh concrete is placed against 22 hardened or partially hardened concrete SLu1"faCCS. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: hlstall in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to full), develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material fi-om the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete, verify that installation of formNvork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\,TENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 03 10 00 - IS CAST -IN -PLACE- CONCRETE Paae 18 of 15 1 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3 3. Before test sampling and placing concrete., water may be added at Project site, 4 Subject to Iimitations of ACI 301. 5 a. Do not add water to concrete after adding high -range Nvater-reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. S 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously, provide I 1 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw I S vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and ?? complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture (superplasticizer) or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing 2S water. If place of deposit cannot be pumped dry, pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints, until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane, before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CTI Y OF FORT WORTH CAYLOR 5 iN-IG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVEMENTS Reciscd December 20. 2012 City Project No, 021 1 1 03 30 00 - 19 CAST -IN -PLACE CONCRETE Pa,c 19 of �5 t b. Do not use fi-ozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. I 1 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed -surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 tmf'ormed Surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in -place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 37 #3(4u 16 inches ou center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Nlud slabs"): Normal weight concrete (2500 psi nuninnun) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect fi-eshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 45 ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH CAYLOR 5 N1G GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20. 2012 City Project No. 021 11 03 30 00 - 20 CAST -IN -PLACE CONCRETE Pace 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing inunediately after finishing concrete. Cure 6 unformed surfaces, nlcluding floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308. I, by l or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 1 1 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces Nvith moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and \vaterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings \vith either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas \vhen approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry -pack patching mortar, consisting of I part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 Sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spills, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other disco Iorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNQENTS WATER, AND DRAINAGE INIPROVE-NIENTS Revised December 20, 2012 City Project No. 021 11 03 3000-21 CAST -IN -PLACE CONCRETE pas c'I of?5 1 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than I inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush -coat holes and voids with bonding agent Fill and 5 compact with patching mortar before bonding agent has dried. Fill form -tic 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement S and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 1 1 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 19 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 1 regardless of width, and other objectionable conditions. ?? b. After concrete has cured at least 14 days, correct high areas by grinding. 23 c. Correct localized low areas during or inmzediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas, except random cracks and single holes 1 inch or less in 27 diameter, by cutting out and replacing with fresh concrete. Remove defective 2'S areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact, and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 c. Repair random cracks and single holes I inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used, Subject to 43 Engineer's approval. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re%iced Decenibci 20, 2012 City Project No. 021 1 1 0; ;000-2' CAST -IN -PLACE CONCRETE Pane _'2 of25 1 3.6 RE -INSTALLATION (NOT USED) 2 3.7 FIELD QUALITY CONTROL 3 A. Testing b� and Inspecting: City will eng^e' tef-mid Provide a qualified 4 testing and inspecting agency to perform field tests and inspections and prepare test 5 reports. 6 B. Inspections 7 1. Steel reinforcement placement 8 2. Headed bolts and studs 9 3. Verification of use of required design mixture 10 4. Concrete placement, including conveying and depositing 11 5. Curing procedures and maintenance Of curing temperature 12 6. Verification of concrete strength before removal of shores and forms from beams 13 and slabs 14 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 15 according to ASTM C 172 according to the following requirements: 16 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 17 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, phis 1 set for 18 each additional 50 cubic yard or fi-action thereof. 19 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 20 not less than 1 test for each day's pour of each concrete mixture. Perform additional 21 tests when concrete consistency appears to change. 22 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 23 each composite sample, but not less than 1 test for each day's pour of each concrete 24 mixture. 25 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 26 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 27 test for each composite sample. 28 5. Compression Test Specimens: ASTM C31. 29 a. Cast and laboratory cure 4 cylinders for each composite sample. 30 1) Do not transport field cast cylinders until they have cured for a 31 minimum of 24 hours. 32 6. Coinpressive-Strength Tests: ASTM C'39; 33 a. Test 1 cylinder at 7 days. 34 b. Test 2 cylinders at 28 days. 35 c. Hold 1 cylinder for testing at 56 days as needed. 36 7. When strength of field -cured cylinders is less than 85 percent of companion 37 laboratory -cured cylinders, evaluate operations and provide corrective procedures 38 for protecting and curing in -place concrete. 39 8. Strength of each concrete mixture will be satisfactory if every average of any 3 40 consecutive compressive -strength tests equals or exceeds specified compressive 41 strength and no compressive -strength test value falls below specified compressive 42 strength by more than 500 psi. CITY OF FORTWORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Prqject No. 021 1 1 03 3000-23 CAST -IN -PLACE CONCRETE P ue23of25 1 9. Repoli test results In Nvi-lung to Engineer, Concrete IllallUlaCtUrer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 1 1 by cored cylinders complying with ASTM C42 or by other methods as directed by 1 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 1 S procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 1 b. If the results of the core tests indicate that the strength of the structure is ?? inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without Cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 2S D. Measure floor and slab flatness and levelness according to ASTM E 1 155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance oft 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM E 1155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH CAYLOR S MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 033000-2I CAST -IN -PLACE CONCRETE Page 24 of'25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum Surface profile that will be acceptable for any I test sample 3 (line of measurements) anyNvhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minlin in values acceptable for individual floor sections as wcll as the floor 6 as a \whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the folloNving areas: 9 1) The area bounded by Collunn and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of Column lines and/or control joint lines 12 b. Test Sample measurement lines within each test section Shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM E1 155, at a 14 spacing to be determined by the City Cityl *e�� 15 c. The precise layout of each test section shall be determined by the City. the- 16 gg"5 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Mininnuri Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Glade COIIStl-LICti011: ± 3/4 inch 28 2) Top surfaces of formed slabs ineasured prior to removal of supporting 29 shores: ± 3/4 inch 30 3) Top surfaces of all other slabs: + 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEIVI STARTUP ]NOT USED] 35 3.9 ADJUSTING ]NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE liMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 l 3 4 5 6 7 8 9 10 033000-2� CAST -IN -PLACE CONCRETE Paac2� of2� 1. Upon completion of the work remove fi-om the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, Nwash floors xvith clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D. Johnson chloride -ion content 3.4.C. I — Changed 75% to 70% CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIEN"IS Revised December 20, 2012 CAYLOR ti NG GROUND STORAGE TANK, WATER. AND DRAINAGE IMPROVEMENTS City Project No. 021 1 1 01) 34 I3-I CONTROLLED LOW STRENGTH MATERIAL 1CLSn91 Paae I of 6 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 B. Deviations fi-om this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.2.a 10 2. Added 1.2.A.2.b 11 3. Modified 3.7.13.1 12 4. Modified 3.7.13.4 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 03 30 00 - Cast -in -Place Concrete 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. This Item is considered subsidiary to the structure or Items being placed. 21 2. Payment 22 a. Unit Price - The work performed and the materials fiirnished in accordance 23 with this Item are subsidiary to the structure or Items being placed and no other 24 compensation will be allowed. 25 b. LLI117p Sum Price - The work performed and the materials furnished in 26 accordance with this Item are included in the total lump sum price. 27 1.3 REFERENCES 28 A. Reference Standards 29 I. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 B. ASTM International (ASTM): 33 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 34 Field. 35 2. C33 - Standard Specification for Concrete Aggregates. 36 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 37 Specimens. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE: IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 03 34 13 - 2 CONTROLLED LOW STRENGTH \-MATERIAL (CLSNI) Paae2 o f 6 1 4. C143 - Standard Test it/lethod for Slump of Hydraulic Cement Concrete. 2 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 3 Pressure Method. 4 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 5 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 6 Pozzolan for Use in Concrete. 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Provide submittals in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to delivery and/or fabrication foi- 1 I specials. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product data 14 B. Sieve analysis 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR O«'NER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND )\MATERIALS 31 A. Materials 32 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 33 00. 34 2. Fly ash: Class F fly ash in accordance with ASTM C618. CITY OF FORT \\FORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 03 , U-1 CONTROLLED LOW STRENGTH MATERIAL (CLSiM) I 3. Water: As specified in Section 03 30 00. 2 4. AdmlxtUre: Alr entraining admlxtUre in accordance \Vlth ASTM C260. 3 5. Fine aggregate: Concrete sand (does not need to be in accordance with 4 ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 5 and no plastic fines shall be present. 6 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 7 B. Mixes 8 1. Performance requirements 9 a. Total calculated air content 10 1) Not less than 8.0 percent or greater than 12.0 percent. I 1 b. Mininnun unconfined compressive strength 12 1) Not less than 50 psi measured at 28 days. 13 c. Maximum unconfined compressive strength 14 1 ) Not greater than 150 psi measured at 28 days. 15 2) Limit the long-term strength (90 days) to 200 psi such that material could 16 be re -excavated with conventional excavation equipment in the future if 17 necessary. 18 d. Wet density 19 1 ) No greater than 132 pounds per cubic foot. 20 e. Color 21 1 ) No coloration required unless noted. 22 2) Submit dye or other coloration means for approval. 23 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash I 300 pounds 2.30 ( 2.09 \\pater 283 pounds I 1.00 4.54 Coarse Aggregate I 1,465 pounds I 2.68 I 8.76 Fine Aggl-cgate 1,465 pounds I 2.68 ( 8.76 Admixture ( 4-6 ounces I - I 2.70 TOTAL ( 3,543 pounds ( - I 27.00 24 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL 27 A. Trial batch 28 1. After mix design has been accepted by Engineer, have trial batch of the accepted 29 mix design prepared by testing laboratory acceptable to Engineer. 30 2. Prepare trial batches using specified cementitious materials and aggregates 31 proposed to be used for the Work. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rcvised December 1-0. 2012 City Project N0.02111 03 34 13--4 CONTROLLED LOW STRENGTH iiMATERIAL ICLSM) Paue-1 of 6 1 3. Prepare ti;ial batch with sufficient quantity to determine slump, workability, 2 consistency, and to provide sufficient test cylinders. 3 B. Test cylinders: 4 1. Prepare test cylinders in accordance with ASTM C31 with the follo\viilg 5 exceptions: 6 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 7 Inix. 8 b. Do not rod the concrete nlix. 9 c. Strike off the excess material. 10 2. Place test cylinders in a moist curing room. Exercise caution in moving and 1 1 transporting the cylinders since they are fragile and will withstand only minimal 12 b11111ping, banging, or loltlug Without damage. 13 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 14 tested. 15 4. The test cylinders may be capped with standard sulfiir compound or neoprene pads: 16 a. Perform the capping carefully to prevent premature fractures. 17 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 18 than the test cylinders. 19 c. Do not perform initial compression test until the cylinders reach a nlinil11u111 20 age of 3 days. 21 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 22 accordance xvith ASTM C39 except as modified herein: 23 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 24 or greater than the nlinia1ui11 required compression strength, but not exceed 25 Maxllllum compression strength. 26 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 27 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 28 acceptable trial batch is produced that illeets the Specifications. 29 1. All the trial batches and acceptability of materials shall be paid by the 30 CONTRACTOR. 31 2. After acceptance, do not change the nux design without submitting a new nlix 32 design, trial batches, and test information. 33 E. Determine slump in accordance with ASTM C143 with the following exceptions: 34 1. Do not rod the concrete material. 35 2. Place material in slump cone in I semi -continuous filling operation, slightly 36 overfill, tap lightly, strike off, and then measure and record slump. 37 PART 3 - EXECUTION 38 3.1 -3.3 [NOT USED] 39 3.4 INSTALLATION 40 A. Place CLSM by any method which preserves the quality of the material in terms of 41 compressive strength and density: CITY OF FORT WORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 11 CONTROLLFD I_O\V STRENGTH \4ATERIAL (CLSM) Pane i of 6 1 1. Limit lift heights of CLSM placed against structures and other facilities that could 2 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 3 height indicated on the Drawings. Do not place another lift of CLSM until the last 4 lift of CLSM has set and gained Sufficient strength to prevent lateral load due to the 5 weight of the next lift of CLSM. 6 2. The basic requirement for placement equipment and placement methods is the 7 maintenance of its fluid properties. 8 3. Transport and place material so that it flows easily around, beneath, or through 9 walls, pipes, conduits, or other structures. 10 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 11 material to flow freely during placement: 12 a. After trial batch testing and acceptance, maintain slump developed during 13 testing during construction at all times within ± 1 inch. 14 5. Use a slump, consistency, \vorkability, flow characteristics, and pumpability (where 15 required) such that when placed, the material is self -compacting, self-densifying, 16 and has sufficient plasticity that compaction or mechanical vibration is not required. 17 6. When using as embedment for pipe take appropriate measures to ensure line and 18 grade of pipe. 19 3.5 REPAIR [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL 22 A. General 23 1. Make provisions for and furnish all material for the test specimens, and provide 24 manual assistance to assist the Engineer in preparing said specimens. 25 2. Be responsible for the care of and providing curing condition for the test specimens. 26 B. Testin Tors by the C4yy 27 1. During the progress of construction, the City will have tests ."^ao Urovide tests to 28 determine whether the CLSM, as being produced, complies with the requirements 29 specified hereinbefore. Test de;-1 will be made afid deliveFed to the laboratory 30 by the Engineef- 31 2. Test cylinders 32 a. Prepare test cylinders in accordance with ASTM C31 with the following 33 exceptions: 34 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 35 the mix. 36 2) Do not rod the concrete mix. 37 3) Strike off the excess material. 38 b. Place the cylinders in a safe location away from the construction activities. 39 Keep the cylinders moist by covering \with wet burlap, or equivalent. Do not 40 sprinkle water directly on the cylinders. 41 c. After 2 days, place the cylinders in a protective container for transport to the 42 laboratory for testing. The concrete test cylinders are fragile and shall be 43 handled carefully. The container may be a box with a Styrofoam or similar 44 lining that will limit the jarring and bumping of the cylinders. CITY OF FORT \\FORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \VATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 033413-6 CONTROLLED LOW STRENGTH NIATERIAL IC I SM) Pa,a 6 or6 1 d. Place test cylinders in a moist curing room. Exercise caution in moving and 2 transporting the cylinders since they are fragile and will withstand only minimal 3 b(imping, banging, or jolting without damage. 4 e. Do not remove the test cylinder fi-om mold until the cylinder is to be capped 5 and tested. 6 f. The test cylinders may be capped with standard sulfur compound or neoprene 7 pads: 8 1) Perform the capping carefully to prevent premature fractures. 9 2) Use neoprene pads a minimum of 112 inch thick, and 1 /2 inch larger in 10 diameter than the test cylinders. 11 3) Do not perform initial compression test until the cylinders reach a 12 mininnun age of 3 days. 13 3. The number of cylinder specimens tal<en each day shall be determined by the 14 Inspector. 15 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTNI C39 16 except as modified herein. 17 b. The compression strength of the cylinders tested at 28 days shall be equal to or 1 S greater than the minimum required compression strength, but not exceed 19 maximum compression strength. 20 4. The Gity will Test the air content of the CLSM. Test v411 shall be made 21 immediately after discharge from the mixer in accordance with ASTM C231. 22 5. Test the sl unp of CLSM using a shurip cone in accordance with ASTM C 143 with 23 the following exceptions: 24 a. Do not rod the concrete material. 25 b. Place material in slump cone in 1 semi -continuous tilling operation, slightly 26 overfill, tap lightly, strike off, and then measure and record slump. 27 6. If compressive strength of test cylinders does not meet requirements, make 28 corrections to the mix design to meet the requirements of this specification. 29 3.8 -3.14 ]NOT USED] 30 END OF SECTION 31 32 Revision Log DATE I NAME I SUMMARY OF CHANGE CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATE-R. AND DRAINAGE IMPROVEMENTS Re\ iced December 20, 201 2 City Project No. 021 1 1 011410-1 CONCRETE BASE NIATERIAL FOR TRENCH REPAIR Paac I of -I 1 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PARTI- GENERAL 4 1.1 SUI\'11\IARY 5 A. Section includes: 6 1. Concrete base material for trench repair 7 B. Deviations fi-om this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Added 1.2.A.2.b 10 3. Modified 3.7.A 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 I -- General Requirements 14 3. Section 03 30 00 — Cast -in -Place Concrete 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the structure or Items being placed. 19 2. Payment 20 a. Unit Price - The \work performed and the materials fiirnished in accordance 21 xvith this Item are subsidiary to the structure or Items being placed and no other 22 compensation will be allowed. 23 b. Lump Sum Price - The work performed and the materials furnished in 24 accordance with this Item are included in the total lump slim price. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, lidless a date is specifically cited. 30 B. ASTM International (ASTNI): 31 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 32 Field. 33 2. C33, Standard Specification for Concrete Aggregates. 34 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 35 Specimens. 36 4. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 37 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 38 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 39 Pressure Method. CITY OF FORT NORTH CAYLOR 5 N1G GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \PATER. AND DRAINAGE INIPROVEINIENTS Revised December?0, 2011 CitV Project No. 02111 0334 16-2 C ONCRETL BAST: MATERIAL FOR TRENCH REPAIR Pafle 2 of 1 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. S. C61 S, Standard Specification for Coal Fly Ash and Rawv or Calcined Natural 3 Pozzolan for Use in Concrete. 4 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 5 Cement Concrete. 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Provide submittals in accordance \with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 10 specials. 11 1.6 ACTION SUBIVIITTALS/INFORMATIONAL SUBMITTALS 12 A. Submit proposed mix design for Engineer's revicw a minimum of 2 weeks prior to start 13 of low density concrete backfill \work. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] I8 1.11 FIELD CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 22 2.2 PRODUCT TYPES AND MATERIALS 23 A. Mix Design 24 1. Performance requirements 25 a. Concrete Base Material for Trench Repair 26 1) 28-day compressive strength of not less than 750 psi and not more than 27 1,200 psi. 28 B. Materials 29 1. Portland cement 30 a. Type II lows alkali Portland cement as specified in Section 03 30 00 31 2. Fly ash 32 a. Class F fly ash in accordance with ASTNI C61 S. 33 3. Water 34 a. As specified in Section 03 30 00. 35 4. Admixture 36 a. Air entraining admixture in accordance with ASTM C260. 37 5. Fine aggregate CITY OF FORT \WORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVENIENTS Revised December 20, 201 City Project No. 021 11 01 416-3 CONCRETE BASE NIATERIAL FOR TRENCH REPAIR Palk;of4 1 a. Concrete sand (does not need to be in accordance with ASTM C33). 2 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 3 plastic fines shall be present. 4 6. Coarse aggregate 5 a. Pea gravel no larger than 3/8 inch. 6 2.3 ACCESSORIES [NOT USED 7 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] I 1 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. Place concrete base material by any method which preserves the quality of the material 14 in terms of compressive strength and density. 15 1. The basic requirement for placement equipment and placement methods is the 16 maintenance of its fluid properties. 17 2. Transport and place material so that it flows easily around, beneath, or through 18 walls, pipes, conduits, or other structures. 19 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where 20 required) such that when placed, the material is self -compacting, self-densifying, 21 and has sufficient plasticity that compaction or mechanical vibration is not required. 22 3.5 REPAIR [NOT USED] 23 3.6 RE -INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL 25 A. General 26 1. Make provisions for and furnish all material for the test specimens a -A p.KW ide 27 n-anual liJ iir-'an:, the _n-in'ae-in p cpariEg Ji'l. j id speeiiiiens 28 2. Be responsible for the care of and providing curing condition for the test specimens. 29 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 30 according to ASTM C 172 according to the following requirements: 31 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 32 concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards 33 or fraction thereof. 34 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 35 not less than 1 test for each day's pour of each concrete mixture. Perform additional 36 tests when concrete consistency appears to change. 37 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 38 each composite sample, but not less than 1 test for each day's pour of each concrete 39 mixture. CITY OF FORT WORTH CAYLOR S MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVENIE-NTS Revised December 20, 2012 Citp Project No. 021 11 1 3 4 5 6 7 8 9 10 12 13 14 15 16 19 033416-4 CONCRETE BASE ;NIATER1AL FOR TRENCH REPAIR Pm,e4 of4 4. Concrete Temperature: ASTNI C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compressio❑ Test Specimens: ASTNI C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES (NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE I NAME CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE C'AYLOR 5 MG GROUND STORAGE. TANK, WATER, AND DRAINAGE- IMPROVEMENTS City Project No. 021 11 011 SII 00 - 1 MODIFICATIONS l0 EXISTING CONCRETE Paec I o1 6 1 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Modifications to existing concrete structures, including: 7 a. Manholes 8 b. Junction boles 9 c. Vaults 10 d. Retaining walls 1 I e. Wing and head walls 12 f. Culverts 13 2. This section does not include modifications to Reinforced Concrete Pipe. 14 B. Deviations from this City of Fort Worth Standard Specification I 1. Modified 1.2.A.2.a 16 2. Added 1.2.A.2.b 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 2I A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the structure or Items being placed. 24 2. Payment 25 a. Unit Price- The work performed and the materials furnished in accordance with 26 this Item are subsidiary to the structure or Items being placed and no other 27 compensation will be allowed. 2C b. Lump Sum Price- The work performed and the materials furnished in 29 accordance with this Item are included in the total hung s>Hn price. 30 1.3 REFERENCES I A. Reference Standards 32 I. 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. ASTM International (ASTM): 36 a. A615, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 37 b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 38 Concrete. CITI' OF FORT WORTH CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENFS WATER, AND DRAINAGE INIPROVENIENTS Re%ised December20.2012 City Prgject No. 02111 Oiso00_I MODIFICATIONS TO EXISTING CONCRETE Page 2 of 6 1 c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used 2 \vith Concrete by Slant Sheer. 3 d. D570, Standard Test Method for Water Absorption of Plastics. 4 e. D638. Standard Test Method for Tensile Properties of Plastics. 5 f. D695, Standard Test N/Icthod for Compressive Properties of Rigid Plastics. 6 g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. 7 b. D790, Standard Test Methods for Flexural Properties of Unreinforced and 8 Reinforced Plastics and Electrical Insulating Materials. 9 B. Where reference is made to I of the above standards, the revision in effect at the time of 10 bid opening applies. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Provide submittals in accordance with Section 01 33 00. 14 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 15 specials. 16 1.6 ACTION SUBVIITTALS/INFORMATIONAL SUBMITTALS 7 A. Product Data 1s 1. Submit manufICt>n-CI's Product Data on all product brands proposed for use to the 19 Engineer for review. 20 2. hnclude the manufacturer's installation and/or application instructions. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBVIITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. When removing materials or portions of existing structures and when making openings 25 in existing structures, take precautions and all erect all necessary barriers, shoring and 26 bracing, and other protective devices to prevent damage to the structures beyond the 27 limits necessary for the new work, protect persomlel, control dust, and to prevent 28 damage to the structures or contents by falling or flying debris. 29 B. Core sanitary sewer manhole penetrations. 30 1.10 DELIVERY, STORAGE, AND HANDLING 31 A. Deliver the specified products in original, unopened containers with the manufacturer's 32 name, labels, product identification, and batch numbers. 33 B. Store and condition the specified product as recommended by the manufacturer. 34 1.11 FIELD CONDITIONS [NOT USED) 35 1.12 NVARRANTY INOT USED] CITY OF FORT \VORTII CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Rc\ iscd December 20. 2012 CitV Project No. 0211 1 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Palle 3 of 6 PART 2- PRODUCTS 2 2.1 OWNER -FURNISHED OR OAAINER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 A. Manufacturers 5 1. In other Part 2 articles where titles below introduce lists, the following requirements 6 apply to product selection: 7 a. Available Products 8 1) Subject to compliance with requirements, products that may be 9 incorporated into the Work include, but are not limited to, products 10 specified. 1 I b. Available Manufacturers 12 1) Subject to compliance with requirements, manufacturers offering products 13 that may be incorporated into the Work include, but are not limited to, 14 manufacturers specified. 15 B. Materials 16 1. General 17 a. Comply with this Section and any state or local regulations. 18 C. Steel Reinforcement 19 1. Reinforcing Bars 20 a. ASTM A615, Grade 60, deformed. 21 D. Epoxy Bonding Agent 22 1. A 2-component, solvent -free, asbestos-fi-ee, moisture -insensitive epoxy resin 23 material used to bond plastic concrete to hardened concrete complying with the 24 requirements of ASTM C881, Type V, and the additional requirements specified 25 herein. 26 2. Properties of the cured material 27 a. Compressive Strength (ASTNI D695) 28 1) 8,500 psi minimum at 28 days 29 b. Tensile Strength (ASTNI D638) 30 1) 4,000 psi minimum at 14 days 31 c. Flexural Strength (ASTNI D790 - INIodulus of Rupture) 32 1) 6,300 psi mirlinTrun at 14 days 33 d. Shear Strength (ASTN/I D732) 34 1) 5,000 psi minimum at 14 days 35 e. Water Absorption (ASTIVI D570 - 2 hour boil) 36 1) 1 percent maximum at 14 days 37 f. Bond Strength (ASTM C882) Hardened to Plastic 38 1) 1,500 psi minimum at 14 days moist cure 39 g. Color 40 1) Gray 41 b. Available Manufacturers: 42 1) Sika Corporation, Lyndhurst, New Jersey - Sikadrlr 32, Hi -Mod 43 2) BASF, Cleveland, Ohio - Concresive 1438 44 E. Epoxy Paste CITY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOC'UiNIENTS WATER, AND DRAINAGE INIPROVENIENTS Reeised December 20, 2012 Cite Project No. 021 11 018000-4 MODIFICA HONS TO EXISTING CONCRETE Pa_e 4 „ rr, I 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin 2 material used to bond dissimilar materials to concrete such as setting railing posts, 3 dowels, anchor bolts, and all -threads into hardened concrete and complying with 4 the requirements of ASTM C881, Type I, Grade 3, and the additional requirements 5 specified herein. 6 2. Properties of the cured material 7 a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 clays CS b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at 9 Break - 0.3 percent minimum 10 c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 11 14 days 12 d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days 1 3 e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 clays 14 f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 15 g. Color: Concrete grey 16 h. Available Manufacturers 17 1) Overhead Applications is a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV 19 b) BASF - Concresive 1438 20 2) All Other Applications 21 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 ?? b) BASF - Concresive 1401 23 F. Repair Mortars 24 1. Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement- 25 based ceinentitious trowel grade mortar for repairs on horizontal or vertical 26 surfaces. 27 a. Available Manufacturers 28 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 29 2) BASF — Emaco Nanocrete R3 30 G. Pipe Penetration Sealants 31 1. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is 32 chemically resistant, not soluble in water and capable of withstanding wet/dry 33 cycling. 34 a. Available Manufacturers 35 1) Sika Corporation, Lyndhurst New Jersey — SikaSwell S-2 36 2) Approved equal 37 2.3 ACCESSORIES [NOT USED] 3s 2.4 SOURCE QUALITY CONTROL [NOT USED] 39 PART 3 - EXECUTION 40 3.1 INSTALLERS [NOT USED] 41 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 021 11 038000-5 MODIFICATIONS TO EXISTING CONCRETE Pagc 5 of6 3.3 PREPARATION 2 A. General 3 1. Cut. repair, reuse, demolish, excavate or otherwise modify parts of the existing 4 structures or appurtenances, as indicated on the Drawings, specified herein, or 5 necessary to permit completion of the Work. Finishes, joints, reinforcements, 6 sealants, etc., are specified in respective Sections. Comply with other requirements 7 of this of Section and as shown on the Drawings. 8 2. Store, mix, and apply all commercial products specified in this Section in strict 9 compliance \-vlth the manllfaCtUrer's recommendations. 10 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion I 1 joint or control joint to preserve the isolation between components on either side of 12 the joint. 13 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if 14 rebar is encountered and relocate the hole to avoid rebar as approved by the 15 Engineer. Do not Cut rebar without prior approval by the Engineer. 16 B. Concrete Removal 17 1. Remove concrete designated to be removed to specific limits as shown on the is Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting 19 as appropriate in areas where concrete is to be taken out. Do not jackharnmer 20 sanitary sewer manhole penetrations. Remove concrete in such a manner that 21 surrounding concrete or existing reinforcing to be left in place and existing in place 22 equipment is not damaged. 23 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new 24 material is to be placed on the sawcut surface, apply a coating or surface treatment 25 of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 26 3. In all cases where the joint between new concrete or grout and existing concrete 27 will be exposed in the finished work, except as otherwise shown or specified, 23 provide a 1-inch deep saw cut on each exposed surface of the existing concrete at 29 the edge of concrete removal. 30 4. Repair concrete specified to be left in place that is damaged using approved means 31 to the satisfaction of the Engineer. 32 5. The Engineer may from time to time direct additional repairs to existing concrete. 33 Make these repairs as specified or by such other methods as may be appropriate. 34 C. Connection Surface Preparation 35 1. Prepare connection surfaces as specified below for concrete areas requiring 36 patching, repairs or modifications as shown on the Drawings, specified herein, or as 37 directed by the Engineer. 38 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting 39 materials from the surface by dry mechanical means, i.e., sandblasting, grinding, 40 etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in 41 depth. h-regtllar voids or surface stones need not be removed if they are sound, tree 42 of laitance, and firmly embedded into parent concrete, subject to the Engineer's 43 final inspection. CITY OF FORT \PORTI I CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Rey iscd December 20, 1012 City Prgject No. 021 1 1 03`000-6 N-IODIFICATIONS TO EXISTING CONCRETE Pane 6 of 1 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar 2 means to remove all contaminants, rust, etc., as approved by the Engineer. If 1 /2 of 3 the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a 4 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 5 the demolition operation. 6 4. Clean reinforcing from existing demolished concrete that is shown to be 7 incorporated in new concrete by wire brush or other similar means to remove all 8 loose material and products of corrosion before proceeding with the repair. Cut, 9 bend, or lap to new reinforcing as showlm on the Drawings and provided with 1-inch 10 minimum cover all around. 5. The following are specific concrete surface preparation "methods" to be used where 12 called for on the Drawings, specified herein, or as directed by the Engineer. 13 a. Method A 14 1) After the existing concrete surface at connection has been roughened and 15 cleaned, thoroughly moisten the existing surface with water. 16 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of 17 a heavy paste. 18 3) Immediately after application of cement paste, place new concrete or grout 19 mixture as detailed on the Drawings. 20 b. Method B 21 1) After the existing concrete surface has been roughened and cleaned, apply 22 epoxy bonding agent at connection surface. 23 2) Comply strictly with the manufacturer's recommendations for the field 24 preparation and application of the epoxy bonding agent. 25 3) Place new concrete or grout mixture to limits shown on the Drawings 26 within time constraints recommended by the nmannfacturcr to ensure bond. 27 c. Method C 28 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 29 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. M First fill the drilled hole with epoxy paste, then batter the dowels/bolts with 31 paste then insert by tapping. 32 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a 33 depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters,. 34 4) If not noted on the Drawings, the Engineer will provide details regarding 35 the size and spacing of dowels. 36 Cl. Method D 37 1) Combination of Method B and C. 38 3.4 3.14 INOT USED) 39 END OF SECTION Revision Log 40 DATE ( NAME I SUMMARY OF CHANGE CITY OF FORT WORTII C'AYLOR 5 NIG GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOC'UNIENTS WATER, AND DRAINAGE IN9PROVENIENTS Rcvised December 20, 2012 City Project No. 021 1 1 160S00-I CON-IMON WORK RESULTS FOR ELECTRICAL Pace I of6 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor, materials and equipment required to install, test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.I.b.1 10 2. Added 1.2.A.1.b.2 11 3. Modified 1.2.A.2.b.1 12 4. Added 1.2.A.2.b 2 13 5. Modified 1.2.A.3.b.1 14 6. Added 1.2.A.3.b.2 15 7. Added 1.2.A.4 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Electrical Facilities 22 a. Measurement 23 1) Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) Unit Price - The work performed and materials furnished in accordance to 26 this Item shall be paid for at the lump sum price bid for "Electrical 27 Facilities". 28 2) Lump Sum Price - The work performed and Materials furnished in 29 accordance to this Item shall be included in the total hump SUM [)rice. 30 c. The price bid shall include: 31 1) Furnishing and installing a coimpletc electrical system 32 2) Wire 33 3) Cable 34 4) Conduit and related hardware 35 5) Supports 36 6) Excavation 37 7) Furnishing, placement and compaction of backfill 38 8) Hauling 39 9) Clean-up 40 2. Furnish and hlstall Electrical Service CITY OF FORT WORTII CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Reeised Nm ember 22. 1-013 City Project No. 021 1 1 ?6O0 00_1 C0J%,INION WORK RESULTS FOR FLECTRICAL Pau�c' of (I 1 a. Measurement 2 1) Measurement for electrical service shall be per each type and size furnished 3 and installed. 4 b. Payment 5 1) Unit Price - The work pert-ornned and the materials filrnished in accordance 6 with this Item shall be paid for at the unit price bid for " Furnish/hnstall 7 Electrical Service" shall be made at the price bid per each type and size 8 installed. 9 2) LunnD Sum Price - The work Dcrformed and the materials filrnished in 10 accordance with this Item for various types and sizes shall be included in 11 the total lump sum Drice. 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 3) Meter base 17 4) Breaker box 18 5) Breakers 19 6) Coordination with Electrical Service Provider 20 3. Install Electrical Service 21 a. Measurement 22 1) Measurement for electrical service shall be per each type and size installed. 23 b. Payment 24 l) Unit Price - The work performed and the materials filrnished in accordance 25 with this Item shall be paid for at the unit price bid for "Install Electrical 26 Service" shall be made at the price bid per each type and size installed. 27 2) Lump Sum Price - The work Derformed and the materials filrnished in 28 accordance with this Item for various tv_ Des and sizes shall be included in 29 the total lump sum Drice. 30 c. The price bid shall include all aspects of completing the installation of electrical 31 service including, but not limited to: 32 1) Conduit 33 2) Pole risers 34 4. Tri-County Electric Coonerative (TCEC) Relocation Allowance 35 a. Measurement 36 1 ) Measurement for this lteln shall be limn Slllln. 37 b. Pavunent 38 1) Lump stun allowance for TCEC to remove overhead electrical distribution 39 lines/Doles as indicated on the drawings and install Uinderaround 40 distribution lines \vIthln the contractor Drovlded conduit in accordance with 41 TCEC sDecifications, inspection, and acceptance. 42 1.3 REFERENCES 43 A. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. Underwriters Laboratories, Inc. (UL) CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \VATER. AND DRAINAGE IMPROVENIENTS Revised November 22, 2013 City Project No. 021 11 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Paec3 of 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Where references are made to the Related Work paragraph in each Specification 4 Section, referring to other Sections and other Divisions of the Specifications, the 5 Contractor shall provide such information or Work as may be required in those 6 references, and include such information or Work as may be specified. 7 2. Division 26 requirements apply to electrical work provided Under an}, division of 8 the Specifications 9 B. Service and Metering 10 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 1 1 Three Wire, 60 Hz from transformer equipment furnished and installed by the 12 power company. I 2. Power company responsibilities 14 a. Furnishing and installing the primary overhead conductors and pole line 15 b. Furnishing and installing the transformer or riser pole, primary cutouts, 16 lightning arresters and grounding 17 c. Furnishing and installing primary conduits and cables 181 d. Furnishing and installing the transformer pad and grounding (if pad -mounted 19 transformer) 20 e. Furnishing and installing transformer 1 f. Terminating underground primary cables 22 g. Furnishing metering current transformers (CT's), meter and meter wiring 23 h. Terminating secondary cables to the service transformer 24 1. Furnishing meter base and enclosure 25 3. Contractor responsibilities 26 a. Furnishing and installing secondary conduits and cables 27 b. Furnishing and installing power company approved metering current 28 transformer enclosure (if required by power company) 29 c. Installing meter base 30 d. Furnishing and installing an empty conduit with pull line from the metering 31 current transformer enclosure to the meter enclosure. Conduit size and type 32 approved by the power company 33 e. Coordinating electrical service installation with power company 34 4. City responsibilities 35 a. Negotiating with power company for the costs of new or revised services 36 b. Making payment directly to power company for Such costs 37 C. Codes, Inspections and Fees 38 1. Obtain all necessary permits and pay all fees required for permits and inspections. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVEMENTS Revised November 2' 2013 Cite Project No. 021 1 1 26O0 00-a COMINION WORK RESULTS I -OR ELECTRICAL Paec 4 oI'0 1 1.5 SUBMITTALS [NOT USED[ 2 1.6 ACTION SUBMITTALSANFORIVIATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS (NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Materials and Equipment 7 1. New, except where specifically identified on the Drawings to be reused. 8 2. UL listed, where such listing exists. 9 3. Electrical service 10 a. Service type shall be as shown on the Drawings. 1 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD CONDITIONS [NOT USED] 13 1.12 WARRANTY 14 A. Manufacturer Warranty 15 1. Manufacturer's warranties are specified in each of the Specification Sections. 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS (NOT USED] 19 3.2 EXAMINATION 20 A. hiterpretation of Drawings 21 1. Coordinate the conduit installation with other trades and the actual supplied 22 equipment. 23 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 24 raceway installation. 25 3. Verify exact locations and mounting heights of lighting fixtures, switches and 26 receptacles prior to installation. 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Phase Balancing 30 1. Connect circuits on motor control centers and panelboards to result in evenly 31 balanced loads across all phases. CITY OF FORT NVORTI I CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Re\ ised November 22. 2013 Citv Prujcct No. 021 11 260i00-5 COMMON WORK RESULTS FOR ELECTRICAL Pace 5 of 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP 5 A. Tests and Settings 6 1. Test systems and equipment furnished under Division 26. 7 2. Repair or replace all defective work. 8 3. Make adjustments to the systems as specified and/or required. 9 4. Prior to energizing electrical equipment, male all tests required by the individual 10 Specification sections. 1 I a. Submit a sample test form or procedure. 12 b. Submit the required test reports and data within 30 days after the test. 13 c. Include naives of all test personnel. 14 d. Initial each test. 15 5. Check wire and cable terminations for tightness. 16 6. Verify all terminations at transformers, equipment, capacitor connections, panels, 17 and enclosures by producing a 1 2 3 rotation on a phase sequence motor when 18 connected to A, B, and C phases. 19 7. Inspect, set, and test mechanical operation for circuit breal<ers, disconnect switches, 20 motor starters, and control equipment. 21 8. Check interlocking, control and instrument wiring for each system and/or part of a 22 system to prove that the system will function properly as indicated by schematic 23 and wiring diagrams. 24 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 25 10. Provide qualified test personnel, instruments and test equipment. 26 11. Refer to the individual equipment Sections for additional specific testing 27 requirements. 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION 35 Revision Lou CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised November 22, 2013 City Project No. 021 11 26OS00-6 COMMON WORK RESULTS FOR FLECTRICAI_ Paac 6 of 6 DATE NAME SUMMARY OF CHANGE 1 1 /22/1 ; S. Arnold Added installation only pay item for electrical services CITY OF FORT WORTH CAYLOR S i\M GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\/ATER. AND DRAINAGE- INIPROVEMENTS Re% iced November 22, 2013 City Project No. 021 11 16010-1 DFIMOLITION FOR ELECTRICAL SYSTEMS Pace I ot,4 1 SECTION 26 05 10 2 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PARTI- GENERAL 4 1.1 SUNIMARY 5 A. Section Includes: 6 1. Furnish, install and test all equipment, wiring and appurtenances as may be required 7 to perform the electrical demolition shown on the Drawings and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.2.a 10 2. Added 1.2.A.2.b 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 - General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by Iump sum. 18 2. Payment 19 a. Unit Price - The work performed and the materials fiirnished in accordance 20 with this Item shall be paid for at the lump sum price bid for "Salvage 21 Electrical Equipment". 22 b. Lump SUM Price - The work Performed and the materials fiirnished in 23 accordance with this Item shall be included in the total lump sum Price. 24 3. The price bid shall include: 25 a. Removing and salvaging electrical equipment including, but not limited to: 26 1) Wire and cable 27 2) Encasement 28 3) Conduit 29 4) Supports 30 b. Excavation 31 c. Furnishing, placement and compaction of backfill 32 d. Hauling 33 e. Clean-up 34 1.3 REFERENCES 35 A. Reference Standards 36 L 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. National Fire Protection Association (NFPA) CITY OF FORT NORTH CAYLOR i NMG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Prqject No. 021 1 1 260510_2 DEi\IOI ITION FOR ELECTRICAL SYSTFIVIS Pa,,e 2 of 4 I a. 70, National Electrical Code (NEC) 2 1.4 ADNIINISTRATIVE REQUIREMENTS 3 A. Coordination 4 1. Coordinate with the City or their designee 48 hours in advance of removals. 5 2. Coordinate with other Trades for removal of electrical services in conjunction \vith 6 the removal of the associated equipment. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORNIATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 NIAINTENANCE MATERIAL SUBMITTALS INOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING 13 A. Delivery and Acceptance Requirements 14 1. All salvage materials will be delivered by the Contractor to the City at a location 15 designated by the Inspector. The Inspector, assisted by authorized representatives, 16 will serve as the receiving agent for salvage material. 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION 23 A. Verify field measurements and circuiting arrangements. 24 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 25 C. Report Drawing discrepancies to City before disturbing the existing installation. 26 3.3 PREPARATION 27 A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal 28 B. Coordinate utility service outages with Utility Company to minimize length and number 29 of outages. 30 C. Provide temporary wiring and connections to maintain existing systems in service 31 during construction. 32 D. When work nnist be performed on energized equipment or circuits, use personnel 33 experienced in such operations. CITY OF FORTWORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE INIPROVE NIEN"I S Revised December 20. 2012 City Project No. 021 11 1_611� 10 - DEMOLITION FOR ELECTRICAL SYSTEMS PaLe ; of-4 1 E. Existing Electrical Service: Maintain existing system in service until new system is 2 complete and ready for service. F. Disable system only to make switchovers and connections. 4 G. Obtain permission from City at least 1 \veek in advance, before partially or completely 5 disabling system. 6 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL NVORK 7 A. Remove, relocate and extend existing installations to accommodate new construction. 8 B. Remove abandoned wiring to source of supply. 9 C. Remove exposed abandoned conduit, including abandoned conduit above accessible 10 ceiling finishes. I I 1. Cut conduit flush with walls and floors and patch surfaces. 12 D. Disconnect abandoned outlets and remove devices. 13 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 14 2. Provide blank cover for abandoned outlets \which are not removed. 15 E. Disconnect and remove abandoned panelboards and distribution equipment. 16 F. Disconnect and remove electrical devices and equipment that has been removed. 17 G. Repair acliacent construction and finishes damaged during demolition and extension 14 work. 19 H. Maintain access to existing installations which remain active. Modify installation or 20 provide access to panels as appropriate. 21 L Where the demolition or revision of any portion of a raceway or box in the raceway 22 system, in an area, causes the raceway system of the area to no longer comply with the 23 classification or Specification requirements of the area, provide and install such boxes. 24 fittings, etc. as may be necessary to return the raceway system to compliance \,vith 25 Specifications. 26 J. Extend existing installations using materials and methods as specified for new Work. 27 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 28 the surroundings. 29 L. Salvaged Equipment and Materials 30 1. The City shall have the right to retain any or all electrical and instrumentation 31 equipment shown or specified to be removed from the site. 32 2. Deliver the City's equipment to a site designated by the City. 33 3. If the City refuses the salvage, the Contractor must claim ownership of the 34 materials and dispose of them properly. 35 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of 36 demolition and the City will designate those items that are to remain the property of 37 the city. 38 5. Take necessary precautions in removing City designated property to prevent 39 damage during the demolition process. 40 a. Remove steel structural members by unbolting, cutting welds, or cutting rivet 41 heads and punching shanks through holes. CITY OF FORT \1 ORTII CAYLOR � MG GROUND STORAGE. TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 2605 10-4 DEi\90LITION FOR ELECTRICAL SYSTENIS Palac -1 o1 4 1 b. Do not use a cutting torch to separate the City's equipment or material. 2 6. Remove items in 1 piece or in a manner that does not impact their reuse. 3 a. Loose components may be removed separately. 4 b. Controls and electrical equipment may be removed from the equipment and 5 handled separately. 6 c. Large units may be handled separately. 7 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 8 sect011S. 9 M. Material removed from the COnst"11Ct1O11 sltc during dernollton, and any equipment not 10 otherwise designated to remain the property of the City in accordance with the pre- ] I demolition identification process shall become the property of the Contractor, and shall 12 be promptly removed from the construction site. 13 N. Refurbish and replace any existing facility, to be left in place, which is damaged by the 14 demolition operations. 15 1. The repair Of such damage shall leave the parts in a condition at least equal to that 16 found at the start of the work. 17 3.5 RESTORATION 18 19 20 21 22 23 24 25 3.6 26 27 A. Clean and repair existing materials and equipment which remain or are to be reused. B. Panelboards 1. Clean exposed surfaces. 2. Check tightness of electrical connections. 3. Replace damaged circuit breakers. 4. Provide closure plates for vacant positions. 5. Provide typed circuit directory sho\-ving revised circuiting arrangement. -3.14 (NOT USED) DATE NAME END OF SECTION Revision Lou SUMMARY OF CHANGE CITY OF FORT \VORTII CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 2605ii-1 RACEWAYS ,AND 13OXES FOR ELECTRICAL SYSTEMS Paloc I of 12 1 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUNIMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as sho\vn on the Di -ravings and as 7 specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1.b.I 10 2. Added 1.2.A.1.b.2 11 3. . Modified 1.2.A.2.b.1 12 4. Added 1.2.A.2.b.2 13 5. Modified 1.2.A.3.b.1 14 6. Added 1.2.A.3.b.2 15 7. Modified 1.2.A.4.b.1 16 8. Added 1.2.A.4.b.2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 General Requirements 20 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 24 a. Measurement 25 1) This Item is considered subsidiary to Electrical Facilities. 26 b. Payment 27 1) Unit Price - The work performed and the materials furnished in accordance 28 with this Item are subsidiary to Electrical Facilities and shall be subsidiary 29 to the lump sum price bid for Electrical Facilities, and no other 30 compensation will be allowed. 31 2) Lump Sum Price - The work Derformed and the materials furnished in 32 accordance with this Item shall be included in the total lump sum price. 33 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists 34 a. Measurement 35 1) Measurement for conduit shall be per linear foot of the size, installation 36 method, and type of conduit installed. 37 2) Limits of measurement for conduit are fi-om center to center between 38 ground boxes or poles, a combination of the two or to the termination point. 39 b. Payment CITY OF FORT \\FORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 Citv Project No. 02111 -16D13;_2 RACE\VAYS AND BOXES FOR ELECTRICAL SYSTEMS PaLc 2 of 12 1 1) Unit Price - Payment for conduit shall be made at the price bid per linear foot of the size, installation method, and type of conduit installed. 3 21) Lu1110 Sum Price - Payment for conduit for various sizes and installations, 4 and conduit type shall be included in the total lumu slum Drice. 5 c. The price bid shall include: 6 1) Installation of Conduit and Related Hardware including, but not limited to: 7 a) Elbows 8 b) Couplings 9 c) Weatherheads 10 3. Conduit Boxes, when a bid item for Electrical Facilities exists 11 a. Measurement 12 1) This Item is considered subsidiary to Electrical Facilities. 13 b. Payment 14 1) Unit Price - The work performed and the materials fiirnished in accordance 15 \vith this Item are subsidiary to Electrical Facilities and shall be subsidiary 16 to the lump sum price bid for Electrical Facilities, and no other 17 compensation will be allowed. IS 2) LLImD Sum Price - The work Derformed and the materials fiirnished in 19 accordance \vith this Item are included in the total lumlu Sion Drice. 20 4. Conduit Boxes, when no bid item for Electrical Facilities exists 21 a. Measurement 22 1) N/leasurement for this Item shall be per each Conduit Box installed per 23 location of installation. 24 b. Payment 25 1) Unit Price - The work performed and materials furnished in accordance to 26 this Item shall be paid for at the unit price bid for "Conduit Box" installed. 27 2) Lump Sum Price - The work Derformed and materials filrnished in 28 accordance to this Item shall be include in the total Iu1nD SLIM Drice. 29 c. The price bid shall include: 30 1 } Furnishing and installing the Conduit Box 31 2) Excavation 32 3) Furnishing, placement and compaction of backfill 33 4) Clcan-up 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 National Standards Institute, Inc. (ANSI). 40 a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum 41 Conduit (ERAC). 42 3. National Electrical Manufacturers Association (NEMA). 43 a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). 44 b. C80.1, Electrical Rigid Steel Conduit. 45 c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 46 d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and 47 Tubing. 48 e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit, CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE HVIPROVEMENTS Revised December 20,201 _' City Project No. 021 11 26 05 33 - 3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Pace 3 of 12 1 4. National Fire Protection Association (NFPA) a. 70 — National Electrical Code (NEC). 3 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 4 2) Chapter 9, Tables. 5 5. Underwriters Laboratories (UL) 6 a. 6, Electrical Rigid Metal Conduit — Steel. 7 b. 51413, Conduit, Tubing and Cable Fittings. 8 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 9 B. All equipment components and completed assemblies specified in this Section of the 10 Specifications shall bear the appropriate label of UL. 11 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALSANFORNIATIONAL SUBMITTALS 14 A. Product Data 15 1. Submit to the City, in accordance xvith Division 1, the manufacturers' names and 16 product designation or catalog numbers of all materials specified. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE NIATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Refer to Specification Section 01 60 00 for listing of approved manufacturers 23 for all materials. 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage and Handling Requirements 26 1. Handling: In accordance with manufacturer's instructions. 27 2. Storage 28 a. In accordance with manufacturer's instructions 29 b. Not exposed to sunljght 30 c. Completely covered 31 3. Materials showing signs of previous or jobsite exposure will be rejected. 32 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 33 1.12 WARRANTY 34 A. No separate warranty on conduit. 35 PART 2 - PRODUCTS 36 2.1 OWNER -FURNISHED [olz] OWNER -SUPPLIED PRODUCTS [NOT USED] 37 2.2 CONDUIT CITY OF FORT WORTH CAYLOR 5 N1G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 021 11 26 Oi 33 - 4 RACE\ AYS AND BOXES FOR ELECTRICAL SYSTEMS Paee-4 of 12 1 A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 3 2. PVC jacket rated for 80 degrees Celsius 4 3. Complies with NEC Article 350 5 4. Fittings 6 5. Extruded from 6063 T-1 alloy 7 6. Maximum 0.1 percent copper content 8 7. Conform to: 9 a. ANSI C80.5 10 b. UL-6 I I B. Rigid Steel Conduit 12 1. Hot dip galvanized 13 2. Threads: Hot galvanized after cutting 14 3. Conforms to: 15 1 a. NEMA C80.1 16 C. Rigid PVC Schedule 80 Conduit 17 1. Designed for use above ground and underground as described in the NEC 18 2. Resistant to sunlight 19 3. UL Labeled 20 4. Conforms to: 1 a. NEMA TC-2 ?? b. UL 651 23 5. Fittings conform to: 24 a. NEMA TC-3 25 b. UL 514B 26 D. Rigid PVC Schedule 40 Conduit 27 1. Designed for use underground as described in the NEC 28 2. Resistant to sunlight 29 3. UL Labeled. 30 4. Conforms to: 31 a. NEMA TC-2 32 b. UL 651 33 5. Fittings conform to: 34 a. NEMA TC-3 35 b. UL 514B 36 E. High Density Polyethylene (HDPE) Conduit 37 l . Designed for use underground as described in the NEC 38 2. Resistant to sunlight 39 3. UL Labeled 40 4. Conforms to: 41 a. UL 651 A 42 b. UL 651 B CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 021 1 1 26 0 33 - RACE.wAYS AND BOXES FOR ELECTRICAL SYSTEMS Pane i of 12 I c. NEMA TC-7 2 F. Raceway Boxes 3 I. Use: Exposed raceway systems only 4 2. Boxes for underground systems: Refer to Section 26 05 43. 5 3. Box size 6 a. Distance between each raceway entry inside the box and the opposite wall: Not 7 be less than 6 times the trade size of the largest raceway in a row. 8 b. Distance shall be increased for additional entries by the amount of the sum of 9 the diameters of all other raceway entries in the same row on the same wall of 10 the box. 1 I c. Each row calculated individually, and the single row that provides the 12 maximum distance used to size box. 13 2.3 ACCESSORIES 14 A. Conduit Outlet Bodies 15 1. Up to and including 2-1/2 inches 16 a. Conduit outlet bodies and covers: Galvanized steel 17 b. Captive screw -clamp cover 18 c. Neoprene gasket 19 d. Stainless steel screws and clamps 20 2. Larger than 2-1/2 inches 21 a. Use junction boxes. 22 B. Conduit Nubs 23 L Watertight 24 2. Threaded galvanized steel 25 3. Insulated throat 26 4. Stainless steel grounding screw 27 C. Grounding Bushings 28 L Insulated ]ay -in lug grounding bushings 29 2. Tin-plated copper grounding path 30 3. hiteorally molded noncombustible phenolic insulated surfaces rated 150 degrees 31 CelSILIS 32 4. Plastic insert cap each bushing 33 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 34 NEC for the application 35 D. Raceway Sealant 36 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures 37 where shown or specified 38 E. Conduit Penetration Seals 39 1. Use for conduit wall and floor seals 40 F. Conduit and related hardware CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rc\'ised December 20. 2012 City Prqject No. 021 11 260i31-6 RACE\VA)'S AND BOXES FOR ELECTRICAL SYSTEMS Paae 6 of 12 i 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 2 40 PVC conduit, conforming to Federal Specification W-C-1094 and Under\vriters' 3 Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the 4 Drawings. 5 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 6 3. Weather heads shall be made of alurninum and may be the threaded or the clamp on 7 type. 8 G. Expansion/Deflection Fittings 9 1. Use 10 a. Embedded in concrete I b. Exposed 12 2. Description 13 a. Internal grounding 14 b. 4 inch movement 15 c. Stainless steel/cast iron 16 H. Expansion Fittings 17 1. Galvanized steel 18 2. 8 inch movement 19 3. Internal grounding 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 APPLICATION 26 A. Interface with Other Work 27 1. Coordinate the placement of conduit and related components \vith other trades and 28 existing installations. 29 B. Unless shown on the Drawings or specified otherwise, the conduit type installed with 30 respect to the location shall be as follows: 31 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 32 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 33 3. Exposed: Rigid galvanized steel 34 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal 35 Conduit 36 C. Box Applications 37 1. Furnish raceway junction, Pull and terminal boxes with NEMA ratings for the 38 location in which they are installed. CITY OF FORTWORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 26 OS 11-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PaL,c 7 of I? 1 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: 2 Galvanized steel 3 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or 4 enclosure is prohibited 5 D. Conduit Outlet Bodies Applications 6 I. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 7 except where junction boxes are shown or otherwise specified S 2. Conduits larger than 2-1/2 inches: Use junction boxes 9 E. Conduit Hub Applications 10 1. Unless specifically stated herein or described on the Drawings, all raceways shall 1 1 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 12 will not be permitted. 13 F. Insulated Grounding Bushing Applications 14 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or 15 s\-vitchgear, if there is no wall or floor pan on which to anchor or terminate the 16 raceway. 17 2. Other raceways: Terminate on enclosures with a conduit hub. 18 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 19 pulled. 20 G. Conduit Fittings Applications 21 1. Combination expansion deflection fittings: Install where conduits cross structure 22 expansion joints, on conduit transitions from underground to above ground, and 23 where installed in exposed conduit runs such that the distance between expansion- 24 deflection fittings does not exceed 150 feet of conduit run. 25 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on 26 the exposed side of conduit transitions from underground to above ground, where 27 the earth has been disturbed to a depth of more than 10 feet. 2S H. Conduit Penetration Seals Applications 29 1. Conduit wall seals: Use where underground conduits penetrate walls or at other 30 locations shown on the Drawings 31 2. Conduit sealing bushings: Use to sea] conduit ends exposed to the weather and at 32 other locations shown on the Drawings 33 I. Conduit Tag Applications 34 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 35 penetrations. 36 2. Tag all underground conduits and ducts at all locations, exiting and entering fi-om 37 underground, including manholes and handholes. 38 J. Raceway Installation 39 1. No conduit smaller than 1114 inch electrical trade size. 40 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 41 3. Do not pull wire until the conduit system is complete in all details. 42 4. hnstall all underground raceways in accordance with Section 26 05 43. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, '012 City Prgject No. 0211 1 26 O5 33 - 8 RACEWAYS AND BONES FOR ELECTRICAL SYSTEi\9S Past \ of l 2 1 5. Where raceways enter or leave the racc\way system, where the raceway origin 01' 2 termination, Could be subjected to the entry Of moisture, rani of liquid of any type, 3 particularly where the termination Of Such raceways terminate in any equipment, 4 new or existing at a lower elevation, such raceways shall be tightly sealed, usillo 5 \watertiyght scalant (Duxseal or equal), at the higher elevation, both before and after 6 the installation of cables, such that there shall be no entry of \water or moisture to 7 the Raceway System at any time. Any damage to new or existing equipment, due to 8 the entrance of moisture frOn1 unsealed raceways, shall be corrected by complete 9 replacement Of SnCh equipment, at no cost to the City. Cleaning or drying of such 10 dainaged eglllplllent will not be acceptable. 11 6. COndult Supports, for other than for underground raceways: Space at intervals Of 8 12 feet Or less as required to obtain rlgld construction. 13 7. Single Conduits: Support with I hole pipe clamps In combination with I screw back 14 plates, to raise conduits from the surface. 15 8. Multiple rums of conduits: Supported on trapeze type hangers with horizontal 16 members and threaded hanger rods not less than 3/8 inch in diameter. 17 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to 18 provide a minimum of 1/2 inch clearance between wall and equipment. 19 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. 20 Use concrete inserts of the spot type where attached to concrete surfaces. 21 11. Conduits on exposed work 22 a. Install at right angles to and parallel \with the surrounding wall. 23 b. Conform to the form of the ceiling. 24 c. No diagonal runs. 25 d. Provide concentric bends in parallel conduit ruts. 26 e. Install conduit perfectly straight and true. 27 12. Conduits terminated into enclosures: Install pei-pendicular to the walls where 28 flexible liquidtight or rigid conduits are required. 29 a. Do not use short sealtight elbow fittings for such terminations, except for 30 connections to instrumentation transmitters where multiple penetrations are 31 required. 32 13. Use insulated throat grounding bushings for conduits containing equipment 33 gl'01.111dinu conductors and tcrininating in boxes. Connect grounding conductors to 34 the box. 35 14. Install conduits using threaded fittings. Do not use running threads. 36 15. PVC conduit: Use glued type conduit fittings. 37 16. HDPE conduit: Use fittings by same manufacturer as conduit. 38 17. Liquidtight flexible steel conduit 39 a. Primary and secondary of transformers 40 b. Generator terminations 41 c. Other equipment where vibration is present 42 d. Connections to instrumentation transmitters, where multiple penetrations are 43 required 44 e. Do not use in other locations. 45 f. Maximum length: Not greater than that of a factory manufactured long radius 46 elbow of the conduit size being used CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENI'S Revised December 20, 2012 City Project No. 021 1 1 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Paae 9 of 12 I g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, 2 Table 2, "Other Bends". 3 h. Do not use BX or AC type prefabricated cables. 4 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings 5 against the passage of flame and smoke. 6 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing 7 bushings. 8 20. Raceways terminating in Control Panels or boxes containing electrical equipment 9 a. Do not install to enter from the top of the panel or box. 10 b. Seal with a watertight sealant: Duxsea) or equal 11 21. Conduit 12 a. The Contractor will be required to coordinate with all local utility companies, 13 long distance communication companies, City utilities, railroad companies, and 14 Dig Tess if applicable, to ascertain exact locations of conflicting underground 15 services. 16 b. The location of conduits and ground boxes are diagrammatic only and may be 17 shifted by the Inspector to acconunodate field conditions. 18 c. The maximum allowable overcut shall be I inch (25 mm) in diameter for bores. 19 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 nun) as 20 measured from the intended target point for bores. 21 e. The use of a pneumatically driven device for punching holes beneath the 22 pavement (commonly known as a "missile") will not be permitted. 23 f. Conduit installed for future use shall have a non-metallic, nylon type pull string 24 and shall be capped using standard weather tight conduit caps, as approved by 25 the Inspector. 26 G. The Contractor shall place duct seal or foam at the ends of all conduit where 27 conductors and/or cables are present. 28 h. New Conduit 29 1) All underground conduit shall be schedule 40 PVC conduit. 30 2) All conduit or raceways above ground shall be rigid metal. 31 3) All conduit and fittings shall be of the sizes and types shown on the 32 Drawings. 33 4) Each section of conduit shall bear evidence of approval by Underwriter's 34 Laboratories. 35 5) Conduit terminating in posts or pedestal bases shall not extend vertically 36 more than 3 inches above the concrete foundation. 37 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 38 nominal size of the conduit. 39 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and 40 couplings made tight. PVC conduit shall be joined by the solvent --weld 41 method in accordance with the conduit manufacturer's recommendations. 42 8) No reducer couplings shall be used unless specifically indicated on the 43 Drawings. 44 9) Conduit and fittings shall have burrs and rough places smoothed and shall 45 be clean and free of obstructions before the cable is installed. 46 10) Field cuts shall be made with a hacksaw only, and shall be square and true 47 so that the ends will butt or come together for the frill diameter thereof. 48 a) In no case shall a cutting torch be used to cut or join conduit. CITY OF FORT NVORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVENIFNTS Revised December 20, 2012 City Pr(ject No. 021 1 1 26O5ii-I() RACEWAYS AND BOXES FOR ELECTRICAL SYSTE\IS Page 10 of 12 1 1 1) Slip joints or running threads will not be permitted for coupling conduit 2 unless approved by the Inspector. 3 12) When a standard coupling cannot be used, all approved union coupling 4 shall be used and shall provide a water -tight coupling between the conduit. 5 13) Couplings shall be properly installed to bring their ends of connected 6 conduit together to produce a good rigid connection throughout the entire 7 length of the conduit run. 8 14) Where the coating on a rigid metal conduit run has been damaged in 9 handling or installation, such damaged parts shall be thoroughly painted 10 with rust preventive paint. 11 15) Ends of conduits shall be capped or plugged until installation of the wire is 12 complete. 13 16) Upon request by the Inspector, the Contractor shall draw a full-size metal 14 wire brush, attached by swivel joint to a pull tape, through the metal 15 conduit to insure that the conduit is clean and free from obstructions. 16 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 17 nun) depth below the curb grade in the sidewalk areas, or 18 inches (450 18 min) below the finished street grade in the street area. 19 18) Conduit placed for concrete encasement shall be secured and supported in 20 such a manner that the alignment will not be disturbed during placement of 21 the concrete. 22 a) No concrete shall be placed until all of the conduit ends have been 23 capped and all box openings closed. 24 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 25 and driveways, shall be placed by first providing a void through \which the 26 PVC conduit shall be inserted. 27 a) The void may be made by boring. 28 b) Use of water or other fluids in connection with the boring operation 29 will be permitted only to lubricate cuttings. 30 c) Water jetting will not be permitted. 31 20) If it is determined by the Inspector that it is impractical to place the conduit 32 by boring as outlined above due to unforeseen obstructions, written 33 permission may be granted by the Traffic Services Manager or designee for 34 the Contractor to cut the existing pavement. 35 21) Pits for boring shall not be closer than 2 feet (612 Film) to the back of the 36 curb or the outside edge of the shoulder. 37 a) The boring method used shall not interfere with the operation of streets, 38 highways, or other facilities, and shall not weaken or damage any 39 embankment structure, or pavement. 40 22) Backfill - Compaction & Density Test for All Ditchlines 41 a) All ditchlines within paving areas of existing and proposed streets and 42 within 2 feet (600 nun) back of curb are to be mechanically tamped. 43 b) All tamping is to be density controlled to 90 percent standard proctor 44 density at optimum moisture content and no greater than 5 percent 45 optimum or less than 2 percent below optimum. 46 c) All backfill material is to be select native material, 6 inches (150 mill) 47 diameter clods and smaller. 48 d) It is permissible to put backfill in 6 inches to 8 inches (150 mill to 400 49 null) lifts with densities being taken for each 1 feet (300 mill) of 50 compacted material on offsetting stations of 50 feet (15.9 M). CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 Cite Proicct No. 0211 1 200i;i-I1 RACENVAYS AND BOXES FOR ELECTRICAL_ SYSTEIMS Pane I I o1 12 I 23) Provide adequately bent conduit and properly excavate so as to prevent 2 damage to the conduit or conductor by a bend radius Nvhich is too short. 3 24) All conduit runs shall be continuous and of the same material (metal only 4 or PVC only). 5 25) Where tying into existing conduit, the Contractor must continue with the 6 same material (metal to metal or PVC to PVC). 7 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 8 and threaded on each end and couplings shall be made up tight. 9 27) White -lead paint or equal shall be used on threads of all joints. 10 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 11 29) Where the coating on a metal conduit run has been damaged in handling or 12 installation, such damaged parts shall be thoroughly painted Nvith rust 13 preventive paint. 14 1. Existing Conduit 15 1) Prior to Pulling cable in existing underground conduit, the conduit shall be 16 cleaned with a mandrel or cylindrical wire brush and blown out with 17 compressed air. 18 2) If conduit appears to be blocked, the Contractor shall make an attempt to 19 clear the conduit by rodding (The Contractor will not receive extra 20 compensation for nodding). 21 3) If the existing conduit cannot be used, the Contractor may be required to 22 repair and/or replace this conduit as directed by the Engineer. 23 a) Repair of this conduit will be paid for as "extra work" on a Change 24 Order. 25 4) The Inspector shall be notified prior to disconnection or removal of any 26 existing cable. 27 22. Conduits from external sources entering on leaving a multiple compartment 28 enclosure: Stub LIP into the bottom horizontal wireway or other manufacturer 29 designated area, directly below the vertical section in which the conductors are to 30 be terminated. 31 23. Conduits entering from cable tray: Stub into the upper section. 32 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X on 33 NEMA 7. 34 25. Conduit identification platens 35 a. Install on all power, instrumentation, alarm and control conduits at each end of 36 the run and at intermediate junction boxes and manholes. 37 b. Install conduit plates before conductors are pulled into conduits. 38 c. Coordinate exact identification plate location with the City at the time of 39 installation to provide uniformity of placement and ease of reading. 40 26. Pull mandrels through all existing conduits that N,vill be reused and through all new 41 conduits 2 inches in diameter and larger prior to installing conductors. 42 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or 43 designated for fiiture equipment. 44 28. Install conduit to drain away from the equipment served. If conduit drainage is not 45 possible, use conduit seals to plug the conduits at the point of attachment to the 46 equipment 47 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, 48 present or future, in floor or ceiling construction. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 2005ii-12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTFMS Paee 12 of 12) 1 30. Do not use running threads. 2 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated 3 spaces, or cold air plenums: Sealed with watertight sealant: DLIXSCaI or equal 4 32. Locate conduits a minimum of 3 inches fi-om steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the 6 covering of the pipe crossed. 7 33. Conduits terminating at a cable tray S a. Support independently from the cable tray. 9 b. Provide conduit support within 1-feet of the cable tray. 10 c. Weight of the conduit not supported by cable tray 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] l3 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 [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] I i 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE II 1 CITY OF FORT \\FORTH CAYLOR 5 A-IG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\gENrS WATER. AND DRAINAGE IMPROVEMENTS Revisal December 20, 2012 City Project No. 021 11 2605 J)-I UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL RICAL SYSTEMS Paue I of 7 1 SECTION 26 05 43 2 UNDERGROUND DUCTS AND RACEAVAYS FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a complete underground system of raceways, manholes and 7 hndholes 8 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 9 and Boxes for Electrical Systems 10 B. Deviations from this City of Fort Worth Standard Specification I 1. Modified 1.2.A.2.a 12 2. Added 1.2.A.2.b 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I — General RcgUlrelncrits 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 18 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Nleasurement and Payment 21 1. Measurement 22 a. This Item is considered subsidiary to the Electrical Facilities being installed. 23 2. Payment 24 a. Unit Price - The work performed and the materials furnished in accordance 25 with this Item are subsidiary to the electrical facilities specified on the 26 Drawings and shall be subsidiary to the lump suin price bid for Electrical 27 Facilities, and no other compensation will be allowed. 28 b. LurnD Surn Price - The work performed and the materials fiirnished in 29 accordance with this Item arc included in the total lump sum price. 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. American Association of State Highway and Transportation Officials (AASHTO) 36 a. M306 — Standard Specification for Drainage Structure Castings. 37 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER. AND DRAINAGE: IMPROVEMENTS Revised July I. 2011 City Project No. 02111 260543_2 UNDERGROUND DUCTS AND RACE\VA1'S FOR ELLCTRICAL SYSTEMS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Plastic duct spacers 6 B. Shop Drawings 7 1. Manholes, hndholes and associated hardware 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Manufacturers 13 a. Precast manholes: Manufactured in a NPC'A (National Precast Concrete 14 Association) Certified Plant 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Handle and store material in accordance witli manufacturer's instructions. is 2. Store materials completely covered; do not expose materials to sunlight. 19 3. Materials showing signs of previous or jobsitc exposure \,vill be rejected. 20 1.11 FIELD [SITE] CONDITIONS 21 1.12 WARRANTY 22 A. No separate warranty for this equipment 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Manufacturers 27 1. Manufacturer List 28 a. Refer to Section 01 60 00. 29 B. Conduit 30 1. PVC Schedule 40 or HDPE 31 2. Refer to Section 26 05 33 32 3. Terminators: Same size and type as the race\vay 33 C. Concrete cap for raceways and duct banks 34 1. Refer to Section 03 30 00. CITY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVEMENTS Revised July 1, 2011 City Project No. 021 1 1 _2605-I)-; UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEIMS Pace " of 1 2. Red dye 2 a. 40 pounds per 10 cubic yards of concrete 3 D. Manholes and Handholes 4 1. Precast concrete 5 2. Designed for a AASHTO Class H2O load. 6 3. Sizes shown on Drawings 7 4. Manhole tops 8 a. Field removable 9 b. Stainless steel lifting eyes 10 5. Duct bank entries into the manhole or handhole 1 1 a. Centered on the entering wall 12 b. Contain the number and size of duct terminators to match the corresponding 13 duct bank 14 6. Concrete sump 15 a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep 16 b. Located in the middle of the floor of the manhole or handhole, or as shown on 17 the Drawings 18 E. Manhole Covers 19 1. Heavy duty 20 2. 36 inch diameter 21 3. Machined gray iron 22 4. AASHTO M306 CL35B minimum 23 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 24 6. Including frame 25 7. "Electric" or "Communication" raised lettering recessed flush on the cover 26 8. Drop handles 27 F. Castings 28 1. Made In the USA 29 2. Cast with the foundry's name and production date (example: mm/dd/yy) 30 3. True to pattern in form and dimension 31 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in 32 positions affecting strength and value 33 5. Angles: Filleted 34 6. Arises: Sharp and true 35 G. Hardware 36 1. Cable racks 37 a. Heavy duty 38 b. Non-metallic 39 c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not 40 less than 250 pounds at the outer end 41 d. Molded in 1 piece of U.L. listed glass reinforced nylon 42 e. Secured to the manhole and walls using drilled epoxy anchoring system, with 43 316 stainless steel bolts CITY OF FORT WORTH CAYLOR 5 IN4G GROUND STORAGE. TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Rey ised July I. 2011 Cite Project No. 021 1 1 2605 73-a LIND ERG ROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEiNIS Pase4 o1'7 1 f. Arms vertically spaced not greater than 24 inches on center 2 2. Pulling irons 3 a. Copolymer polypropylene coated 1/2 inch diameter cable 4 b. Rated pulling strength: 7500 Ibs 5 c. Polyethylene pulling iron pocket 6 d. Manholes: Recessed in Nvall opposite each duct entry 7 e. Handholes: Located near center of haudhole floor 8 3. Ladders 9 a. Fiberglass reinforced plastic 10 b. Safety yellow 11 C. 18 inch rung width 12 d. 12 inch rung spacing 13 e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the 14 underground system 15 H. Polyethylene Warning Tape 16 1. Red polyethylene film 17 2. 2 inches minimum width 18 3. Embedded metallic wire for location tracing 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Field verify the routing of all underground duct banks before placement 26 2. Modify the routing to avoid underground utilities or above ground objects 27 3. Provide any alternate routing of the duct banks to the City for approval before 28 installation 29 3.3 TRENCH EXCAVATION 30 A. Provide Suitable room for installing manholes, handholes, ducts and appurtenances 31 B. FLII'lllsh and place all sheeting, bracing and supports. 32 C. Excavate material of every description and of whatever substance encountered. 33 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 34 excavating 35 E. Refer to Section 33 05 10. 36 3.4 INSTALLATION 37 A. Trench Excavation 38 1. Provide Suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT NORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised ,hilt' 1, 2011 City Project No. 021 11 '0Oi43-5 UNDERGROUND DUCTS AND RACLWAYS FOR ELECTRICAL SYSTEMS Pauc 5 of 7 2. Furnish and place all sheeting, bracing and supports 2 3. Excavate material of every description and of whatever substance encountered in 3 conformance with Section 33 05 10. 4 4. Pavement 5 a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 6 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 7 B. Special Techniques 8 1. Changes of direction 9 a. Less than 20 degrees 10 1) Use hotbox, strictly in conformance with the conduit manufacturer's I I instructions 12 b. Greater than 20 degrees 13 l) Use long radius bends 14 2. Minimum raceway size between manholes or handholes shall be 2 inches 15 C. Slopes 16 1. histall raceways to drain away fi-om buildings. 17 2. Install raceways between manholes or handholes to drain toward the manholes or 18 handholes. 19 3. Slopes 20 a. At least 3 inches per 100 feet 21 D. Lay raceway lines in trenches on sand bedding. 22 E. Plastic spacers 23 1. Not more than 4 feet apart 24 2. Provide not less than 2 inch clearance between race\vays. 25 F. Raceway banks cover: 24 inches 26 G. Raceway terminations at manholes: Terminator for PVC conduit 27 H. Blank duct plugs 28 1. Use to seal the ends of all unused ducts in the duct system 29 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 30 underground system 31 I. Raceways entering or exiting the underground system, rising to higher elevation 32 1. Seal at higher elevation before and after the installation of cables 33 2. No entry of water or moisture to the Underground System at any time 34 J. Complete duct system before pulling any wire. 35 K. Swab all raceways clean before installing cable. 36 L. Cables in manholes and handholes 37 1. Train, support and restrain on cable racks. 38 2. Route cables passing duct entrances above all duct entrances. 39 3. Do not route cable in front of or below duct bank entrances. 40 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised,Iuly 1,1-01 1 City Prgject No. 02111 Y, O i 4 o UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Pace 6 of 7 1 Nl. Tag all underground conduits at all locations exiting and entering from underground, 2 including manholes and handholes 3 3.5 REPAIR / RESTORATION 4 A. Remove and replace sub grade soils which become soft, loose or otherwise 5 unsatisfactory as a result of inadequate excavation, dewatering or other trenching 6 methods, using gravel fill. 7 B. Existing pavement 8 1. Saw cut and repair existing pavements above new and modified existing duct 9 banks. 10 2. C'ut along straight lines. 11 3. Replace pavement \,vith the same type and quality of the existing paving. l2 C. Grassy areas 13 1. Remove and replace sod, or 14 2. Loam and reseed surface 15 3.6 RE -INSTALLATION 16 A. Backtilling 17 1. Remove materials unsuitable for backfilling. 18 2. Trench till 19 a. Common fill material 20 b. Void of rock or other non -porous material 21 C. Layers not to exceed 8-inches in loose measure 22 d. Compact to 90 percent standard Proctor density at optimum moisture content of 23 ± 4 percent 24 C. 1V101-Inded 6-inches above existing grade 25 3. Existing grass, loam or gravel surface 26 a. Remove surface material 27 b. Conserve 28 c. Replace to the full original depth 29 4. Paved areas or designated future paved areas 30 a. Backfill with select fill material 31 b. Layers not to exceed 8-inches loose measure 32 c. Compact to 95 percent standard Proctor density at optimum moisture content of 33 t 3 percent 34 5. Compaction 35 a. Hand or pneumatic tamping with tools weighing at least 20 pounds 36 b. Place material being spread and compacted in layers not over 8-in loose thick. 37 c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required 38 compaction 39 6. Do not place bitLI111i11o11S paving in backfill. 40 7. Do not use water jetting as a means of consolidating or compacting backfill. 41 S. Road surfaces 42 a. Broom and hose -clean immediately after backfilling 43 b. Employ dust control measures at all times. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Revised July I. 201 1 City Project No. 021 1 1 1 3.7 CLEANING 2 3 4 5 6 7 8 9 10 12 13 14 15 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Pa<,e 7 of 7 A. Remove all rubbish and debris from inside and around the underground system. B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, hndholes and structures, using brushes, vacuunn cleaner or clean, lint free rags. C. Do not use compressed air. 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 Loo DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revised July 1, 2011 SUMMARY OF CHANGE CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 021 1 1 2609 10- 1 INSTRU\4ENTATION Page I of ; SECTION 26 09 10 INSTRUNIENTATION PART I - GENERAL 1.01 SUMNIARY A. This section covers the general requirements for the instrumentation. B. Auxiliary and accessory devices necessary for system operation or performance, such as relays, din connectors, or terminals to interface Nvith other Sections of these Specifications, shall be included. 1.02 QUALITY ASSURANCE A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and whose products have been in satisfactory use in similar service for not less than 5 years. B. hlstaller: Qualified with at least 5 years of successful installation experience on projects with work similar to that required for this project. C. NEC Compliance: Comply with the National Electrical Code, NFPA 70, as applicable to wiring and other electrical construction of the unit. D. UL Compliance: Provide components with UL listing and labeling for applicable UL categories. ('llctmm liannlc onrltrnl 1)"111ok Anrl 111Qt1'1111iPlit nA1lP1¢ Alld the. 111Ce C11A11 he ll1fl1111fActure'd bV a fabricator approved as a UL508A shop and shall bear a UL 508A (UL Industrial Control Panel) label. E. Provide complete unit and installation to conform with NFPA-90A. 1.03 SUBMITTALS A. Submit catalog literature, specification material and installation and operation manual for each instrument and device specified herein. B. Submit outline and dimensional drawings and wiring diagrams to Engineer for review. C. Submit shop drawings for including N.viring and dimensional outlines. Shop drawings shall include ISA loop drawings. Loop drawings shall include all device terminal numbers and wire numbers. 1.04 SYSTEM RESPONSIBILITY The contractor shall assume complete "SYSTEM RESPONSIBILITY" for the instrumentation system. "System Responsibility" shall mean that the Contractor is responsible for the overall operation, satisfactory performance, and integration of the individual components into the whole system so that the entire system functions in whole and in its parts as intended by the Contract Documents. 1.05 PRICE AND PAYMENT PROCEDURES CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER AND DRAINAGE IMPROVEMENTS Nmember'_014 City Proiect No. 02111 260910_2 INSTRU\4ENTATION Pa,,,e 2 of A. 'NiCastu-emerlt 1. This Item is considered subsidiary to the various Facilities being installed. B. Payment 1. The work performecl and the materials furnished in accordance Nvith this Item are included in the total lump sum price. PART2-PRODUCTS 2.01 REMOTE TERMINAL UNIT (RTU) A. RTU 1/0 shall be as indicated on drawings. RTU is existing and has spare I/O points that will be used for the new points in the schedule. Provide all external wiring to field devices. Submit loop wiring diagrams including polarity of do loops. Test and calibrate all instruments and coordinate termination of 1/0 to be connected to the RTU. C. The City will make programming changes to the RTU and to the main computer at the Holly Water Treatment Plant SC'ADA building. D. All activities for SCADA work must be coordinated through water production Division staff in advance. Contact Tim Allen, Fort Worth Water Production (817-925-7236). 2.02 GROUND STORAGE TANK LEVEL (PRESSURE) TRANSMITTER A. The Ground Storage Tank level transmitter shall be replaced with a new pressure transmitter that is measuring the tank pressure converted to tank level. A loop powered pressure transmitter shall be installed at the location as shown on the plans and in accordance with the manufacturer's recommendations. The transmitter shall incorporate an integral LCD digital display reading in engineering units. The pressure and level transmitters shall be provided with a 1/2-inch MNPT and ''/�-inch FNPT pressure connection of 316L stainless steel with a ceramic measuring diaphragm. The pressure and level transmitters shall have an accuracy of 0.2% with a 10:1 turndown and zero aditlstability of —10 to +100%. The transmitters shall be field progrannnable using integral pushbuttons as well as a HART hand held programmer. The pressure transmitters shall be provided with a stainless steel mounting bracket and bleed and block manifold valve for ease of calibration. The level and pressure transmitters shall be a Rosemount 2051 with a bleed and block valve manifold. B. The transmitters shall incorporate an integral LCD digital display reading in engineering !nits. The transmitters shall be provided with a''/2-inch MNPT and''/4-inch FNPT pressure connection of 316L stainless steel \vith a ceramic measuring diaphragm. The transmitter electronics enclosure shall be epoxy coated cast aluminum with a %-FNPT conduit entry and glass viewing window for the integral LCD display and shall be suitable for NEMA 4X operation. The transmitter shall be field programmable using integral pushbuttons as well as a HART hand held programmer. The pressure transmitter shall be provided witli a pressure range suitable for the intended line pressure. The pressure transmitter shall include transient protector. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER AND DRAINAGE IMPROVENIENTS November 2014 City Project No. 021 1 1 1609 10 -3 INSTRUMENTATION PLc3of3 C. FL11l1ISh one ( I ) hand held programmer to the City for maintaining the new pressure transmitter. 2.03 HIGH NVATER LEVEL S«'ITCH (FLOOD ALARM) A. Float Switches shall be furnished to automatically detect a (high) liquid level in the pump station building and valve vaults. New float switches shall be included at the existing valve vaults to replace any existing float or alarm switches. Float switches shall be non-unercury type, low current, signal duty, normally closed. 2.04 MISCELLANEOUS A. Furnish intrusion detection devices for equipment, and hatches panels to be located as indicated in the drawings. Intrusion Detectors shall be Class 9007 heavy duty limit switches by Square-D, stainless steel proximity switches by Top Worx. PART 3 - EXECUTION 3.01 INSTALLATION GENERAL A. Permanently mount the instruments, and all required appurtenances in accordance with Ianufacturer's requirements. All work shall be done in accordance with industry standards, the NEC, ISA reconunendations and in a workmanship like manner. B. Calibrate, and test all instruments. C. Certify that all instrument installations and calibrations are done in accordance N.vith ISA and the manufacturer's recommendations. D. Provide completed ISA calibration sheets for all new instruments provided. E. All surge suppression devices shall be grounded with minimum #8 ground wire. 3.02 OPERATIONS AND MAINTENANCE MANUALS A. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on the instrumentation equipment. These manuals shall include detailed instructions, periodic calibration requirements and maintenance, as well as recommended spare parts lists. B. Submit for 6 copies for review. C. LAST PAGE OF THIS SECTION CITY OF FORM WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER AND DRAINAGE IMPROVENIENTS Noy ember''-014 City Project No. 02111 31 1000-1 SITE CLEARING Page I of 5 1 SECTION 31 10 00 2 SITE CLEARING 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of site, right-of-way, and other designated areas for construction 7 operations by removing and disposing of all obstructions including clearing and grubbing and trees, N.vlien removal of such obstructions is not specifically shown on 9 the Drawings to be paid by other Sections. The City of Fort Worth's Urban 10 Forestry Ordinance governs all tree removals. 1 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. 1\Vlodified I. LA.1 13 2. Modified L2.A.2.a 14 3. Added 1.2.A.2.b 15 C. Related Specification Sections include but are not necessarily limited to 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division I — General Requirements 18 3. Section 02 41 13 — Selective Site Demolition 19 4. Section 02 41 14 - Utility Removal/Abandonment 20 1.2 PRICE AND PAYNIENT PROCEDURES 21 A. Measurement and Payment 22 1. Site Clearin" 23 a. Measurement 24 1) 1\gcasureme11t for this Item shall be by lump sum. 25 b. Payment 26 1) Unit Price - The work performed and the materials furnished in accordance 27 with this Item shall be paid for at the lump sum price bid for "Site 28 Clearing'. 29 2) Lump Sum Price - The work performed and the materials furnished in 30 accordance \vitb this Item shall be included in the total lump stun price. 31 c. The price bid shall include: 32 1) Pruning of designated trees and shrubs 33 2) Removal and disposal of trees, structures and obstructions 34 3) Backfilling of holes 35 4) Clean-up 36 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site 37 Clearing" is not a bid item) 38 a. Measurement 39 1) Measurement for this Item shall be per each. 40 b. Payment CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\'ised December 20, 201- City Project No. 021 1 1 31 1000-2 SITE CLEARING Page 2 o1 5 I I) The \vork performed and the materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each "Tree Removal" for: 3 a) Various caliper ranges 4 c. The price bid shall include: 5 1) Pruning of designated trees and shrubs 6 2) Removal and disposal of structures and obstructions 7 3) Grading and backfillin(T of holes 8 4) Excavation 9 5) Fertilization 10 6) Clean-up 11 3. Tree Removal and Transplantation 12 a. Measurement 13 1) Measurement for this ltem shall be per each. 14 b. Payment 15 1) The \Vork performed and the materials furnished In accordance with this 16 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 17 a) Various caliper ranges 18 c. The price bid shall include: 19 1) Pruning of designated trees and shrubs 20 2) Removal and disposal of structures and obstructions 21 3) Moving tree \,vith truck mounted tree spade 22 4) Grading and backfilling of holes 23 5) Replanting tree at temporary location (determined by Contractor) 24 6) Maintaining tree until Work is completed 25 7) Replanting tree into original or clesignated location 26 8) Excavation 27 9) Fertilization 28 10) Clean-up 29 1.3 REFERENCES [NOT USED[ 30 1.4 ADMINSTRATIVE REQUIREMENTS 31 A. Permits 32 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 33 required by the City's Tree Ordinance. (w\vw.FortWorthTexas.gov) 34 B. Preinstallation Meetings 35 I. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 36 City Inspector, and the Project Manager for the purpose of reviewing the 37 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 38 prior to the meeting. 39 2. The Contractor will provide the City with a Disposal Letter in accordance to 40 Division 01. 41 1.5 -1.12 [NOT USED] 42 PART 2 - PRODUCTS [NOT USED[ CITY OF FORT \\FORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 1 2 3 4 5 6 7 8 9 10 31 10 00-3 SITE CLEARING Pace ; of 5 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION (NOT USED] 3.3 PREPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Follo\ving taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION 11 A. Protection of Trees 12 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 13 Refer to the Drawings for tree protection details. 14 2. If the Drawings do not provide tree protection details, protected trees shall be 15 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 16 the corners located on the canopy drip line, unless instructed otherwise. 17 3. When site conditions do not allow for the T-posts to be installed at the drip line, the I s T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 1/2 19 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 20 form the enclosure. 21 4. Do not park equipment, service equipment, store materials, or disturb the root area 22 under the branches of trees designated for preservation. 23 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 24 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 25 the tree. 26 6. Trees and brush shall be mulched on -site. 27 a. Burning as a method of disposal is not allowed. 28 B. Hazardous Materials 29 1. The Contractor will notify the Engineer immediately if any hazardous or 30 questionable materials not shown on the Drawings are encountered. This includes; 31 but not limited to: 32 a. Floor tiles 33 b. Roof tiles 34 C. Shingles 35 d. Siding 36 e. Utility piping 37 2. The testing, removal, and disposal of hazardous materials will be in accordance 38 with Division 39 C. Site Clearing 40 1. Clear areas shown on the Drawings of all obstructions, except those landscape 41 features that are to be preserved. Such obstructions include, but are not limited to: 42 a. Remains of buildings and other structures CI'I Y OE FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \vATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 201? City Prgject No. 021 11 31 1000-4 SITE CLEARING Pa.ed o1'5 1 b. Foundations 2 c. Floor slabs 3 d. Concrete. 4 e. Brick 5 f. Lumber 6 g. Plaster 7 h. Septic tank drain fields 8 1. Abandoned utility pipes or conduits 9 J. Equipment 10 k. Trees 11 1. Fences 12 m. Retaining walls 13 n. Other items as specified on the Drawings 14 2. Remove vegetation and other landscape features not designated for preservation, 15 \vhether above or belo\v gnround, including, but not limited to: 16 a. Curb and gutter 17 b. Drlvc\.vat's 18 c. Paved parking areas 19 d. Miscellaneous stone 20 e. Sidewalks 21 f. Drainage structures 22 Q. Manholes 23 h. Inlets 24 i. Abandoned railroad tracks 25 J. Scrap iron 26 k. Other debris 27 3. Remove culverts, storm severs, mailholes, and inlets in proper sequence to 28 maintain traffic and drainage in accordance with Section 02 41 14. 29 4. In areas receiving embankment, remove obstructions not designated for 30 preservation to 2 feet below natural ground. 31 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 32 6. In all other areas, remove obstructions to I foot below natural ground. 33 7. When allo\ved by the Drawings or directed by the Engineer, cut trees and stumps 34 off to around level. 35 a. Removal of existing structures shall be as per Section 02 41 13. 36 D. Disposal 37 1. Dispose of all trees \vithin 24 hours of removal. 38 2. All materials and debris removed becomes the property of the Contractor, unless 39 other\vise stated on the Drawings. 40 3. The Contractor Will dispose of material and debris off -site in accordance with local, 41 state, and federal laws and regulations. 42 3.5 -3.14 [NOT USED] 43 44 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEINIENTS Revised December 20, 2012 City Project No. 021 11 2 ;l 1000-5 SITE CLEARING Page 5 of 5 END OF SECTION Revision Loa DATE NAME SUNINIARY OF CHANGE 12/20/2012 D. Johnson I A.A Permits: Removed ordinance number and added City's website address CITY OF FORT NVORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 NIG GROUND STORAGE TANK. WATER, AND DRAINAGE INIPROVEIV9ENTS City Project No. 021 1 1 31 23 16- 1 UNCLASSIFIED EXCAVATION Pagc I of 5 1 SECTION 31 23 16 2 UNCLASSIFIED EXCAVATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown ou the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels I 1 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Modified 1.2.A.I.a.2 16 2. Modified 1.2.A.1.b.1 17 3. Added 1.2.A.1.b.2 18 4. Deleted 1.2.A.2 19 5. Modified 1.10.A.1 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division I — General Requirements 23 3. Section 31 23 23 — Borrow 24 4. Section 31 24 00 — Embankments 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Excavation by Plan Quantity 28 a. Measurement 29 1) Measurement for this Item shall be by the cubic yard in its final position 30 using the average end area method. Limits of measurement are shown on 31 the Dra\vings. 32 2) Unit Price - When measured by the cubic yard in its final position, this is a 33 plans quantity measurement Item. The quantity to be paid is the quantity 34 shown in the proposal, unless modified by Article 11.04 of the General 35 Conditions. Additional measurements or calculations will be made if 36 adjustments of quantities are required. 37 b. Payment CFFY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised .lanuary 28. 2013 City Project No. 021 11 31 23 16-2 UNCLASSIFIED EXCAVATION Page 2 of 5 I 1) Unit Price -The work performed and materials furnished in accordance with 2 this Item and measured as provided Under " N/leasurement" will be paid for 3 at the unit price bid per cubic yard of "Unclassified Excavation by Plan". 4 No additional compensation will be allowed for rock or shrinkage/swell 5 factors, as these are the Contractors responsibility. 6 2) Luint) Sum Price -The work oerlorined and materials furnished In 7 accordance N-vlth this Item and mcasm-ed as Drovlded Under "Measurement" 8 will be included in the total IHmp sum urice. 9 c. The price bid shall include: 10 1) Excavation 11 2) Excavation Safety 12 3) Drying 13 4) Dust Control 14 5) Reworking or replacing the over excavated material in rock cuts 15 6) Hauling 16 7) Disposal of excess material not used elsewhere onsite 17 8) Scarification 18 9) Clean-up 19 2. HNea oil 1, j Sarv'2d-Q«an.lty 20 a surest 21 1 } lt4e , a c...e.,r + ,, 1 i:, '�t�n, t,. �., fl,o ,,1,; ,.a ; its final pasi-ti(m 22 ell ted :he average end -area , site , ,ethe.c1 23 24 tv-obtain -C.:l' 5tI'n` ;:und-eln.cr!,'---rv„ ,: 25 b) The Git. .i .,er-f^v'ri'r'i a final-P"', :t.• „r; f.,, o 26 c) The Corot, -actor will be—paid4ei—the eubie yardage „f Excavated , atef-ia 27 ea4enlatcd flie i ff-a-enee between een the two c r ., ii:t „�.rt i'c i c-rrc�cz-c-,- 28 d)--P -tial paymol,ts will be based ent4ed plan qtit} 29 iueasu'ieiiients ealeul ted by the E. _ 30 b. Paymant 31 32 1 7 A f z - • 'll -3 7 F r the r measured cl p: o ':t i rtr�clel � �e ne�V"Avill e Fiflit 33 pi-i e bid „ „Tbie yai-d af "Unc 'a-ssi± ed ENe rauon by Sar, 34 ,,T—. . _ ; ,d shall include: 35 1) ie avation 36 2) Exeavation Safety 37 3) Dying 39 `�,-1,; „L, „g th., - „t ,7 r2,-.,1 - ,.l cuts „tom . Z�"' � "'TLf'Cc.TTaTii"i-reek 40 6) Hauln g 41 42 43 44 1.3 REFERENCES [NOT USED] 45 A. Definitions CITY OF FORT WORTH C•AYLOR 5 1MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIEN S WATER, AND DRAINAGE IMPROVEMENTS Revised January 28, 2013 City Project No. 021 1 1 31 23 16-3 UNCLASSIFIED EXCAVATION Pr,c3 ofi 1 1. Unclassified Excavation — Without regard to materials, all excavations shall be 2 considered unclassified and shall include all materials excavated. Any reference to 3 Rock or other materials on the Drawings or in the specifications is solely for the 4 City and the Contractor's information and is not to be taken as a classification of 5 the excavation. 6 1.4 ADIIIINSTRATIVE REQUIREMENTS 7 A. The Contractor \vill provide the City with a Disposal Letter in accordance to Division S 01. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBIVIITTALSANFORNIATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE 14 A. Excavation Safety 15 1. The Contractor shall be solely responsible for making all excavations in a safe 16 manner. 17 2. All excavation and related sheeting and bracing shall comply with the requirements 1 S of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Storage 21 1. Within Existing Rights -of -Way (ROW) 22 a. Soil may NOT be stored within existing ROW, easements or temporary 23 construction easements, unless specifically allowed in the Contract Documents. 24 b. Do not block drainage ways, inlets or driveways. 25 c. Provide erosion control in accordance with Section 31 25 00. 26 d. When the Work is performed in active traffic areas, store materials only in 27 areas barricaded as provided in the traffic control plans. 28 e. In non -paved areas, do not store material on the root zone of any trees or in 29 landscaped areas. 30 2. Designated Storage Areas 31 a. If the Contract Documents do not allow the storage of spoils \vithin the ROW, 32 easement or temporary construct ion easement, then secure and maintain an 33 adequate storage location. 34 b. Provide an affidavit that rights have been secured to store the materials on 35 private property. 36 c. Provide erosion control in accordance with Section 31 25 00. 37 d. Do not block drainage ways. 38 1.11 FIELD CONDITIONS 39 A. Existing Conditions CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \SEATER, AND DRAINAGE INIPROVENIENTS ReN ised.lanuary 28. 2013 City Project No. 02111 31 23 16-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 l . Any data wlhicll has been or may be provided on subsurface conditions is not 2 intended as a representation or warranty of accuracy or continuity between soils. It 3 is expressly understood that neither the City nor the Engineer will be responsible 4 for interpretations or conclusions drawn there from by the Contractor. 5 2. Data is made available for the convenience of the Contractor. 6 1.12 «'ARRANTY [NOT USED] 7 PART 2 - PRODUCTS (NOT USED] 8 2.1 OWNER -FURNISHED fNOT USED] 9 2.2 PRODUCT TYPES AND MATERIALS 10 A. Materials 11 1. Unacceptable Fill Material 12 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 13 D2487 14 PART 3 - EXECUTION 15 3.1 INSTALLERS (NOT USED] 16 3.2 EXANI1NATION ]NOT USED] 17 3.3 PREPARATION [NOT USED] 18 3.4 CONSTRUCTION 19 A. Accept ownership of unsuitable or excess material and dispose of material off -site 20 accordance with local, state, and federal regulations at locations. 21 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 22 during construction with eh exception of water that is applied for dust control. 23 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 24 properly dispose according to disposal plan. 25 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 26 proposed or existing Structures. 27 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 28 City. 29 F. Shape slopes to avoid loosening material below or outside the proposed grades. 30 Remove and dispose of slides as directed. 31 G. Rock Cuts 32 1. Excavate to finish grades. 33 2. In the event of over excavation due to contractor error below the lines and grades 34 established in the Drmvings, use approved embankment material compacted in 35 accordance with Section 31 24 00 to replace the over excavated at no additional 36 cost to City. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced .Ianuary 28, 2013 City Project No. 021 1 1 31 23 16-5 UNCLASSIFIED EXCAVATION Paste 5 of 5 1 H. Earth Cuts 2 1. Excavate to finish subgrade 3 2. In the event of over excavation clue to contractor error below the lines and grades 4 established in the Drawings, use approved embankment material compacted ill 5 accordance with Section 31 24 00 to replace the over excavated at no additional 6 cost to City. 7 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 8 3.5 REPAIR [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. 2. In areas of over excavation, Contractor provides fill material approved by the City at no expense to the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE I NAME END OF SECTION Revision Lot, SUMMARl' OF CHANGE 12/20/2012 I D. Johnson 1.2 - Measurement and Payment Section modified: Blue Test added for clarification 1/28/13 I D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment N/lethods on bid list. CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ReN ised January 28. 2013 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Proiect No. 02111 312323-I BORROW Paee 1 of6 ] SECTION 31 23 23 2 BORROW 3 PART 1 - GENERAL 4 1.1 SUIVIMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.l.a? 9 2. Modified 1.2.A. Lb. I 10 3. Added 1.2.A.I.b.2 11 4. Deleted 1.2.A.2 12 5. Deleted 1.2.A.3 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 31 23 16 — Unclassified Excavation 17 4. Section 31 24 00 — Embankments 18 1.2 PRICE AND PAYNJ ENT PROCEDURES 19 A. Measurement and Payment 20 1. Borrow by Plan Quantity 21 a. Measurement 22 1) Measurement for this Item shall be by the cubic yard in its final position 23 using the average end area method. Limits of measurement are shown on 24 the Drawin(Ts. 25 2) Unit Price - When measured by the cubic yard in its final position, this is a 26 plans quantity measurement Item. The quantity to be paid is the quantity 27 shown in the proposal, unless modified by Article 11.04 of the General 28 Conditions. Additional measurements or calculations will be made if 29 adjustments of quantities are required. 30 b. Payment 31 I) Unit Price - The work performed and materials furnished in accordance 32 with this Item and measured as provided under "Measurement" will be paid 33 for at the unit price bid per cubic yard of "Borrow by Plan" for the various 34 borrow materials. No additional compensation will be allowed for rock or 35 shrinkage/swell factors, as these are the Contractor's responsibility. 36 2) Lurllp Sum Price - The work performed and materials furnished in 37 accordance with this Item and measured as Drovided under "Measurement" 38 will be included in the total lump sum price. 39 c. The price bid shall include: 40 1) Transporting Ol' hauling ]Material 41 2) FU1-111Sb1no, placing, compacting and finishing Borrow CITY OF PORT WORTH CAYLOR � MG GROUND STORAGE "TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE MIPROVEMENTS Revised JaRllal-N- 28%. 2013 City Project No. 021 1 1 31 3 r _ 2 BORRONN- Patoc2 of 1 3) Construction Water 2 4) Dust Control 3 5) Clean-up 4 6) 5 7) Proof Rolling Disposal of excess or NVaste material 6 8) Reworking or replacement of undercut material 8 a. )\� -eFnew 1) N11c'- uroment fo,- this item shall be by the oilt -yard in its f;,,.,1 pesifie 10 b the average. I 1 a) The City will , fiat-,,, , eferenee : ur ivy ance the Site t been t a existing12 to obtain 13 b) The City will pei-form a final post eonsti-tietioii survey. 14 c) The `ent,-act, • will be paid 1-oF the e i • yardag:e fBor ovi matefial 1_5 e le l.,te 1 as the dif ei- the t, 3 a. sari-u rc�r�,ubetween16 18 d) Partial „t ;ll be based o,J i. qLtantity u, pay..' 19 ,fie,,.,,,,-. mentom . lettlated by b 20 13. Rayme 21 22 and measured as provided tin et- "Mear ,,twill be paid feF at the unit 23 pfiee bid pet- cubie yard of "Bei-i-ew 24 a) Varlaus Bort-ow „ ateri is 25 e. The and shall Include: 26 1) TrL -t' p b t t b 1 27 ?) Farn;�h;,, 1. ,.t;, „ „] r _.h rz et 29 4) r�l . �, �.feuii-'Lip 30 cam,,st Gof4 6} 31 6)- Pi -oaf "�P �2 ?) Disposal aexcess waste material 34 -Ot„ 36 t,,..i, , n ., tiewRr-� 37 a. Mlcasm-ei:nent 38 a Me t f0F tt Reni hall 1 l tile 1- t f 1 R .. , �','r're-ii��rai rniTrc�rrr �rrrn o'c o f'[rr�c�rrorc��rrf�f�r-rvazc-r�vi-rv-vr 39 i atea al ct: E'efivered to the Sitea - l 1 t truck tie t •a a t tl ri=rcrrcc'o'i�crcm��rr'ricic-rr c-{c"cc�itv-v-racer-rvrrrc 40 City-. 41 b—. —Ra ffw—nt 42 1) The ^pied and .,rates ;' t furnished in accordanee 11vith this rt 43 arm-'r'ncirsm-ed as I)T , ided under -Me ,sr�t" v ill b-- pas 44 p}+Ee-hick pet- eabie yar-d of "lam�I -Dells ;'c, y., `I live,_e 45 46 47 48 1) T ansporting or ha I' b material 49 '?) Farmhing, placing, eeiii eti d f: sh ,` CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION D0C'U\9ENTS \\/ATER, AND DRAINAGE IMPROVEMENTS Revised .lanuary 28, 2013 City Prgject No. 021 1 1 BORROW Paflc 3 of(I 1 3) Ge-i-istruction Water 3 C 1 Dust Gent. -„I b 5 al 6 8) Re,,y i-k ig ereplacement of.1»dof-eat material 7 1.3 REFERENCES 8 A. 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 I 1 Specification, unless a date is specifically cited. 12 2. ASTM Standards 13 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 14 Purposes (Unified Soil Classification System) 15 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 16 Plasticity hndex of Soils 17 c. ASTM D6913, Standard Test Methods for Particle -Size Distribution 18 (Gradation) of Soils Using Sieve Analysis 19 d. ASTM D698, Standard Test Methods for Laboratory Compaction 20 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 21 1.4 ADIMINISTRATIVE REQUIREMENTS [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 construction. 25 C. Submit laboratory tests reports for each soil borrow source used to supply general 26 borrow and select fill materials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Shop Drawings 29 1. Stockpiled Borrow material 30 a. Provide a description of the storage of the delivered Borrow material only if the 31 Contract Documents do not allow storage of materials in the right -of -sway of the 32 easement. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Borrow material shall be tested prior to delivery to the Site. 37 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 38 from each source. 39 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 40 D6913 and ASTM D4318-10 respectively. CITY OF FORT WOR l H f CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER. AND DRAINAGE IMPROVEMENTS Rc\ ise(I January 28. 2013 City Project No. 021 1 1 31 23 23 --4 BORROW Pace 4 orG 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Delivery 3 1. Coordinate all deliveries and haul -off. 4 B. Storage 5 1. Within Existing Rights -of -Way (ROW) 6 a. Borrow materials may be stored within existing ROW, easements or temporary 7 construction casements, unless specifically disallowed in the Contract 8 Documents. 9 b. Do not block drainage ways, inlets or driveways. 10 c. Provide erosion control in accordance with Section 31 25 00. 11 d. Store materials only in areas barricaded as provided in the traffic control plans. 12 e. In non -paved areas, do not store material on the root zone of any trees or in 13 landscaped areas. 14 2. Designated Storage Areas 15 a. If the Contract Documents do not allow the storage of Borrow materials within 16 the ROW, easement or temporary construction easement, then secure and 17 maintain an adequate storage location. 18 b. Provide an affidavit that rights have been secured to store the materials on 19 private property. 20 c. Provide erosion control In accordance With Section 31 25 00. 21 d. Do not block drainage ways. 22 e. Only materials used for I working clay will be allowed to be stored in the work 23 zone. 24 1.11 FIELD CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 ONN/NER-FURNISHED (NOT USED) 28 2.2 PRODUCT TYPES AND MATERIALS 29 A. Borrow 30 1. Additional soil beneath pavements, roadways, foundations and other structures 31 required to achieve the elevations shown on the Drawings. 32 2. Acceptable Fill Material 33 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 34 ASTM D2487 35 b. Free from deleterious materials, boulders over 6 inches in size and organics 36 c. Can be placed fi-ee from voids 37 d. Must have 20 percent passing the number 200 sieve 38 3. Blended Fill Material 39 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 40 b. Blended with in -situ or imported Acceptable Fill material to meet the 41 requirements of an Acceptable Fill Material 42 c. Free from deleterious materials, boulders over 6 inches in size and organics CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVE\4ENTS Revised January 28. 2013 City Prqject No. 021 11 12323-5 I3ORRO1w P,ecS orb ] d. Must have 20 percent passing the number 200 sieve 4. Select Fill 3 a. Classified as SC or CL in accordance with ASTM D2487 4 b. Liquid limit less than 35 5 c. Plasticity index between 8 and 20 6 5. Cement Stabilized Sand (CSS) 7 a. Sand or silty sand 8 b. Free of clay or plastic material 9 C. Minimum of 4 percent cement content of Type 1/II portland cement 10 d. 100 to 150 psi compressive strength at 2 days in accordance \-vith ASTM 1 1 D 1633, Method A 12 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 13 D 1633, Method A 14 f. Mix in a stationary pug Inill, weigh -batch or continuous mixing plant 15 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 16 2.4 ACCESSORIES [NOT USED] 17 2.5 SOURCE QUALITY CONTROL [NOT USED] 1s PART3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. All Borrow placement shall be performed in accordance to Section 31 24 00. 24 3.5 REPAIR [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL 27 A. Field quality control will be performed in accordance to Section 31 24 00. 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] CITY OF FORT NORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOMMENTS WATER, AND DRAINAGE IMPROVENIENTS Rey iced January 28.2013 City Project No. 021 1 1 31 _1-0 BORROW Paflc 6 of it 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/30:'2012 D. Johnson L-2 - Measurement and Payment Section modified; Blue Test added for clarification 1 1 2Si 13 D. Johnson 1.2 - N/lodified Bid Item names in payment section to differentiate between Pavmlent N/Iethods on bid list. ti CITYOF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVEMENTS ReN iscc1 .fanuary -'S• 2013 City Project No. 021 11 31 24 00 -1 EMBANKMENTS Pay"e 1 of 10 1 SECTION 31 24 00 2 EMBANKMENTS 3 PART]- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of: 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels I 1 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A.1.a.2 15 2. Modified 1.2.A. Lb.1 16 3. Added 1.2.A.I.b.2 17 4. Deleted 1.2.A2 18 5. Modified 3.7.A.1 19 6. Modified 3.7.A.3 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 31 23 16 — Unclassified Excavation 24 4. Section 31 23 23 -- Borrow 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Embankments by Plan Quantity 28 a. Measurement 29 1) Measurement for this Item shall be by the cubic yard in its final position 30 using the average end area method. Limits of measurement are shown on 31 the Drawings. 32 2) Unit Price - When measured by the cubic yard in its final position, this is a 33 plans quantity measurement Item. The quantity to be paid is the quantity 34 shown in the proposal, unless modified by Article 11.04 of the General 35 Conditions. Additional measurements or calculations will be made if 36 adjustments of quantities are required. 37 b. Payment CITY OF FORT \170RTH CAYLOR 5 N1G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised January 28, 201 3 City Project No. 021 11 31 2400 - 2 EMBANKNIENTS Pase 2 of 10 1 1) Unit Price - The work performed and materials furnished in accordance 2 Nvitli this Item and pleasured as provided tinder "Ivleasurennent" Nvill be paid 3 for at the unit price bid per cubic yard of "Embankment by Plan". No 4 additional compensation will be allowed for rock or shrinkage/swell 5 factors, as these are the Contractor's responsibility. 6 2) Limit) Supl Price - The work performed and materials furnished in 7 accordance with this Itern and measured as provided under "Measurement" S will be included in the total lump suns price. 9 c. The price bid shall include: 10 1) Transporting or hauling material 1 I 2) Placing, compacting, and finishing Embankment 12 3) Construction Water 13 4) Dust Control 14 5) Clean-up 15 6) Proof Rolling 16 7) Disposal of excess materials 17 S) Reworking or replacement of undercut material 1 S 1 Enibankiria nts by Su„yeyed Quantity 19 a. M t 20 1) Mecasefenientfifl- t iS Item sl:all ba by the eubi . Yard : its final position 1 ealetilateu using the average ,d o Composi"e iiiethod. 77 a The Gity,�vill pet-fofiia a Feferenee stifvey once the Site has been cleared 23 to obtain eiiistnig 'd . diti 24 _ 'b) The Ga will •f; final post . structi ..liy will pei�.,�� 25 c) The Gent, -actor will be paid for the etibie yardage f T 1 1 t 26 calculated as the difference between the two stfi' V VIiI YY VVLt 111V tYY•V Jlll \'IJV J. J 27` d) Paitiai payments will be based on estimated la t•t 2S 111111Ju1ornents eall dated by the N, 29 br PZa, r a 30 a, nncd rand m� aterial3 shed �rd^ i0C ;;pith this, It�a 3 1 7C[ t the and av` as ed p -ovideCI - id • "Measurement" ,,ilk paid forunit 32 r ice„ Survey price :.i.l , „'•, "d of "Ei'i.ialll£,nneili i.y�-cy'�. 3> The-p.iee ai�liall include: 34 11 Ti 1) •aiiipv ,•t:, h ,l r material l l -2) P ,.t:»,. d finishing Em1,,, 1 t � 1-C:TGTII�CO�G C'CIS�LI IICT-I-I'LiT3 t � 1 JCL[11C1"I1�C 36 3) Gonst,•, t Watei- 37 n) Dust Gam, -el 3 S 5) QeaTl-RP 39 6)--P-roe€4 e l-ipg 40 7) Disposal of excess mateFials 42 1.3 REFERENCES 43 A. Reference Standards 44 1. Reference standards cited in this specification refer to the current reference standard 45 published at the time of the latest revision date logged at the end of this 46 specification, unless a date is specifically cited. 47 2. ASTM Standards CITY OF FORT WORTII CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE 1IMPROVEMENTS Re\ ised January 28'. 2013 Cit} Project No. 021 I 1 312400-3 EMBANKMENTS Page 3 o1 10 1 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 2 and Plasticity Index of Soils 3 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 4 \Val Method 5 c. ASTI\/I D698-07el, Standard Test Methods for Laboratory Compaction 6 Characteristics of Soil Using Standard Effort 7 d. ASTM D 1557-09. Standard Test Methods for Laboratory Compaction 8 Characteristics of Soil Using Modified Effort 9 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 10 \Veight and \Vater Content Range for Effective Compaction of Granular Soils 1 1 Using a Vibrating Hammer 12 f. ASTM D 1556-07, Standard Test for Density and Unit Weight of Soil In -Place 13 by the Sand Cone Method 14 1.4 ADI\IIINSTRATIVE REQUIREMENTS 15 A. Sequencing 16 1. Sequence work such that calls of proctors are complete in accordance with ASTM 17 D698 prior to commencement of construction activities. 18 1.5 SUBI\'IITTALS 19 A. Submittals shall be in accordance with Section 01 33 00. 20 B. All submittals shall be approved by the City prior to construction 21 1.6 ACTION SUBjl,IITTALS/INFORMATIONAL SUBMITTALS 22 A. Shop Dra\vings 23 1. Stockpiled material 24 a. Provide a description of the storage of the excavated material only if the 25 Contract Documents do not allow storage of materials in the right-of-way or the 26 casement 27 1.7 CLOSEOUT SUBMITTALS (NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBA41TTALS [NOT USED] 29 1.9 QUALITY ASSURANCE ]NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING 31 A. Storage 32 1. Within Existing Rights -of -Way (ROW) 33 a. Soil may be stored within existing ROW, easements or temporary construction 34 casements, unless specifically disallowed in the Contract Documents. 35 b. Do not block drainage ways, inlets or driveways. 36 c. Provide erosion control in accordance with Section 31 25 00. 37 d. When the \York is performed in active traffic areas, store materials only in 38 areas barricaded as provided in the traffic control plans. 39 e. In non -paved areas, do not store material on the root zone of any trees or in 40 landscaped areas. 41 2. Designated Storage Areas CITY OF FORT WORTII CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised .lallWny 28, 2013 City Project No. 021 1 1 3I 2400-4 EMBANKMENTS Pa -lc 4 of 10 1 a. If the Contract Documents do not allow the storage within the ROW, easement or temporary construction easement, then secure and maintain an adequate 3 storage location. 4 b. Provide an affidavit that rights have been Secured to store the materials on 5 private property. 6 c. Provide erosion control in accordance with Section 31 25 00. 7 d. Do not block drainage ways. 8 1.11 FIELD CONDITIONS 9 A. Existing Conditions 10 1. Any data which has been or may be provided on subsurface conditions is not 1 1 intended as a representation or warranty of accuracy or continuity betNveen soils. It 12 is expressly understood that neither the City nor the Engineer will be responsible 13 for interpretations or conclusions drawn there from by the Contractor. 14 2. Data is made available for the convenience of the Contractor. 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER -FURNISHED [NOT USED] 18 2.2 PRODUCT TYPES AND MATERIALS 19 A. Materials 20 1. 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 2. Blended Fill Material 27 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 28 ASTM D2487 29 b. Blended with in -situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials, boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 3. Unacceptable Fill Material 34 a. In -situ soils classified as ML, MH, PT, OL or 01-1 in accordance with ASTM 35 D2487 36 4. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit less than 35 39 c. Plasticity index between 8 and 20 CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised .lanuary 28, 2013 City Project No. 021 11 31 2400-5 EMBANKMENTS Paec 5 o1 10 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2 2.4 ACCESSORIES [NOT USED] 3 2.5 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION S A. Protection of In -Place Conditions 9 1. Pavement 10 a. Conduct activities in such a way that does not damage existing pavement that is I 1 designated to remain. 12 b. Repair or replace any pavement damaged due to the negligence of the I3 contractor outside the limits designated for pavement removal at no additional 14 cost 15 2. Trees 16 a. When operating outside of existing ROW, stake permanent and temporary 17 construction easements. 18 b. Restrict all construction activities to the designated easements and ROW. 19 c. Flag and protect all trees designated to remain in accordance with Section 31 10 20 00. 21 d. Conduct embankments in a manner such that there is no damage to the tree 22 canopy. 23 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 24 specifically allowed by the City. 25 1) Pruning or trinuning may only be accomplished with equipment 26 specifically designed for tree pruning or trinuning. 27 3. Above ground Structures 2� a. Protect all above ground structures adjacent to the construction. 29 4. Traffic 30 a. Maintain existing traffic, except as modified by the traffic control plan, and in 31 accordance with Section 34 71 13. 32 b. Do not block access to driveways or alleys for extended periods of time unless: 33 I ) Alternative access has been provided 34 2) Proper notification has been provided to the property owner or resident 35 3) It is specifically allowed in the traffic control plan 36 3.4 INSTALLATION 37 A. Embankments General 38 1. Placing and Compacting Embankment Material 39 a. Perform fill operation in an orderly and systematic manner using equipment in 40 proper sequence to meet the compaction requirements CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revisal .lanuary 28. 2013 City Project No. 021 1 1 31'_-T00-6 EiMBANK. TENTS Paec 6 o1 10 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 2 6 inches, unless otherNvise shown on the Drawings 3 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 4 deleterious materials 5 d. Bench slopes before placing material. 6 e. Begin filling in the lowest section or the toe of the work area 7 f. When fill is placed directly or upon older till, remove debris and any loose 8 material and proof roll existing surface. 9 U. After spreading the loose lifts to the required thickness and adjusting its 10 moisture content as necessary, Simultaneously recompact scarified material 11 \vlth the placed embankment material. 12 h. Roll with sufficient number passes to achieve the minimum required 13 compaction. 14 1. Provide water sprinkled as necessary to achieve required moisture levels for 15 specified compaction 16 J. Do not add additional lifts until the entire previous lift is properly compacted. 17 2. Surface Water Control 18 a. Grade surface horizontally but provide Nvith sufficient longitudinal and 19 transverse slope to allow for runoff of surface water from every point. 20 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 21 created. 22 c. Install temporary de\vatering sumps in low areas during filling where excess 23 amounts of runoff collect. 24 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 25 free fi-om humps and hollows that would prevent proper uniform compaction. 26 e. Do not place fill during or shortly after rain events which prevent proper work 27 placement of the material and compaction 28 f. Prior to resuming compaction operations, remove muddy material off the 29 surface to expose firm and compacted materials 30 B. Embankments for Roads 31 1. Only Acceptable Fill Material will be allowed for roadways 32 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 33 the finished grade of the street 34 3. Construct generally to conform to the cross section of the subgrade section as 35 shown in the Di-mvings. 36 4. Establish grade and shape to the typical sections shown on the Drawings 37 5. Maintain finished sections of embankment to the grade and compaction 38 requirements until the project is accepted. 39 C. Earth Embankments 40 1. Earth embankment is mainly composed of material other than rock. Construct 41 embankments in successive layers, evenly distributing materials in lengths suited 42 for sprinkling and rolling. 43 2. Rock or Concrete 44 a. Obtain approval from the City prior to incorporating rock and broken concrete 45 produced by the construction project in the lower layers of the embankment. 46 b. No Rock or Concrete will be permitted in embankments in any location where 47 future utilities are anticipated. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPEC]FICATION DOMMENTS WATER, AND DRAINAGE INgPROVEMENTS Revised .lanuary 28, 2013 City Project No. 021 11 31 2400-7 EIMBANKi\-TENTS Pase 7 of 10 1 c. When the size of approved rock or broken concrete exceeds the layer thickness place the rock and concrete outside the limits of the proposed structure or 3 pavement. Cut and remove all exposed reinforcing steel from the broken 4 concrete. 5 3. Move the material dumped in piles or windrows by blading or by similar methods 6 and incorporate it into uniform layers. 7 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 8 ensure there are no abrupt changes in the material. 9 5. Break down clods or lumps of material and mix embanlonent until a uniform 10 material is attained. 1 1 D. Rock Embankments 1 ? 1. Rock embankment is mainly composed of rock. 13 2. Rock Embankments for roadways are only allowed when specifically designated on 14 the Drawings. 15 3. Construct rock embankments in successive layers for the hill width of the roadway 16 cross-section with a depth of 18-inches or less. 17 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 18 case. Fill voids created by the large stone matrix with smaller stones during the 19 placement and filling operations. 20 5. Ensure the depth of the embankment layer is greater than the maximum dimension I of any rock. 22 6. Do not place rock greater than 18-inches in its maximum dimension. 23 7. Construct the final layer with graded material so that the density and uniformity is 24 in accordance compaction requirements. 25 8. The upper or final layer of rock embankments shall contain no material larger than 26 4 inches in their maximum dimension. 27 E. Density 28 1. Compact each layer until the maximum dry density as determined by ASTM D698 29 is achieved. 30 a. Not Under Roadway or Structure: 3 I 1) areas to be compacted in the open, not beneath any structure, pavement, 32 flatwork, or is a minimum of Ifoot outside of the edge of any structure, 33 edge of pavement, or back of curb. 34 a) Compact each layer to a minimum of 90 percent Standard Proctor 35 Density. 36 b. Embankments Linder future paving: 37 1) Compact each layer to a minimum of 95 percent standard proctor density 38 with a moisture content not to exceed +4 percent or -2 percent of optimum 39 moisture or as indicated on the Drawings 40 c. Embankments under structures: 41 1) Compacted each layer as indicated on the Drawings 42 F. Maintenance of Moisture and Reworking 43 1. Maintain the density and moisture content once all requirements are met. 44 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 45 percentage points below optilnLin. CITY OF FORT WORTH C'AYLOR 5 iNIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER. AND DRAINAGE; 11IMPROVEMENTS Rey iced .lanuary 28, 201 3 City Project No. 021 1 1 11?400-S ENIBANK;NIF.NTS Paee S Of 10 1 3. Rework the material to obtain the specified compaction when the material loses the 2 required stability, density, moisture, or finish. 3 4. Alter the compaction methods and procedures on subsequent work to obtain 4 specified density as directed by the City. 5 3.5 REPAIR (NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD QUAILITY CONTROL R A. Field Tests and Inspections 9 1. Proctors 10 a. the --City v ill perfaFrn Perform Proctors in accordance with ASTM D698. 11 b. Test results ^^",�r;er-a,'.1y should be available to within 4 calendar days and 12 distributed to: 13 1) Contractor 14 2) City Project Manager 15 3) City Inspector 16 4) Engineer 17 c. Notify the City if the characteristic of the soil changes. 11; d. City Nvill Perform new proctors for varying soils: 19 1) When indicated in the geotechnical investigation in the Appendix 20 2) If notified by the Contractor 21 3) At the convenience of the City 22 e. Embankments where different soil types are present and are blended, the 23 proctors shall be based on the mixture of those soils. 24 2. Proof Rolling 25 a. Embankments under Future Pavement 26 1) City Project Representative must be on -site during proof rolling operations. 27 2) Use equipment that will apply sufficient load to identify soft spots that rut 28 Or pump. 29 a) Acceptable equipment includes fiilly loaded single -axle water truck 30 with a 1500 gallon capacity. 31 3) Make at least 2 passes with the proof roller (down and back = I pass). 32 4) Offset each trip by at most I tire width. 33 5) If an unstable or non -uniform area is found, correct the area. 34 6) Correct 35 a) Soft spots that rut or pump greater than 3/4 inch. 36 b) Areas that are unstable or non -uniform 37 7) If a non -uniform area is found then correct the area. 38 b. Embankments Not Under Future Paving 39 1) No Proof Rolling is required. 40 3. Density Testing of Embankments 41 a. Density Test shall be in conformance Nvith ASTM D2922. 42 b. For Embankments under future pavement: 43 1) The City •• ill peff&t-^, Perform density testing twice per working day when 44 compaction operations are being conducted. 45 2) The testing lab shall take a minimum of 3 density tests, but the number of 46 test shall be appropriate for the area being compacted. CITY OF FORT NVORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE 1\4PROVENIEN'TS Revise) .Ianuary 2S. 2013 City Project No. 021 1 1 2 3 C. 4 5 6 7 8 d. 9 e. 10 f. 11 12 13 g. 14 h. 15 16 17 18 31 2-1011-9 EMBAN KNIENTS Past 9 of 10 3) Testing shall be representative of the current lift being compacted. 4) Special attention should be placed on edge conditions. For Embankments not under future pavement or structures: 1) The Cit. will pet-fePerform density testing once working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests. 3) Testing shall be representative of the current lift being compacted. Make the area where the embankment is being placed available for testing. The City will determine the location of the test. The City test: ,. 1 de ,lts to G ,r,- to „J tt �� a3 .�, t Er ,e ;ty s Impoetor upon completion of the testing. Provide results to the City upon completion of testing. Post a formal report ^ it's=be—posted to the City's Buzzsaw site within 48 hours. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 19 5) Dry density 20 6) Proctor identifier 21 7) Percent Proctor Density 22 B. Non -Conforming Work 23 1. All non -conforming work shall be removed and replaced. 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION 32 DATE 12/20/2012 NAME Revision Log SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue D. Johnson 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. CITY OF FORT \\/ORTF1 CAYLOR 5 N1G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced January 28, 2013 City Prqject No. 021 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rey iscd January ?S. 2013 3 1 1_4 00 - 10 ENIBAN K\ILNTS Pacc 10 u1 10 CAYLOR i NIG GROUND STORAGE TANK, WATER, AND DRAINAGE 1IMPROVEMENTS City Project No. 021 11 ;12500-1 EROSION AND SEDIMENTCONTROL Page I or9 1 SECTION 31 25 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1 - GENERAL 4 1.1 SUIVINIARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations fi-om this City of Fort Worth Standard Specification 9 1. Modified 1 2.A.1.b.1 10 2. Added 12.A.1.b.2 11 3. Modified 1.2.A.2.b.1 12 4. Added 1.2.A.2.b.2 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYNIENT PROCEDURES 17 A. Measurement and Payment 18 1. Storm Water Pollution Prevention Plan <1 acre 19 a. Measurement 20 1) This Item is considered subsidiary to the various Items bid. 21 b. Payment 22 1) Unit Price - The work performed and the materials furnished in accordance 23 with this Item are subsidiary to the structure or Items being bid and no 24 other compensation will be allowed. 25 2) Lump Snnl Price - The work performed and the materials firrnished in 26 accordance with this Item are included in the total lump sum price 27 2. Storm Water Pollution Prevention Plan > 1 acre 28 a. Measurement for this Item shall be by Itunp sum. 29 b. Payment 30 1) Unit Price - The work performed and the materials Tarnished in accordance 31 with this Item shall be paid for at the lump sure price bid for "SWPPP > 1 32 acre". 33 2) Lump Sulu Price - The work performed and the materials furnished in 34 accordance with this Item shall be included in the total lurnp sum price. 35 c. The price bid shall include: 36 1) Preparation of SWPPP 37 2) Implementation 38 3) Permitting fees 39 4) Installation 40 5) Maintenance 41 6) Removal CITY OF FORT \VORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVEMEN'TS Revised December 20. 2012 City Project No- 021 1 1 312500_2 EROSION AND SEDIMENT CONTROL Pasc 2 of 9 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM Standard: 7 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 8 Fabrics Diaphragm Bursting Strength Tester N/lethod 9 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 10 of Geotextiles 11 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 12 of a Geotextile 13 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 14 Geomenbranes and Related Products 15 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 16 TXR 150000 17 4. TxDOT Departmental Material Specifications (DN/IS) 18 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Storm Water Pollution Prevention Plan (SNNIPPP) 22 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 23 Construction Activity under the TPDES General Permit 24 C. Construction Site Notice 25 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 26 Construction Activity under the TPDES General Permit 27 E. Notice of Change (if applicable) 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] CITY OF FORT \\FORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20. 2012 City Project No. 021 1 1 i12500-i EROSION AND SEDIMENT CONTROL Passc ; oI'9 PART2- PRODUCTS 2 2.1 OWNER -FURNISHED [oii] OWNER -SUPPLIED PRODUCTS [NOT USED] 3 2.2 PRODUCT TYPES AND i\IATERIALS 4 A. Rock Filter Dams 5 1. Aggregate 6 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 7 crumbling, flaking and eroding acceptable to the Engineer. 8 b. Provide the following: 9 1) Types 1, 2 and 4 Rock Filter Dams 10 a) Use 3 to 6 inch aggregate. 11 2) Type 3 Rock Filter Dams 12 a) Use 4 to 8 inch aggregate. 13 2. Wire 14 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 15 wires for Types 2 and 3 rock filter dams 16 b. Type 4 dams require: 17 1) Double -twisted, hexagonal weave with a nominal mesh opening of 21/ 18 inches x 3 '/a inches 19 2) Minimum 0.0866 inch steel wire for netting 20 3) Minimum 0.1063 inch steel wire for selvages and corners 21 4) Minimum 0.0866 inch for binding or tie wire 22 B. Geotextile Fabric 23 1. Place the aggregate over geotextile fabric meeting the following criteria: 24 a. Tensile Strength of 250 pounds, per ASTM D4632 25 b. Puncture Strength of 135 pounds, per ASTM D4833 26 c. Mullen Burst Rate of 420 psi, per ASTM D3786 27 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 28 C. Sandbag Material 29 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 30 be used to fill the sandbags. 31 D. Stabilized Construction Entrances 32 1. Provide materials that meet the details shown on the Drawings and this Section. 33 a. Provide crushed aggregate for long and short-term construction exits. 34 b. Furnish aggregates that are clean, hard, durable and fi-ee from adherent coatings 35 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 36 and injurious matter. 37 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 38 d. The aggregate shall be placed over a geotextile fabric meeting the following 39 criteria: 40 1) Tensile Strength of 300 pounds, per ASTM D4632 41 2) Puncture Strength of 120 pounds, per ASTM D4833 42 3) Mullen Burst Rate of 600 psi, per ASTM D3786 43 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 44 E. Embankment for Erosion Control CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE'1 ANh, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE HVIPROVENIFNTS Revised December20.2012 Citv Project No. 0_-1111 31 2500-4 EROSION AND SEDIMENT CONTROL Paec 4 of 9 1 1. Provide rock, loam, clay. topsoil or other earth materials that will form a stable 2 embankment to meet the intended use. 3 F. Sandbags 4 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 5 fabric \,with a mininnun unit weight of 4 ounces per square yard, a Mullen burst- 6 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 7 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 8 1 to till sandbags. 9 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 10 inches thick. I Table 1 12 Sand Gradation Sieve # Maximum Retained ((1, by Weight) 4 3 percent 100 80 percent 200 95 percent 13 G. Temporary Sediment Control Fence 14 1. Provide a net -reinforced fence using woven geo-textile fabric. 15 2. Logos visible to the traveling public will not be allowed. 16 a. Fabric 17 1) Provide fabric materials in accordance \with DMS-6230, "Temporary 18 Sediment Control Fence Fabric." 19 b. Posts 20 1) Provide essentially straight wood or steel posts witli a minimum length of 21 48 inches, unless otherwise shown on the Drawings. 22 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 23 3) Hardwood posts nluSt liawC a minimum cross -Section of 1-1/2 x 1-1/2 inch 24 4) T- or L-shaped steel posts must have a minimum \weight of 1.3 pounds per 25 foot. 26 c. Net Reinforcement 27 1 } Provide net reinlorcement of at least 12-1 /2 gauge galvanized welded wire 28 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 29 unless other\vise shown on the Drawings. 30 d. Staples 31 1) Provide staples with a cro\vn at least 3/4 inch wide and legs 1/2 inch long. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 02111 31 2� 00 -' EROSION AND SEDIMENT CONTROL. Palle � of9 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION S A. Storm Water Pollution Prevention Plan 9 1. Develop and implement the project's Storm Water Pollution Prevention Plan 10 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 t I requirements. Prevent water pollution fi-oriT storm water runoff by using and I? maintaining appropriate structural and nonstructural BN4Ps to reduce pollutants 13 discharges to the MS4 from the construction site. 14 B. Control Measures I5 1. Implement control measures in the area to be disturbed before beginning 16 construction, or as directed. Limit the disturbance to the area shown on the 17 Drawings or as directed. 18 2. Control site waste such as discarded building materials, concrete truck washout 19 water, chemicals, litter and sanitary waste at the construction site. 20 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 1 sedimentation resulting from construction operations, the Engineer \will limit the 22 disturbed area to that which the Contractor is able to control. Minimize disturbance 23 to vegetation. 24 4. Immediately correct ineffective control measures. Implement additional controls as ')5 directed. Remove excavated material within the time requirements specified in the 26 applicable storm water permit. 1-7 5. Upon acceptance of vegetative cover by the City, remove and dispose of all j temporary control measures, temporary embankments, bridges, matting, Ialsework, ?9 piling, debris, or other obstructions placed d1u-ing construction that are not a part of 30 the finished work, or as directed. 31 C. Do not locate disposal areas, stockpiles, or haul roads In any wetland. \eater body, or 3 streambed. 33 D. Do not install temporary construction crossings in or across any water body without the 34 prior approval of the appropriate resource agency and the Engineer. 35 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 36 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 37 provide shelter for stored chemicals. 3S F. Installation and Maintenance 39 1. Perform work in accordance with the TPDES Construction General Permit 40 TXR 150000. CITY OF FORT WORTH CAYLOR 5 1MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEIMENTS Reeised December 20, 2012 City Project No. 021 11 311--500-6 EROSION AND SEDIMENT CONTROL Pace 6 of 9 I 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3 3. Dispose of removed material in accordance with federal, state, and local 4 regulations. 5 4. Remove devices upon approval or when directed. 6 a. Upon removal, finish --grade and dress the area. 7 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 8 Dra\vings or directed. 9 5. The Contractor retains ownership of stockpiled material and must remove it from 10 the project when new installations or replacements are no longer required. 1 I G. Rock Filter Dams for Erosion Control 12 l . Remove trees, brush, stumps and other objectionable material that may interfere 13 \with the construction of rock filter dams. 14 2. Place sandbags as a foundation when required or at the Contractor's option. 15 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 16 specified, \without undue voids. 17 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 18 upstream side over the aggregate and secure it to itself on the downstream side with 19 wire ties, or hog rings, or as directed. 20 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 21 other\wise directed. 22 6. Construct filter dams according to the following criteria, unless otherwise shown on 23 the Drawings: 24 a. Type 1 (Non -reinforced) 25 1) Height - At least 18 inches measured vertically from existing ground to top 26 of filter dam 27 2) Top Width - At least 2 feet 28 3) Slopes - At most 2:1 29 b. Type 2 (Reinforced) 30 1) Height - At least 18 inches measured vertically from existing ground to top 31 of filter dam 32 2) Top Width - At least 2 feet 33 3) Slopes - At most 2:1 34 c. Type 3 (Reinforced) 35 1) Height - At least 36 inches measured vertically from existing ground to top 36 of filter dam 37 2) Top Width - At least 2 feet 38 3) Slopes - At most 2:1 39 d. Type 4 (Sack Gabions) 40 1) Unfold sack gabions and smooth out kinks and bends. 41 2) For vertical filling, connect the sides by lacing in a single loop —double loop 42 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 43 tight, \vrap around the end, and twist 4 times. At the filling end, fill with 44 stone, pull the rod tight, cut the wire with approximately 6 inches 45 remaining, and twist wires 4 times. 46 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 47 connect sides and secure ends as described above. CITY OF FORT \\'ORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 12500-7 EROSION AND SEDIMENT CONTROL_ Palle 7 of 9 1 4) Litt and place without damaging the gabion. 2 5) Shape sack (Yabions to existing contours. 3 e. Type 5 4 1) Provide rock filter dams as shown on the Drawings. 5 H. Construction Entrances 6 1. When tracking conditions exist, prevent traffic from crossing or exiting the 7 construction site or moving directly onto a public roadway, alley, sidewalk, parking 8 area, or other right of way areas other than at the location of construction entrances. 9 2. Place the exit over a foundation course, if necessary. 10 a. Grade the foundation course or compacted subgrade to direct runoff from the 11 construction exits to a sediment trap as shown on the Drawings or as directed. 12 3. At drive approaches, make sure the construction entrance is the full width of the 13 drive and meets the length shown on the Drawings. 14 a. The width shall be at least 14 feet for I -way and 24 feet for 2-way traffic for all 15 other points of ingress or egress or as directed by the Engineer. 16 I. Earth,,vork for Erosion Control 17 1. Perform excavation and embankment operations to minimize erosion and to remove 18 collected sediments from other erosion control devices. 19 a. Excavation and Embankment for Erosion Control Measures 20 1) Place earth dikes, swales or combinations of both along the low crown of 21 daily lift placement, or as directed, to prevent runoff spillover. 22 2) Place swales and (likes at other locations as shown on the Drawings or as 23 directed to prevent runoff spillover or to divert runoff. 24 3) Construct cuts with the low end blocked with undisturbed earth to prevent 25 erosion of hillsides. 26 4) Construct sediment traps at drainage structures in conjunction with other 27 erosion control measures as shown on the Drawings or as directed. 28 5) Where required, create a sediment basin providing 3,600 cubic feet of 29 storage per acre drained, or equivalent control measures for drainage 30 locations that serve an area with 10 or more disturbed acres at 1 time, not 31 including offsite areas. 32 b. Excavation of Sediment and Debris 33 1) Remove sediment and debris when accumulation affects the performance of 34 the devices, after a rain. and when directed. 35 J. Sandbags for Erosion Control 36 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 37 runoff from disturbed areas, create a retention pond, detain sediment and release 38 water in sheet flow. 39 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 40 allow for proper tying of the open end. 41 3. Place the sandbags with their tied ends in the same direction. 42 4. Offset subsequent rows of sandbags 1 /2 the length of the preceding row. 43 5. Place a single layer of sandbags downstream as a secondary debris trap. 44 6. Place additional sandbags as necessary or as directed for Supplementary support to 45 berms or dams of sandbags or earth. 46 K. Temporary Sediment -Control Fence CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Revised December 20. 2012 City Prqject No. 021 1 1 312>00-\ EROSION AND SEDEMENT CONTROL Pa'-'c \ of 9 I I . Provide temporary sediment -control fence near the downstream perimeter of a 2 disturbed area to intercept sediment from sheet floe. 3 2. hncorporate the fence into erosion -control measures used to control sediment in 4 areas of higher flow. Install the fence as shoNvn on the Drawings, as specified in this 5 Section, or as directed. 6 a. Post Installation 7 1) Embed posts at least 18 inches deep, or adequately anchor. if in rock. with rI 8 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 9 b. Fabric Anchoring 10 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 1 I fabric. 12 2) Provide a minimum trench cross-section of 6 x 6 inches 13 3) Place the fabric against the side of the trench and align approximately 2 14 inches of fabric along the bottom in the upstream direction. 15 4) Backfill the trench, then band -tamp. 16 c. Fabric and Net Reinforcement Attachment 17 1) Unless otherwise shown under the Drawings, attach the reinforcement to i 8 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 19 equally spaced. 20 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 21 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 22 every 15 inches or less. 2 d. Fabric and Net Splices 24 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 25 least 6 places equally spaced, unless otherwise shown under the Drawin(Ts. 26 a) Do not locate splices in concentrated flow areas. 27 2) Requirements for installation of used temporary sediment -control fence 28 include the following: 29 a) Fabric with minimal or no visible signs of biodegradation (\veak fibers) 30 b) Fabric without excessive patching (more than 1 patch every 15 to 20 31 feet) 32 c) Posts without bends 33 d) Backing without holes 34 3.5 REPAIR/RESTORATION [NOT USED] 35 3.6 RE -INSTALLATION [NOT USED] 36 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 37 3.8 SYSTEM STARTUP [NOT USED] 3ti 3.9 ADJUSTING [NOT USED] 39 3.10 CLEANING 40 A. Waste Management 41 1. Remove sediment, debris and litter as needed. 42 3.11 CLOSEOUT ACTIVITIES 43 A. Erosion control measures remain in place and are maintained until all soil disturbing 44 activities at the project site have been completed. CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Rey ised December 20, 2012 City Project No. 021 11 31 3500-9 EROSION AND SEDIMENT CONTROL Pasc 9 of 9 I B. Establish a uniform vegetative cover \vith a density of 70 percent on all unpaved areas, 2 on areas not covered by permanent structures, or in areas where permanent erosion 3 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 4 3.12 PROTECTION [NOT USED) 5 3.13 IVIAINTENANCE 6 A. Install and maintain the integrity of temporary erosion and sedimentation control 7 devices to accumulate silt and debris until earthwork construction and permanent 8 erosion control features are in place or the disturbed area has been adequately stabilized 9 as determined by the Engineer. 10 B. If a device ceases to function as intended, repair or replace the device or portions 11 thereof as necessary. 12 C. Perform inspections of the construction site as prescribed in the Construction General 13 Permit TXR150000. 14 D. Records of inspections and modifications based on the results of inspections must be 15 maintained and available in accordance with the permit. 16 3.14 ATTACHMENTS [NOT USED) 17 END OF SECTION IS 19 Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re\ised Duciobcr?0_ 1-01? SUMMARY OF CHANGE CAYLOR 5 MG GROUND STORAGE 'DANK. WATER, AND DRAINAGE IMPROVEMENTS City Project No. 021 11 3201 17-1 PERNIANENr ASPHALT PAVING REPAIR PaLc I of I SECTION 32 01 17 PERMANENT ASPHALT PAVING REPAIR 3 PART1- GENERAL 4 1.1 SUI INIARY 5 A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 1 1 Construction 12 B. Deviations fi-om this City of Fort Worth Standard Specification 13 1. Modified 12.A.1.b.1 14 2. Added 1.2.A.1.b.2 15 3. Modified 1.2.A.2.b.1 16 4. Added 1.2.A.2.b.2 17 5. Modified 1.2.A.3.b.1 IS 6. Added 1.2.A.3.b.2 19 7. Modified 1.2.A.4.b.1 20 8. Added 1.2.A.4.b.2 21 C. Related Specification Sections include, but are not necessarily limited to: 22 I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 23 Contract 24 2. Division 1 — General Requirements 25 3. Section 03 34 16 — Concrete Base Material for Trench Repair 26 4. Section 32 12 16 — Asphalt Paving 27 5. Section 32 13 13 — Concrete Paving 28 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 29 1.2 PRICE AND PAYAJENT PROCEDURES 30 A. Measurement and Payment 31 1. Asphalt Pavement Repair 32 a. Measurement 33 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 34 Repair based on the defined width and roadway classification specified in 35 the Drawings. 36 b. Payment 37 I) Unit Price - The work performed and materials furnished in accordance 3; with this Item and measured as provided under "Measurement" will be paid 39 for at the unit price bid price per linear foot of Asphalt Pavement Repair. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 20 12 City Project No. 021 11 3301 17-2 PERMANENT ASPI IALT PAVING REPAIR Paso of6 1 2) LunnD Sum Price - The work Derformed and materials furnished in 2 accordance with this Item and measured as Drovided under "Measurement" 3 will be included in the total lunD sum Drice. 4 c. The price bid shall include: 5 1) Preparing .final Surfaces 6 2) Furnishing, loading, unloading, storing, hauling and handling all materials 7 including freight and royalty X 3) Traffic control for all testing 9 4) Asphalt, aggregate, and additive 10 5) Materials and work needed for corrective action 1 I 6) Trial batches 12 7) Tack coat 13 g) Removal and/or sweeping excess material 14 2. Asphalt Pavement Repair for Utility Service Trench 15 a. Measurement 16 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 17 Repair centered on the proposed sewer service line measured fi-om the face 18 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 19 b. Payment 20 1) Unit Price - The work performed and materials filrnished in accordance 21 with this Item and measured as provided under "Measurement" will be paid 22 for at the unit price bid price per linear foot of "Asphalt Pavement Repair, 23 Service" installed for: 24 a) Various types of utilities 25 2) LumD Sum Price - The work Derformed and materials furnished in 26 accordance with this Item and measured as Drovided tinder "Measurement" 27 will be included in the total lama_ stun Drice for: 28 a) Various tvues of utilities 29 c. The price bid shall include: 30 1) Preparing final surfaces 31 2) Furnishing, loading, unloading, storing, hauling and handling all materials 32 including freight and royalty 3 3 3) Traffic control for all testing 34 4) Asphalt, aggregate, and additive 35 5) Materials and work needed for corrective action 36 6) Trial batches 37 7) Tack coat 38 S) Removal and/or sweeping excess material 39 3. Asphalt Pavement Repair Beyond Defined Width 40 a. Measurement 41 1) Measurement for this Item will be by the square yard for asphalt pavement 42 repair beyond pay limits of the defined width of Asphalt Pavement Repair 43 by roadway classification specified in the Drawings. 44 b. Payment 45 1) Unit Price - The work performed and materials ftinushed in accordance 46 with this Item and measured as provided under "Measurement" will be paid 47 for at the unit price bid per square yard of Asphalt Pavement Repair 48 Beyond Defined Width. CITY OF FORT \VORTI I CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Rey iced Dccember 20. 2012 City Project No. 021 11 3201 17 PER\9ANENT ASPHALT PAVING REPAIR Pace 3 ot'6 1 2) Lump Sum Price - The ,,vork performed and materials furnished in accordance with this Item and measured as provided under "Measurement" 3 will be included in the total h.unp sum price. 4 c. The price bid shall include: 5 1) Preparing final surfaces 6 2) Furnishing, loading, unloading, storing, hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing 9 4) Asphalt, aggregate, and additive 10 5) Materials and work needed for corrective action 1 1 6) Trial batches 12 7) Tack coat 3 8) Removal and/or sweeping excess material 14 4. Extra Width Asphalt Pavement Repair 15 a. Measurement 16 1) Measurement for this Item will be by the square yard for surface repair 17 (does not include base repair) for: 18 a) Various thicknesses 19 b. Payment 20 1) Unit Price - The work performed and materials furnished in accordance 1 with this Item and measured as provided under "Measurement" will be paid ?? for at the unit price bid per square yard of Extra Width Asphalt Pavement 23 Repair 24 2) LUn1D Sum Price - The work performed and materials furnished in 25 accordance with this Item and measured as Drovided under "Measurement" 26 will be included in the total lump sum price. 27 c. The price bid shall include: 28 1) Preparing final surfaces 29 2) Furnishing, loading, unloading, storing, hauling and handling all materials 30 including freight and royalty 31 3) Traffic control for all testing 32 4) Asphalt, aggregate, and additive 33 5) Materials and work needed for corrective action 34 6) Trial batches 35 7) Tack coat 36 8) Removal and/or sweeping excess material 37 1.3 REFERENCES 38 A. Definitions 39 1. H.M.A.C. — Hot Mix Asphalt Concrete 40 1.4 ADMINISTRATIVE REQUIREMENTS 41 A. Permitting 42 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 43 and Public Works Department in conformance with current ordinances. 44 2. The Transportation and Public Works Department will inspect the paving repair 45 after construction. CITY OF FORT WORTH CAYLOR ; NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE HVIPROVENIENTS Revised December 20, 2012 City Project No. 021 1 1 3201 17-4 PERIMA\ENT ASPHALT PAVING REPAIR Paec 4 of6 1 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 3 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED[ 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.12 FIELD CONDITIONS 9 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 1 () rising unless otherwise approved. I 1 1.13 NVARRANTY [NOT USED] I? PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [NOT USED] 14 2.2 NIATERIALS 15 A. Backfill 16 1. See Section 33 05 10. 17 B. Base Material 18 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 19 2. Concrete Base: See Section 32 13 13. 20 C. Asphalt Paving: see Section 32 12 16. 21 1. H.M.A.C. paving: Type D. 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 28 A. Surface Preparation 29 1. Mark pavement cut for repairs for approval by the City. 30 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. CITY OF FORT WORTH CAYLOR 5 \4G GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENFS Rey iced December 20, 2012 City Project No. 021 1 1 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Palle 5 oL6 1 3.4 INSTALLATION 2 A. General 3 1. Equipment 4 a. Use machine intended for cutting pavement. 5 b. Milling machines may be used as long as straight edge is maintained. 6 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 7 3. Utility Cuts 8 a. In a true and straight line on both sides of the trench 9 b. 1Vlinirlu in of 12 inches outside the trench walls 10 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 1 1 gutter and the edge of the trench repair, remove the existing paving to such 12 gutter. 13 4. Limit dust and residues from sawing from entering the atmosphere or drainage 14 facilities. 15 B. Removal 16 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 17 area. is C. Base 19 1. Install replacement base material as specified in Drawings. 20 D. Asphalt Paving 21 1. H.M.A.0 placement: in accordance with Section 32 12 16 22 2. Type D surface mix 23 3. Depth: as specified in Drawings 24 4. Place surface mix in lifts not to exceed 3 inches. 25 5. Last or top lift shall not be less than 2 inches thick. 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEIM 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] CLIP OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 11 3 4 9 3.14 ATTACHMENTS [NOT USED] DATE 12/20/2012 NAME 3201 17-6 PERMANENT ASPHALT PAVING REPAIR END OF SECTION Revision Lo, SUN11N/lARY OF CHANGE Pa.tc 6 of 6 LIA — Modified Items to he included in price bid; Added blue text for clarification D. Johnson of repair width on utility trench repair: Added a bid item for utility service trench repair. CITY OF FORT \VORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 NIG GROUND STORAGE TANK. \\CATER, AND DRAINAGE IMPROVEMENTS City Project No. 021 1 1 32 01 29- 1 CONCRETE PAVING REPAIR Pa,-,c I of-1 1 SECTION 32 01 29 2 CONCRETE PAVING REPAIR 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any other concrete pavement repair needed during the course of construction ] I B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.1.b.1 13 2. Added 1.2.A.1.b.2 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 I - General Requirements 17 3. Section 32 01 18 - Temporary Asphalt Paving Repair 18 4. Section 32 12 16 - Asphalt Paving 19 5. Section 32 13 13 - Concrete Paving 20 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Concrete Pavement Repair 24 a. Measurement 25 1) Measurement for this Item shall be by the square yard of Concrete 26 Pavement Repair for various: 27 a) Street types 28 2) Limits of repair will be based on the time of service of the existing 29 pavement. The age of the pavement will need to be determined by the 30 Engineer through coordination with the City. For pavement ages: 31 a) 10 years or less: repair entire panel 32 b) Greater than 10 years: repair to limits per Drawings 33 b. Payment 34 1) Unit Price - The work performed and materials firrnished in accordance 35 with this Item and measured as provided under "Measurement" shall be 36 paid for at the unit price bid per square yard of Concrete Pavement Repair 37 2) LLmlp Sum Price - The work performed and materials furnished in 38 accordance with this Item and measured as provided under "Measurement" 39 shall be included in the total lump sum Drice. 40 c. The price bid shall include: 41 1) Shaping and fine grading the placement area CITY OF FORT WORTH CAYLOR 5 NJG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \vATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 02 I 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 ;? III 29-2 CONCRETE PAVING REPAIR Pa,!c 2 of4 2) Furnishing and applying all water required 3) Furnishing, loading and unloading, storing, hauling and handling all concrete 4) FLlrnls111110', loading and unloading, storing, hauling and handling all base material 5) Mixing, placing, finishing and curing all concrete 6) Furnishing and installing reinforcing steel 7) Furnishing all materials and placing longitudinal, warping, expansion and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler in the proper position; for coating steel bars where required by the Drawings 8) Sealing jolnts 9) Monolithically poured curb 10) Cleanup 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department \-vill inspect paving repair after Construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBi\MITTALS/INFORMATIONAL SUBMITTALS A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE (\MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place concrete as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS (NOT USED] 2.2 MATERIALS A. Embedment and Backfill: see Section 33 05 10. B. Base material: Concrete base: see Section 32 13 13. CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYEOR 5 MG GROUND STORAGE TANK. \VATER, AND DRAINAGE IMPROVEMENTS City Project No. 021 11 3? 01 ='9 - CONCRLTE PAVING REPAIR Pa,-,c 3 of'4 1 C. Concrete: see Section 32 13 13. 2 1. Concrete paving: Class H or Class HES. 3 2. Replace concrete to the specified thickness. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Replace a continuous section if multiple repairs are closer than 10 feet apart fi-om edge 1 I of one repair to the edge of a second repair. 12 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 13 traffic. 14 1. Construct a transition of hot -mix or cold -mix asphalt fi-om the top of the steel plate 15 to the existing pavement to create a smooth riding surface. 16 a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. 7 C. Surface Preparation: mark pavement cut repairs for approval by the City 18 3.4 INSTALLATION 19 A. Sawing 20 1. General 1 a. Saw cut perpendicular to the surface to Rill pavement depth. 22 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 23 sawing to remove damaged areas. 24 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 25 2. Sawing equipment 26 a. Power -driven 27 b. Manufactured for the purpose of sawing pavement 28 c. In good operating condition 29 d. Shall not spall or facture concrete adjacent to the repair area 30 3. Repairs: In true and straight lines to dimensions shown on the Drawings 31 4. Utility Cuts 32 a. In a true and straight line on both sides of the trench 33 b. Minimum of 12 inches outside the trench walls 34 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 35 facilities. 36 B. Removal 37 1. Use care in removing concrete to be repaired to prevent spalling or frachiring 38 concrete adjacent to the repair area. 39 C. Base: as specified in Drawings CITY OF FORT WORTH CAYLOR 5 i\SIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Rev iced December 20. 2012 City Prciject No. 021 1 1 1 D. Concrete Paving 2 1. Concrete placement: in accordance with Section 32 13 13. 3 2. Reinforce concrete replacement: as specified in Drawings 4 3.5 REPAIR/RESTORATION [NOT USED] 5 3.6 RE -INSTALLATION [NOT USED] 6 3.7 FIELD 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 NIAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 DATE NAME 12/20/2012 D.Johnson 15 32 01 29 - 4 CONCRETE PAVI\G REPAIR Page 4 of -4 END OF SECTION Revision Log SUMMARY OF CHANGE ] I.2A — N,Iodified Items to be included in price bid: Added blue text for clarification of repair xvidth on utility trench repair 2.2.C.1 - Changed to Class P to Class H CITY OF FORT WORTH CAYLOR � i\MG GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 112 -I FLEXIBLE BASE COURSES Pelee I of 7 1 SECTION 32 11 23 2 FLEXIBLE BASE COURSES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for Surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.2.a 10 2. Added 1.2.A2.b 11 3. Modified 3.7.A 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. Measurement for this Item wwill be by the square yard of Flexible Base Course 20 for various: 21 1) Depths 22 2) Types 23 3) Gradations 24 2. Payment 25 a. Unit Price - The ',work performed and materials fiirnished in accordance with 26 this Item and measured as provided under "Measurement" will be paid for at 27 the unit price bid per square yard of Flexible Base Course. 28 b. Lump_ Sum Price - The work performed and materials fiu'nished in accordance 29 with this Item and measured as provided under "Measurement" will be included 30 in the total hung sum Drice. 31 3. The price bid shall include: 32 a. Preparation and correction of subgrade 33 b. Furnishing of material 34 c. Hauling 35 d. Blading 36 e. Sprinkling 37 f. Compacting 38 1.3 REFERENCES 39 A. Definitions 40 1. RAP — Recycled Asphalt Pavement. 41 B. Reference Standards CITY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 0211 1 1211 i-2 FLEXIBLE BASE COURSES Pase2 of I 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. ASTM International (ASTM): 5 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 6 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m 3)) 7 3. Texas Department of Transportation (TXDOT): 5 a. Tex-104-E, Determining Liquid Limits of Soils 9 b. Tex-l06-E, Calculating the Plasticity Index of'Soils 10 c. Tex- 107-E, Determining the Bar Linear Shrinkage of Soils i I d. Tex- 110-E, Particle Size Analysis of Soils 12 e. Tex-1 16-E, Ball Mill Method for Determining the Disintegration of Flexible 13 Base Material 14 f. Tex-1 17-E, Triaxial Compression for Disturbed Soils and Base Materials i5 g. Tex-411-A, Sortndness of Aggregate Using Sodium Sulfate or Magnesium 16 Sulfate 17 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 ACTION SUBMITTALS [NOT USED] 20 1.6 ACTION SUBMITTALSANFORIVIATIONAL SUBMITTALS SNOT USED] 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 [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 2S 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 29 2.2 MATERIALS 30 A. General 31 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 32 the Drawings and specifications. 33 2. Obtain materials from approved sources. 34 3. Notify City of changes to material Sources. 35 4. The City may sample and test project materials at any time before compaction 36 throughout the duration of the project to assure specification compliance. 37 B. Aggregate 38 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 39 the requirements of Table 1. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVENIENTS Rey ised December 20, 2012 City Project No. 021 1 1 321123-3 FLEXIBLE BASE COURSES Pasc 3 of-7 1 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and 2 `,vet ball mill for the grade specified. 3 3. Do not use additives such as but not limited to lime, cement. or fly ash to modify 4 aggregates to meet the requirements of Table 1, unless shown on the Drawings. 5 6 Table 1 7 N-laterial Requirements Property TestNlethod Grade ---Gradee2 Master gradation sieyc — size ("o retained) 2-I.2 in- 0 1-314 in- 0 0-10 7/8 in. Tex- 110-E 10-35 — 1/8 in. 1 ( 30-50 No-4 45-65 45-75 No. 40 70-55 60-85 Liquid limit.',,) max.' Tex-104-E 35 40 PlastiCity index. max.' Tex-I06-E- 10 12 Wet ball mill. "o max.' 40 45 Wet ball mill. "o max. Tex-1 16-E Increase passing the 20 20 No. 40 sick Classification' 1.0 1.1- 2.3 _ \-lin. compressive strength'. Psi Tex-1 1 7-E lateral presxire 0 Psi 45 35 letcral pressure 15 Psi 175 175 1 . Determine plastic index in accordance with Tex-107-E (linear shrinkage) \\ hen liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-41 I -A. 3. Nlect both the classification and the minimum compressive strength. unless otherwise shown on the Drawings. 8 9 4. Material Tolerances 10 a. The City may accept material if no more than 1 of the 5 most recent gradation I I tests has an individual sieve outside the specified limits of the gradation. 12 b. When target grading is required by the Drawings, no single failing test may 13 exceed the master grading by more than 5 percentage points on sieves No. 4 14 and larger or 3 percentage points on sieves smaller than No. 4. 15 c. The City may accept material if no more than 1 of the 5 most recent plasticity 16 index tests is outside the specified limit. No single failing test may exceed the 17 allowable limit by more than 2 points. 18 5. Material Types 19 a. Do not use fillers or binders unless approved. 20 b. Furnish the type specified on the Drawings in accordance with the folloNving: 21 1) Type A 22 a) Crushed stone produced and graded from oversize quarried aggregate 23 that originates from a single, naturally occurring source. 24 b) Do not use gravel or multiple sources. 25 2) Type B 26 a) Only for use as base material for temporary pavement repairs. 27 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 28 3) Type D CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVENIEN'TS Revised December 20, 2012 City Project No. 021 1 1 32 11 23 -4 FLEXIBLE BASE COURSES Pa.-e 4 of 7 a) Type A material or crushed concrete 2 b) Crushed concrete containing gravel will be considered Type D 3 material. 4 c) The City may require separate dedicated stockpiles in order to verify 5 compliance. 6 d) Crushed concrete must meet the following requirements: 7 (1) Table I for the grade specified. 8 (2) Recycled materials must be free from reinforcing steel and other 9 objectionable material and have at most 1.5 percent deleterious 10 material when tested in accordance with TEX-413-A. I C. Water 12 1. Furnish water free of industrial wastes and other objectionable matter. 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 EXANIINATION [NOT USED] 18 3.3 PREPARATION 19 A. General 20 1. Shape the subgrade or existing base to conform to the typical sections shown on the 21 Drawings or as directed. 22 2. When new base is required to be mixed with existing base: 23 a. Deliver, place, and spread the new flexible base in the required amount. 24 b. Manipulate and thoroughly mix the ne\v base with existing material to provide 25 a uniform mixture to the specified depth before shaping. 26 B. Subgrade Compaction 27 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 28 following: 29 a. Proof Rolling 30 1) City Project Representative must be on -site during proof rolling operations. 31 2) Use equipment that will apply sufficient load to identify soft spots that rut 32 or pump. 33 a) Acceptable equipment includes fully loaded single -axle water truck 34 \with a 1500 gallon capacity. 35 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 36 4) Offset each trip by at most 1 tire \width. 37 5) If an unstable or non -uniform area is found, correct the area. 38 b. Correct 39 1) Soft spots that rut or pump greater than 3/4 inch 40 2) Areas that are unstable or non-unitorm 41 2. Installation of base material cannot proceed until compacted subgrade approved by 42 the City. CITY OF FORT \WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Revised December 20, 2012 City Project No. 021 11 2 1 4 5 6 7 S 9 10 II 12 13 14 15 16 17 15 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 ;? ll'3-� FLExIBLE [SASE COURSES Po e � o1 7 3.4 INSTALLATION A. General 1. Construct each layer uniformly, free of loose or segregated areas, and \with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless other\,vise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. I) hnstead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize se negation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. S. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. CITY OF FORT \VORTII STANDARD CONSTRUCTION SPECIFICATION D0CU\4ENTS Revised December 1-0. 2012 CAYLOR; 1MG GROUND STORAGE. TANK, WATER. AND DRAINAGE IMPROVENIENTS City Project No. 02 1 1 1 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 2. Rolling a. Begin rolling longitudinally at the sides and proceed towards the center, 3 overlapping On successive trips by at least 1 /2 the width of the roller unit. 4 b. On Superelevated curves, begin rolling at the low side and progress toward the 5 Illgb side. 6 c. Offset alternate trips of the roller. 7 d. Operate rollers at a speed between 2 and 6 nlph as directed. 8 e. Rework, recompact, and refinish material that tails to meet or that loses 9 required moisture, density, stability, or finish before the next course is placed or 10 the project is accepted. I 1 f. Continue work until specification requirements are met. 12 g. Proof roll the compacted flexible base in accordance with the following: 13 1) Proof Rolling 14 a) City Project Representative must be on -site during proof rolling 15 operations. 16 b) Use equipment that will apply sufficient load to identify soft spots that 17 rut Or pump. 18 (1) Acceptable equipment includes fully loaded single -axle water truck 19 with a 1500 gallon capacity. 20 c) Male at least 2 passes with the proof roller (down and back = 1 pass). 21 d) Offset each trip by at most I tire width. 22 e) 1t all unstable Or 11011-lllllforlll area is found, correct the area. 23 2) Correct 24 a) Soft spots that rut Or pump greater than 3/4 inch. 25 b) Areas that are unstable Or non-lllllforlll. 26 3. Tolerances 27 a. Maintain the shape of the course by blading. 28 b. Completed surface shall be smooth and in conformity with the typical sections 29 shown on the Drawings to the established lines and grades. 30 c. For subgrade beneath paving surfaces, correct any deviation 111 excess of 1/4 31 inch in cross section in length greater than 16 feet measured longitudinally by 32 loosening, adding or removing material. Reshape and recompact by sprinkling 33 and rolling. 34 d. Correct all fractures, settlement or segregation immediately by scarifying the 35 areas affected, adding suitable material as required. Reshape and recompact by 36 sprinkling and rolling. 37 C. Should the subbase or base course, due to any reason, lose the required 38 stability, density and finish before the surfacing is complete, it shall be 39 reconlpacted at the sole expense of the Contractor. 40 4. Density Control 41 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 42 b. Moisture content: minus 2 to plus 4 of optimum. 43 E. Finishing 44 1. After completing compaction, clip, skin, or tight -blade the surface with a 45 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 46 2. Remove loosened material and dispose of it at an approved location. 47 3. Seal the clipped surface immediately by rolling Nvith an appropriate size pneumatic 48 tire roller until a smooth surface is attained. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Pro.iect No. 021 11 '12II,,-7 FLEXIBLE [SASE COURSES Pace 7 oF7 1 4. Add small increments of \eater as needed during rolling. 2 5. Shape and maintain the course and Surface in conformity with the typical sections, 3 lines, and grades as shown on the Drawings or as directed. 4 6. In areas where Surfacing is to be placed, correct grade deviations greater than 1/4 5 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 6 width of the cross-section. 7 7. Correct by loosening, adding, or removing material. 8 8. Reshape and recompact in accordance \vith 3.4.C. 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 QUALITY CONTROL 12 A. Density Test 13 1. Measure density of flexible base course. 14 a. Notify City Project Representative when flexible base ready for density testing. 15 b. Spacing directed by City (1 per block mimmurn). 16 c. City Project Representative determines location of density testing. 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 IVIAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Lou DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE CAYLOR 5 NIG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Proiect No. 021 11 32 12 16- 1 ASPHALT PAVING Pagc 1 of 25 1 SECTION 32 12 16 ASPHALT PAV[NG 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Constructing a pavement layer composed of a compacted, dense -graded mixture of 7 aggregate and asphalt binder for surface or base courses 8 B. Deviations from this City of Fort Worth Standard Specification 9 L Modified 1.2.A.1.b.1) 10 2. Added 1.2.A.1.b.2) 11 3. Modified 3.4.B 12 4. Modified 3.6.A 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 32 01 17 - Permanent Asphalt Paving Repair 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Asphalt Pavement 20 a. Measurement 21 1) Measurement I -or this Item shall be by the square yard of completed and 22 accepted asphalt pavement in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) Unit Price - The work performed and materials furnished in accordance 27 with this Item and measured as provided under "Measurement" will be paid 28 for at the unit price bid per for various Thickness and TVDes. 29 2) LumD Sum Price - The Nvorl< performed and materials furnished in 30 accordance with this Item and measured as provided under "Measurement" 31 will be included in the total lump sum Drice for various Thickness and 32 Types. 33 c. The price bid shall include: 34 1) Shaping and fine grading the placement area 35 2) Furnishing, loadin(y, unloading, storing, hauling and handling all materials 36 Including h-eight and royalty 37 3) Traffic control for all testing 38 4) Asphalt, aggre(yate, and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 32 12 16-2 ASPHALT PAVING Pagc 2 or25 (8) Removal and/or sweeping excess material 2 I H.N/I.A.C. Transition 3 a. Nifeasurement 4 1) Measurement for this Tian shall be by the ton of composite Hot Mix 5 Asphalt required for H.M.A.C. Transition. 6 b. Payment 7 1) Unit Price - The work performed and materials furnished in accordance 8 with this Item and measured as provided under "Measurement" will be paid 9 for at the unit price bid per ton of Hot Mix Asphalt. 10 2) Lump Sum Price - The work performed and materials furnished in I 1 accordance with this ttem and measured as provided under "Measurement" 12 will be included in the total lump sum Dr ice. 13 c. The price bid shall include: 14 1) Shaping and fine grading the roadbed 15 2) Furnishing, loading, unloading, storing, hauling and Dandling all materials 16 including freight and royalty 17 3) Traffic control for all testin(T 18 4) Asphalt, aggregate, and additive 19 5) Materials and work needed for corrective action 20 6) Trial batches 21 7) Tack coat 22 8) Removal and/or sweeping excess material 23 3. Asphalt Base Course 24 a. Measurement 25 1) Measurement for this Item shall be by the square yard of Asphalt Base 26 Course completed and accepted in its final position for: 27 a) Various thicknesses 28 b) Various types 29 b. Payment 30 1) Unit Price - The work performed and materials firnished in accordance 31 with this Item and measured as provided under "Measurement" will be paid 32 for at the unit price bid per square yard of Asphalt Base Course. 33 2) LLIIIID Sum Price - The work performed and materials furnished in 34 accordance with this Item and measured as provided under "Measurement" 35 will be included in the total lumn Sum price._ 36 c. The price bid shall include: 37 1) Shaping and tine grading the roadbed 38 2) Furnishing, loading, unloading, storing, hauling and handling all materials 39 including freight and royalty 40 3) Traffic control for all testing 41 4) Asphalt, aggregate, and additive 42 5) Materials and work needed for corrective action 43 6) Trial batches 44 7) Tack coat 45 8) Removal and/or sweeping excess material 46 4. H.M.A.C. Pavement Level Up 47 a. Measurement 48 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and 49 accepted in its final position. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUi\-TENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 32 I-2 16- 3 ASPHALT PAVING Paac3 of25 1 b. Payment 1) Unit Price - The work performed and materials furnished in accordance 3 with this Item and measured as provided under "Measurement" \vill be paid 4 for at the unit price bid per ton of H.M.A.C. 5 2) L1unn Sum Price - The \.vork performed and materials furnished in 6 accordance \vith this Item and measured as provided under "Measurement" 7 \vill be Daid for at the unit price bid _per ton of H.M.A.C. 8 c. The price bid shall include: 9 1) Shaping and fine grading the roadbed 10 2) Furnishing, loading, unloading, storing, hauling and handling all materials 1 I including freight and royalty 12 3) Traffic control for all testing 13 4) Asphalt, aggregate, and additive 14 5) Materials and work needed for corrective action 15 6) Trial batches 16 7) Tack coat 17 S) Removal and/or sweeping excess material 18 5. H.M.A.C. Speed Cushion 19 a. 1Vleasurement 20 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion 21 installed. 22 b. Payment 23 1) The wort: performed and materials fin-nished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per each H.M.A.C. Speed Cushion installed and accepted in its 26 final position. 27 c. The price bid shall include: 28 1) Shaping and fine grading the roadbed 29 2) Furnishing, loadin(y, unloading, storing, hauling and handling all materials 30 including fi-eight and royalty 31 3) Traffic control for all testing 32 4) Asphalt, aggregate, and additive 33 5) Materials and \work needed for corrective action 34 6) Trial batches 35 7) Tack coat 36 8) Removal and/or sweeping excess material 37 1.3 REFERENCES 38 A. Abbreviations and Acronyms 39 1. RAP (reclaimed asphalt pavement) 40 2. SAC (surface aggregate classification) 41 3. BRSQC (Bituminous Rated Source Quality Catalog) 42 4. AQMP (Aggregate Quality Monitoring Program) 43 5. H.1VI.A.C. (Hot Mix Asphalt Concrete) 44 6. WN1A (Warm Mix Asphalt) 45 B. Reference Standards CITY OF FORT \VORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFWATION DOCUNIENTS \VATER, AND DRAINAGE IMPROVENIENTS Re\'ised December 20. 201 2 32 12 16-4 ASPHALT PAVING Pa,,,c 4 of 25 Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. National Institute of Standards and Technology (NIST) 5 a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical 6 Requirements for Weighing and Measuring Devices 7 3. ASTM International (ASTiN S a. ASTN/l D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous 9 Materials by Ductilometer 10 4. American Association of State Highway and Transportation Officials 11 a. MP2 Standard Specification for Superpave Volumetric Mix Design 12 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 13 (I-IMA) 14 c. T 201, Kinematic Viscosity of Asphalts (Bitumens) 15 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 16 Viscometer 17 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Ig Using Rotational Viscometer 19 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt 20 Binder Using the Bending Beam Rheoineter (BBR) 21 5. Texas Department of Transportation 22 a. Bituminous Rated Source Quality Catalog (BRSQC) 23 b. TEX I00-E, Surveying and Sampling Soils for Highways 24 c. Tex 106-E, Calculating the Plasticity Index of Soils 25 d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils 26 e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates 27 f. Tex 203-F, Sand Equivalent Test 28 g. Tex-204-F, Desi<on of Bituminous Mixtures 29 h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures 30 i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse 31 Aggregates 32 j. Tex-226-F, Indirect Tensile Strength Test 33 k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 34 1. Tex-243-F, Tack Coat Adhesion 35 in. Tex-'?44-F, Thermal profile of Hot Mix Asphalt 36 n. Tex 280-F, Determination of Flat and Elongated Particles 37 o. Tex 406-A, )\Material Finer Than 75 pin (No. 200) Sieve in Mineral Aggregates 38 (Decantation Test for Concrete Aggregates) 39 p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete 40 q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine 41 r. Tex 41 1-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 42 s. Tex 460-A, Determining Crushed Face Particle Count 43 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 44 u. Sulfate 45 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 46 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 47 Asphalt Systems 48 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 49 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales CITY OF FORTWORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\'ised December 20. 2012 2 3 4 r. 32 12 16-5 ASPHALT PAVING Pase 5 of25 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUB NJITTALS/INFORAJATIONAL SUBMITTALS 6 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING INOT USEDI I 1 1.11 FIELD CONDITIONS 12 A. Weather Conditions 13 1. Place mixture when the roadway surface temperature is equal to or higher than the 14 temperatures listed in Table 1. 15 Table 1 16 Minimum Pavement Surface Temperatures 1\ infimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 50 PG 70 55' 60' PG 76 or higher 60' 60' 17 ''Contractors may pave at temperatures 10°F lower than the values shown in Table 1 is when utilizing a paving process including WMA or equipment that eliminates thermal 19 segregation. In such cases, the contractor must use either a hand held thermal camera 20 or a hand held infi-ared thermometer operated in accordance with Tex-244-F to 21 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 22 10° F of thermal segregation. 23 24 2. Unless otherwise shown on the Drawings, place mixtures only when weather 25 conditions and moisture conditions of the roadway surface are suitable in the 26 opinion of the City. 27 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVENI NTS Rey iscd December 20, 2012 32 12 16-6 ASPHALT PAVING Page 6 of 25 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 4 2.2 NIATERIALS 5 A. General 6 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 7 the Drawings and specifications. 8 2. Notify the City of all material sources. 9 3. Notify the City before changing any material source or formulation. 10 4. When the Contractor makes a source or formulation change, the City \,vill verify 1 I that the requirements of this specification are met and may require a new laboratory 12 mixture design, trial batch, or both. 13 5. The City may sample and test project materials at any time during the project to 14 verify compliance. 15 6. The depth of the compacted lift should be at least 2 times the nominal maximum 16 aggregate size. 17 B. Aggregate is 1. General 19 a. Furnish aggregates from sources that conform to the requirements Shown in 20 Table 1, and as specified in this Section, unless otherwise shown on the 21 Drawings. 22 b. Provide aggregate stockpiles that meet the definition in this Section for either 23 coarse aggregate or fine aggregate. 24 c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, provide 25 RAP stockpiles in accordance with this Section. 26 cf. Aggregate fi-om RAP is not required to meet Table 2 requirements unless 27 otherwise shown on the Drawings. 28 e. Supply mechanically crushed gravel or stone aggregates that meet the 29 definitions in Tex 100 E. 30 f. Samples must be from materials produced for the project. 31 g. The City will establish the surface aggregate classification (SAC) and perform 32 Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. 33 h. Perform all other aggregate quality tests listed in Table 2. 34 1. Document all test results on the mixture design report. 35 j. The City may perform tests on independent or split samples to verify 36 Contractor test results. 37 k. Stockpile aggregates for each source and type separately and designate for the 3S City. 39 1. Determine aggregate gradations for mixture design and production testing 40 based on the washed sieve analysis given in Tex 200 F, Part II. 41 CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rex ised Deccmher 20, 2012 Table 2 Aggregate Quality Requirements Property Test Method Coarse Aggregate SAC Deleterious material, percent, max Decantation, percent, max Micro-Deval abrasion, percent. max Los Angeles abrasion, percent, max Magnesium sulfate soundness. 5 cycles, percent, max Coarse aggregate angularity, 2 crushed faces, percent, min Flat and elongated particles (a 5:1. percent, max Linear shrinkage, percent, max AQMP Tex-217-F, Part I Tex-217-F, Part II Tex-461-A Tex-410-A I Tex-411-A Fine Aggregate Tex 460-A, Part I Tex-280-F Tex- 107-E 32 12 16-7 ASPHALT PAVING Page 7 of2S Requirement As shown on Drawings 1.5 1.5 Note 1 40 30' 853 10 3 Combined Aggregate Sand equivalent, percent, min I Tex-203-F 45 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the Drawin rs. 3. Unless otherwise shown on the Dra\eings. Only applies to crushed gravel. 1 in. Coarse Aggregate 2 1) Coarse a(gi-cgatc stockpiles mist have no more than 20 percent material 3 passing the No. 8 sieve. 4 2) Maximum aggregate size should not be over half of the proposed lift depth 5 to prevent particle on particle contact issues. 6 3) Provide aggregates from sources listed in the BRSQC. 7 4) Provide aggregate fi-om unlisted sources only when tested by the City 8 and/or approved before use. 9 5) Allow 30 calendar days for the City to sample, test, and report results for 10 unlisted sources. 11 6) Class B aggregate meeting all other requirements in Table 2 may be 12 blended N-vith a Class A aggregate in order to meet requirements for Class A 13 materials. 14 7) When blending Class A and B aggregates to meet a Class A requirement, 15 ensure that at least 50 percent by weight of the material retained on the 16 No. 4 sieve comes fi-om the Class A aggregate source. 17 8) Blend by volume if the bull< specific gravities of the Class A and B 18 aggregates differ by more than 0.300. 19 9) When blending, do not use Class C or D aggregates. 20 10) For blending purposes, coarse aggregate from RAP will be considered as 21 Class B aggre(yate. 22 1 1) Provide coarse aggregate with at least the minimum SAC shown on the 23 Drawings. 24 12) SAC requirements apply only to aggregates used on the surface of travel 25 lanes, Unless otherwise shown on the Drawings. 26 n. RAP is salvagecl, milled, pulverized, broken, or crushed asphalt pavement. 27 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH CAYLOR � NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IYIPROVEINIENTS Revised December 20, 2012 32 12 16-8 ASPHALT PAVING Pa,c 8 o1'25 I 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 2 shown on the Drawings. 3 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 4 sieve. 5 4) RAP fi-om either Contractor or City, including RAP generated during the 6 project, is permitted only \vhen shown on the Drawin(ys. 7 5) City -owned RAP, if allowed for use, \vill be available at the location 8 shown on the Drawings. 9 6) When RAP is used, determine asphalt content and gradation for mixture 10 design purposes. 11 7) Perform other tests on RAP when sho\vn on the Drawings. 12 8) When RAP is allowed by plan note, use no more than 30 percent RAP in 13 Type A or B mixtures unless otherwise shown on the Drawings. 14 9) Do not use RAP contaminated with dirt or other objectionable materials. 15 10) Do not use the RAP if the decantation value exceeds 5 percent and the 16 plasticity index is greater than 8. 17 1 l) Test the stockpiled RAP for decantation in accordance with the laboratory 18 method given in Tex-406-A, Part I. 19 12) Determine the plasticity index using Tex- 106-E if the decantation value 20 exceeds 5 percent. 21 13) The decantation and plasticity index requirements do not apply to RAP 22 samples with asphalt removed by extraction. 23 14) Do not intermingle Contractor -owned RAP stockpiles with City -owned 24 RAP stockpiles. 25 15) Remove unused Contractor-o\vned RAP material fi-om the project site upon 26 completion of the project. 27 16) Return unused City -owned RAP to the designated stockpile location. 28 o. Fine Aggregate 29 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 30 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 31 3) Supply fine aggregates that are free from organic impurities. 32 4) The City may test the fine aggregate in accordance with Tex-408-A to 33 verify the material is free from organic impurities. 34 5) At most 15 percent of the total aggregate may be field sand or other 35 uncrushed fine aggregate. 36 6) With the exception of field sand, use fine aggregate from coarse aggregate 37 sources that meet the requirements shown in Table 2, unless otherwise 38 approved. 39 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the 40 stockpile and verify that it meets the requirements in Table 1 for coarse 41 aggregate angularity (Tex-460-A) and flat and elongated particles 42 (Tex-280-F). CITY OF FORTWORTH CAYLOR 5 N4G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VA'I FR. AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 32 1? 16-9 ASPHALT PAVING Past 9 of 25 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 3/lJ" 100 #8 70-100 #200 0-30 2. Mineral Filler 3 I. Mineral filler consists of finely divided mineral matter such as agricultural 4 lime, crusher fines, hydrated lime, cement, or fly ash. 5 b. Mineral filler is allowed unless otherwise shown on the Drawings. 6 c. Do not use more than 2 percent hydrated lime or cement, unless otherwise 7 shown on the Drawings. The Drawings may require or disallow specific S mineral fillers. When used, provide mineral filler that: 9 1) Is sufficiently (try, free -flowing, and free from clumps and foreign matter; 10 2) Does not exceed 3 percent linear shrinkage when tested in accordance with 1 I Tex-107-E; and meets the gradation requirements in Table 4. 12 Table 4 13 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 14 15 3. Baghouse Fines 6 a. Fines collected by the baghouse or other dust -collecting equipment may be 17 reintroduced into the mixing drum 1 S 4. Asphalt Binder 19 a. Furnish the type and grade of performance -graded (PG) asphalt binder specified 20 as follows: 21 1) Performance -Graded Binders (PG Binders) 22 a) Must be smooth and homogeneous 23 b) Show no separation when tested in accordance with Tex-540-C 24 c) Meet Table 5 requirements CITY OF FORT WORTH CAYLOR 5 IVIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE. IMPROVEMENTS Rceised Dccember 1-0. 2012 Property and Test Method Average 7 -day max pavement design temperature, °C Min pavement design temperature, °C' Flash point, T 48, Min, °C Viscosity, T 316:2, 3 Max, 3.0 Paxs, test temperature, °C Dynamic shear, T 315:4 G*/sin(d), Min, 1.00 kPa Test temperature L 10 rad/sec., °C Elastic recovery, D 6084, 50°F, percent Min Mass loss, Tex-54I-C, Max, percent Dynamic shear, T 315: G*/sin(d), Min, 2.20 kPa Test temperature 0,1 10 rad/sec., °C 32 12 10 -10 ASPIIALT PAVING Page 10o1'25 Table 5 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 1 -28 1 -34 -16 1 -22 1 -28 1 -34 -16 1 -22 1 -28 1 -34 -16 1 -22 1 -28 1 -34 -16 1 -22 1 -28 <58 <64 <70 <76 <82 22 28 34 16 22 28 134 16 122 128 134 16 22 128 134 16 122 28 ORIGINAL BINDER 58 64 230 135 70 — — 30 — I - 1 30 1 50 — 1 30 1 50 ROLLING THIN -[FILM OVEN (Tex-541-C) 58 64 70 76 82 60 30 1 50 1 60 1 70 50 1 60 1 70 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 76 82 Property and Test Method PAV aging temperature, °C Dynamic shear, T 315: G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., 'C Creep stiffiiess, T 313:5' `' S, max, 300 MPa, m-value, min, 0.300 Test temperature @ 60 sec., 'C Direct tension, T 314:' Failure strain, min, 1.0 percent Test temperature cu 1.0 min/min., °C Table 5 (continued) Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 -22 1 -28 I -34 1 -16 I -22 1 -28 1 -34 I -16 1 -22 1 -28 1 -34 ( -16 1 -22 PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) 100 25 22 19 28 25 22 19 28 25 22 19 28 25 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -12 -18 -24 21216-II ASPHALT PAVING -28 1 -34 pit 011 0I'_'S PG 82 -16 ( -22 I -28 22 19 28 25 22 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -6 -12 -18 I. PaVCment tcmperatures arc estimated from air tcmperatures using an algorithm contained in a Deparlmcot-supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirenunt may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adeyuatcly pumped, mixed, and compacted at tempCrattrres that meet all applicable safety, environmental, and cunstructability requirements. At test tcmperatures where the binder is a Newtonian Iluid, any suitable standard meeuis ol'\ iscosity measurement may be used, including.; capillary (T 201 or T 202) or rotational viscometry (T ; 16). J. Viscosity at I I5'C is an indicator ofmixing and compaction temperatures that can be expected in the lab and Iicid. High values may indicate high mixing and compaction temperatures. Additionalk. significant variation can occur I1-0111 batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible Im addressing any constructability issues that may arise. 4. For quality c0110'01 of unmodified asphalt binder production, mCasurcmcnt of*the viscosity ohthe ori"inal asphalt binder may be suhstitutcd fur dynamic shear mcasurcmCnts ul (i*/sinld) at test tcmperatures where the asphalt is a Newtonian Ilttid. Any suitable standard means ol'viseosity tncasurcmCnt may be used, including capillary (f 201 or T 202) or rotational \ iscometry (T; 16). 5. Silicone beam molds, as described in AASIITO TP 1-9 are acceptable for use. 6. Ihcreep stiffness is below 100 MPa, direct tension test is not rcquircd. I f crccp stillness is between ?00 and 600 NIPa, the direct LCnSi01I litilurc strain rcquircmcnt can be used instead of the crccp stiffness requirenunt. The ni-value rcquircmcnt nntst be satisfied in both cases. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 MG GROUND STORAGE TANK. WATER, AND DRAINAGE IMPROVEMENTS 321216 -12 ASPHALT PAVING Palae 12 of 25 2 b. Separation testing is not required if: 3 I) A modifier is introduced separately at the mix plant either by injection in 4 the asphalt line or mixer, 5 2) The binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples tal.cn from an in -line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat 9 a. Unless otherwise shown on the Drawings or approved, furnish CSS-IH, SS-1H, 10 or a PG binder with a minimum high-teniperatrlre grade of PG 58 for tack coat I 1 binder in accordance with Section 2.2.A.5. 12 6. Additives 13 a. General 14 1) When shown on the Drawings, use the type and rate of additive specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt -stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling, or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) Properly labeled and unopened containers, as shipped from the 25 manufacturer, or 26 b) Sealed tank trucks with an invoice to show contents and quantities 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer'smm recoended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range, and 32 (4) Handling and storage instructions 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in -line -metering device. 38 c. Liquid Asphalt Additive Meters 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material, and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 (Yal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements 46 1) Unless otherwise shown on the Drawings, use the typical weight design 47 example given in Tex-204-F, Part I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Revised December 20. 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 32 12 16 - 13 ASPHALT PAVING Paee 13 of 25 2) Furnish the City \with representative samples of all materials used in the mixture design. 3) The City will verify the mixture desi(Yn. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" 3/4" 1/2" 3/8" #4 #8 #30 #50 #200 98.0-100.0 84.0-98.0 60.0-80.0 40.0-60.0 29.0-43.0 13.0-28.0 6.0-20.0 2.0-7.0 Design VMA', 13.0 95.0-100.0 70.0-85.0 43.0-63.0 32.0-44.0 14.0-28.0 7.0-21.0 2.0-7.0 percent Minimum 1 14.0 Plant -Produced VMA, percent Minimum 12.0 13.0 1. Voids in Mineral Aggregates. 98.0-100.0 85.0-100.0 50.0-70.0 35.0-46.0 15.0-29.0 7.0-20.0 2.0-7.0 15.0 14.0 Table 7 Laboratory Mixture Design Properties Property Test Requirement Method 111 Target laboratory -molded density, percent Tex-207-F 96.0' Tensile strength (dry), psi (molded to 93 Tex-226-F 85-200 percent f1 percent density) Boil test' Tex-530-C — 1. Unless otherwise shown on the Drawings. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the Contractor's option unless otherwise shown on the Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT \WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENrS Rc\,iscd December 20. 2012 CAYLOR 5 NIG GROUND STORAGE TANK, WATER. AND DRAINAGE IMPROVEMENTS 32 12 16 - 14 ASPHALT PAVING Pay*e 14 of2j 1 d. When WMA is not required by Drawings, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 1 1 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved I3 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the trucl< bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment ] l . General ?? a. Provide required or necessary equipment to produce, haul, place, compact, and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to produce a mixture meeting the required proportions. 26 2. Production Equipment 27 a. Provide: 25 1) Drum -mix type, weigh -batch, or modified weigh -batch mixing plants that 29 ensure a uniform, continuous production 30 2) Automatic proportioning and measuring devices with interlocl< cut-off 31 circuits that stop operations if the control system malfunctions 32 3) Visible readouts indicating the weight or volume of asphalt and aggregate 3 3 proportions 34 4) Safe and accurate means to take required samples by inspection forces 35 5) Permanent means to check the output of metering devices and to perform 36 calibration and weight checks 37 6) Additive -feed systems to ensure a uniform, continuous material flow in the 38, desired proportion 39 3. Weighing and Measuring Equipment 40 a. General 41 1) Provide weighing and measuring equipment for materials measured or 42 proportioned by weight or volume. CITI' OF FORT WORTH CAYLOR i MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\'ised December 20, 201 2 121216-IS ASPHALT PAVING Pace 15 or25 1 2) Provide certified scales, scale installations, and measuring equipment 2 meeting the requirements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish Icak-fi-ee weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales 7 1) Furnish platform truck scales capable of weighing the entire truck or truck-- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales 10 1) Equip scales used for \weighing aggregate with a quick adjustment at zero 1 I that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggre(-Tate. 14 d. Suspended Hopper 15 1) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact \weight per batch. 17 2) Ensure the scale equipment is level. 18 e. Belt Scales 19 1) Use belt scales for proportioning aggregate that are accurate to \vithin 1.0 20 percent based on the average of 3 test rums, where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 £ Asphalt Material Meter 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or \weight of asphalt material. 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes, ensure the accuracy of 27 the meter is \vithin 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters 31 1) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material, and liquid additives. 33 2) Finnish a meter that reads in increments of 0.1 gallon or less. 34 3) Verify accuracy of the meter in accordance \with Tex-923-K. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System 39 1) Provide: 40 a) A minimum of 1 cold aggregate bin for each stockpile of individual 41 materials used to produce the mix 42 b) Bins designed to prevent overflow of material 43 c) Scalping screens or other approved methods to remove any oversized 44 material, roots, or other objectionable materials 45 d) A feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer 47 e) An integrated means for moisture compensation 48 f) Belt scales, weigh box, or other approved devices to measure the 49 \weight of the combined aggregate CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 3? 12 16 - 16 ASPHALT PAVING Pa4c 16 of,� g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt Pavement (RAP) Feed System 4 1) Provide a separate system to ',weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 Nvlth minimal loss of material thl'Ou(1ll the exhaust system. 8 2) interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 0 provide a consistent percentage to the mixture. 1 1 d. Heating, Drying, and Mixing Systems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage 16 c) A heating system that completely burns filel and leaves no residue 17 d) A recording thermometer that continuously measures and records the 18 mixture discharge temperature 19 e) Dust collection system to collect excess dust escaping fi-om the drum. 20 e. Asphalt Binder Equipment 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperature point. 24 3) Produce a 24 hour chart of the recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer. 28 Supply an additional sampling port bet\-veen any additive blending device 29 and mixer. 30 f Mixture Storage and Discharge 31 1) Provide a surge -storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) Date 37 b) Project identification number 38 c) Plant identification 39 d) Mix identification 40 e) Vehicle identification 41 f) Total weight of the load 42 g) Tare weight of the vehicle 43 h) Weight of mixture in each load 44 1) Load number or sequential ticket number for the day 45 g. Truck Scales 46 1) Provide standard platform scales at an approved location. 47 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.13.4 48 "Drum -Mix Plants," except as required below: 49 a. Screening and Proportioning CITY OF FORT WORTH CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVE\TENTS Revised December 20, 2012 32 12 1(,- 17 ASPHALT PAVING Pacc 17 ul''� 1 I) Provide enough hot bills to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bills that discard excessive and Oversized material thl"OLl(h 4 overflow chutes. 5 b) Provide Safe access for inspectors to Obtain samples from the ]lot hins. 6 b. Aggregate Weigh Box and Batching Scales 7 1) Provide a weigh box and batching scales to hold and weigh a complete 8 batch of aggregate. 9 2) Provide an automatic proportioning system with low bill indicators that 10 automatically stop when material level in any bin is not sufficient to 1 1 complete the batch. 12 c. Asphalt Binder Measuring System 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer 16 1) Equipment mixers with an adjustable automatic tinter that controls the dry 17 and wet mixing period and locks the discharge doors for the required l8 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. 22 a. Aggregate Feeds 23 1) Aggregate control is required at the cold feeds. Hot bin screens are not 24 required. 25 b. Surge Bins 26 1) Provide 1 or more bins large enough to produce I complete batch of 27 mixture. 28 c. Hauling Equipment 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary, coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted, other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver 40 a. General 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile, typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic, dual, longitudinal -grade control system 48 and an automatic, transverse -grade control system. 49 b. Tractor Unit CITY OF FORT NORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 201' 12 12 16- IS ASPHALT PAVING Paloc IS of 2j Supply a tractor unit that can push Or propel vehicles, dumping directly Into 2 the finishing machine to obtain the desired hues and glades to eliminate any 3 band finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile, typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1/16 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski, mobile string line, or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt 24 paver. 25 c. When used, provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augers, or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader 32 a. When allowed, provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers 38 a. The Contractor may use any type of roller to meet the production rates and 39 quality requirements of the Contract unless otherwise shown on the Drawings 40 or directed. 41 b. When specific types of equipment are required, use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment 44 1) Instead of the specified equipment, the Contractor may, as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and ftirnish the specified 47 equipment if the desired results are not achieved. 48 d. City may require Contractor to substitute equipment if production rate and 49 quality requirements of the Contract are not met. CITY OF FORT \VORTH CAYLOR 5 MG GROUND STORAGE YANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IMPROVEMENTS ReN iced December 20, 2012 2 12 16-19 ASPHALT PAVING Pagc 19 of 'S 1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14, Distributor vehicles 4 a. Furnish vehicle that can achieve a Uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. 8 d. Nozzle spray patterns should be identical to one arlother along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. I 1 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment 14 a. When coring is required, provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction 17 1. Design, produce, store, transport, place, and compact the specified paving mixture is in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the Drawings, provide the mix design. 20 3. The City will • er fe-.,, ^ ^l y ass=uranee (QA) t, T Provide testing; in accordance 21 with Section 01 45 23. 22 11.— Previde quality , „tfel (QC) tc:inng as ji-ee dcd *r^o 1:leet thi fits of this 23 Seetioti 24 C. Production Operations 25 1. General 26 a. The City may suspend production for noncompliance with this Section. 27 b. Take corrective action and obtain approval to proceed after any production 28 suspension for noncompliance. 29 2. Operational Tolerances 30 a. Stop production if testing indicates tolerances are exceeded on any of the 31 following: 32 1) 3 consecutive tests on any individual sieve 33 2) 4 consecutive tests on any of the sieves 34 3) 2 consecutive tests on asphalt content 35 b. Begin production only when test results or other information indicate, to the 36 satisfaction of the City, that the next mixture produced will be within Table 9 37 tolerances. 38 3. Storage and Heating of Materials 39 a. Do not heat the asphalt binder above the temperathU-es specified in Section 40 2.2.A. or outside the manufacturer's recommended values. 41 b. On a daily basis, provide the City with the records of asphalt binder and hot- 42 mix asphalt discharge temperatures in accordance with Table 10. 43 c. Unless otherwise approved, do not store mixture for a period long enough to 44 affect the quality of the mixture, nor in any case longer than 12 hours. 45 4. Mixing and Discharge of Materials 46 a. Notify the City of the target discharge temperature and produce the mixture 47 within 25 degrees F of the target. CITY OF FORT NORTH CAYLOR 5 MG GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 12 16-10 ASPHALT PA\'ING Pa, c ?0 of'-; I b. Monitor the temperature of the material in the truck before shipping to ensure 2 that it does not exceed 350 degrees F. The City will not pay for or allow 3 placement of any mixture produced at more than 350 degrees F. 4 c. Control the mixing time and temperature so that substantially all moisture is 5 removed from the mixture before discharging from the plant. 6 D. Placement Operations 7 1. Place the mixture to meet the typical section requirements and produce a smooth, s finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 10 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, i 1 or as directed. Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 13 raised. 14 5. Placement can be performed by hand in situations where the paver cannot place it 15 adequately due to space restrictions. 16 6. Hand -placing should be minimized to prevent aggregate segregation and Surface 17 texture issues. is 7. All hand placement shall be checked with a straightedge or template before rolling 19 to ensure uniformity. 20 8. Place mixture \within the compacted lift thickness shown in Table 9, unless 21 otherwise shown on the Drawings or otherwise directed. 22 Table 9 23 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum I (in.) (in.) B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 24 25 9. Tack Coat 26 a. Clean the surface before placing the tack coat. Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the City. 28 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 31 all joints. 32 d. Prevent splattering of tack coat \when placed adjacent to curb, gutter, metal 33 beam guard fence and structures. 34 e. Roll the tack coat with a pneumatic -tire roller when directed. 35 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The City may suspend paving operations until there is adequate adhesion. 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 1. Traffic should not be allowed on tack coats. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVENIE.NrS Revised December 20, 2012 32 12 16 - 21 ASPHALT PAVING Page -?I of 2 i J. When a tacked road surface must be opened to traffic, they Should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 4 10. General placement requirements 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping ,vings between trucks not alloy-ved. Dispose of at end of days 9 production. 10 E. Lay -Down Operation I I 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that Substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested 1\11inimum 1\'lixture Placement Temperature High -Temperature I\'linimum Placement Binder Grade Temperature (Before Entering Paver) PG 64 or lower 260OF PG 70 270°F PG 76 280OF PG 82 or higher - 290°F 18 F. Compaction 19 1. Use air void control unless ordinary compaction control is specified on the 20 Drawings. 21 2. Avoid displacement of the mixture. If displacement occurs, correct to the 22 satisfaction of the City. 23 3. Ensure pavement is fully compacted before allowing rollers to stand on the 24 pavement. 25 4. Unless otherwise directed, use only \-vater or an approved release agent on rollers, 26 tamps, and other compaction equipment. 27 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 28 6. Unless otherwise directed, operate vibratory rollers in static mode when not 29 compacting, when changing directions, or when the plan depth of the pavement mat 30 is less than 1-1/2 inches. 31 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 32 and similar structures and in locations that will not allow thorough compaction with 33 the rollers. 34 8. The City may require rolling with a trench roller on widened areas, in trenches, and 35 in other limited areas. 36 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 37 traffic unless otherwise directed. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 4 5 6 7 S 9 10 11 12 13 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 -),s 79 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 32 12 16 _ 22 ASPHALT P \\'ING Past -'-' of 2 10. When directed, sprinkle the finished mat with water or hinewater to expedite opening the roadway to traffic. 1 1. Air Void Control a. General I) Compact dense -graded hot -mix asphalt to contain from 5 percent to 9 percent in -place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers 1) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the Drawings. 3) Use additional rollers as required to remove any roller marks. c. Air Void Determination 1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at each location selected by the City for in -place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. d. Air Voids Out of Range 1) If the in -place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in -place air void content within requirements. e. Test Section 1) Construct a test section of I lane -width and at most 0.2 miles in length to demonstrate that compaction to between 5 percent and 9 percent in -place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in - place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in -place air void content is placed, resume full production. 12. Ordinary Compaction Control a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least I medium pneumatic -tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the Drawings and specifications. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR � NIG GROUND STORAGE TANK, \vATER, AND DRAINAGE 1IMPROVEMENTS 12 16-23 ASPHALT PAVING Pasc 23 o1 25 1 f. When rolling Nvith the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 G. Proceed toward the center of the pavement, overlapping on successive trips by 5 at least 1 ft., unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On superelevated curves, begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including, but not limited to segregation, rutting, 1 I raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 12 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify irregularities, and in such cases, the City shall promptly 15 notify the Contractor. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance, the City may require the Contractor to remove and replace (at the 18 Contractor's expense) areas of the pavement that contain the irregularities and areas 19 where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected, the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than I day Nvhile the Contractor is taking appropriate corrective action. 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City, remove and 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 25 3.5 REPAIR 29 A. See Section 32 01 17. 30 3.6 QUALITY CONTROL 31 A. Production Testing 32 1. Perform production tests to verify asphalt paving meets the performance standard 33 required in the Drawings and specifications. 34 2. Ci-ty--to i.=mc.-zue Measure density of asphalt paving with nuclear gauge. 35 3. Gity-to eoiz Core asphalt paving from the normal thickness of section once 36 acceptable density achieved. City identifies location of cores. 37 a. Minimum core diameter: 4 inches 3� b. Minimum spacing: 200 feet 39 C. Minimum of I core every block 40 d. Alternate lanes between core 41 4. City Use cores to determine pavement thickness and calculate theoretical 42 density. 43 a. r'�€r--fore Perform theoretical density test a minimum of 1 per day per 44 street. CITY OF FORTWORTH CAYLOR 5 IMG GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Re\ iscd December 20, 2012 12 16-24 ASPHALT PAVING Pal,,c 24 of 25 1 B. Density Test 1. The average measured density of asphalt paving must meet specified density. 3 2. Average of measurements per street not meeting the minimum specified strength 4 shall be subject to the money penalties or removal and replacement at the 5 Contractor's expense as show in Table 11. 6 7 Table 11 8 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 9 10 3. The amount of penalty shall be deducted from payment due to Contractor. 1 1 4. These requirements are in addition to the requirements of Article 12. 1 ? C. Pavement Thickness Test 13 1. C4ty mcL—lure Measure each core thickness by averaging at least 3 measurements. 14 2. The number of tests and location shall be at the discretion of the City, unless 15 otherwise specified in the special provisions or on the Drawings. 16 3. In the event a deficiency in the thickness of pavement is revealed during production 17 testing, subsequent tests necessary to isolate the deficiency shall be at the 18 Contractor's expense. 19 4. The cost for additional coring test shall be at the same rate charged by commercial 20 laboratories. 21 5. Where the average thickness of pavement in the area f011nd to be deficient, payment 22 shall be made at an adjusted price as specified in Table 11 �3 CITY OF FORT \WORTH CAYLOR > NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 20I2 32 12 16 -25 ASPHALT PAVING Page —15 of 25 1 Table 12 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not Vlore than 10 percent 90 percent Greater Than 10 percent - Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor as directed by City. 4 6. If, in the judgment of the City, the area of such deficiency warrants removal, the 5 area shall be removed and replaced, at the Contractor's entire expense, with asphalt 6 paving of the thickness shown on the Drawings. 7 7. No additional payment over the contract unit price shall be made for any pavement 8 of a thickness exceeding that required by the Drawings. 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 1? 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE I NAME I SUVIMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A N/loditied items to be included in price bid i I � 19 CITY OF FORT WORTH CAYLOR 5 \4G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\'ATER. AND DRAINAGE IMPROVEMENTS Revised Deccmber 20, 2012 321313-I CONCRETE PAVING Page I of20 1 SECTION 32 13 13 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City Of Fort Worth Standard Specification 9 1. Modified 1.2.A.2.a 10 2. Added 1.2.A.2.b 11 3. Modified 3.7.13.1 12 4. Modified 3.7.0 13 5. Modified 3.7.D 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 32 01 29 - Concrete Paving Repair 18 4. Section 32 13 73 - Concrete Paving .Joint Sealants 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement 21 1. Measurement 22 a. Measurement for this Item shall be by the square yard of completed and 23 accepted Concrete Pavement in its final position as measured from back of curb 24 for various: 25 1) Classes 26 2) Thicknesses 27 2. Payment 28 a. Unit Price - The work performed and materials furnished in accordance with 29 this Item will be paid for at the unit price bid per square yard of Concrete 30 Pavement. 31 b. Lump Sum Price - The work uerformed and materials furnished in accordance 32 with this Item will be included in the total IumD SUM Urice. 33 3. The price bid shall include: 34 a. Shaping and fine grading the placement area 35 b. Furnishing and applying all \vater required 36 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 37 ingredients including all freight and royalty involved 38 d. Mixing, placing, finishing and curing all concrete 39 e. Furnishing and installing all reinforcing steel CITY OF FORT WORTH CAYLOR 5 \9G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\CATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Prqject No. 021 11 121i I?-2 CONCRETE PAVING Pau,c 2 of 20 1 f. Furnishing all materials and placing longitudinal, warping, expansion, and 2 contraction joints, including all steel dowels, dowel caps and load transmission 3 units required, wire and devices for placing, holding and supporting the steel 4 bar, load transmission units, and joint tiller material in the proper position; for 5 coating steel bars where required by the Drawings 6 g. Sealing joints 7 h. Monolithically poured curb S 1. Cleanup 9 1.3 REFERENCES 10 A. Reference Standards I I 1. Reference standards cited in this specification refer to the current reference standard 12 published at the time of the latest revision date logged at the end of this 13 specification, unless a date is specifically cited. 14 2. ASTM International (ASTM): 15 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 16 Reinforcement 17 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 1s Field 19 c. C33, Concrete Aggregates 20 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 21 Specimens 22 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 23 Beams of Concrete 24 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 25 g. C 150, Portland Cement 26 h. C 156, Water Retention by Concrete Curing Materials 27 1. C172, Standard Practice for Sampling Freshly Mixed Concrete 28 J. C260, Air Entraining Admixtures for Concrete 29 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 30 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 31 m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 32 Admixture in Concrete 33 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 34 Concrete 35 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 36 Cement Concrete 37 p. C1602, Standard Specification for Mixing Water Used in the Production of 38 Hydraulic Cement Concrete. 39 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 40 (12,400 ft-lbf/ft3) 41 3. American Concrete Institute (ACI): 42 a. ACI 305.1-06 Specification for Hot Weather Concreting 43 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 44 c. ACI318 CITY OF FORT NORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 32 1 i I - 3 CONCRETE PAVING pa"c3 of20 1 1.4 ADtMINISTRATIVE REQUIRENIENTS [NOT USEDI 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUB MITTALS/INFORi lATIONAL SUBMITTALS 4 A. Mix Design: submit for approval. See Item 2A.A. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 19 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A. Weather Conditions 1 I I . Place concrete \vhen concrete temperature is between 40 and 100 degrees when 12 measured in accordance with ASTM C 1064 at point of placement. 13 2. Hot Weather Concreting 14 a. Tale immediate corrective action or cease paving when the ambient 15 temperature exceeds 95 degrees. 16 b. Concrete paving operations shall be approved by the City when the concrete 17 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 18 Concreting (ACI 305.1-06). 19 3. Cold Weather Concreting 20 a. Do not place \when ambient temp in shade is below 40 degrees and falling. 21 Concrete may be placed when ambient temp is above 35 degrees and rising or 22 above 40 degrees. 23 b. Concrete paving operations shall be approved by the City when ambient 24 temperature is below 40 degrees. See Standard Specification for Cold Weather 25 Concreting (ACT 306.1-90). 26 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 27 pavement in natural light, or as directed by the City. 28 1.12 «'ARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OVA/NER-FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A. C en7entitiOUS Matcrial: ASTM C 150. 33 B. Aggregates: ASTN/I C'33. 34 C. Water: ASTM C 1602. 35 D. Admixtures: When admixtures are used, conform to the appropriate specification: 36 1. Air -Entraining Admixtures for Concrete: ASTM C260. CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 1-0. 2012 City Project No. 02111 32 13 13 - t CONCRETE PAVING Page d of 20 1 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 2 3. Fly Ash 3 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 4 ASTM C618. 5 b. Fly ash may be Substituted at one pound per pound of cement up to 25% of the 6 specified cement content when such batch design is approved by the Engineer. 7 E. Steel Reinforcement: ASTM A615. S F. Steel Wire Reinforcement: Not used for concrete pavement. pip D1 11 12 13 14 15 16 17 is 19 20 G. Dowels and Tie Bars I . Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps N,vith emlorb range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1 /8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tic Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name I Producer Concresive 1420 HTE-50 T308+ P E 1000+ C-6 Epcon G-5 Pro-Poxy-300 Fast Tube Shep-Poxy Tx111 Ultrabond 1300 Tubes Ultrabonc 2300 N.S. A-22-2300 Slow Set Dynapoxy EP-430 EDOT ET22 SET 22 SpecPoxy 3000FS BASF Hilti Powers Fasteners Povvers Fasteners Ramset-Redhead Ramset-Redhead Unitex CMC Construction Services Adhesives Technology Adhesives Technology Pecora Corp. Simpson Strong Tic Simpson Strong Tie Simpson Strong Tie SpecChcm 21 22 b. Epoxy Use, Storage and Handling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Prqject No. 021 11 321i1i-5 CONCRETE PAVING Paac 5 of 20 1 1) Package components in airtight containers and protect h"Oln light and moisture. 3 2) Include detailed instructions for the application of the material and all 4 safety information and warnings regarding contact with the components. 5 3) Epoxy label requirements 6 a) Resin or hardener components 7 b) Brand name 8 c) Name of manufacturer 9 d) Lot or batch number 10 e) Temperature range for storage 1 1 f) Date of manufacture 12 g) Expiration date 13 h) Quantity contained 14 4) Store epoxy and adhesive components at temperatures recommended by the 15 manufacturer. 16 5) Do not use damaged or previously opened containers and any material that 17 shows evidence of crystallization, lumps skinning, extreme thickening, oi- 1 8 settling of pigments that cannot be readily dispersed with normal agitation. 19 6) Follow sound environmental practices when disposing of epoxy and 20 adhesive wastes. 1 7) Dispose of all empty containers separately. S) Dispose of epoxy by completely emptying and mixing the epoxy before 23 disposal 24 H. Reinforcement Bar Chairs 25 1. Reinforcement bar chairs or supports shall be of adequate strength to Support the 26 reinforcement bars and shall not bend or break under the weight of the 27 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 25 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 29 plastic. 30 3. For approval of plastic chairs, representative samples of the plastic shall show no 31 visible indications of deterioration after immersion in a 5-percent solution Of 32 sodium hydroxide for 120-hours. 33 4. Bar chairs may be rejected for failure to meet any of the requirements of this 34 specification. 35 I. Joint Filler 36 1. Joint filler is the material placed in concrete pavement and concrete structures to 37 allow for the expansion and contraction of the concrete. 3S 2. Wood Boards: Used as joint filler for concrete paving. 39 a. Boards for expansion joint filler shall be of the required size, shape and type 40 indicated on the Drawings or required in the specifications. 41 1) Boards shall be of selected stock of redwood or cypress. The boards shall 42 be sound heartwood and shall be free from sapwood, knots, clustered 43 birdseyes, checks and splits. 44 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 45 be sufficiently rigid to permit ease of installation. 46 3) Boards shall be fiirnished in lengths equal to the width between 47 longitudinal joints, and may be fiirnished in strips or scored sheet of the 48 required shape. CITY OF FORT NVORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 Citv Project No. 021 1 1 3213L3-6 CONCRETE PAVING Pagc 6 of 20 1 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 2 Drawings; the width shall be not less than that shown on the Drawings, providing 3 for the top seal space. 4 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 5 requirements of this specification. 6 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 7 K. Curing Materials 8 1. Membrane -Forming Compounds. 9 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 10 compound and be of such nature that it shall not produce permanent I 1 discoloration of concrete Surtaces nor react deleteriously with the concrete. 12 b. The compound shall produce a firm, continuous uniform moisture -impermeable 13 film fi-ee from pinholes and shall adhere satisfactorily to the surfaces of damp 14 concrete. 15 c. It shall, when applied to the clamp concrete surface at the specified rate of 16 coverage, dry to touch in I liour and dry through in not more than 4 hours under 17 normal conditions suitable for concrete operations. 18 d. It shall adhere in a tenacious film without running off or appreciably sagging. 19 e. It shall not disintegrate, check, peel or crack during the required curing period. 20 f. The compound shall not peel or pick up under traffic and shall disappear from 21 the surface of the concrete by gradual disintegration. 22 g. The compound shall be delivered to the job site in the manufacturer's original 23 containers only, which shall be clearly labeled with the manufacturer's name, 24 the trade name of the material and a batch number or symbol with which test 25 samples may be correlated. 26 h. When tested in accordance with ASTM C 156 Water Retention by Concrete 27 Curing Materials, the IiquiCI membrane -forming compound shall restrict the loss 28 of water present in the test specimen at the time of application of the curing 29 compound to not more than 0.01-oz.-per-2 inches of surface. 30 2.3 ACCESSORIES [NOT USED[ 31 2.4 SOURCE QUALITY CONTROL 32 A. Mix Design 33 1. Concrete Mix Design and Control 34 a. At least 10 calendar clays prior to the start of concrete paving operations, the 35 Contractor shall submit a design of the concrete mix it proposes to use and a 36 full description of the source of supply of each material component. 37 b. The design of the concrete mix shall produce a quality concrete complying with 38 these specifications and shall include the following information: 39 1) Design Requirements and Design Summary 40 2) Material source 41 3) Dry weight of cement/cubic yard and type 42 4) Dry weight of fly ash/cubic yard and type, if used 43 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 44 6) Design water/cubic yard 45 7) Quantities, type, and name of admixtures with manufacturer's data sheets 46 8) Current strength tests or strength tests in accordance with ACI 318 CITY OF FORT WORTH CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPEC[FICA"IION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revisal Decanher 20. 2012 City Project No. 021 1 1 i2131i-7 CONCRETE PAVING Pa,,,e 7 of 20 1 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 2 and date of tests 3 10) Fineness modulus of fine aggregate 4 1 1) Specific Gravity and Absorption Values of fine and coarse aggregates 5 12) L.A. Abrasion of coarse aggregates 6 c. Once mix design approved by City. maintain intent of mix design and 7 maximum water to cement ratio. 8 d. No concrete may be placed on the job site until the mix design has been 9 approved by the City. 10 2. Quality of Concrete 11 a. Consistency 12 1) hl general, the consistency of concrete mixtures shall be such that: 13 a) Mortar shall cling to the coarse aggregate 14 b) Aggregate shall not segregate in concrete when it is transported to the 15 place of deposit 16 c) Concrete, when dropped directly fi-om the discharge chute of the mixer, 17 shall flatten out at the center of the pile, but the edges of the pile shall 18 stand and not flow 19 d) Concrete and mortar shall show no free water Nvhen removed from the 20 mixer 21 e) Concrete shall slide and not flow into place when transported in metal 22 chutes at an angle of 30 degrees with the horizontal 23 f) Surface of the finished concrete shall be free front a surface film or 24 laitance 25 2) When field conditions are such that additional moisture is needed for the 26 final concrete surface finishing operation, the required water shall be 27 applied to the surface by hand sprayer only and be held to a minimum 28 amount. 29 3) The concrete shall be workable, cohesive, possess satisfactory finishing 30 qualities and be of the stiffest consistency that can be placed and vibrated 31 into a homogeneous mass. 32 4) Excessive bleeding shall be avoided. 33 5) If the strength or consistency required for the class of concrete being 34 produced is not secured with the nlininlum cement specified or without 35 exceeding the maximum water cement ratio, the Contractor may Use, or the 36 City may require, all approved cement dispersing agent Water reducer); or 37 the Contractor shall fl-i-nish additional aggregates, or aggregates with 38 different characteristics, or the Contractor may use additional cement in 39 order to produce the required results. 40 6) The additional cement may be permitted as a temporary measure, until 41 aggregates are changed and designs checked with the different aggregates 42 or cement dispersing agent. 43 7) The Contractor is solely responsible for the quality of the concrete 44 produced. 45 8) The City reserves the right to independently verify the quality of the 46 concrete through inspection of the batch plant, testing of the various 47 materials used in the concrete and by casting and testing concrete cylinders 48 or beams on the concrete actually incorporated in the pavement. 49 b. Standard Class CITY OF FORT WORTH CAYLOR 5 NAG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20. 2012 City Project No. 021 1 1 >2 11 I;-S CONCRETE PAVING P tac S of 20 I I) Unless otherwise shown on the Drawings or detailed Spec lficatioils, the 2 Standard class for concrete paving for Streets and alleys is Shown] in the 3 Following table: 4 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Ceirientitious, Compressive, Water/ Aggregate Lb./CY Strength' Cementitious, Maxin1Uu11 psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 5 1. All exposed horizontal concrete shall have entrained -air. 6 Mininnun Compressive Strength Required. 7 8 2) Machine -Laid concrete: Class P 9 3) Hand -Laid concrete: Class H 10 c. high Early Strength Concrete (HES) I I 1) When shown on the Drawings or allowed, provide Class HES concrete for 12 very early opening of pavements area or leaveouts to traffic. 13 2) Design class HES to meet the requirements of class specified for concrete 14 pavement and a mininluin compressive strength of 2,600 psi in 24 ]lours, 15 Unless other early strength and time requirements are shown on the 16 Drawings allowed. 17 3) No strength overdesign is required. 18 19 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' CementitiouS Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 20 21 d. Slump -)2 I) Slump requirements for pavement and related concrete shall be as specified 23 in the following table: 24 25 26 Concrete Pavement Slump Requirements Concrete Use Recommended Design and Placement Slip-Forrn/Fornl-Riding Paving Hand Formed Paving Sidewalk, Curb and Gutter, Concrete Valley Gutter and Other Miscellaneous Concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised December '0, 2012 Slump, inch 1-1/2 4 4 Maximl1111 Acceptable Placement Slump, inch 3 5 5 CAYLOR i NIG GROUND STORAGE TANK. \\CATER, AND DRAINAGE INIPROVENIENTS City Project No. 02 1 11 321i 13-9 CONCRETE PAVING Pa,c 9 oF20 1 2) No concrete shall be permitted with slump in excess of the maximums 2 Shown. 3 3) Any concrete mix failing to meet the above consistency requirements, 4 although meeting the slump requirements, shall be considered 5 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 6 conditions. 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. Equipment 13 1. All equipment necessary for the construction of this item shall be on the project. 14 2. The equipment shall include spreading devices (augers), internal vibration, 15 tamping, and surface floating necessary to finish the freshly placed concrete in such 16 a manner as to provide a dense and homogeneous pavement. 17 3. Machine -Laid Concrete Pavement 18 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 19 that are tlnifornnly supported on a very firm subbase to prevent sagging under 20 the weight of machine. 21 b. Slip -Form Paver 22 1) Slip -form paving equipment shall be provided with traveling side forms of 23 sufficient dimensions, shape and strength so as to support the concrete 24 laterally for a Sufficient length of time during placement. 25 2) City may reject use of Slip -Form Paver if paver requires over -digging and 26 impacts trees, mailboxes or other improvements. 27 4. Hand -Laid Concrete Pavement 28 a. Machines that do not incorporate these features, such as roller screeds or 29 vibrating screeds, shall be considered tools to be used in hand -laid concrete 30 construction, as slumps, spreading methods, vibration, and other procedures are 31 more connnnou to hand methods than to machine methods. 32 5. City may reject equipment and stop operation if equipment does not meet 33 requirements. 34 B. Concrete Mixing and Delivery 35 1. Transit Batching: shall not be used — orlsite mixing not permitted 36 2. Ready Mixed Concrete 37 a. The concrete shall be produced in an approved method conforming to the 38 requirements of this specification and ASTM C94/C94M. City shall have access 39 ready inix to get samples of materials. 40 b. City shall have access to ready mix plant to obtain material samples. 41 c. When ready -mix concrete IS used, sample concrete per ASTM C94 Alternate 42 Procedure 2: CITY OF FORT wORTII CAYLOR 5 n4G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUiNIENTS WATER, AND DRAINAGE I1vIPROVE NIENTS Revised December 20, 2012 City Project No. 021 1 1 32 13 1 3 - 10 CONCRETE PAVING Past 10 of 10 1 I) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. 3 2) The method of sampling shall provide that the samples are representative of 4 widely separated portions, but not from the very ends of the batch. 5 d. The mixing of each batch, after all materials are in the drum, shall Continue until 6 it produces a thoroughly mixed concrete of uniform mass as determined by 7 established mixer performance ratings and inspection, or appropriate uniformity 8 tests as described in ASTM C94. 9 e. The entire contents of the drum shall be discharged before any materials are 10 placed therein for the succeeding batch. I I f. Retempering or remixing shall not be permitted. 12 3. Delivery 13 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 14 City to prevent cold joint. 15 4. Delivery Tickets 16 a. For all operations, the manufacturer of the concrete shall, before unloading, 17 furnish to the purchaser with each batch of concrete at the site a delivery ticket 18 on which is printed, stamped, or written, the following information to determine 19 that the concrete was proportioned in accordance with the approved nnix design: 20 1) Name of concrete supplier 1 2) Serial number of ticket ?? 3) Date 21 4) Truck number 24 5) Name of purchaser 25 6) Specific designation of job (name and location) 26 7) Specific class, design identification and designation of the concrete in 27 conformance with that employed in job specifications 28 (S) Amount of concrete in cubic yards 29 9) Time loaded or of first mixing of cement and aggregates 30 10) Water added by receiver of concrete 31 1 1) Type and amount of admixtures 32 C. Subgrade 33 I . When manipulation or treatment of subgrade is required on the Drawings, the work 34 shall be performed in proper sequence with the preparation of the subgrade for 3 5 pavement. 36 2. The roadbed shall be excavated and shaped in conformity with the typical sections 37 and to the lines and grades shown on the Drawings or established by tine City. 38 3. All holes, ruts and depressions shall be filled and compacted with suitable material 39 and, if required, the subgrade shall be thoroughly wetted and reshaped. 40 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 41 corrected. 42 5. The subgrade shall be uniformly compacted to at least 95 percent of tine maximum 43 density as determined by ASTM D698. 44 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 45 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 46 pavement to ensure its being in a firm and moist condition. CITY OF FORT WORTH CAYLOR � NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS ReN iced December 20, 2012 City Project No. 021 1 1 32131.1-I1 CONCRETE PAVING Pa�ac I 1 of 20 1 S. SLIffiClent subgrade shall be prepared in advance to enSUre satisfactory prosecution 2 of the work. 3 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 4 place concrete pavement. 5 10. After the specified moisture and density are achieved, the Contractor shall maintain 6 the subgrade moisture and density in accordance with this Section. 7 1 1. In the event that rain or other conditions may have adversely affected the condition 8 of the SLlbgradc or base, additional tests may be required as directed by the City. 9 D. Placing and Removing Forms 10 l . Placing Forms 1 1 a. Forms for machine -laid concrete 12 l ) The side forms shall be metal, of approved cross section and bracing, of a 13 height no less than the prescribed edge thickness of the concrete section, 14 and ,I minimum of 10 feet in length for each individual form. 15 2) Forms shall be of ample strength and staked with adequate number of pins 16 capable of resisting the pressure of concrete placed against them and the 17 thrust and the vibration of the construction equipment operating upon them 18 without appreciable springing, settling or deflection. 19 3) The forms shall be free from warps, bends or kinks and shall show no 20 variation fi-om the true plane for face or top. 21 4) Forms shall be jointed neatly and tightly and set with exactness to the 22 established grade and alignment. 23 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 24 advance of the paving operations. 25 6) hl no case shall the base width be less than 8 inches for a form 8 inches or 26 more in height. 27 7) Forms must be in firm contact with the subgrade throughout their length 28 and base width. 29 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 30 or other additional supports may be necessary to provide the required 31 stability. 32 b. Forms for hand -laid concrete 33 l) Forms shall extend the full depth of concrete and be a minimum of 1-1 /2 34 inches in thickness or equivalent when wooden forms are used, or be of a 35 gauge that shall provide equivalent rigidity and strength when metal forms 36 are used. 37 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 38 wood forms shall be used. 39 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 40 shall be rejected. 41 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 42 operations shall be stopped the forms reset to line and grade and the pavement then 43 brought to the required section and thickness. 44 3. Cleaning. Forms shall be thoroughly cleaned after each use. 45 4. Removal. 46 a. Forms shall remain in place until the concrete has taken its final set. 47 b. Avoid damage to the edge of the pavement when removing forms. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENrS WATER, AND DRAINAGE INIPROVEMENTS Revised December 20. 2012 City Project No. 02 1 1 1 32 1 3 13 - 12 CONCRETE PAVING Pa Le 12 of 20 1 c. Repair damage resulting from form removal and honeycombed areas with a 2 mortar mix within 24 hours after form removal unless otherwise approved. 3 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 4 after a bulkhead for a transverse construction joint has been removed unless 5 otherwise approved. 6 e. When forms are removed before 72 hours after concrete placement, promptly 7 apply membrane curing compound to the edge of the concrete pavement. 8 E. Placing Reinforcing Steel, Tic, and Dowel Bars 9 1. General 10 a. When reinforcing steel tic bars, dowels, etc., are required they shall be placed I I as shown on the Drawings. 12 b. All reinforcing steel shall be clean, free from rust in the form of loose or 13 objectionable scale, and of the type, size and dimensions shown on the 14 Drawings. 15 c. Reinforcing bars shall be securely wired together at the alternate intersections 16 and all splices and shall be securely wired at each intersection dowel and load- 17 transmission unit intersected. 18 d. All bars shall be installed in their required position as shown on the Drawings. 19 e. The storing of reinforcing or structural steel on completed roadway slabs 20 generally shall be avoided and, where permitted, such storage shall be limited 21 to quantities and distribution that shall not induce excessive stresses. 22 2. Splices 23 a. Provide standard reinforcement splices by lapping and tying ends. 24 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 25 the Drawings. 26 3. Installation of Reinforcing Steel 27 a. All reinforcing bars and bar mats shall be installed in the slab at the required 28 depth below the finished surface and supported by and securely attached to bar 29 chairs installed on prescribed longitudinal and transverse centers as shown by 30 sectional and detailed drawings on the Drawings. 31 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 32 on the Drawings and shall be approved by the City prior to extensive 33 fabrication. 34 c. After the reinforcing steel is securely installed above the subgrade as specified 35 in Drawings and as herein prescribed, no loading shall be imposed upon the 36 bar mats or individual bars before or during the placing or finishing of the 37 concrete. 38 4. Installation of Dowel Bars 39 a. Install tlrough the predrilled joint filler and rigidly support in true horizontal 40 and vertical positions by an assembly of bar chairs and dowel baskets. 41 b. Dowel Baskets 42 1) The dowels shall be held in position exactly parallel to surface and 43 centerline of the slab, by a dowel basket that is left in the pavement. 44 2) The dowel basket shall hold each dowel in exactly the correct position so 45 firmly that the dowel's position cannot be altered by concreting operations. 46 c. Dowel Caps 47 1) Install cap to allow the bar to move not less than 1-1 /4 inch in either 48 direction. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 CONCRETE PAVING Pacc I ; of 20 I 5. Tic Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. 3 b. Place as shown on the Drawings. 4 6. Epoxy for Tie and Dowel Bar Installation 5 1) Epoxy bars as shown on the Drawings. 6 2) Use only drilling operations that do not damage the surrounding operations. 7 3) Blow out drilled holes with compressed air. S 4) Completely fill the chilled hole with approved epoxy before inserting the tic 9 bar into the hole. 10 5) Install epoxy grout and bar at least 6 inches embedded into concrete. I1 F. Joints 12 1. Joints shall be placed \vhere shown on the Drawings or where directed by the City. 13 2. The plane of all joints shall make a right angle \vith the surface of the pavement. 14 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 15 4. Joint Dimensions 16 a. The width of the joint shall be shown on the Drawings, creating the joint 17 sealant reservoir. Is b. The depth of the joint shall be shown on the Drawings. 19 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's ?O recommendations. 21 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 22 surface at the center of the joint. 23 5. Transverse Expansion Joints 24 a. Expansion joints shall be installed perpendicularly to the Surface and to the 25 centerline of the pavement at the locations shown on the Drawings, or as 26 approved by the City. 27 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 28 approved by the City. 29 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 30 approved by the City, and shall be installed at the specified spacin(y. 31 d. Support dowel bars with dowel baskets. 32 e. Dowels shall restrict the free opening and closing of the expansion join and 33 shall not make planes of weaknesses in the pavement. 34 f. Greased Dowels for Expansion Joints. 35 1) Coat dowels with a thin film of grease or other approved de -bonding 36 material. 37 2) Provide dowel caps on the lubricated end of each dowel bar. 38 G. Proximity to Existing Structures. When the pavement is adjacent to or around 39 existing structures, expansions joints shall be constructed in accordance with 40 the details shown on the Drawings. 41 6. Transverse Contraction Joints 42 a. Contraction or durnmy joints shall be installed at the locations and at the 43 intervals shown on the Drawings. 44 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 45 approved by the City. 46 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 47 approved by the City, and shall be installed at the specified spacing. CITY OF FORT WORTH CAYLOR ; NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised Deccinber ?0. 2012 City Project No. 021 11 CONCRETE PAVING Paac 14 of 20 1 d. Joints shall be sawed into the completed pavement surface as soon after initial 2 concrete set as possible so that some raveling of the concrete is observed in 3 order for the salving process to prevent uncontrolled shrinkage cracking. 4 e. The joints shall be Constructed by sawing to a 1/4 inch ~,width and to a depth of 5 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 6 pavement thickness, or deeper if so indicated on the Drawings. 7 f. Complete sawing as soon as possible in hot weather conditions and within a 8 maxinn1111 of 24 hours after saw cutting begins under cool Nveather conditions. 9 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 10 the point where some raveling is observed. 11 h. Damage by blade action to the slab surface and to the concrete immediately 12 adjacent to the joint shall be minimized. 13 1. Any portion of the CLlrlllg membrane which has been disturbed by sawlllg 14 operations shall be restored by spraying the areas with additional curing 15 compound. 16 7. Transverse Construction Joints 17 a. Construction joints formed at the close of each day's work or when the placing 18 of concrete has been stopped for 30-minutes or longer shall be constructed by 19 use of metal or wooden bulkheads Cut true to the section of the finished 2,0 pavement and cleaned. 21 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 22 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 23 surface and at right angles to the centerline of the pavement. 24 d. Edges shall be rounded to 1/4 inch radius. 25 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 26 the work. 27 8. Longitudinal Construction Joints 28 a. Longitudinal Construction joints shall be of the type shown on the Drawings. 29 9. Joint Filler 30 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 31 Drawings. 32 b. Redwood Board joints shall be used for all pavement joints except for 33 expansion joints that are coincident with a hurt joint against existing 34 pavements. 35 c. Boards with less than 25-percent Of moisture at the time of installation shall be 36 thoroughly wetted on the job. 37 d. Green lumber of much higher moisture content is desirable and acceptable. 38 e. The joint filler shall be appropriately drilled to admit the dowel bars when 39 required. 40 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 41 slab. The top edge shall be held approximately 1/2 inch below the finished 42 surface of the pavement in order to allow the finishing operations to be 43 continuous. 44 g. The joint filler may be composed of more than one length of board in the 45 length of joint, but no board of a length less than 6 foot may be used unless 46 otherwise shown on the Drawings. 47 h. After the removal of the side forms, the ends of the joints at the edges of the 48 slab shall be carefully opened for the entire depth of the slab. CITY OE FORT WORTH CAYLOR 5 N1G GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVEI\IENTS Revised December 20, 2012 City Project No. 021 11 321313-15 CONCRETE PAVING Pasc 15 of20 1 10. Joint Scaling. Routine pavement joints shall be filled consistent \,vith paving details 2 and as specified in Section 32 13 73. Materials shall generally be handled and 3 applied according to the manufacturer's recommendations as specified in Section 4 32 13 73. 5 G. Placing Concrete 6 1. Unless otherwise specified in the Drawings, the finished pavement shall be 7 constructed monolithically and constructed by machined laid method unless S impractical. 9 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 10 shall be distributed to the required depth and for the entire width of the pavement 1 I by shoveling or other approved methods. 12 3. Any concrete not placed as herein prescribed within the time limits in the following 13 table will be rejected. Time begins when the \\pater is added to the mixer. 14 Temperature Time Requirements Concrete Temperature Max Time — minutes I Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 9OT Time may be reduced by 75 City Above 757 thru 907 60 90 75°F and Below 60 120 15 1 Normal dosage of retarder. 16 17 4. Rakes shall not be used in handling concrete. 18 5. At the end of the day, or in case of unavoidable interruption or delay of more than 19 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 20 placed in accordance with 3.4.F.7 of this Section. 21 6. Honeycombing 22 a. Special care shall be taken in placing and spading the concrete against the 23 forms and at all joints and assemblies so as to prevent honeycombing. 24 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 25 the removal of the side forms, may be cause for rejection of the section of slab 26 in which the defect occurs. 27 El. Finishing 2� 1. Machine 29 a. Tolerance Limits 30 1) While the concrete is still \vorkable, it shall be tested for irregularities with 31 a 10 foot straightedge placed parallel to the centerline of the pavement so as 32 to bridge depressions and to touch all high spots. CITY OF FORT \VORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 20I2 City Project No. 021 11 ;-111 -16 CONCRETE PAVIN(i PaeC 16 of 20 1 2) Ordinates measured from the face of the straightedge to the Surface of the 2 pavement shall at no place exceed 1/16 inch -per -foot fi-om the nearest point 3 of contact. 4 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 5 than 1 /8 inch. 6 4) Any surface not within the tolerance limits shall be reworked and 7 refinished. b. Edging 9 1) The edges of slabs and all joints requiring edging shall be carefiilly tooled 10 x-vith an edger of the radius required by the Drawings at the time the 1 1 concrete begins to take its "set" and becomes non -workable. 12 2) All such work shall be left smooth and true to lines. 13 2. Hand 14 a. Hand finishing permitted only in intersections and areas inaccessible to a 15 finishing machine. 16 b. When the hand method of striking off and consolidating is permitted, the 17 concrete, as soon as placed, shall be approximately leveled and then struck off 18 with screed bar to such elevation above grade that, when consolidated and 19 finished, the surface of the pavement shall be at the grade elevation shown on 20 the Drawings. 21 c. A slight excess of material shall be kept in front of the Cutting edge at alI times. 22 d. The straightedge and joint finishing shall be as prescribed herein. 23 1. Curing 24 1. The curing of concrete pavement shall be thorough and continuous throughout the 25 entire curing period. 26 2. Failure to provide proper curing as herein prescribed shall be considered as 27 sufficient cause for immediate suspension of the paving operations. 28 3. The curing method as herein specified does not preclude the use of any of the other 29 commonly used methods of curing, and the City may approve another method of 30 curing if so requested by the Contractor. 31 4. If any selected method of curing does not afford the desired results, the City shall 32 have the right to order that another method of curing be instituted. 33 5. After removal of the side forms, the sides of the slab shall receive a like coating 34 before earth is banked against them. 35 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 36 as to cover the entire surfaces thoroughly and completely with a uniform film. 37 7. The rate of application shall be such as to ensure complete coverage and shall not 38 exceed 20-square-yards-per-gallon of curing compound. 39 8. When thoroughly dry, it shall provide a continuous and flexible membrane, fi-ee 40 fi-om cracks or pinholes, and shall not disintegrate, check, peel or crack during the 41 Curing period. 42 9. If for any reason the seal is broken during the curing period, it shall be immediately 43 repaired with additional sealing solution. 44 10. When tested in accordance with ASTM C 156 Water Retention by Concrete Curing 45 Materials, the curing Compound shall provide a film which shall have retained 46 within the test specimen a percentage of the moisture present in the specimen when 47 the curing compound was applied according to the following. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOMMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised Decenibcr?0.2012 City Project No. 021111 32 13 13 - 17 CONCRETE PAVING Page 17 of 20 1 11. Contractor shall maintain and properly repair damage to curing materials on 2 exposed surfaces of concrete pavement continuously for a least 72 hours. 3 J. Monolithic Curbs 4 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 5 back from the paving mixer, shall be placed \,vithin 20-minutes after being mixed. 6 2. After the concrete has been Struck off and sufficiently set, the exposed surfaces 7 shall be thoroughly worked with a wooden flat. 8 3. The exposed edges shall be founded by the use of an edging tool to the radius 9 indicated on the Drawings. 10 4. All exposed surfaces ofcurb shall be brushed to a smooth and uniform surface. 1 l K. Alley Paving 12 1. Alley paving shall be constructed in accordance with the specifications for concrete 13 paving hereinbefore described, in accordance with the details shown on the 14 Drawings, and \with the following additional provisions: 15 a. Alley paving shall be constructed to the typical cross sections shown on the 16 Drawings. 17 b. Transverse expansion joints of the type sho\.vn on the Drawings shall be 18 constructed at the property line on each end of the alley with a maxinnunn 19 spacing of 600 feet. 20 c. Transverse contraction and duunny joints shall be placed at the spacing shown 21 on the Dfawl170's. 22 d. Contraction and dtlmnny Joints shall be formed in such a manner that the 23 required joints shall be produced to the satisfaction of the City. 24 e. All joints shall be constructed in accordance with this specification and filled 25 in accordance with the requirement of Section 32 13 73. 26 L. Pavement Leaveouts 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 I . Pavement leaVeOUts as necessary to maintain and provide for local traffic shall be provided at location indicated on the Drawings or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. 3.5 REPAIR A. Repair of concrete pavement concrete shall be consistent with the Drawings and as specified in Section 32 01 29. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Concrete Placement 1. Place concrete using a fill])/ automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a ftdly automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 MG GROUND STORAGE TANK, WATER. AND DRAINAGE IMPROVEMENTS City Project No. 021 11 ? 13 13 - 18 CONCRETE. PAVING Pm c Is of 20 1 B. Testing of Materials 2 1. Provide samples of all materials for testing test shall be made a! the expense of tile 3 G4ty, unless otherwise specified in the special provisions or in the Drawings. 4 2. In the event the initial sampling and testing does not comply with the specifications, 5 all Subsequent testing of the material in order to determine if the material is 6 acceptable shall be at the Contractor's expense at the same rate charged by the 7 commercial laboratories. 8 3. All testing shall be in accordance with applicable ASTM Standards and concrete 9 testing technician must be ACI certified or equivalent. 10 C. Pavement Thickness Test I I 1. Upon completion of the work and before final acceptance and final payment shall 12 be made, erg pavement thickness test shall be made by the City. 13 2. The number of tests and location shall be at the discretion of the City, unless 14 otherwise specified in the special provisions or on the Drawings. 15 3. The cost for the initial pavement thickness test shall be the expense of the 16 Contractor City. 17 4. In the event a deficiency in the thickness of pavement is revealed during normal 18 testing operations, subsequent tests necessary to isolate the deficiency shall be at 19 the Contractor's expense. 20 5. The cost for additional coring test shall be at the same rate charged by commercial 21 laboratories. 22 6. Where the average thickness of pavement in the area found to be deficient in 23 thickness by more than 0.20 inch, but not more than 0.50 Inch, payment shall be 24 made at an adjusted price as specified in the following table. 25 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 1 100 percent 0.21 — 0.30 1 80 percent 0.31 — 0.40 1 70 percent 0.41 —0.50 1 60 percent 26 27 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 28 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever 29 is greater, shall be evaluated by the City. 30 8. If, in the judgment of the City the area of such deficiency should not be removed 31 and replaced, there shall be no payment for the area retained. 32 9. If, in the judgment of the City, the area of such deficiency warrants removal, the 33 area shall be removed and replaced, at the Contractor's entire expense, with 34 concrete of the thickness shown on the Drawings. CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Prgiect No. 02111 321313 -19 CONCRETE PAVING Page 19 or20 1 10. Any area of pavement found deficient In thickness by more than 0.75 inch or more 2 than 1/10 of the plan thickness, whichever is greater, shall be removed and 3 replaced, at the Contractor's entire expense, with concrete of the thickness sho\vn 4 on the Drawings. 5 I I , No additional payment over the contract unit price shall be made for any pavement 6 of a tlllckness exceeding that required by the Drawings. 7 D. Pa\%ement Strength Test 8 1. DLII'111g the progress of the \work, the Gityshall provide trained technicians to cast 9 test cylinders for conforming to ASTM C31, to maintain a check on the 10 compressive strengths of the concrete being placed. 1 1 2. After the cylinders have been cast, they shall remain on the job site and then 12 transported, moist cured, and tested by the City in accordance with ASTM C31 and 13 ASTM C39. 14 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 15 28 days, and I cylinder shall be held or tested at 56 days, if necessary. 16 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 17 and expense, core the pavement in question and have the cores tested by an 18 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 19 the average of all cores must meet 100 percent of the minimum specified strength, 20 \vith no individual core resulting in less than 90 percent of design strength, to 21 override the results of the cylinder tests. 22 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 23 meet mininunn specified strength, additional cores shall be taken to identify the 24 limits of deficient concrete pavement at the expense of the Contractor. 25 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 26 meeting the minimum specified strength shall be subject to the money penalties or 27 removal and placement at the Contractor's expense as show in the following table. 28 Pcl-cent Deficient Greater Timm 0 percent -Not More Than 10 percent Greater Than 10 percent - Not More Than 15 percent Greater Than 15 percent 29 Percent of Contract Price Allowed 90-percent 80-percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 30 7. The amount of penalty shall be deducted fi-oln payment due to Contractor; such as 31 penalty deducted is to defray the cost of extra maintenance. 32 8. The strength requirements for structures and other concrete work are not altered by 33 the special provision. 34 9. No additional payment over the contract unit price shall be made for any pavement 35 of strength exceeding that required by the Drawings and/or specifications. 36 E. Cracked Concrete Acceptance Policy 37 1. If cracks exist in concrete pavement upon completion of the project, the Project 38 Inspector shall make a determination as to the need for action to address the 39 cracking as to its cause and recommended remedial work. CITY OF FORT WORTH CAYEOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20.201_2 City Project No.02111 32 13 I - 20 CONCRETE PAVING Pasc 20 or20 1 2. If the recommended remedial wvork is routing and sealing of the cracks to protect 2 the subgrade, the Inspector shall make the determination as to whether to rout and 3 seal the cracks at the time of final inspection and acceptance or at any time prior to 4 the end of the project maintenance period. The Contractor shall perform the routing 5 and sealing \work as directed by the Project Inspector, at no cost to the City, 6 regardless of the cause of the cracking. 7 3. If remedial work beyond routing and sealing is determined to be necessary, the S Inspector and the Contractor will attempt to agree ou the cause Of the cracking. If 9 agreement is reached that the cracking is due to deficient materials or workmanship, 10 the Contractor shall perform the remedial work at no cost to the City. Remedial 1 ] work in this case shall be limited to removing and replacing the deficient work with 12 new material and workmanship that meets the requirements of the contract. 13 4. If remedial work beyond routing and sealing is determined to be necessary, and the 14 Inspector and the Contractor agree that the cause of the cracking is not deficient 15 materials or workmanship, the City may request the Contractor to provide an 16 estimate of the cost of the necessary remedial work and/or additional work to 17 address the cause of the cracking, and the Contractor will perform that work at the Is agreed -upon price if the City elects to do so. 19 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 20 the cause of the cracking, the City may hire an independent geotechnical engineer 21 to perform testing and analysis to determine the cause of the cracking. The 22 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 23 with the City. The Contractor and the City shall use the services of a geotechnical 24 firm acceptable to both parties. 25 6. If the geotechnical engineer determines that the primary cause of the cracking is the 26 Contractor's deficient material or workinauship, the remedial work will be 27 performed at the Contractor's entire expense and the Contractor will also reimburse 2S the City for the balance of the cost of the geotechnical investigation over and above 29 the amount that has previously been escrowed. Remedial work in this case shall be 30 limited to removing and replacing the deficient work with new material and 31 workmanship that meets the requirements of the contract. 32 7. If the geotechnical engineer determines that the primary cause of the cracking is not 33 the Contractor's deficient material or workmanship, the City will return the 34 escrowed finds to the Contractor. The Contractor, on request, will provide the City 35 an estimate of the costs of the necessary remedial work and/or additional work and 36 will perform the work at the agreed -upon price as directed by the City. 37 3.8 -3.14 [NOT USED] 38 END OF SECTION 39 40 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 I Doug Rademaker 2.2.D N/lodified to clarify acceptable fly ash substitution in concrete paving CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Prgject No. 021 1 1 3?131-0-1 CONCRETE- SIDEWALKS. DRIVE1vAYS AND BARRIER FREE RAMPS Page I of6 1 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1- GENERAL 4 1.1 SUAINIARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier fi-ee ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modified 1.2.A.I.b.1 11 2. Added 1.2.A.I.b.2 12 3. Modified 1.2.A.2.b.1 13 4. Added 1.2.A.2.b.2 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 7 3. Section 02 41 13 - Selective Site Demolition Is 4. Section 32 13 13 - Concrete Paving 19 5. Section 32 13 73 - Concrete Paving Joint Sealants 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Concrete Sidewalk 23 a. Measurement 24 1) Measurement for this Item shall be by the square foot of completed and 25 accepted Concrete Sidewalk in its final position for various: 26 a) Thicknesses 27 b) Types 28 b. Payment 29 1) Unit Price - The work performed and materials furnished in accordance 30 with this Item and measured as provided under "Measurement" will be paid 31 for at the unit price bid per square foot of Concrete Sidewalk. 32 2) Lump Sum Price - The work performed and materials furnished in 33 accordance with this Item and measured as provided under "Measurement" 34 will be included in the total lump sum price. 35 c. The price bid shall include: 36 1) Excavating and preparing the subgrade 37 2) Furnishing and placing all materials 38 2. Concrete Driveway 39 a. Measurement 40 1) Measurement for this Item shall be by the square foot of completed and 41 accepted Concrete Driveway in its final position for various: CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE- IMPROVENIENTS Revised April 30. ?013 City Project No. 02111 32 13 20 - 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Pace 2 o1 6 1 a) Thicknesses b) Types 3 2) Dimensions \vill be taken from the back of the projected curb, including the 4 area of the curb radii and \will extend to the limits specified in the 5 DI"a\w111(?S. 6 3) Sidewalk portion of drive will be included in driveway measurement. 7 4) Curb on drive will be included in the driveway measurement. 8 b. Payment 9 1) Unit Price - The work performed and materials furnished in accordance 10 wIth this ltein and measured as provided under "Measurement" will be paid 11 for at the unit price bid per square foot of Concrete Driveway. 12 2) Limit) Sunl Price - The work Derformed and materials furnished in 13 accordance with this Item and measured as Drovided under "Measurement" 14 will be included in the total 11.11111) sum price.. 15 c. The price bid shall include: 16 1) Excavating and preparing the subgrade 17 2) Furnishing and placing all materials 18 3. Barrier Free Ramps 19 a. Measurement 20 1) NfeasLlrernent for this Item shall be per each Barrier Free Ramp completed 21 and accepted for various: 22 a) Types 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 each "Barrier Free Ramp" installed. 27 c. The price bid shall include: 28 1) Excavating and preparing the subgrade 29 2) Furnishing and placing all materials 30 3) Curb Ramp 31 4) Landing and detectable \warning surface as shown on the Drawings 32 5) Adjacent flares or side curb 33 1.3 REFERENCES 34 A. Abbreviations and Acronyms 35 1. TAS —Texas Accessibility Standards 36 2. TDLR — Texas Department of Licensing and Regulation 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 2, American Society for Testing and Materials (ASTM) 42 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 43 Construction (Non -extruding and Resilient Types) 44 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 45 Standard Effort (12,400 ft-lbf/ft3) CITY OF FORT WORTII CAYLOR 5 \SIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised April 30. 201 3 City Prgject No. 021 1 1 3--1 13 20 - 3 CONCRETF. SIDEWALKS. DRIVEWAYS AND BARRIER FREE RAiNIPS Page 3ofo 1 1.4 ADMINISTRATIVE REQUIRETVIENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Mil Design: submit for approval. Section 32 13 13. 5 B. Product Data: submit product data and sample for pre -cast detectable warning for 6 barrier free ramp. 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 [NOT USED] 1 1 1.11 FIELD CONDITIONS 12 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 16 2.2 EQUIPMENT AND MATERIALS 17 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 18 the finished work. 19 B. Concrete: see Section 32 13 13. 20 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 21 class for concrete sidewalks, driveways and barrier free ramps is shown in the 22 following table: 23 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maxl117ur11 psi Ratio Size, inch A 470 3000 0.58 1-1/2 24 C. Reinforcement: see Section 32 13 13. 25 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 26 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 27 otherwise shown on the Drawings or detailed specifications. 28 D. Joint Filler 29 1. Wood Filler: see Section 32 13 13. 30 2. Pre -Molded Asphalt Board Filler 31 a. Use only in areas where not practical for wood boards. 32 b. Pre -molded asphalt board filler: ASTM D545. 33 c. Install the required size and uniform thickness and as specified in Drawings. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised April 30, 2013 City Prgject No. 021 1 1 32 13 20 - ] CONCRETE SIDEWALKS. DRIVENVAYS AND BARRIER FREE RAMPS Palle 4 of6 1 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. 3 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] S 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Surface Preparation 1 1 1. Excavation: Excavation required for the construction of sidewalks, driveways and 12 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 13 established by the City. 14 2. Fine Grading 15 a. The Contractor shall do all necessary filling, leveling and fine grading required 16 to bring the subgrade to the exact grades specified and coinpacted to at least 90 17 percent of maximum density as determined by ASTM D698. is b. Moisture content shall be within minus 2 to plus 4 of optinuun. 19 c. Any over -excavation shall be repaired to the satisfaction of the City. 20 B. Demolition / Removal 21 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 22 3.4 INSTALLATION 23 A. General 24 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 25 2. Sidewalks constructed in driveway approach sections shall have a minimum 26 thickness equal to that of driveway approach or as called for by Drawings and 27 specifications within the limits of the driveway approach. 28 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 29 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 30 The construction of the driveway approach shall include the variable height radius 31 curb in accordance with the Drawings. 32 4. All pedestrian facilities shall comply with provisions of TAS including location, 33 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 34 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 35 separate pay). 36 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 37 position during the depositing of concrete. 38 C. Reinforcement: see Section 32 13 13. 39 D. Concrete Placement: see Section 32 13 13. 40 E. Finishing CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUiNIENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ised April 30.2013 Cite Project No.0?111 32 13 20-5 CONCRETE SIDEWALKS. DRIVEWAYS AND BARRIER FREE RAMPS Pa,,,c 5 oT6 1 I. Concrete Sidewalks, driveways and barrier free ramps Shall be finished to a true, 2 even surface. 3 2. Tro\vel 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 \vitll 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 maxIDIUM 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. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE 1IMPROVEMENTS Revised April 30, 2013 City Project No. 021 11 1 2 3 4 ti 6 7 5 9 10 12 32 1320-6 CONCRETE SIDEWALKS. DIMIF\\ AYS AND BARRIER FREE RAiMPS Page 6 of6 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP INOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12; 20/2012 D. Johnson 1 2.A.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revised April 30, 2013 CAYLOR ; MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 021 11 321373-1 CONCRETE PAVING .JOINT SEALANTS Pare 1 of4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint scaling for concrete pavement and curbs. 7 B. Deviations fi-om this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Added 1.2.A.2.b 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division I - General Requirements 13 3. Section 32 13 13 - Concrete Paving 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. MeaSLII-ement for this Item shall be by the linear foot of Joint Sealant completed 18 and accepted only when specified in the Drawings to be a pay item. 19 2. Payment 20 a. Unit Price - The work performed and materials fiunished in accordance with 21 this Item are subsidiary to the various items bid and no other compensation will 22 be alkOwed, unless specifically specified on Drawings. 23 b. Lump SUM Price - The work performed and materials furnished in accordance 24 with this Item are included in the total IlmlD sum price. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. ASTM International (ASTM): 31 a. D5893, Standard Specification for Cold Applied, Single Component, 32 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 33 Pavements 34 1.4 ADA41NISTRATIVE REQUIREMENTS fNOT USED] 35 1.5 ACTION SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALSANFORNIATIONAL SUBMITTALS 37 A. Test and Evaluation Reports CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Prcjcct No. 021 11 i21i7i-2 CONCRETF PAVING JOINT SEALANTS Pa,,e 2 of 4 I 1. Prior to installation, fin-nish certification by an independent testing laboratory that 2 the silicone joint sealant meets the requirements of this Section. 3 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 4 has a minimum 2-year demonstrated, documented SLJccesstul field performance 5 with concrete pavement silicone joint sealant systems. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD CONDITIONS 1 1 A. Do not apply joint sealant when the air and pavement temperature is less than 35 12 degrees F 13 B. Concrete surface must be clean, dry and frost free. 14 C. Do not place sealant in an expansion -type joint if surface temperature is below 35 15 degrees F or above 90 degrees F. 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 19 2.2 MATERIALS & EQUIPMENT 20 A. Materials 21 1. Joint Sealant: ASTM D5893. 22 2. Joint Filler, Backer Rod and Breaker Tape 23 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 24 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 25 b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent 26 the joint sealant from flowing to the bottom of the joint. 27 c. The backer rod and breaker tape shall be compatible with the silicone joint 28 sealant and no bond or reaction shall occur between them. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] CITY OF FORT woRTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 32 13 7i-3 CONCRETE- PAVING JOINT SEALANTS P sec 3 of -I 3.4 INSTALLATION A. General 3 1. The silicone sealant shall be cold applied. 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has Sufficient strength 5 pl''or to sealing Io111tS. 6 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide alt necessary equipment and keep equipment in a satisfactory working I I condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess 17 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant Llniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints: see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 31 2. Use compressed air to remove the resulting dust fi-onl the joint. 32 3. Sandblast joints after complete drying. 33 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 34 directed at an angle of 45 degrees and at a distance of 1 to 2 inches front the 35 face of the joint. 36 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 37 c. When sandblasting is complete, blow-out using compressed air. 38 d. The blow tube shall fit into the joints. 39 4. Check the blown joint for residual dust or other contamination. 40 a. If any dust or contamination is found, repeat sandblasting alld blowing until the 41 joint is cleaned. 42 b. Do not use solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 44 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 45 the joint sealant. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Rey ised December 20, 2012 City Project No. 021 11 "21373-4 CONCRETE PAVING.IOINT SEALANTS Pa,c 4 of 4 1 7. Do not leave open, cleaned joints unsealed overnight. 2 E. Joint Sealant 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 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU\9ENTS Revised December 20. 2012 SUMNIARY OF CHANGE CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 021 1 1 32 31 13 - I CHAIN LINT: FENCE AND GATES Paine I of S 1 SECTION 32 31 13 CHAIN LINK FENCE AND GATES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Galvanized coated chain link (non -security) fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories 10 4. On utility projects: 1 1 a. When existing fence is within the project Site (i.e. parallel to the utility trench 12 and/or within utility easement) and is directly disturbed by construction 13 activities, fencing will be paid for as listed in Article 1.2 below. 14 b. When existing fence is crossing the proposed utility trench, the work performed 15 and materials furnished in accordance with fence replacement will be 16 considered subsidiary to the trench and no other compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is identified as 18 protected on the Dra\vings and is disturbed and/or by construction activities, 19 replacement \vill be at the expense of the Contractor and no other compensation 20 will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. Added 1.1. C.3 23 2. Modified 1.2.A.1.b.1 24 3. Added 1.2.A.1.b.2 25 4. Modified 1.2.A.2.b.1 26 5. Added 1.2.A.2.b.2 27 6. Added 2.2.13.1.a.5 28 C. Related Specification Sections include, but are not necessarily limited to: 29 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 30 2. Division I - General Requirements 31 3. 32 31 14 - Heavv Dutv Cantilever Gates 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement and Payment 34 1. Chain Link Fence 35 a. Measurement 36 1) Measurement for this Item shall be by the linear foot of Chain Link Fence 37 installed. 38 b. Payment CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S \VATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 I 1 CHAIN LINK FENCE AND GATES Poee -' of X 1 1) Unit Price - The work performed and materials furnished in accordance 2 with this Item and measured as provided under "Measurement" will be paid 3 for at the unit price bid per linear foot of Chain Link Fence installed for 4 varlOLIS: 5 a) Heights 6 b) Fabric materials 7 2) LLllnp Sum Price - The `,work performed and materials furnished in 8 accordance with this Item for various heii;hts and various fabric materials 9 and measured as provided under "Measurement" will be included in the 10 total lump sum price. I 1 c. The price bid shall include: 12 1) Furnishing and installing all fence and gate materials 13 2) Mow strip, if shown in Drawings 14 3) Cleanup 15 4) Hauling 16 2. Wrought Iron Fence 17 a. Measurement 18 1) Measurement for this Item shall be by the linear foot of Wrought Iron 19 Fence installed. 20 b. Payment 21 1) Unit Price - The work performed and materials filrnished in accordance 22 with this Item and measured as provided under "Measurement" \vill be paid 23 for at the unit price bid per linear foot of Wrought Iron Fence installed for 24 various heights. 25 2) Lump Sum Price - The work Derformed and materials furnished in 26 accordance with this Item for various heights and measured as Drovided 27 under "Measurement" will be included in the total lump sum price. 28 c. The price bid shall include: 29 1) Furnishing and installing all fence and gate materials 30 2) N/Iow strip, if shown in Drawings 31 3) Cleanup 32 4) Hauling 33 3. Steel Tube Fence 34 a. Measurement 35 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 36 installed. 37 b. Payment 38 1) Unit Price - The work performed and materials filrnished in accordance 39 with this Item and measured as provided under "Measurement" will be paid 40 for at the unit price bid per linear foot of Steel Tube Fence installed for 41 various heights. 42 2) LumD Sum Price - The work performed and materials furnished in 43 accordance with this Item for various heights and measured as provided 44 under "Measurement" will be included in the total lump sum Drice 45 c. The price bid shall include: 46 1) Furnishing and installing all fence and gate materials 47 2) Mow strip, if shown in Drawings 48 3) Cleanup 49 4) Hauling CITY OF FORT WORTH CAYLOR 5 n9G GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 3231 13-3 CIIAIN LINK FENCE AND GATES Page 3 of 8 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. American Society for Testing and N9aterials (ASTM): 7 a. A 36, Standard Specification for Carbon Structural Steel 8 b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 9 and Steel Products 10 c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Felice Fabric 1 1 d. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 12 Steel Structural Tubing in Rounds and Shapes 13 e. F 626, Standard Specification for Fence Fittings 14 f. F 1043, Standard Specification for Strength and Protective Coatings on Steel 15 Industrial Chain Link Fence Framework 16 g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 17 (Galvanized) Welded, for Fence Structures 18 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 ACTION SUBMITTALS 21 A. Shop drawings 22 1. Layout of fences and gates Nvith dimensions, details, and finishes of components, 23 accessories and post foundations if requested by the City. 24 B. Product data 25 1. Manufacturer's catalog cuts indicating material compliance and specified options. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBIVIITTALS [NOT USED] 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 USED1 32 1.12 WARRANTY [NOT USED1 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED [NOT USED] 35 2.2 MANUFACTURED UNITS / MATERIALS 36 A. Manufacturer 37 1. Minimum of 5 years of experience manulacturing galvanized coated chain link 38 fencing. 39 2. Approved Manufacturer or equal: 40 a. Allied Fence, Inc. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVEMENTS Revised Decembcr 20, 2012 City Project No. 021 1 1 32 31 13 -a CHAIN LINK FENCE AND GATES P L,c4 oI's 1 b. American Felice Corp. 2 c. Anchor Fence, Inc. 3 d. Master Halco, Inc. 4 B. Materials 5 1, Chain Link Fence 6 a. General 7 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire 8 shall be of steel. 9 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands 10 and other parts shall be of steel, malleable iron, ductile iron or equal 11 3) Post tops, rall end, ties and clips May be of aluminum. 12 4) Use only new material, or salvaged/existing material if approved by City or 13 noted on Drawings. 14 5) For Cantilever Gates when noted on Drawings reference Section 32 31 14 15 for Heavv Duty Cantilever Gates. 16 6) Fabric 17 a) No. 9 gauge 18 b) 2-inch mesh 19 (1) Commercial: both top and bottom selvages t\vlsted and barged 20 Residential: match existing or both top and bottom selvages knuckled 21 (2) Furnish I -piece fabric widths. 22 7) Fabric Finish: Galvanized, ASTM A 392, Class 1, with not less than 12 oz. 23 zinc per square foot of surface. 24 b. Aluminum Fabric 25 1) Fabric 26 a) ASTM F 1183 27 b) No. 9 gauge 28 c) 2-inch mesh, with both top and bottom selvages t\visted and barged. 29 d) Furnish 1-piece fabric widtlis. 30 c. Steel Framing 31 1) Steel pipe - Type I 32 a) ASTM F 1083 33 b) Standard weight schedule 40 34 c) Minimum yield strength: 30,000 psi 35 d) Sizes as indicated 36 e) Hot -dipped galvanized with minimum average 1.8 oz/ft' of coated 37 surface area 38 2) Steel pipe - Type II 39 a) ASTM F 1043, Group IC 40 b) Minimum yield strength: 50,000 psi 41 c) Sizes as indicated on Drawings 42 d) Protective coating per ASTM F 1043 43 (1) External coating Type B 44 (a) Zinc with organic overcoat 45 (b) 0.9 OZ/ft"' 1111111111L1111 Zinc coating with chromate conversion 46 coating and verifiable polymer film 47 (2) Internal coating Type B 48 (a) Minimum 0.9 oz/ft' zinc or Type D, zinc pigmented, 81 percent 49 nominal coating, minimum 3 mils CITY OF FORT WORTH CAYLOR > ,MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- ]IMPROVEMENTS Revised December 20. 2012 City Project No. 02111 3231 13-i CHAIN LINK FENCE AND GATES P tuc 5 oTs 1 3) formed Steel ("C"') sections: 2 a) Roll formed steel shapes complying with ASTM F 1043, Group 11 3 b) Minimum yield strength: 45,000 psi (310 MPa) 4 c) Sizes as indicated on Drawings 5 d) External coating per ASTM F 1043, Type A 6 (1) M roil n rn average 2.0 oz/ft' of zinc per ASTM A 123 7 4) Steel square sections 8 a) ASTM A 500, Grade B 9 b) Minimum yield strength: 40,000 psi 10 c) Sizes as indicated on Drawings 1 I d) Not -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area 12 d. Accessories 13 1) Chain link fence accessories 14 a) ASTM F 626 15 b) Provide items required to complete fence system. 16 c) Galvanize each ferrous metal item and finish to match framing. 17 2) Post caps 18 a) Formed steel or cast malleable iron weather tight closure cap for 19 tLlbLIIar posts. 20 b) Provide 1 cap for each post. 21 c) Cap to have provision for barbed wire when necessary. 22 d) "C" shaped line post without top rail or barbed wire supporting arms do 23 not require post caps. 24 e) Where top rail is used, provide tops to permit passage of top rail. 25 3) Top rail and rail ends 26 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 27 b) Pressed steel per ASTM F626 28 c) For connection of rail and brace to terminal posts 29 4) Top rail sleeves 30 a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 31 1.80 inch length spring, allowing for expansion and contraction of top 32 rail 33 5) Wire ties 34 a) 9 gauge galvanized steel wire for attachment of fabric to line posts 35 b) Double wrap 13 gauge for rails and braces. 36 c) Hog ring ties of 12-1/2 gauge for attachment 37 6) Brace and tension (stretcher bar) bands 38 a) Pressed steel 39 b) Minimum 300 degree profile curvature for secure fence post attachment 40 c) At square post provide tension bar clips. 41 7) Tension (stretcher) bars: 42 a) I piece lengths equal to 2 inches less than fall height of fabric 43 b) Minimum cross-section of 3/16 inch x 3/4 inch 44 c) Provide tension (stretcher) bars where chain link fabric meets terminal 45 posts. 46 8) Tension wire 47 a) Galvanized coated steel \wire, 6 gauge, [0.192 inch] diameter wire 48 b) Tensile strength: 75,000 psi 49 9) Truss rods & tightener 50 a) Steel rods with minirinun diameter of 5/16 inch CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE. TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE lA4PROVF:NIENTS Re\'ised December 20. 2012 City Project No. 021 1 1 3231 li-6 CHAIN LINK FENCE AND GATES Pau 6 of 8 1 b) Capable of withstanding a tension of ]ninimum 2,000 Pounds 2 10) NtItS and bolts are galvanized. 3 2. Wrought Iron Fence: specified per Drawings. 4 3. Steel Tube Fence: specified per Drawings. 5 4. Setting Materials 6 a. Concrete 7 1) i\ 1111nlunl 28 day compressive strength of 3,000 psi 8 2) Bagged concrete allowed. 9 b. Drive Anchors 10 1) Galvanized angles 11 2) ASTM A 36 steel 12 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. 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 18 A. Verification of Conditions 19 1. Verify areas to receive fencing are completed to final grades and elevations. 20 2. Ensure property lines and legal bOLllldal'les of work are clearly established 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Chain Link Fence Framing 24 1. Locate terminal post at each fence termination and change in horizontal or vertical 25 direction of 30 degrees or more. 26 2. Space line posts uniformly at 10 feet on center. 27 3. Set all posts in concrete 28 a. Drill holes in firm, undisturbed or compacted soil. 29 b. Drill hole diameter 4 times greater than outside dimension of post. 30 c. Set post bottom 24 Inches belo\v Surface wheli Ill fil-111, Undisturbed soil. 31 d. Excavate deeper as required for adequate support in soft and loose soils, and for 32 posts with heavy lateral loads. 33 e. Place concrete around posts in a continuous pour. Trowel finish around post. 34 Slope to direct water away from posts. 35 4. Check each post for vertical and top allgnmellt, and maintain In posltloIl during 36 placement and finishing operations. 37 5. Bracing 38 a. Install horizontal pipe brace at mid-lieioht for fences 6 feet and taller, on each 39 side of terminal posts. 40 b. Firmly attach with fittings. 41 c. Install diagonal truss rods at these points. 42 d. Adjust truss rod, ensuring posts remain plumb. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 021 1 1 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2� ,3 24 25 26 27 28 29 30 31 32 33 34 35 36 37 39 3231 13-7 CHAIN LINK FENCE AND GATES Pa,-,c 7 ofS 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches ou center. 7. Top rail a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Lluk Fabric Installation 1. Fabric a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wine ties to line posts at 15 inches ou center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tic wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per Drawings D. Steel Tube Fence: install per Drawings 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lou CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revised December 20, 2012 CAYLOR 5 \dG GROUND STORAGE TANK, WATER, AND DRAINAGE INIPROVENIENTS Citv Project No. 02111 3231 13-5 CHAIN LINK FENCE AND GATES Page S of S DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I.I.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ ised December 20, 2012 City Project No. 021 11 7 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 32 31 14 CANTILEVER GATES 3231 14-I CANTILEVER GATES Page 1 of's 5 A. Section Includes: 6 1. The work in this section shall include furnishing all labor, materials, equipment and 7 appliances necessary to complete all Heavy Duty Chain Link Cantilever Slide 8 Gate(s) required for this project in strict accordance with this specification section 9 and drawings. 10 B. Related Specification Sections include, but are not necessarily limited to: 1 I 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Heavy Duty Chain Link Cantilever Gate 16 a. Measurement 17 1) Measurement for this Item shall be per each Cantilever Gate installed. 18 b. Payment 19 1) Lump Sum Price - The work performed and materials furnished in 20 accordance with this Item for various heights and various fabric materials 21 and measured as provided under "Measurement" will be included in the 22 total lump sum price. 23 c. The price bid shall include: 24 1) Furnishing and installing all gate materials 25 2) Cleanup 26 3) Hauling 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification, unless a date is specifically cited. 32 2. Underwriters Laboratory Gate Operator Requirements (UL 325). See 3.02 C. 33 3. American Society for Testing and Materials (ASTM): 34 a. ASTM F 2200 —Standard Specification for Automated Vehicular Gate 35 Construction. See 2.01 C. 36 b. ASTM F 1184 Standard Specification for Industrial and Commercial 37 Horizontal Slide Gates, Type II, Class 2. See 3.02 B. 38 4. American Welding Society AWS D1.2 Structural Welding Code. See 2.01 D and 39 2.03 D. CITY OF FORT NVORTH CAYLOR s \4G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE 11\4PROVE-NIENTS November 2014 City Project No. 021 1 1 32 31 14 - -1 CANTILEVER GATES Pay=c 2 ors 1 1.4 ADNIIINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS 3 A. Shop drawings 4 1. Supply shop drawings showing the gate system, including details of all major 5 components. 6 2. Include details of gate construction, gate height, and post spacing dimensions. 7 B. Product data 1. N/Ianufacturer's catalog cuts indicating material compliance and specified options. 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS I I A. Certification of Performance Criteria: 12 1. N/Iarlufacturer of gate system shall provide certification stating the gate system 13 includes the following material components that provide superior performance and 14 longevity. Alternate designs built to minimum standards that do not include these 15 additional structural features shall not be accepted. 16 2. Gate track system shall be keyed to interlock into gate frame member (providin) 17 200% additional strength when compared to weld only keyless systems). When 18 interlocked with and welded to the "keyed" frame top member, gate track forms a 19 composite structure. 20 B. Gate shall have a minimum counterbalance length of 50% opening width which 21 provides a 36% increase in lateral resistance (when compared to ASTM minimum 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 2� 2.1 OWNER -FURNISHED [NOT USED] 29 2.2 MANUFACTURED UNITS / MATERIALS 30 A. Heavy Duty Cantilever Slide Gate dimensions shall be as shown on the detail drawings 31 B. Manufacturers 32 1. Manufacturer List 33 a. Tymetal Corporation 34 b. Approved equal 35 C. Materials 36 1. Gate Frame: CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCU\4ENTS WADER, AND DRAINAGE IMPROVENIENTS No\ ember 2014 Citq Project No. 021 11 32 11 14 - CANTILEVER GATT S Paec ; of 5 l a. The gate ti-ame shall be fabricated from 6063-T6 aluminum alloy extrusions. ? The top member shall be a 3" x 5" (761rim x 127nun) aluminum structural 3 channel/tube extrusion weighing not less than 3.0 lb/If (4.4kg/m). To maintain 4 strrictnral integrity this fi-ame member shall be "keyed" to interlock \vith the 5 "1<c_ycd" track member. If fabricated as a single horizontal piece, the bottom 6 member shall be a 2" x 5" (511nm x 1271un) aluminum structural tube weighing 7 not less than 2.0 lb/If (2.9kghn). If fabricated in two horizontal pieces, the 8 bottom member shall be a 5" (127nun) aluminum structural channel weighing 9 not less than 2.6 lb/If (3.8kghn). When the gate frame is manufactured in two 10 horizontal pieces or sections, they shall be spliced in the field (the gate frame 1 I shall be fabricated in one or multiple sections depending on size requirements or 12 project constraints). 13 2. Vertical Members (Chain Link): 14 a. The vertical members at the ends of the gate frame shall be "P" shaped in cross 15 section with a nominal base dimension of no less than 2" x 2" (51 mm x 51 min) 16 and weighing not less than 1.6 lb/If (2.3kghu). Major 2" x 2" (51 nun x 51 nun) 17 vertical members weighing not less than 1.1 lb/If shall separate each bay and 18 shall be spaced at less than gate height intervals. 19 b. Intermediate 1" x 2" (251nm x 51nm1) vertical members weighing not less than 20 .82 lb/If shall alternate between 2" x 2" major members. 21 3. Gate Track 22 a. The gate frame shall have a separate semi -enclosed "keyed" hack, extruded 23 from 6OO5A-T61 or 6105-T5 aluminum alloy, weighing not less than 2.9 lb/If 24 (4.2kgim). The track member is to be located on only one side of the top 25 primary. Welds to be placed alternately along the top and side of the track at 26 9" (229nun) centers with welds being a minimum of 2" (5 limn). 27 4. All welds on the gate frame shall conform to Welding Procedure Specification and 28 Procedure Qualification Record to insure conformance to the AWS D1.2 Structural 29 Welding Code. All individual welders shall be certified to AWS D1.2 welding 30 code. See 1.02 D. 31 5. Gate N401u11tillg: 32 a. The gate frame is to be supported from the track by two (2) swivel type, self- 33 aligning, 4-wheeled, sealed lubricant, ball -bearing truck assemblies. 34 b. The bottom of each support post shall have a bracket equipped with a pair of 3" 35 (76nun) LHMW guide wheels Wheel cover protectors shall be included with 36 bottom guides to comply with UL325. 37 c. Gap protectors shall be provided and installed, compliant with ASTM F 2200- 38 05. 39 6. Diagonal Bracing: 40 a. Diagonal "X" bracing of 3/16" or 1/4" diameter stainless or galvanized steel 41 cable shall be installed throughout the entire gate frame. 42 7. The gate shall be completed by installation of approved filler as specified. 43 a. Chain Link: 2" x 2" x 9 gauge aluminized steel chain link fabric shall extend 44 the entire length of the gate (if operated gate, counterbalance must also have 45 fabric to prevent reach through and comply with ASTM F22OO, see 1.03 C.1) 46 Fabric shall be attached at each end of the gate frame by standard fence industry 47 tension bars and tied at each 2" x 2" (51min x 51 min) vertical member with 48 standard fence industry ties. ASTM F22OO requires attachment method that 49 leaves no leading or bottom edge protrusions (cannot exceed 0.5 inch). CITY OE FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUIVIENTS WATER, AND DRAINAGE IMPROVENIENTS Noyeniber'_014 City Project No. 0-1111 3 3114-4 CANIILF.VER GAPES Pase-4 of5 1 8. Posts: a. A single set of support posts shall be minimum 4" O.D. (102nun) round SS40 3 or 4" x 4" x 3/16" wall square steel tubing, grade 500. Gate posts shall be 4 galvanized or coated and supported in concrete footings per the manufacturer's 5 recommendation. 6 9. Finish: 7 a. Gate to be mill finish aluminum or color coated with polyester powder as S specified. If powder coated, the gate (including track member) and all 9 accessories shall be pretreated chemically by sand blasting or other acceptable 10 method to ensue proper coating adherence. 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. Verification of Conditions 17 1. Verify areas to receive fencing are completed to final grades and elevations. 1 S 2. Ensure property lines and legal boundaries of work are clearly established 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Equipment in this section shall be installed in strict accordance with the company's 22 printed instructions unless otherwise shown on the contract drawings. 23 B. The gate and installation shall conform to ASTM F 1 184 standards for aluminum 24 cantilever slide gates, Type II, Class 2. See 1.02 C. 25 3.5 REPAIR/RESTORATION [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. The complete system shall be adjusted to assure it is performing properly. 29 B. The system shall be operated for a sufficient period of time to determine that the system 30 is in proper working order. 31 C. For operated gate systems - test and explain safety features: 32 1. Each system feature and device is a separate component of the gate system. 33 2. Read and follow all instructions for each component. 34 3. Ensure that all instructions for mechanical components, safety devices and the gate 35 operator are available for everyone who will be using the gate system. 36 4. The warning signs shipped with the gate operator must be installed in prominent 37 position on both sides of the gate. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENJENTS November 2014 Cite Project No. 02111 1 3 4 1 6 7 S 9 10 12 13 14 15 32 31 14-5 CANTILEVER GATES Paee 5 of-5 5. Ensure the owner is clear \,vith regard to the safety points concerning the basic operational guidelines of the safety features of the gate operator system. These safety points are listed in the gate operator manual and must be read prior to system Use. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\CATER. AND DRAINAGE IJMPRO VENIENTS No\ember 2014 City Project No.02111 SECTION 32 31 26 WIRE FENCE AND GATES 3 PARTI- GENERAL 4 5 6 7 S 9 10 11 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 1.1 SUMMARY A. Section Includes: 32 3 1 26 - I WIRE FENCE AND GATES Pa.-c 1 of 6 1. Furnish and construct fence of barbed or smooth \virc. 2. On utility projects: a. When existing fence is within the project Site (i.e. parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench, the work performed and materials fuurnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1.b.1 2. Added 1.2A.1.b.2 3. Modified 1.2A.2.b.1 4. Added 1.2A.2.b.2 C. Related Specification Sections include, but are not necessarily limited to: Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Wire Fence 29 a. Measurement 30 1) Measurement for this Item shall be by the linear foot of Wire Fence, 31 excluding gates. 32 b. Payment 33 1) Unit Price - The work performed and materials furnished in accordance 34 with this Item and measured as provided under "Measurement" will be paid 35 for at the unit price bid per linear foot of Wire fence installed for various: 36 a) Post types 37 b) Wire types 38 c) Number of Strands as specified in the Drawings 39 2) Lump Sum Price - The work performed and materials furnished in 40 accordance with this Item for various cost types, various wire types, and 41 various number of strands and measured as provided under "Measurement" 42 will be included in the total tturup sum price. CITY OF FORT \vORTH CAYLOR > MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 ;2 ;l 26-2 WIRE FENCE AND GATES Pasc 2 of 1 3) The work performed and materials fiirnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price bid per linear foot of Wire fence installed for various: 4 a) Post types 5 b) Wire types 6 c) Number of Strands as specified in the Drawings 7 c. The price bid shall include: 8 1) Removal of existing fence and/or, unless specifically defined as a separate 9 pay item on Drawings 10 2) Furnishing, preparing, hauling, and installing Wire Fence 1 1 3) Excavation, backfilling, and disposal of surplus material 12 4) Removal and trimming of brush and tree limbs 13 2. Steel Gates 14 a. Measurement 15 1) Measurement for this Item shall be per each Steel Fence. 16 b. Payment 17 1) Unit Price - The work performed and materials fiirnished in accordance is with this Item and measured as provided under "Measurement" will be paid 19 for at the unit price bid per each Steel Gate by height. 20 2) Lump Sum Price - The work performed and materials furnished in 1 accordance \.with this Item for various heights and measured as provided ?? under "Measurement" will be included in the total lump sum price. 23 c. The price bid shall include: 24 1) Removal of existing fence and/or gates, unless specifically defined as a 25 separate pay item on Drawings 26 2) Furnishing, preparing, hauling, and installing Steel Gates 27 3) Excavation, backfilling, and disposal of surplus material ZS 4) Removal and trimming of brush and tree limbs 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this specification refer to the current reference standard 32 published at the time of the latest revision date logged at the end of this 33 specification, unless a date is specifically cited. 34 2. American Society for Testing and Materials (ASTM): 35 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 36 Wrought 37 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed Wire 3S c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence 39 Fabric 40 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 41 (Galvanized) Welded, for Fence Structures 42 3. American Wood Protection Association (AWPA) 43 a. P8/P9, Standard for Oil -Borne Preservatives 44 b. C5, Fence Posts - Preservative Treatment by Pressure Processes Cull' OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIE-NTS WATER, AND DRAINAGE IMPROVEiNIENTS Re\'ised December 20. 2012 City Project No. 021 11 32 3 1 26 - 3 WIRE. FENCE AND GATES Pa+ze 3 of-6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORNJATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERLAL 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 I 1 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Furnish materials in accordance with details shown on the Drawings and with the 14 following requirements. 15 B. Metal Posts and Braces 16 1. Steel Pipe: ASTM F 1083 17 2. T posts: ASTM A 702 18 3. Use only new steel. Do not use rerolled or open -seam material. 19 4. Furnish galvanized steel sections in ASTM F 1083. 20 5. Painting 21 a. Use an approved anticorrosive coating. 22 b. After installation of painted posts and braces, spot -coat damaged areas with the 23 same paint color. 24 c. Use paint with at least the same anticorrosive properties as the original paint. 25 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the 26 Drawings. 27 C. Wood Posts and Braces 28 1. Untreated Wood: cedar or juniper timber 29 2. Treated Wood 30 a. AWPA standards govern materials and methods of treatments including 31 seasoning, preservatives, and inspection for treatment. 32 b. Each piece or bundle of other treated -timber products must have: 33 1) Legible brand marl: or tag indicating the name of the treater 34 2) Date of treatment or lot number 35 3) AWPA treatment specification symbol 36 c. Provide the level of preservative indicated in Table 1. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 ;2;126-4 \\ IRE FENCE AND GATES Pit,c-4 of6 1 Table I 2 Minimum Retention of Preservative Penta- Product chlorophenol I AN\'PA (Ib./eu. ft.) Standard ANVPA for Preservative (P8/1,9) Treatment Standard Wire fence posts (round)' 0' C; 3 1. Retention determined by assay (0 to 1.0-inch zone). 4 3. Use sound timber that is free from decay, shakes, splits, or other defects that would 5 weaken the posts or braces or otherwise make them structurally unsuitable for the 6 purposes intended. 7 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, 8 provided they do not exceed 1/3 of the small diameter or the least dimension of the 9 posts and braces. 10 5. Remove spurs and splinters, cutting the ends square. 1 I D. Gates and Gateposts: Furnish materials to the required dimensions. 12 E. Barbed and Smooth Wire: AS TM A 121, Class 1 13 1. Use wire consisting of 2 strand, 12 1 /2 gauge, twisted wire 14 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 15 F. Wire Mesh: ASTM A 116, Class 1 16 1. Top and bottom wires: at least 10 gauge wire 17 2. Intermediate wires and vertical stays: 12 1 /2 gauge \,vice is G. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 20 holding barbed wire and wire mesh firmly to metal posts. 21 2. Use material of good commercial quality and design. ?? 3. Provide galvanized staples, at least 1 1/2 inch long. 23 H. Concrete 24 1. Minimum 28 day compressive strength of 3,000 psi 25 2. Bagged concrete allowed. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. Space fence posts as shown on the Drawings or to match existing. CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Pro'Im No. 021 1 1 i2'126-5 WIRE FENCE AND GATES P Le S orb 1 B. Set fence posts plumb and firm at the Intervals, depth, and grade shown oil the 2 Drawings oi- to Klatch existing. 3 C. Brace collier and pull posts In 2 directions. 4 D. Brace end posts and gateposts in 1 direction. 5 E. Install a corner post where the alignment changes 30 degrees or more. 6 F. At alignment angles betAveen 15 and 30 degrees, brace the angle post to the adjacent 7 line posts with diagonal tension wires. 8 G. At grade depressions \where stresses tend to pull posts out of the ground, snub or guy 9 the fencing at the critical point \with a double 9 gauge galvanized \wire. 10 H. Connect the \wire to the top horizontal line of the barbed wire oi- to the top and bottom 1 I \wire or wire niesh fabric, and to a deadman weighing at least 100 pounds. 12 1. Stretch the fence before guying and snllbbing. 13 ,I. Install nniliber stands at spacing shown in Drawings. 14 K. Install corner, end, or angle post assembly before stretching the wire behveen posts. 15 L. Connect existing cross fences to the new fences and corner posts at junctions with 16 existing fences. 17 M. \Vhile drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties oi- ls staples, or as slimvn on the Drawings. 19 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 20 intervals for \wood posts. 21 O. Drive metal line posts provided driving does not damage the posts. 22 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 23 inches and crowned at the top to shed water. 24 Q. Thoroughly tamp backfill in 4 inch layers. 25 R. Notch timber posts. 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE (NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER. AND DRAINAGE IMPROVEiNIENTS Revised December 20.2012 City Project No. 011 1 1 2 1 3126-6 WIRE FENCE AND GATES Palle 6 of END OF SECTION Revision Log DATE NAME SUMNIARY 01= CHANGE 12/20/2012 D. Johnson I I.I.A. modified to describe when Citv could pay foi- fence replacement on utility prujccts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revised December 20. 2012 CAYLOR 5 NIG GROUND STORAGE TANK, WATER, AND DRAINAGE IfvIPROVEMENTS City Project No. 021 1 1 2921?-1 HYDROMULCHING. SEEDING AND SODDING Past I of 8 1 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING 3 PART]- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings. 7 or as directed. g B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1.b.1 10 2. Added 1.2.A.1.b.2 11 3. Modified 1.2.A.2.b.1 12 4. Added 1.2.A.2.b.2 13 5. Modified 1.2.A.3.b.1 14 6. Added 1.2.A.3.b.2 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 I5 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Block Sod Placement 22 a. Measurement 23 1) Measurement for this Item shall be by the square yard of Block Sod placed. 24 b. Payment 25 l) Unit Price - The work performed and materials furnished in accordance 26 with this Item and measured as provided under "N/leasurement" will be paid 27 for at the unit price bid per square yard of Block Sod placed. 28 2) Lump Sum Price - The work Derformed and materials furnished in 29 accordance with this Item and measured as Drovided under "Measurement" 30 will be included in the total IumD sum Drice. 31 c. The price bid shall include: 32 1) Furnishing and placing all sod 33 2) Rolling and tamping 34 3) Watering (until established) 35 4) Disposal of surplus materials 36 2. Seeding 37 a. Measurement 38 1) Measurement for this Item shall be by the square yard of Seed spread. 39 b. Payment CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 11 9213-21 HYDRONIULCHING. SEEDING AND SODDING PaLe 2 of s 1 I) Unit Price - The Nvork performed and materials furnished In accordance 2 with this Item and measured as provided Linder "Measurement" Will be paid 3 for at the Unit price bid per square yard of Seed placed for various 4 installation methods. 5 2) Lump Sum Price - The work Derformed and materials furnished in 6 accordance with this Item for various installation methods and measured as 7 provided under "Measurement" will be included in the total lump SLIM 8 �rl 1(,e. 9 c. The price bid shall include: 10 1) Furnishing and placing all Seed 11 2) Furnishing and applying water for seed fertilizer 12 3) Slurry and hydraulic mulching 13 4) Fertilizer 14 5) Watering and mowing (until established) 15 6) Disposal of surplus materials 16 3. Mowviny 17 a. NIeaSLr-CIMCnt 18 1) Measurement for this Itelll shall per each. 19 b. Payment 20 1) Unit Price - The \vork performed and materials furnished in accordance 21 with this Item and measured as provided under "Measurement" will be paid 22 for at the unit price bid per each. 23 2) Lump Sum Price - The work Derformed and materials furnished in 24 accordance with this Item and measured as Drovided Linder "Measurement" 25 will be included in the total hung stun price. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 ACTION SUBMITTALS [NOT USED] 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Seed 31 1. Vendors' certification that seeds meet Texas State seed law including: 32 a. Testing and labeling for pure live seed (PLS) 33 b. Name and type of seed 34 2. All seed shall be tested in a laboratory with certified results presented to the City in 35 writing, prior to planting. 36 3. All seed to be of the previous season's crop and the date on the container shall be 37 within 12 months of the seeding date. 38 1.7 CLOSEOUT SUBMITTALS (NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY, STORAGE, AND HANDLING 42 A. Block Sod 43 1. Protect from exposure to wind, sun and freezing. 44 2. Keep stacked sod moist. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 Cite Project No. 021 11 329213-3 IIYDRO\4ULC IIING, SEEDING AND SODDING Pale 3 of 8 1 B. Seed 2 1. If using native grass or wildflower seed, seed must have been harvested within 100 3 miles of the construction site. 4 2. Each species of seed shall be supplied in a separate, labeled container for 5 acceptance by the City. 6 C. Fertilizer 7 1. Provide fertilizer labeled with the analysis. 8 2. Conform to Texas fertilizer law. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] I 1 PART 2 - PRODUCTS [NOT USED] 12 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS AND EQUIPIMENT 14 A. Materials 15 1. Block Sod 16 a. Sod Varieties (match existing if applicable) 17 1) "Stenotaphrum secundatum" (St. Augustine grass) 18 2) "Cynodon dactylon" (Common Bermuclagrass) 19 3) 'Buchloe dactyloides" (Buffalograss) 20 4) an approved hybrid of Common Bermudagrass 21 5) or an approved Zoysiagrass 22 b. Sod must contain stolons, leaf blades, rhizomes and roots. 23 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 24 foreign materials and weeds and grasses deleterious to its growth or which 25 might affect its subsistence or hardiness when transplanted. 26 d. Minimum sod thickness: 3/4 inch 27 e. Maxlmtml grass height: 2 inches 28 f. Acceptable growing beds 29 1) St. Augustine grass sod: clay or clay loam topsoil 30 2) Bermuda in -asses and zoysia grasses: sand or sandy loam soils 31 g. Dimensions 32 1) Machine cut to uniform soil thickness. 33 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 34 handled and rolled without breaking. 35 h. Broken or torn sod or sod with uneven ends shall be rejected. 36 2. Seed 37 a. General 38 1) Plant all seed at rates based On pure live seed (PLS) 39 a) Pure Live Seed (PLS) determined using the formula: 40 (1) Percent Pure Live Seed Percent Purity x [(Percent Germination + 41 Percent Firm or Hard Seed) + 100] 42 2) Availability of Seed 43 a) Substitution of individual seed types clue to lack of availability may be 44 permitted by the City at the time of planting. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPEC]FICATION DOCUMENTS RATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 i_'921i--I HYDROMULCHING. SEEDING AND SODDING Pa,c 4 of s I b) Notify the City prior to bidding of difficulties locating certain species. 2 3) \Veed seed 3 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 4 and other material in the mixture 5 b) Seed not allowed: 6 (1) Johnsongrass 7 (2) Nutgrass seed 8 4) Harvest seed within 1-year prior to planting 9 b. Non-native Grass Seed 10 1) Plant between April 15 and September 10 11 Lbs. Common Name Botanical Name Ptlilty Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) CV170don dciclt,lon 85 90 75 Bermuda (hulled) ct>noclon dcrclt,1017 95 90 12 13 2) Plant between September 10 and April 15 14 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolitan nardliflor-zrnt 85 90 75 Bermuda (unhulled) cynodon cla- cl��lon 95 90 1, 16 c. Native Grass Seed 17 1) Plant between February 1 and October 1. 18 Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloo drrhia 5.5 Sideoats Grama* Boutelorra curilrpendula 3.7 Little Bluestein* Sc/ti=achrriam scopru irnn 17.0 Buffalograss Brrchloe dactrloides 1.8 Indian Grass* Sor•ahastr-rrnr 171Nans 0.5 Sand Lovegrass* Eraar•osti.s trichodes 6.0 Big Bluestein Ar7d1-0p0a0n aerurdii 8.0 Eastern Grama Tripsc•ac•run dac•t- loides 1.2 Blue Grama Bowe°lova aroc•ilis 1.8 Switchgrass parricunr riraunrrrI 10.0 Prairie Wildrye* Elrmrrs canaclensis 19 20 d. Wildflower Seed 21 1) Plant between the following: 22 a) March 5 and May 31 23 b) September 1 and December 24 Lbs. PLS/Acre Common Name 3.0 Bush Sunflower 5.0 Butterfly Weed 2.0 Clasping Coneflower* 3.0 Golden - Wave 13.4 Illinois Bundleflower 13.6 Partridge Pea 2.0 Prairie Verbena CITY OF FORT WORTH STANDARD CONSTRUCTION iiON SPECIFICATION DOCUMENTS Rc\ised December 20. 2012 Botanical ,Varna Si17.Via culrcr Asclepius inberosa Rudbeckia ample.s ic•aulis Coreopsis hasali.s De$murrthus illr17007SiS Cassic7. tsc'ic•rduto i •er•hena hipinnalilida CAYLOR 5 iMG GROUND STORAGE- TANK. WATER. AND DRAINAGE IMPROVENIENTS City Protect No. 021 1 1 32 92 13 -5 HYDROMULCHING, SEEDING AND SODDING Ptae 5 ofS 8,0 Texas Yello\-V Star Lindheimeri lc'vcma 8.0 ` illcalp Call -hoe hwolcrata 2.0 Black-eyed Susan Rziclheckia hirta 18.0 Cnticaf Daisy Enc ehnai772ia pil717a1ifid(l 11 2.0 Obeclie t Plant Ph soslegia i fermedia 3.0 Pitcher Sage Salida cmirea 2.0 Plants Coreopsis COIVOPAY IiI70077c1 8.t) Scarlet Sage S(llrla COCCil7ea I `riot to be planted withirn ten feet of a road or parking lot or within three feet of a 2 walkway 4 e. Temporary Erosion Control Seed 5 1) Consist of the sowing of cool season plant seeds. 6 3. Mulch 7 a. For use with conventional mechanical or hydraulic planting of seed. 8 b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 9 (waste products fi-orri paper nulls or recycled newspaper). 10 c. No growth or germination inhibiting factors. I I d. No more than ten percent moisture, air dry weight basis. 12 e. Additives: Milder In powder form. 13 f. Form a Stroll(' nIOIStnre retaining mat. 14 4. Fertilizer 15 a. Acceptable condition for distribution 16 b. Applied u1111-0rnlly over the planted area 17 c. Analysis IS 1) 16-20-0 19 2) 16-8-8 20 d. Fertilizer rate: 21 1) Not required for \,vildtlower seeding 22 2) Newly established seeding areas - 100 pounds of nitrogen per acre 23 3) Established Seeding areas - 150 pounds of nitrogen per acre 24 5. Topsoil: See Section 32 91 19. 25 6. Water: clean and fi-ec Of industrial wastes or other substances haruiftil to the 26 germination of the seed or to the growth of the vegetation. 27 7. Soil Retention Blanket 28 a. "Curlex I" fi-om American Excelsior, 900 Ave. H East, Post Office Box 5624, 29 At-] ingtori, Texas 76001, 1-800-777-SOIL or approved equal. 30 31 2.3 ACCESSORIES (NOT USED] 32 2.4 SOURCE QUALITY CONTROL (NOT USED] 33 PART 3 - EXECUTION (NOT USED] 34 3.1 INSTALLERS (NOT USED] 35 3.2 EXAMINATION ]NOT USED] 36 3.3 PREPARATION 37 A. Surface Preparation: clear surface of all material including: CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 329? 13-6 HYDROiNIULCHING_ SEEDING AND SODDING Pa,-,c 6 of S 1 1. Stumps, stones, and other objects larger than one inch. 2 ?. Roots, brush, wire, stakes, etc. 3 3. Any objects that may interfere with seeding or maintenance. 4 B. Tilling 5 1. Compacted areas: till 1 inch deep 6 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 7 seed/water run-off 81 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees 9 3.4 INSTALLATION 10 A. Block Sodding I1 1. General 12 a. Place sod between curb and walk and on terraces that is the same type grass as 13 adjacent grass or existing lawn. 14 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 15 average first freeze in the fall. 16 2. Installation 17 a. Plant sod specified after the area has been completed to the lines and grades is shown on the Drawings with 6 inches of topsoil. 19 b. Use care to retain native soil on the roots of the sod during the process of 20 excavating, hauling and planting. I c. Keep sod material moist from the time it is dug until planted. 22 d. Place sod so that the entire area designated for sodding is covered. 23 e. Fill voids left in the solid sodding with additional sod and tamp. 24 £ Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 25 slope. 26 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 27 firm earth in areas that may slide due to the height or slope of the surface or 24 nature of the soil. 29 3. Watering and Finishing 30 a. Furnish water as an ancillary cost to Contractor by means of temporary 31 metering / irrigation, water truck or by any other method necessary to achieve 32 an acceptable stand of turf as defined in 3.13.13. 33 b. Thoroughly water sod immediately after planted. 34 c. Water until established. 35 d. Generally, an amount of water that is equal to the average amount of rainfall 36 plus 1/2 inch per week should be applied until accepted. If applicable, plant 37 large areas by irrigation zones to ensure areas are watered as soon as they are 38 planted. 39 B. Seeding 40 1. General 41 a. Seed only those areas indicated on the Drawings and areas disturbed by 42 construction. 43 b. Mark each area to be seeded in the field prior to seeding for City approval. 44 2. Broadcast Seeding 45 a. Broadcast seed in 2 directions at right angles to each other. 46 b. Harrow or rake lightly to cover seed. CITY OF FORT WORTH CAYLOR � ,MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \1 ATER. AND DRAINAGE IMPROVEMENTS Re\ iced December 20, 2012 City Project No. 02111 329211-7 HYDROMULCHING. SEEDING AND SODDING Pale 7 of 8 1 c. Never cover seed with more soil than twice its diameter. ? d. For wildflower plantings: 3 1) Scalp existing grasses to 1 inch 4 2) Remove grass clippings, so seed can make contact with the soil. 5 3. N/leclranically Seeding (Drillin(y): 6 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 7 b, All varieties of seed and fertilizer may be distributed at the same time provided 8 that each component is uniformly applied at the specified rate. 9 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 10 drill. i I d. Drill on the contour of slopes 12 e. Aftcr planting roll with a roller integral to the seed drill, or a corrugated roller 13 of the "CLI41packer" type. 14 f. Roll slope areas on the contour. 15 4. Hydromulching 16 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 17 1) Mixture is uniformly suspended to form a homogenous slurry. 18 2) Mixture forms a blotter -like ground cover impregnated uniformly with 19 grass seed. 20 3) Mixture is applied within 30 minutes after placed in the equipment. 21 b. Placing 22 1) Uniformly distribute in the quantity specified over the areas shown on the 23 Drawings or as directed. 24 5. Fertilizing: uniformly apply fertilizer over seeded area, 25 6. Watering 26 a. Furnish water by means of temporary metering / irrigation, water truck or by 27 any other method necessary to achieve an acceptable stand of turf as defined in 28 3.13.B. 29 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 30 c. Water as direct by the City at least twice daily for 14 days after seeding in such 31 a manner as to prevent washing of the slopes or dislodgement of the seed. 32 d. Water until final acceptance. 33 e. Generally, an amount of water that is equal to the average amount of rainfall 34 plus 1 /2 inch per week should be applied until accepted. 35 3.5 REPAIR/RESTORATION [NOT USED] 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD QUALITY CONTROL [NOT USED] 38 3.8 SYSTEM STARTUP [NOT USED] 39 3.9 ADJUSTING (NOT USED] 40 3.10 CLEANING [NOT USED] 41 3.11 CLOSEOUT ACTIVITIES 42 3.12 PROTECTION [NOT USED] 43 3.13 MAINTENANCE 44 A. Block Sodding CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IMPROVEMENTS Re\'ised December 20, 2012 City Project No. 021 1 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 329213-5 HYDROMULCHING, SEEDING AND SODDING Paec S of 1 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots grog -vino into the soil) and is fi-ee from dead blocks of sod. B. Seeding l . Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free fi-om bare areas 3. Turf will be accepted once filly established. a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow cycle performed by the Contractor prior to consideration of acceptance by the City. C. Rejection City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS (NOT USED) END OF SECTION Revision Lou DATE NAME CITY OF FORT WORTI-i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE CAYLOR 5 NIG GROUND STORAGE TANK. NVATER, AND DRAINAGE IMPROVEMENTS City Project No. 021 11 330-t10-I JOINT BONDING AND ELECTRICAL ISOLATION Patc I o1 S 1 SECTION 33 04 10 2 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Joint bonding requirements for electrical continuity of: 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe, as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 c. Cased crossings 15 d. Tunnels 16 e. Selected below grade to above ground piping transitions 17 B. Deviations from this City of Fort Worth Standard Specification is 1. Deleted 1.2.A.1 and 1.2.A.2 19 2. Added 1.2.A.3 20 3. Modified 3.4.13.3 21 4. Modified 3.7.B.1 22 5. Added 2.2.17 23 6. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 26 Contract 27 2. Division 1 — General Requirements 28 3. Section 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment I -3n emits: 32 a. Measurement 33 -1) This Itcm: is su'o:,ldiauy to Cathedie Proteetion m 1 34 b. Pi� 35 ram— The work '�r' • vrii-i-mid -iiitc-r nriii3r're his I �,�71 36 " 39 40 -1) t1144mi is I-,y lump 3t:-if7- CITY OF FORT \\/ORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE 1N9PROVE\4ENTS Rc\ised December 20, 2012 City Project No. 021 1 1 1304111_, JOIN r BONDING AND ELECTRICAL ISOLATION P the 2 of 8 1 b. Payffltril 1 \ The \v-performed and materials f, -„ishou in aeeoadaiee'tih rh:� Tf� 3 e $lid-i-ii• 1 •,P1-fi li-�rcacdzrnc`IrGt "—IYtGa. l-ci c:iienta+ :11 be 'i " at the 4 lump :;pun prise bid + -j i„* Bonding and Elee rival I:,.latien". 5 3. Measurement 6 a. Measurement for this Item is by IIunD stun. 7 4. Payment 8 I. The work performed and materials filrnished in accordance with this Item and 9 measured as provided colder "Measurement" will be paid include in the total 10 lump sum price. 11 5. The price bid shall include: 12 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by 13 the Drawings 14 b. Mobilization 15 c. Excavation 16 d. Furnishing, placement, and compaction ofbackfill 17 e. Field welding 18 f. Connections 19 G. Adjustments 20 11. TCSU11 21 i. Clean-up 22 j. start-up/corn In ion III g 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. ASTIVI International (ASTM). 29 3. American Water Works Association (AWWA): 30 a. C207. Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 31 4. NACE International (NACE). 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBIWITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All Submittals shall be approved by the City prior to delivery and/or fabrication for 36 specials. 37 1.6 ACTION SUB I\'IITTALS/INFORMATIONAL SUBMITTALS 38 A. Product Data 39 1. Manufacturer's catalog cut sheets shall be submitted for each item. 40 a. hlclude the manufacturer's name and provide sufficient information to show 41 that the materials meet the requirements of the Contract Documents for: 42 1) Flange Isolation 43 2) Bonding Clips for Concrete Cylinder Pipe CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\CATER. AND DRAINAGE IMPROVENIEN rS Revised December 20- 2012 City Project No. 0211 1 330410-3 JOINT 130NDING AND ELECTRICAL ISOLATION Pates 3 of 8 1 3) Petrolatum tape 2 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 3 identify the item proposed. 4 B. Test and Evaluation Reports 5 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the 6 City for approval prior to backfiliing. 7 2. Record results for bonded joint testing and Submit to City for approval prior to 8 backfilling. 9 3. Record results for the continuity test for casing to carrier pipe and submit to the 10 City for approval prior to backfilling. 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 13 shall be submitted to the City. 14 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 22 2.2 MATERIALS 23' A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 24 include, but are not limited to, the following: 25 1. Electrical continuity bonds 26 2. Flange isolation assemblies 27 3. Casing spacers 28 4. Casing end seals 29 B. Electrical Continuity Bonds 30 1. Applications for Electrical Continuity Bonding include the following: 31 a. Bonding across bolted joint assemblies 32 b. Bonding across gasketed joint assemblies 33 C. Flange Isolation 34 1. Required applications of dielectric flange isolation assemblies include, but are not 35 limited to, selected locations where rlew piping is mechanically connected to 36 existing piping. 37 2. Gasket CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 0-I 10-4 JOINT BONDING AND ELECTRICAL ISOLATION Palle of-8 I a. Isolating and seal gasket b. G-10 Epoxy Glass material 3 c. Full face 4 d. 1/8-Inch thickness 5 e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. 6 f. NSF 61 certified 7 g. A minimum of 800 volts/mil dielectric strength is required. 5 h. Flange shall seal for the test pressure without leaking. 9 3. Sleeves 10 a. Provide fiill length mylar sleeves. 11 4. Washers 12 a. Provide double G-10 washer sets. 13 D. Casing Spacers 14 1. For piping installed in tunnels or cased crossings, install casing spacers between the 15 piping and the casing or tunnel liner to provide electrical isolation in accordance 16 with Section 33 05 24. 17 E. Casing End Seals is 1. See Section 33 05 24 for casing end seals. 19 F. Petrolatum Wax Tape 20 1. Petrolatum tape system shall be Trenton Primer and #1 Wax -tape, as manufactured 21 by Trenton Corp., or Denso Paste and Densyl Tape by Denso North America, Inc., 22 or approved equivalent. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 A. Preparation of Concrete Pipe for Bonding 30 1. General 31 a. Fabrication 32 1) Use concrete pipe for this project that has been fabricated in such a manner 33 as to establish electrical continuity between metallic components of pipe 34 and joints. 35 b. Acceptable Methods 36 1) Establish electrical continuity as indicated in the Contract Documents. 37 2. Criteria for Electric Continuity 35 a. Tensile Wire 39 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 40 between any wire and steel joint ring at end of pipe farthest from that wire. 41 2) Manufacturer is to report values obtained and method of measurement. CITY OF FORT WORTH CAYLOR 5 \AG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE liMPROVE\9ENTS Reamed Deccmbcr?0, 2012 Citv Project No. 0-1 1 1 "0410-5 JOINT BONDING AND ELECTRICAL ISOLATION Pawc501s 1 b. Internal Pipe Joint Components 2 1) Pipe manufacturer is to obtain resistance of less than 0.03 ollnns between 3 any component and steel pipe cylinder. 4 3. Tensile Wire Continuity 5 a. Establish continuity between tensile wire coils and steel cylinder on embedded 6 cylinder type pre -stressed pipe by tightly wrapping tensile wire over 7 longitudinal nuld steel Straps dull"nlg pipe manufacture. 8 b. Use and install 2 continuous straps 180 degrees apart longitudinally along the 9 pipe. 10 1) These straps must maintain electrical continuity between metallic 1 I components. 12 c. Use steel straps made of mild steel and free of grease, mill scale or other high 13 resistance deposits. 14 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 15 fasteners of suitable dimensions placed between steel cylinder and longitudinal 16 straps. 17 1) Connect fasteners so as to remain intact during pipe fabrication process. 18 4. Steel Cylinder Continuity 19 a. Establish continuity of all joint components and steel cylinder. 20 1) These components include anchor socket brackets, anchor socket, spigot 21 ring and bell ring. 22 b. If mechanical contact does not provide a resistance of less than 0.03 ohnns 23 between components, tack weld component to provide electrical continuity. 24 B. Preparation of Steel Pipe for Bonding 25 1. Bonding wires are not required for welded steel pipe. 26 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 27 as shown on the Drawings. 28 C. Preparation of Ductile h-on Pipe for Bonding 29 1. Install insulated bond wires as shown on the Drawings. 30 D. Electrical Bond Wires 31 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable 32 with THHN insulation. 33 2. Remove I inch of THHN insulation front each end of the bond wire. 34 3. Therinnite weld the bond wires to the pipeline. 35 4. Provide the Inlinirlulnl number of bond wires as shown on Drawings for steel or 36 ductile iron pipe. 37 E. Electrical Bond Clip 38 1. Weld 3 ASTNI 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 39 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot 40 of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed 41 joints. 42 2. Manufacture clips to maintain continuity regardless of small deflections of finished 43 joints. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Revised December 20, 2012 City Project No. 021 11 ;;0410-6 JOINT BONDING AND ELECTRICAL ISOLATION Palle 6 or8 3.4 INSTALLATION 2 A. Installation of Electrical Continuity Bonds by Thermite Welding 3 1. Inspection 4 a. Use continuous bond wires with no cuts or tears in the insulation covering the 5 conductor. 6 2. General 7 a. Attach bond wires at required locations by thermite welding process. 8 3. Thermite Welding Methods 9 a. Perform thermite welding of bond wires to piping in the following manner: 10 1) Clean and dry pipe to which the wires are to be attached. I 1 2) Use grinding wheel to remove all coating, mill scale, oxide, grease and dirt 12 from an area approximately 3 inches square. 13 a) Grind surface to bright metal. 14 3) Remove approximately I inch of insulation from each end of wire to be 15 thermite welded to pipe exposing clean, oxide -free copper for welding. 16 4) Select proper size thermite weld mold as recommended by manufacturer. 17 Place wire or strap between graphite mold and the prepared metal surface. 18 5) Place metal disk in bottom of mold. 19 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to 20 spread ignition powder over charge. 21 7) Close mold cover and ignite starting powder with flint aun. 22 8) After exothermic reaction, remove thermite weld mold and gently strike 23 weld with a hammer to remove weld slag. 24 9) Pull on wire or strap to assure a secure connection. 25 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 26 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ 27 tape. M 4. Post -Installation Thermite Weld Inspection 29 a. Contractor is responsible for all testing 30 b. All testing is to be performed by or under the supervision of certified NACE 31 personnel. 32 c. Visually examine each thermite weld connection for strength and suitable 33 coating prior to backfilling. 34 d. Measure resistance through selected bonded joints with a digital low resistance 35 ohmmeter (DLRO). 36 1) Resistance of 0.001 ohms or less is acceptable. 37 2) If the above procedure indicates a poor quality bond connection, reinstall 38 the bond. 39 3) Record results and submit to the City for approval prior to backfilling. 40 5. Backfilling of Bonded Joints 41 a. Perform backfilling of bonded piping in manner that prevents damage to the 42 bonds and all connections to the metallic structures. 43 b. Use appropriate backfill material to completely cover the electrical bond. 44 c. Provide protection so that future construction activities in the area will not 45 destroy the bonded connections. 46 d. If construction activity damages a bonded connection, install new bond wire. 47 B. Installation of Pipeline Flange Isolation Devices CITY OF FORT \\FORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. .AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 3 33 04 10-7 .JOINT BONDING AND ELECTRICAL ISOLATION Pa''c7ofS I 1. Placement 2 a. Install isolation joints at the locations shown on the Drawings. 3 2. Assembly 4 a. Place (jasket, sleeves and washers as recommended by the manufacturer. 5 b. Follow manufacturer's recommendations for even tiolitening to proper torque. 6 3. Testing 7 a. Immediately alter an electrical isolation fitting has been installed. eentact d e- 8 Cry to perform testing for electrical isolation effectiveness. 9 4. Painting 10 a. Do not use metal base paints on electrical isolation devices. 11 5. Encapsulation 12 a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system 13 after the isolation joint has been tested for effectiveness. 14 C. hlstallation of Casing Spacers 15 1. Casing spacers shall be installed in accordance with Section 33 05 24. 16 D. hlstallation of End Seals 17 1. Eric] seals shall be installed in accordance with Section 33 05 24. 18 3.5 REPAIR / RESTORATION INOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Testing of Joint Continuity Bonds and Isolation Joints 22 1. After the completion of the continuity bonding of individual joints, but before the 23 pipe is backfilled, each bonded joint shall be tested for electrical continuity. 24 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 25 portable 12-volt battery and a driven ground rod. The battery shall be connected 26 such that the positive terminal is connected to the ground rod and the negative 27 terminal is connected to the pipe section under test. The magnitude of test current is 28 not important as long as it causes a change in pipe -to -soil potential on the section of 29 pipe that is in the test current circuit. 30 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using 31 a high impedance voltmeter and portable copper/copper sulfate reference electrode 32 \with the test current "oil" and -off. 33 4. A joint is considered electrically continuous if the "on" and `off potentials are the 34 same on either side of the joint under test. 35 5. This same procedure shall be used to test individual isolation joints except that the 36 joint is considered effective if the pipe -to -soil potential is not the same when 37 measured on each side of the joint when the test current is "on". 38 6. Record results and submit in accordance with this Specification. 39 B. Casing to Carrier Pipe Isolation Tests 40 1. Immediately after the pipe has been installed in the casing, but prior to connecting 41 the line, make pipe available for testing and contact the Gi " perform an electrical 42 continuity test to determine that the casing is electrically isolated from the pipeline. CITY OF FORT \WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 33 04 10-8 JOINT 130NDING AND ELECTRICAL ISOLATION Palle 8 of S 1 2. The continuity test shall be tally documented and approved by the City prior to 2 backfilling. 3 3. Record results and submit in accordance with this Specification. 4 4. If the electrical isolation between carrier pipe and casing is not effective, the cause 5 shall be immediately investigated and the situation remedied. 6 5. Under no circumstances shall a shorted casing be backfilled. 7 3.8 SYSTEM STARTUP [NOT USED] S 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 1 1 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log 16 DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0 - \/foditied material specifications for gaskets, sleeves and washers CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 Cite Project No. 021 1 1 3304I1-I CORROSION CONTROL TEST STATION'S SECTION 33 04 11 CORROSION CONTROL TEST STATIONS 3 PART 1 - GENERAL 4 1.1 SUMMARY Pnec I of 7 5 A. Section Includes: 6 1. Test station materials and installation requirements, as shown on the Dray-vings, at: 7 a. Foreign pipeline crossings S b. Cased crossings 9 c. Below -grade pipeline electrical isolation joints 10 2. Required applications of corrosion control test stations include locations where 1 I future testing is anticipated for the following reasons: 12 a. Testing to determine the effectiveness of the installed Cathodic Protection 13 systems and to allow for startup adjustments 14 b. Testing to determine interference effects fi-om and on adjacent or crossing 15 foreign underground structures 16 c. Testing to determine sources and magnitude of stray DC currents and required 17 mitigative measures 18 d. Periodic monitoring to determine status of existing Cathodic Protection 19 systems, stray current and foreign line influence 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. Modified 1.2.A.2.a 22 C. Related Specification Sections include, but arc not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 24 Contract 25 2. Division 1 — General Requirements 26 3. Section 33 04 12 — Magnesium Anode Cathodic Protection System 27 1.2 PRICE AND PAYMENT PROCEDURES 2� A. Measurement and Payment 29 1. Measurement 30 a. This Item is considered subsidiary to the Cathodic Protection construction. 31 2. Payment 32 a. The work performed and the materials fitrnished in accordance with this Item 33 are included in the total lumu sutra Drice.:;ulbsid«.,y to the ILI.gp 'um p:-ice bid 34 1.H.y pipe bid, and Fi ether 35 eei-ap:,n atici ;,,III be allowed, 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. CITY OF FORT WORTH CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATL-R, AND DRAINAGE IMPROVEMENT'S Revised Decembcr20, 2012 City Project No. 02111 33 04 11 -' CORROSIONCONTROL TEST STATIONS Page 2 of-7 1 2. NACE International (NACE). 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBtNIITTALS 4 A. Submittals shall be 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 1. Submit product data for all components of the Corrosion Control Test Stations. 10 Data submitted shall include: 11 a. Test Station 12 b. NN/il"lllg 13 c. Splicing materials 14 d. Thernlite weld materials 15 e. Weld coatings 16 1.7 CLOSEOUT SUBi\9ITTALS 17 A. Structure -to -soil potential data shall be submitted to the City. 18 1.8 MAINTENANCE ]\MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Certifications 21 1. Provide manufacturer's certifications that all components of the corrosion control 22 system meet the requirements of the Contract Documents. 23 a. The certification shall reference the applicable Section of the Specifications and 24 the applicable standard details. 25 B. Inspection 26 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or 27 during, installation. 28 C. Drawings 29 1. The drawings for the corrosion control test stations are diagrammatic and shall not 30 be scaled for exact locations, unless scales are explicitly stated on the specific 31 drawing. 32 2. Field conditions, conflicts with other utilities or mechanical and structural features 33 shall determine exact locations. 34 3. Contractor shall note other existing utilities in the area and during excavation, shall 35 not damage these utilities. 36 4. Any damaged utilities shall be repaired to the satisfaction of the City at the 37 Contractor's expense. 38 1.10 DELIVERY, STORAGE, AND HANDLING 39 A. Delivery CITY OF FORT `,NORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE 1\9PROVENIENTS Revised December 30.'_012 Cite Project No. 021 11 310411-3 CORROSION CONTROL TEST STATIONS Past 3 of 7 Coordinate the delivery of test station materials. B. Storage and Handling Requirements 3 1. Secure and maintain a location to store the material in accordance with Section 01 4 6600. 5 C. Packaging Waste Management 6 1. Dispose of waste materials properly and remove fi-om job site after installation is 7 complete. S 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS i 1 2.1 OWNER -FURNISHED loR] O«'NER-SUPPLIED PRODUCTS (NOT USED] 12 2.2 MATERIALS 13 A. Flush Mount Test Stations 14 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 15 on the DraNvings. 16 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott 17 Manufacturing Company of approved equal. l s 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 19 4. The Precast Concrete traffic box shall be a 10?5-inch diameter 3-RT with a cast 20 iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved 21 equal. 22 5. Install a marker sign adjacent to all flush -mounted test stations. 23 B. Above -Grade Test Stations 24 1. At test station locations where clash mounted structures cannot be installed, or 25 where stated on Drawings, an above -grade test station shall be used, and placed 26 such that possible damage from vandalism, traffic. etc. is minimized. 27 2. The test station shall be a 7 terminal 'Big Fink" as manufactured by Cott 28 Manufacturing or approved equal. 29 3. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter 30 UV -resistant plastic conduit in populated locations, and mounted on a 5 foot length 31 of 3-inch diameter concrete filled galvanized steel conduit in low population 32 locations. 33 4. The test station shall be installed adjacent to a permanent st-ucture, if available, for 34 physical protection. 35 a. If exposed to traffic, provide a fi-angible base for test station. 36 5. The interior of the test station conduit shall be filled with Portland cement concrete 37 after the installation of the test and bond wires. 38 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete 39 pad. 40 C. Permanent Reference Electrodes CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ iced December 20, 2012 City Project No. 021 I 1 330J11-4 CORROSION CON7 ROL TEST STATIONS Page 4 of 7 1 1. The permanent reference electrode shall be a copper sulfate Perinaccll PIUs double 2 membrane ceramic cell in a geomembrane package as manufactured by Cori -pro 3 Companies. Inc. or approved equal. 4 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of 5 suitable length to attach to the terminal board of the test station. 6 D. Test Station Lead Wires 7 1. Test station lead wires of all sizes shall have TW, THW. or THI-IN insulation as 1; showii on the Drawings. 9 2. Insulation type shall be color coded based upon connection to Underground 10 structures. I I a. Protected pipeline: white 12 b. Foreign structures: red 13 c. Steel casings: yellow 14 d. Permanent reference cells: blue 15 e. Anode header cable: black (HMWPE) 16 f. Unprotected or existing pipeline: black (HMWPE) 17 3. Test station lead wires shall be terminated on the test station terminal board 18 utilizing crimped on solderless ring terminals. 19 4. All terminal boards shall be wired by the installer as shown on the Drawings. 20 E. Therinne Weld Equipment 21 1. Charges and Molds 22 a. Weld charges and mold size shall be specified by the manut'acturer for the 23 specific surface configuration. 24 b. Use only the correct charges for the specific application. 25 c. Welding charges and molds shall be Erico, Cadweld or Continental hulustries 26 Thermoweld. 27 2. Weld Coating 28 a. Coat weld with Stopaq CZ tape or approved equal. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 APPLICATION / INSTALLATION 36 1. Install test stations at each of the locations scheduled on the Drawings. At a 37 minimum, test stations are required at each of the following locations: 38 a. At all major underground metallic pipeline crossings 39 b. At all cased crossings and nuuiels (both ends) 40 c. At all underground isolation flanges 41 d. At all magnesium anode ground bed locations CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\'A"TER. AND DRAINAGE IMPROVENIFNTS Re\ ised December 20. 2012 City Project No. 021 1 1 330411-> CORROSION CONTROL TEST STATIONS Page i of-7 1 B. General 2 1. Install test stations at locations indicated on Drawings. 3 a. If a flush mounted test station is not feasible in a particular location, then an 4 above -grade test station may be used, subject to approval by the City or its 5 designated representative. 6 2. Use continuous test station lead \elres \e1th0Ut CUTS Or tears In the Insulation. 7 3. Locate test Stations as Indicated on Drawings, as close to the pipe as possible. 8 a. If the pipe is installed under a road, place the test station at the curb for easy 9 access. 10 4. Attach test lead \vices to the pipe by thermite \welding. 11 5. Attach test wires to the pipe prior to backfillillg. 12 6. Use color coded test wires as indicated on the Contract Documents. 13 7. Wire test station terminal board configurations as sho\vn on the Drawings. 14 8. At foreign pipeline crossing test stations: 15 a. Notify the o\vners of the pipeline and obtain permission before the test leads are 16 connected to their pipeline. 17 b. The foreign pipeline owner should have a representative present. 18 c. Contractor shall not install lead wires or bond wires on foreign pipelines. 19 d. If foreign pipeline owner refuses test leads connected to their pipeline, then 20 document owner's refusal and install potential test station on water main. 21 e. Document the owner's contact name, phone number, email address and date of 22 contact. 23 f. Submit documentation to the City or its designated representative. 24 C. Flush -Mount Test Stations 25 1. Install as shown on the Drawings. 26 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 27 and to prevent damage to the leads during backfilling. 28 a. Additional slack shall be left to allow for withdrmval of the terminal board a 29 minimum of 18 vlches above the top of the precast concrete traffic box for test 30 purposes. 31 3. Install with permanent copper sulfate reference electrodes \where indicated on the 32 Drawings. 33 a. Install permanent reference electrode approximately 6 inches from the pipe. 34 b. Compact native soil by hand around the electrode. 35 c. The balance of the backfill shall be select gl anular backfill material. 36 d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 37 4. Set test stations installed outside areas of permanent paving materials in a Portland 38 cement concrete pad. 39 a. The concrete pad shall be a minimum of 24 inches square and no less than 6 40 inches thick. 41 D. Above -Grade Test Stations 42 1. Install above -grade test stations \vherc a flush mounted test station cannot be 43 located. 44 2. Use and location of above -grade test stations shall be approved by the City or its 45 designated representative. CITY OF FORTWORTH CAYLOR i N1G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 ;; 04 11 -6 CORROSION CONTROL TEST STATIONS ATIONS Palle 6 oF7 1 3. Locate test station adjacent to a permanent structure (e.g. a power pole), If 2 available, for physical protection. 3 4. Coil sufficient slack beneath the test station to allow for soil settlement and to 4 prevent damage to the leads during backfilling. 5 5. Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station 6 conduit. 7 6. Fill the interior of the 3-inch above -grade test station steel galvanized conduit with 4 Portland cement concrete after installation of the test stations wires. 9 E. Test Lead Wire Attachment 10 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and I 1 ductile iron pipelines as shown on Drawings. 12 a. See Drawings. 13 2. The pipe to which the wires are to be attached shall be clean and dry. 14 3. When connecting directly to the pipe, use a grinding wheel to remove all coating, 15 mill scale, oxide, grease and dirt fi-om au area approximately 3 inches square. 16 a. Grind the surface to bright metal. 17 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 18 insulation removed from each end, exposing clean, oxide-fi-ee copper for welding. 19 5. Using the proper size thermite weld mold as recommended by the manufacturer, 20 place the wire between the graphite mold and the prepared metal surface. 21 a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller 22 wires. 23 6. Place the metal disk in the bottom of the mold. 24 7. Pour the thermite weld charge into the mold. 25 13. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 26 9. Close the mold cover and ignite the starting powder with a flint gun. 27 10. After the exothermic reaction, remove the thermite weld mold and gently strike the 28 weld with a hanuner to remove the weld slag. 29 11. Pull on the wire to assure a secure connection. 30 12. If the weld is not secure or the wire breaks, repeat the procedure. 31 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 32 F. Post Installation Backfilling of Test Station — Lead Wires 33 34 35 36 37 38 39 40 41 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wwires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. 3. Replace any test wire found to have a high resistance connection. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLAMENTS Rey iced December 20, 2012 C'AYLOR 5 NIG GROUND STORAGE TANK, WATER. AND DRAINAGE 1\4PROVENIENTS City Project No. 021 11 33 04 11 -7 CORROSION CONTROL TEST STATIONS Pagc 7 of 7 1 B. Materials or installation work not conforming to the requirement of this Specification 2 shall be replaced or repaired to the City's satisfaction. 3 C. Damaged or missing test station components shall be replaced by equal components. 4 3.8 SYSTEAII STARTUP 5 A. Commissioning 6 1. Native state structure -to -soil potentials shall be acquired along the water main and 7 submitted to the City. 8 B. Method 9 1. Measure native state structure -to -soil potentials along the water line using a 10 portable reference electrode at the following locations: I I a. Each test station 12 b. Above grade pipeline appurtenances 13 c. Test stations on foreign pipelines crossing or parallel to the water main. 14 2. Verify that all electrical isolation devices are operating properly including flange 15 isolators and casing spacers. 16 C. Contractor is responsible for all testing. 17 D. All testing is to be clone by or under the supervision of certified NACE personnel. 18 E. Record results and submit in accordance with this Specification. 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 24 A. Refer to Section 33 04 12. 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log 28 DATE NAME SUNINIARY OF CHANGE 12/20/2012 D. Johnson 2.2.D.2 revised insulation color coding CITY OF FORT WORTH CAYLOR 5 NMG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE ]IMPROVEMENTS Revised December 20, 2012 City Proiect No. 021 11 330412-I NIAGNESIU\4 ANODE CATHODIC PROTECTION Pale I of 10 ] SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include, but not be limited to the following: 9 a. Materials and installation 10 b. Post -installation survey 11 c. Final Repoli to Include recommendations 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.2.a 14 2. Added 2.2.A 2.b-c 15 3. Modified 2.2.A,3.e 16 4. Modified 2 21.G.1 17 5. Deleted 3.4.A.4.b 18 6. Moditied 3.4.B. La 19 7. Modified 3.4.B.4.a-b 20 S. Modified 3.S.D.1 21 9. Deleted 3.S.D.5 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 24 Contract 25 2. Division] —General Requirements 26 3. Section 33 05 26 -- Utility Markers/Locators 27 1.2 PRICE AND PAYNJENT PROCEDURES 28 A. Measurement and Payment 29 1. Measure 30 a. Measurement for this Item shall be by IuinP SUM, 31 2. Payment: 32 a. The wort: performed and materials fiirnished in accordance with this Item shall 33 be included in the total lump SUM Drice. „aid fet- at the4urnp ,urn price bid4oi 34 „ 35 3. The price bid shall include: 36 a. Mobilization 37 b. Anode groundbeds 38 c. Anode test stations 39 d. Excavation 40 e. Furnishing, placement, and compaction of backfill CITY OF FORTWORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IN PROVENIENTS Revised December 20, 2012 City Project No. 021 1 1 130-412-2 MAGNESIUM ANODE CATHODIC PROTECTION Paso of 10 1 f. Field welding 2 g. Connections 3 h. Adiustinents 4 i. Testing 5 J. Clean-up 6 k. Start-up/Commissioning 7 1.3 REFERENCES 8 A. Abbreviations and Acronyms 9 1. AWG: American Wire Gauge 10 2. CSE: Copper/Copper Sulfate Reference Electrode 11 3. HMWPE: High Molecular Weight Polyethylene 12 B. Definitions 13 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 14 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 15 3. Cathode: The electrode of an electrochemical cell at which reduction is the 16 principal reaction. 17 4. Cathodic Polarization: The chance of electrode potential in the negative direction 18 caused by direct current (DC) flow across the electrode/electrolyte interface. 19 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by 20 making that surface the cathode of an electrochemical cell. 21 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction 22 with its environment. 23 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of 24 Texas, employed by a Corrosion Engineering Firm. 25 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 26 design on behalf of the Contractor. 27 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 28 System. 29 10. Current: Flow of electric charge. 30 11. Electrode: A conductor used to establish contact with an electrolyte and through 31 which current is transferred to or fi-om an electrolyte. 32 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 33 (i.e., soil or water). 34 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 35 under Cathodic Protection. 36 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is 37 less active (more noble) when electrically coupled in an electrolyte. 38 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 39 current. 40 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the 41 electrolyte that is measured with reference to an electrode in contact with the 42 electrolyte. 43 17. Polarized Potential: The potential across the structure/electrolyte interface that is 44 the sum of the free corrosion potential and the cathodic polarization CITY OF FORT WORTH CAYLOR 5 NiG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOMMENTS WATER, AND DRAINAGE IMPROVEMENTS Rcviscd December 20, 2012 City Pt'oject No. 021 11 33041'_-3 MAGNESIUM ANODE CATI IODIC PROTECTION Paec 3 of 10 1 1 S. Reference Electrode: An electrode whose open -circuit potential is constant under 2 similar conditions of measurement and is used to measure the relative potentials of 3 other electrodes 4 19. Stray Current: Current flow through paths other than the intended circuit. 5 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. 6 C. Reference Standards 7 1. NACE International (NACE). S 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS IU A. Submittals shall be in accordance with Section 01 33 00. I I B. All submittals shall be approved by the City prior to delivery. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Submit product data for all components of the Cathodic Protection System. Data 15 submitted shall include: 16 a. Anodes 17 b. Anode Test Stations Is c. Wiring 19 cf. Splicing Materials 20 e. Thermite Weld Materials 21 f. Weld Coatings 22 1.7 CLOSEOUT SUBMITTALS 23 A. The results of all testing procedures shall be submitted to the Engineer or the City for 24 review and approval. Testing information required includes: 25 1. Anode groundbed current outputs 26 2. Pipe -to -soil potentials 27 3. Results of interference testing 25 4. Results of electrical isolation joint tests 29 5. Operating and maintenance instructions 30 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 31 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 32 discovered during the post installation inspection. 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE 35 A. Qualifications 36 1. Cathodic Protection installer shall show adequate documented experience in the 37 type of Cathodic Protection work required for the project. 38 B. Certifications CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOC'UNIENTS WATER, AND DRAINAGE IMPROVE\AENTS Re\'ised Dcccmher -10. 2012 City Project No. 021 11 3304I2-4 MAGNESIUM ANODE CATHODIC PROTECTION Pace 4 of'] 0 1 1. The Contractor shall, upon request by City, furnish manufacturer's certified test 2 reports that indicate that anodes meet Specifications and that all tests have been 3 performed in accordance with the applicable standards. 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. 6 B. Storage and Handling Requirements 7 1. Secure and maintain a location to store the material in accordance with Section 01 8 6600. 9 C. Packaging Waste Manage111ent 10 1. Dispose of anode and thermite weld material packaging properly and remove from I I the job site after installation is complete. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 ONNVNER-FURNISHED lorz) OWNER -SUPPLIED PRODUCTS [NOT USED] 16 2.2 MATERIALS 17 A. Sacrificial Anodes - Maglles111111 18 1. Magnesium Anodes 19 a. Use high potential prepackaged Magnesnnn Anodes. 20 b. The metallurgical composition of the Magnesium Anodes shall conform to the 21 followillg: 22 Element Content (%) Al 0.01 M11 0.50 to 1.30 Cu 0.02 Nlaximlun Ni 0.001 Maxin111111 Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum (Total) M a gIl eS 111117 Remainder 23 24 2. Magnesium Anode Current Capacity 25 a. Magnesilun Anodes require a current capacity of no less than 500 amp -flours 26 per pound of nlagnesiunl. 27 b. Matrllesillln Anodes shall have a mininuun open circuit potential of -1.7 Volts 28 with respect to a saturated Calomel electrode (-1.774 Volts with resotect to a 29 Cu/CUS04 electrode). 30 c. Ma<(nesiunl Anodes steal I have a nlinin11U11 ctnTent efficiency of 50%. 31 3. Anode Backfill Material CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December '_0, 2012 City Prgicct No. 021 I 1 3304 12-5 MAGNESIUNI ANODE CATHODIC PROTECTION Pane 5 of 10 1 a. Use chemical backfill material around all galvanic anodes. 2 b. Backfill provides a reduced contact resistance to earth, provides a uniform 3 environment surrounding the anode, retains moisture around the anode and 4 prevents passivation of the anode. 5 c. All galvanic anodes shall come prepackaged in a backfill material conforming 6 to the following composition: 7 1) Ground hydrated gypsum: 75 percent S 2) Powdered bentonite: 20 percent 9 3) Anhydrous sodium sulfate: 5 percent 10 4) Have a grain size backfill such that 100 percent is capable of passing 1 I through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 12 d. Completely surround the anode with the backfill mixture within a cotton bag. 13 e. For cast magnesium ingots, the required weight of backfill shall be as follows: 14 Anode Weight Backfill Weigtrt Total Weight (Pounds) (Pounds) (Pounds) 4q I 44 I 6+ -2O I 5-0 W 32 I 38 70 90 40 I 65 4-05 49 ( U 96 60 I -0 Im I 15 4. Anode Lead Wires 16 a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 17 AWG solid copper wire equipped with TW of THW insulation. 18 5. Lead Wire Connection to Magnesium Anode 19 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 20 b. Extend 1 end of the core beyond the anode for the lead wire connection. 21 c. Silver -solder the lead wire to the core and fully insulate the connection. 22 B. Splicing Tape 23 1. Tape used for covering anode lead wire to anode header cable connections shall be 24 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch SS vinyl 25 electrical tape as manufactured by 3M Scotch, or approved equal. 26 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 27 or approved equal. 28 C. Crimping Lugs 29 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 30 copper compression crinipit Catalog No. YC I OC 10 as manufactured by Burndy, or 31 approved equal. 32 D. Anode Header Cable 33 1. Anode header cables routed between the anode groundbed and the test stations shall 34 be #10 AWG stranded copper conductors with type HMWPE insulation (black). 35 E. Anode Test Stations 36 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 37 on the Drawings. CITY OF FORT \vORTH CAYLOR 5 i\4G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE- IMPROVEMENTS Revised December?0. 2012 City Projcct No.02111 33 04 12-6 MAGNESIUM ANODE CATHODIC PROTECTION Pace b of 10 I 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as 2 manufactured by CP Test Services, or approved equal. 3 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 4 iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved 5 equal. 6 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- 7 inch square concrete pad. 8 5. Install a marker sign adjacent to all flush -mounted test stations. 9 F. Shunt 10 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 1 1 Holloway, or approved equal. 12 2. There shall be at least 1 shunt in each Magnesium Anode test station. 13 G. Test Lead NVire 14 1. Test station lead wires shall be # 10 4-2—AWG stranded copper cable with type TW, 15 TH\V or TI-IHN Insulation, ',lack-ineelor color as indicated on the drawinl;s. 16 H. Permanent Reference Electrode 17 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 18 membrane ceramic cell in a geomembrane package, as manufactured by Cori -pro 19 Companies, Inc., or approved equal. 20 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 21 copper wire with blue HMWPE insulation of suitable length to attach to the 22 terminal board of the test station. 23 I. Marker Sign 24 1. Provide marker sign in accordance with Section 33 05 26. 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 E,X'AMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. histallation of Sacrificial Anodes 33 1. Placement 34 a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep 35 hole or by trench maintaining the same spacing as shown on the Drawings. 36 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 37 the pipe. 38 c. Anodes shall be installed within the pipeline right-of-way. 39 2. Augured Hole CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE HNIPROVEMENTS Revised December 1-0.'--012 City Project No.0? 1 11 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Paue 7 of 10 1 a. The anode hole diameter shall easily accommodate the anode. 2 3. Backfilling 3 a. After the hole is augured, the packaged anode shall be lowered into the hole and 4 the soil shall be firmly tamped around the package so that it is in intimate 5 contact with the package. 6 b. Pour a minimum of 5 gallons of water into the anode hole. 7 c. Backfill the remainder of the anode hole. 8 4. Anode Lead Wire 9 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 10 inches. 11 b. Eaeh anode lead Nvire shall be eetifieeted to aii anode headet- eable as indieated- 12 on the Dr ,. 13 5. Handling 14 a. Anodes shall be handled in a manner that will avoid damaging anode materials 15 and wire connections. 16 B. Installation of Permanent Anode 17 1. Location 18 a. Install 1 permanent copper sulfate reference electrode at each anode ground 19 bed. 20 b. The permanent reference electrode shall be within 6 inches of the pipe at pipe 21 depth. 22 c. Prepare and install the permanent reference electrode in strict accordance with 23 the manufacturer's recommendations. 24 2. Placement 25 a. Place the permanent reference electrode in the same ditch with the water line 26 and carefully covered with the same soil as the pipeline backfill. 27 3. Lead Wire 28 a. Protect the permanent reference electrode lead wire during backfill operations 29 and route to the test station along with the water line test leads and anode 30 ground bed cables. 31 C. Installation of Wire and Cable 32 1. Depth 33 a. All underground wire and cable shall be installed at a n..imminur depth of 36 24- 34 inches below final grade with a mininnnun separation of 6 inches from other 35 underground Structures. 36 2. Anode Header Cable 37 a. Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable 38 which shall be routed into a flush -to -grade test station. 39 3. Anode Lead Wire to Header Cable Connection 40 a. Each anode lead wire to header cable connection shall be made using a copper 41 compression connector. 42 b. Each connection shall be taped using rubber tape, vinyl tape and coated with 43 Scotchkote electrical coating as shown on the DraNvings. 44 4. Anode -to -Pipeline Connection 45 a. Connect each gFoup of anodes to the pipeline through a test station as shown on 46 the Drawings. CITY OF FORT WORTH CAYLOR 5 JMG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVENIENTS Revised December 20, 201 Z City Project No. 021 11 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION P;lfle S of 10 1 b. A 0.01 ohm shunt shall be used to connect the anode 1,eTdei- eCCble lead wire to 2 the pipeline as shown on the Drawings. 3 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection 4 Cable Buried Below" shall be buried at a depth of 18 inches below the Surface and 5 along the length of all Cathodic Protection cable trenches. 6 D. Test Lead Wire Attachment 7 1. Test lead cables shall be attached to the pipe by thermite welding. S 2. The pipe to which the wires are to be attached shall be clean and dry. 9 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and 10 dirt from the pipe over an area approximately 3 inches square. 1 I a. The surface shall be cleaned to bright metal. 12 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 13 insulation removed from each end, exposing clean, oxide-fi-ee copper for welding. 14 5. Charges and Molds 15 a. Weld charges and mold size shall be as specified by the manufacturer for the 16 specific surface configuration. 17 b. Care shall be taken during installation to be sure correct charges are used. 1;; c. Welding charges and molds shall be the product of a manufacturer regularly 19 engaged in the production of such materials. 20 6. Using the proper size thermite weld mold as recommended by the manufacturer, the 2 ] Nvire shall be placed between the graphite mold and the prepared metal surface. 22 7. The metal disk shall be placed in the bottom of the mold. 23 8. The cap from the weld charge container shall be removed and the contents poured 24 into the mold. 25 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 26 charge. 27 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 28 should be held firmly in place until all of the charge has burned and the weld has 29 cooled slightly. 30 11. Remove the thermite weld mold and gently strike the weld with a hammer to 3 I remove the weld slag. 32 12. Pull on the wire to assure a secure connection. 33 13. If the weld is not secure or the wire breaks, repeat the procedure. 34 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or 35 approved equal. 36 E. Flush -to -Grade Anode Test Stations 37 1. Fhtsh-to-grade anode test stations shall be installed as shox-vn on the Drawings. 38 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 39 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 40 and to prevent damage to the leads during backfilling. 41 a. Additional slack shall be left to allow for withdrawal of the terminal board a 42 minimum of 12 inches above the top of the concrete pad for test purposes. 43 F. Post Installation Backfilling of Cables 44 1. General CITY OF FORT \\FORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER. AND DRAINAGE IMPROVENIENTS Revised December 20, 2012 CitV Project No. 021 1 1 ii 04 11-8 NIAGN'ESIU\-I ANODE CATHODIC PROTEC'1-10\ Pase 9 of, 10 1 a. During the backfilling operation, cables shall be protected to prevent damage to 2 the ',wire insulation and conductor integrity. 3 3.5 REPAIR 4 A. Cut wires shall be spliced by using a copper compression connector. 5 1. The connection shall be completely sealed against moisture penetration by the use 6 of rubber tape, vinyl tape and Scotchkote electrical coating. 7 B. Damaged or missing test station components shall be replaced by equal components. 8 3.6 RE -INSTALLATION fNOT USED] 9 3.7 FIELD QUALITY CONTROL 10 A. Field Tests and Inspections 11 1. All components of the Cathodic Protection System shall be visually inspected by 12 the City prior to commissioning of the system. 13 3.8 SYSTEM STARTUP 14 A. General 15 1. The Cathodic Protection System shall be inspected, energized and adjusted 16 (commissioned) as soon as possible after the Cathodic Protection equipment has 17 been installed. 18 B. Equipment 19 1. All Cathodic Protection testing instruments shall be in proper working order and 20 calibrated according to factory specifications. 21 C. Commissioning 22 1. The commissioning of the Cathodic Protection System shall be performed by, or 23 under the direct supervision of, the Corrosion Engineering Firm qualified to verify 24 compliance with this Specification and with the referenced corrosion control 25 standards set forth by NACE International. 26 D. Method 27 1. Measure native state structure -to -soil potentials along the water line using tfio 28 pc-rmar-CM; 1*e4 leeti-edes at eaelia t' a s portable reference 29 electrode at all test stations and at above grade pipeline appurtenances. 30 2. Energize the Cathodic Protection System by connecting each Magnesium Anode 31 groundbed to the pipeline lead in the test station junction box by means of a 0.01 32 ohm shunt. 33 3. Record each anode groundbed current using the shunt. 34 4. Allow sufficient time for the pipeline to polarize. 35 5. Adjuat, if n-e 36 t„ satisfy shift -•t - t1 •11'1f r sta�ie�,-��-th€ 1-�0-rr��lr�atie��-s-hiT��c�-te�1 �—�50-�S-E 37 polat-i�7edi)oteiitialet-iteriotiasestablisliedb�,P,4AG-F-14i-t-p-.i-ll-At,ioiiaI standards. 38 6. Record all final current outputs measured at each test station. 39 7. Verify that all electrical isolation devices are operating properly including flange 40 isolators and casing spacers. 41 8. Verify that interference does not exist with foreign structures. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVEMENTS Revised December 20, 2012 Cm, Project N'o. 021 11 33 0412 -10 MAGNESIUM ANODE CATHODIC PROTECTION Pa,e 10 of 10 1 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any 2 interference detected. 3 10. If necessary, install resistance bonds to mitigate interference. 4 11. Interference testing coordination xvith the owners of foreign structures is the 5 responsibility of the Cathodic Protection tester. 6 E. Verification and Responsibilities 7 1. Contractor shall correct, at his expense, any deficiencies in materials or installation b procedures discovered during the post -installation inspection. 9 3.9 ADJUSTING [NOT USED] 10 12 13 14 15 16 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 Lou DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re\ ised December 20.2012 SUMMARY OF CHANGE CAYLOR 5 NIG GROUND STORAGE TANK. WATER. AND DRAINAGE IMPROVEMENTS City Project No. 021 1 1 33 04 40 - I CLEANING AND ACCEPTANCE TESTING OF \\'ATER MAINS Page 101 S 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 1 1 Administrative Code (TAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A.2.a 15 2. Added 1.2.A.2.b 16 C. Related Specification Sections include, but arc not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 18 Contract 19 2. Division I — General Requirements 20 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 25 2. Payment 26 a. Unit Price - The work performed and the materials fiirnished in accordance 27 with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and 28 bacteriological testing and shall be subsidiary to the unit price bid per linear 29 foot of water pipe complete in place, and no other compensation \will be 30 allowed. 31 b. LUInD Sum Price - The work Derformed and the materials furnished in 32 accordance with this Item are included in the total lump sum Drice. 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. American Water Works Association/American (AWWA): 39 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. 40 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. C'FFY OF FORTWORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised February 6. 2013 CLEANING AND ACCEPTANCE TESTING OF \\ ATER NIAINS P muC2uf8 1 c. C651, Disinfecting Water Mains. 2 d. C655, Field De -Chlorination. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals 6 For 24-inch and larger water mains, provide the following: 7 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan 8 detailing the methods and schedule, including: 9 a. A detailed description of cleaning procedures 10 b. Pigging entry and exit ports 1 I c. Flushing procedures 12 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 13 e. Control of water 14 f. Disposal 15 2. Disinfection Plan — prior to the start of construction submit a disinfection plan 16 including: 17 a. The method mixing and introducing chlorine 18 b. Flushing 19 c. De -chlorination 20 d. Sampling 21 1.6 ACTION SUB A'HTTALS/INFORNIATI0NAL 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 IOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 30 2.2 PRODUCT TYPES 31 A. Pigs 32 1. Open cell polyurethane foam body 33 2. Densities between 2 pounds per cubic foot LIP to 8 pounds per cubic foot 34 3. May be wrapped with polyurethane spiral bands 35 4. Abrasives are not permitted, unless expressly approved by the City in writing for 36 the particular application. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE- TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised February 6, 2013 330440-3 CLEAN I NG AND ACCEPTANCE TESTING OF WATER \MAINS Pa_e 3 of S 1 5. Must pass through a reduction tip to 65 percent of the cross sectional area of the nominal pipe diameter 3 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 4 tees, crosses, wyes, and gate valves 5 2.3 ACCESSORIES [NOT USED 6 2.4 SOURCE QUALITY CONTROL INOT 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 ERECTION/INSTALLATION/APPLICATION (NOT USED] l2 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD IOR] SITE QUALITY CONTROL (NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING is A. General 19 1. All water mains shall be cleaned prior to bacteriological testing. 20 a. Pig all 36-inch and smaller water mains. 21 b. Pig or manually sweep 42-inch and larger mains. 22 c. Flushing is only permitted when specially designated in the Drawings, or if 23 pigging is not practical and approved by the City. 24 B. Pigging Method 25 1. If the method of pigging is to be used, prepare the main for the installation and 26 removal of a pig, including: 27 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 28 remove cleaning wye covers, etc. 29 b. Where expulsion of the pig is required through a clead-ended conduit: 30 1) Prevent backflow of purged water into the main after passage of the pig. 31 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 32 smaller mains to prevent backwater re-entry into the main. 33 3) Additional excavation of the trench may be performed on mains over 12 34 inches, to prevent backwater re-entry into the main. 35 4) Flush any backflow Nvater that inadvertently enters the main. 36 c. Flush short dead-end pipe sections not swabbed by a pig. 37 d. Once pigging is complete: CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised February 6. 2013 330440-4 CLEANING AND ACCEPTANCE. TESTING OF WATER MAINS Pau e 4 oI'S 1 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 3 2) Install cleaning wye, blind flanges or mechanical joint plugs. 4 3) Plug and place blocking at other openin(Ts. 5 4) Backfill 6 5) Complete all appurtenant work necessary to secure the system and proceed 7 with disinfection. 8 C. Flushing Method 9 1. Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes 10 and numbers, and with adequate flushing to achieve a minimum velocity in the 11 main of 2.5 feet per second. 12 a. Mininnun blow -off sizes for various main sizes are as follows: 13 1) 4-inch through 8-inch main —3/4-inch blow -off 14 2) 10-inch through 12-inch main— 1-inch blow -off 15 3) 16-inch and greater main — 2-inch blow -off 16 b. Flushing shall be subject to the following limitations: 17 1) Limit the volume of water for flushing to 3 times the volume of the water 18 main. 19 2) Do not unlawfiully discharge chlorinated water. 20 3) Do not damage private property. 21 4) Do not create a traffic hazard. 22 c. Once Flushing is complete: 23 1) Corporations stops used for flushing shall be plugged. 24 D. Daily main cleaning 25 1. Wipe joints and then inspect for proper installation. 26 2. Sweep each joint and keep clean during construction. 27 3. Install a temporary plug on all exposed mains at the end of each working day or an 28 extended period of work stoppage. 29 E. Hydrostatic Testing 30 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 31 the following criteria: 32 a. Furnish and install corporations for proper testing of the main. 33 1) Furnish adequate and satisfactory equipment and supplies necessary to 34 make such hydrostatic tests. 35 2) The section of line to be tested shall be gradually filled with water, 36 carefully expelling the air and the specified pressure applied. 37 b. The City will furnish water required for the testing at its nearest City ]Inc. 38 c. Expel air from the pipe before applying the required test pressure. 39 d. Test Pressure 40 1) Test pressures should meet the following criteria: 41 a) Not less than 1.25 (187 psi minimum) times the stated working 42 pressure of the pipeline measured at the highest elevation along the test 43 section. 44 b) Not less than 1.5 (225 psi minimum) times the stated working pressure 45 at the lowest elevation of the test section. 46 e. Test Conditions 47 1) Must be at least 2 hour duration CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTIONSPECIFICATION DOCUMENTS WATER. AND DRAINAGF. IMPROVEMENTS Rey iced February 6. 20l3 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER NIAINS Page 5 or8 1 2) Add \eater as necessary to sustain the required test pressure. 2 3) Test fire hydrants to the fire hydrant valve. 3 a) Leave the isolation valve on the fire hydrant lead line open during the 4 hydrostatic testing. 5 4) Test service lines to curb stop 6 a) Leave the corporation stop on the service line open during the 7 hydrostatic testin(J. 8 5) Close isolation valves for air release valves. 9 6) Makeup water must come from a container of fixed 55 gallon container that 10 does not have a water Source. I 1 f. Measure all \\later used in the pressure test through an approved meter, or 12 measure the difference in volume within a 55 gallon container. 13 1) Do not test against existing Water distribution valves unless expressly 14 provided for in the Drawings, or approved by the City. 15 2) If the City denies approval to test against existing water distribution system 16 valve, then make arrangements to plug and test the pipe at no additional 17 cost. 18 2. Allowable Leakage 19 a. No pipe installation should be accepted if the amount of makeup water is 20 cu-eater than that determined using the following formula: 21 In inch -pound units, 22 L = SD 4P 23 148,000 24 25 Where: 26 L = testing allowance (make up water), gallons per hour 27 S = length of pipe tested, ft. 28 D = nominal diameter of pipe, in. 29 P = average test pressure during the hydrostatic test, psi 30 b. For any pipeline that fails to pass hydrostatic test: 31 1) Identify the cause 32 2) Repair the teal: 33 3) Restore the trench and surface 34 4) Retest 35 c. All costs associated \with repairing the pipeline to pass the hydrostatic test is the 36 sole responsibility of the Contractor and included in the price per linear foot of 37 pipe. 38 d. If the City determines that an existing system valve is responsible for the 39 hydrostatic test to fail, the Contractor shall make provisions to test the pipeline 40 without the use of the system valve. 41 e. There shall be no additional payment to the Contractor if the existing valve is 42 unable to sustain the hydrostatic test and Shall be included in the price per linear 43 foot of pipe. 44 F. Disinfection 45 1. General 46 a. Disinfection of the main shall be accomplished by the "continuous feed" 47 method or the "slug" method as determined by the Contractor. 48 b. The fi-ee chlorine amounts shown are minimums. The Contractor may require 49 higher rates. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Revised February 6, 2013 ii I)440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Pagc 6 of-8 1 I ) Calcium hypochlorite granules shall be used as the source of chlorine. 2 C. Continuous Feed Method 3 I) Apply water at a constant rate in the newly laid main. 4 a) Use the existing distribution system or other approved source of 5 supply. 6 2) At a point not more than 10 feet downstream from the beginning of the new 7 main, water entering the new main shall receive a dose of chlorine. 8 a) Free chlorine concentration: 50 mg/L mmmlllm, or as required by 9 TCEQ, whichever is greater. 10 b) Chlorine applications shall not cease until the entire conduit is filled 1 I with heavily chlorinated water. 12 3) Retain chlorinated water in the main for at least 24 hours. 13 a) Operate valves and hydrants in the section treated in order to disinfect 14 the appurtenances. 15 b) Prevent the flow of chlorinated water into mains in active service. 16 c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, 17 minimum, for the treated water in all portions of the main. is 4) Flush the heavily chlorinated water from the main and dispose of in a 19 manner and at a location accepted by the City. 20 5) Test the chlorine residual prior to flushing operations. 21 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 22 new main until the chlorine residual is less the 4 mg/L. 23 b) The Contractor may choose to evacuate the \-vater into water trucks, or 24 other approved storage facility, and treat the water with Sodium 25 Bisulfate, or another de -chlorination chemical, or method appropriate 26 for potable water and approved by the City until the chlorine residual is 27 reduced to 4 mg/L or less. 28 c) After the specified chlorine residual is obtained, the water may then be 29 discharged into the drainage system or utilized by the Contractor. 30 d. Slug Method 31 1) Water from the existing distribution system or other approved source of 32 supply shall be made to flow at a constant rate in the newly laid main. 33 2) At a point not more than 10 feet downstream from the beginning of the new 34 main, water entering the new main shall receive a dose of chlorine. 35 a) Free chlorine concentration: 100 mg/L minimum, or as required by 36 TCEQ, whichever is greater. 37 b) The chlorine shall be applied continuously and for a sufficient time to 35 develop a solid column or "shag" of chlorinated water that shall expose 39 all interior surfaces to the "slug" for at least 3 hours. 40 3) Operate the fittings and valves as the chlorinated water flows past to 41 disinfect the appurtenances. 42 4) Prevent the flow of chlorinated water into mains in active service. 43 5) Flush the heavily chlorinated water from the main and dispose of in a 44 manner and at a location accepted by the City. 45 6) Upon completion, test the chlorine residual remaining in the main. 46 a) Chlorine levels of 4 ing/1 or less should be maintained. 47 2. Contractor Requirements 48 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 49 the disinfection method approved by the City with adequate provisions for 50 sampling. CITY OF FORT WORTH CAYLOR ; MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Rcciscd February 6, 201 33 U-1 -10-7 CLEANING AND ACCEPTANCE TESTING OF WATER NIAINS Page 7 oT` 1 b. Mahe all necessary taps into the main to accomplish chlorination of a new line, 2 unless other\,vise specified in the Contract Documents. 3 c. After satisfactory completion of the disinfection operation, as determined by 4 the City, remove surplus pipe at the chlorination and sampling points, plug the 5 remaining pipe, backfill and complete all appurtenant work necessary to secure 6 the Illalll. 7 G. Dechlorination 8 1. General. All chlorinated water shall be de -chlorinated before discharge to the 9 environment. Chemical amounts, as listed in ANSI/AWWA C651: "Disinfecting 10 Water Mains", shall be used to neutralize the residual chlorine concentrations using 1 I de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". 12 De -Chlorination shall continue until chlorine residual is non -detectable. 13 2. Testing. Contractor shall continuously test for the chlorine residual level 14 immediately downstream of the de -chlorination process, during the entire discharge 15 of the chlorinated water. Contractor shall periodically conduct chlorine residual 16 testing and check for possible fish kills at locations where discharged water enters 17 the existing watershed. 18 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 19 distribution system or any other construction activities: 20 a. The Contract shall immediately alter activities to prevent further fish kills. 21 b. The Contractor shall in-unediately notify Water Department Field Operations 22 Dispatch. 23 c. The Contractor shall coordinate with City to properly notify TCEQ. 24 d. Any files assessed by the TCEQ (or local, state of federal agencies) for fish 25 kills shall be the responsibility of the Contractor. 26 H. Bacteriological Testing (Water Sampling) 27 1. General 28 a. Notify the City when the main is suitable for sampling. 29 b. The City shall then take water samples from a suitable tap for analysis by the 30 C'ity's laboratory, unless otherwise specified in the Contract Documents. 31 1 ) No hose or fire hydrant shall be used in the collection of samples. 32 2. Water Sampling 33 a. Complete microbiological sampling prior to connecting the new main into the 34 existing distribution system in accordance with AWWA C651. 35 b. Collect samples for bacteriological analysis in sterile bottles treated with 36 sodium thiosulfate. 37 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 38 from the new main. 39 d. Collect at least 1 set of samples from every 1,000 linear feet of the new plain 40 (or at the next available sampling point beyond 1,000 linear feet as designated 41 by the City), plus 1 set from the end of the line and at least 1 set from each 42 branch. 43 e. If trench bVater has entered the new main during construction or, if in the 44 opinion of the City, excessive quantities of dirt or debris have entered the new 45 main, obtain bacteriological samples at intervals of approximately 200 linear 46 feet. 47 f. Obtain samples fi-onl water that has stood in the new main for at least 16 hours 48 after forillal flushing. CITY OE FORT \vORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER. AND DRAINAGE IMPROVEMENTS Revised February 6, 201 1 1 3 4 5 6 7 8 9 330440-S CLEANING A\D ACCEPTANCE TESTING OF WATER NIAINS Page S of 8 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 12/20/2012 2/6/2013 10 NAME END OF SECTION Revision Log SUMMARY OF CHANGE D. Johnson I 3.10.E.1.e.- Added service lines to hydrostatic testing requirements I.3.A.2.d Added A\\/\VA C65� Field De -Chlorination as reference D Townsend 3.10.G —Added De -Chlorination Requirement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 CAYLOR 5 NIG GROUND STORAGE TANK, \VATER, AND DRAINAGE IMPROVEMENTS 330510-I UTILITY TRENCH EXCAVATION. EMBEDMENT. AND BACKFILL P:r,c I ol'20 1 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL 3 PART1- GENERAL 4 1.1 SUNINIARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications S 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main I I b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 1 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. Modified 1.2.A.1.b.1 26 2. Added 1.2.A.1.b.2 27 3. Modified 1.2.A.3.b.1 2ti 4. Added 1.2.A.3.b.2 29 5. Modified 1.2.A.5.b.I 30 6. Added 12.A.5.b.2 31 7. Modified 3A.E.6 32 S. Modified 3.7.A.1 33 9. Modified 3.7.A.2 34 C. Related Specification Sections include, but are not necessarily limited to: 35 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 36 Contract 37 2. Division 1 — General Requirements 38 3. Section 02 41 13 — Selective Site Demolition 39 4. Section 02 41 15 — Paving Removal 40 5. Section 02 41 14 — Utility Removal/Abandonment 41 6. Section 03 30 00 -- Cast -in -place Concrete CITY OF FORT WORTH C'AYLOR '� MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rcviscd.lune 19.2013 330510_2 UTILITY TRENCH EXCAVATION, ENIBEDIMENT, AND BACKFILL Pau e_2 of-0 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 8. Section 31 10 00 -Site Clearing 3 9. Section 31 25 00 — Erosion and Sediment Control 4 10. Section 33 05 26 —Utility Markers/Locators 5 11. Section 34 71 13 -- Traffic Control 6 1.2 PRICE AND PAYMENT PROCEDURES 7 A. Measurement and Payment 8 1. Trench Excavation, Embedment and Backfill associated with the installation of an 9 underground utility or excavation 10 a. Measurement I I 1) This Item is considered subsidiary to the installation of the utility pipe line 12 as designated in the Drawings. 13 b. Payment 14 1) Unit Price - The work performed and the materials fiunished in accordance 15 with this Item are considered Subsidiary to the installation of the utility pipe 16 for the type of embedment and backfill as indicated on the plans. No other 17 compensation will be allowed. 1 S 2) LLII11D Sum Price - The work performed and the materials furnished in 19 accordance \with this Item are included in the total lump sum price. 20 2. Imported Embedment or Backfill 21 a. Measurement 22 1) Measured by the cubic yard as delivered to the site and recorded by truck 23 ticket provided to the City 24 b. Payment 25 1) Imported till shall only be paid when using materials for embedment and 26 backfill other than those identified in the Drawings. The work performed 27 and materials furnished in accordance with pre -bid item and measured as 28 provided under "Measurement" will be paid for at the unit price bid per 29 cubic yard of"hilported Embedment/Backfill" delivered to the Site for: 30 a) Various embedment/backfill materials 31 c. The price bid shall include: 32 1) Furnishing backfill or embedment as specified by this Specification 33 2) Hauling to the site 34 3) Placement and compaction of backfill or embedment 35 3. Concrete Encasement for Utility Lines 36 a. Measurement 37 1) Measured by the cubic yard per plan quantity. 38 b. Payment 39 1) Unit Price - The work performed and materials furnished in accordance 40 with this Item and measured as provided under "Measurement" will be paid 41 for at the unit price bid per cubic yard of "Concrete Encasement for Utility 42 Lines" per plan quantity. 43 2) LIHIID Sum Price - The work performed and materials furnished in 44 accordance with this Item and measured as provided under "Measurement" 45 will be included in the total lump sum price.. 46 c. The price bid shall include: CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised June 19. 20l 3 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT. AND BACKFILL Pa,,c 3 of 20 1 1) Furnishing, hauling, placing and finishing concrete in accordance with 2 Section 03 30 00 3 2) Clean-up 4 4. Ground Water Control 5 a. Measurement 6 1) Measurement shall be lump sum when a ground water control plan is 7 specifically required by the Contract Documents. 8 b. Payment 9 1) Payment shall be per the lump sum price bid for "Ground Water Control" 10 including: I a) Submittals 12 b) Additional Testing 13 c) Ground water control system installation 14 d) Ground water control system operations and maintenance 15 e) Disposal of water 16 f) Removal of ground water control system 17 5. Trench Safety l8 a. Measurement 19 1) Measured per linear foot of excavation for all trenches that require trench 20 safety in accordance with OSHA excavation safety standards (29 CFR Part 21 1926 Subpart P Safety and Health regulations for Construction) 22 b. Payment 23 1) Unit Price: The work performed and materials furnished in accordance 24 with this Item and measured as provided under "Measurement" will be paid 25 for at the unit price bid Per linear foot of excavation to comply with OSHA 26 excavation safety standards (29 CFR Part 1926.650 Subpart P), including, 27 but not limited to, all submittals, labor and equipment. 28 2) Lumn Sum: The work Derformed and materials furnished in accordance 29 with this Item and measured as DI.OVIded under "Measurement" will be Daid 30 for at the lump Sinn Drice bid of excavation to comply with OSHA 31 excavation safety standards (29 CFR Part 1926.650 Subpart P), includinlz, 32 but not limited to, all submittals, labor and equipment. 33 1.3 REFERENCES 34 A. Definitions 35 1. General — Definitions used in this section are in accordance with Terminologies 36 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 37 noted. 38 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 39 haunching bedding, springline, pipe zone and foundation are defined as shown in 40 the following schematic: CITY OF FORT NVORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced .tune 19, 2013 33 05 10 --I UTILITY TRENCH EXCAVATION. EMBEDMENT. AND BACKFILL Paae4 of30 N, - F r n- - .,., VL_ . EXCAVATED TRENCH; ',`J!DTf-' ' 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 3 material 4 4. Excavated Trench Depth Distance from the surface to the bottom of the bedding 5 or the trench foundation 6 5. Final Backfill Depth 7 a. Unpaved Areas — The depth of the final bacl&ill measured from the top of the 8 initial backfill to the surface 9 b. Paved Areas — The depth of the final backfill measured from the top of the 10 initial backfill to bottom of permanent or temporary pavement repair 11 B. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. ASTM Standards: 16 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 17 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 18 Magnesium Sulfate 19 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 20 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 21 Bridge Construction. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RATER, AND DRAINAGE IMPROVEN4ENTS Re%ised line 19.2013 ;30510-5 UTILrtI"FRENCH EXCAVATION. ENIBED;MENT. AND 13ACKFILL Paae 5 of20 1 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588 - Standard Test method for Moisture -Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts (12,400 ft-lb/1`0 600 Kn-m/M3)). 7 h. ASTN4 1556 Standard Test \Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 10 (Unified SOIL Classification System) 11 J. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity -Flow Applications 13 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods (Shallow Depth) 15 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods (Shallow Depth) 17 in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 21 Regulations for Construction, Subpart P - Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Utility Company Notification 25 a. Notify area utility companies at least 48 hours in advance, excluding weekends 26 and holidays, before starting excavation. 27 b. Request the location of buried lines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence Nvorl< for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance Nvith ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 01 33 00. 36 B. All submittals shall be approved by the City prior to construction. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 43 Excavations 44 3. Stockpiled excavation and/or backfill material CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE 1MPROVENIENTS Revised June 19, 2013 330j 10_6 UTILITY TRENCH ESC AVATION. ENIBEMIENT, AND BACKFILL Pal-c 6 of 20 I a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the 3 easement. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING 8 A. Storage 9 1. Within Existing Rights -of -Way (ROW) 10 a. Spoil, imported embedment and backfill materials may be stored within 1 1 existing ROW, easements or temporary construction easements, unless 12 specifically disallowed in the Contract Documents. 13 b. Do not block drainage ways, inlets or driveways. 14 c. Provide erosion control in accordance with Section 31 25 00. 15 d. Store materials only in areas barricaded as provided in the traffic control plans. 16 e. In non -paved areas, do not store material on the root zone of any trees or in 17 landscaped areas. 18 2. Designated Storage Areas 19 a. If the Contract Documents do not allow the storage of spoils, embedment or 20 backfill materials within the ROW, easement or temporary construction 21 easement, then secure and maintain an adequate storage location. 22 b. Provide an affidavit that rights have been secured to store the materials on 23 private property. 24 c. Provide erosion control in accordance with Section 31 25 00. 25 d. Do not block drainage ways. 26 e. Only materials used for 1 working day will be allowed to be stored in the work 27 zone. 28 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 29 1.11 FIELD [SITE] CONDITIONS 30 A. Existing Conditions 31 1. Any data whicli 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. CITY OF FORT \VORTI1 CAYLOR ? MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- INIPROVEIENTS Revised June 19, 2013 111)0� I() -? UTILITY" (RENCII EXCAVATION. ENQEDMENT, AND BACKI-11-1. P;iee? nl20 1.12 NVARRANTY INOT USED] 2 PART 2 - PRODUCTS 3 2.1 ONVNER-FURNISHED loiz] O«INER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A. Materials 6 1. Utility Sand 7 a. Granular and fi-ee flowing 8 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 9 tine aggregate according to ASTM C 33 10 c. Reasonably free of organic material 1 d. Gradation: ( Sieve Size I Percent Retained ( 1 inch 0 3/8 inch 0-10 #40 20-60 #100 I 95 12 2. Crushed Rock 13 a. Durable crushed rock or recycled concrete 14 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 15 c. May be unwashed 16 d. Free fi-om significant silt clay or unsuitable materials 17 e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 18 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 19 sodium Sulfate soundness per ASTM C88 20 3. Fine Crushed Rock 21 a. Durable crushed rock 22 b. Meets the gradation of ASTM D448 Size numbers 8 or 89 23 c. N/lay be unwashed 24 d. Free from significant silt clay or unsuitable materials. 25 e. I lave a percentage of wear not more than 40 percent per ASTM C 131 or C535 26 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 27 Sodium sulfate soundness per ASTM C88 28 4. Ballast Stone 29 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 30 b. Nlay be unwashed 31 c. Free lrom Slgnif cant Silt clay or 1111Sultable materials 32 d. Percentage of wear not more than 40 percent per ASTM C 131 or C535 33 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 34 Sodium Sulfate soundness per ASTM C88 35 5. Acceptable Backfill Material 36 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 37 ASTM D2487 38 b. Free fi-om deleterious materials, boulders over 6 inches in size and organics 39 c. Can be placed free from voids CITY OF FORT WORTII CAYLOR i NIG GROUND STORAGE TANK, STANDARD C'ONSTRUC"LION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re%isedJune 19.2013 330510-ti UTILITY TRENCH EXCAVATION, EMBEDMENT, AND 13ACKFILL Past 8 01'20 1 d. Must have 20 percent passing the number 200 sieve 2 6. Blended Backfill Material 3 a. In -situ soils classified as SP, SM, GP or GNI in accordance with ASTM D2487 4 b. Blended \with in -situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials, boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 7. Unacceptable Backfill Material 9 a. In -situ soils classified as ML, MH. PT, OL or OH in accordance \with ASTM 10 D2487 11 8. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index betweeri 8 and 20 15 9. Cement Stabilized Sand (CSS) 16 a. Sand 17 1) Shall be clean, durable sand meeting grading requirements for fine 18 aggregates of ASTM C33 and the following requirements: 19 a) Classified as SW, SP, or SM by the United Soil Classification System 20 of ASTM D2487 21 b) Deleterious materials 22 (1) Clay lumps, ASTM C 142, less than 0.5 percent 23 (2) Lightweight pieces, ASTM C 123, less than 5.0 percent 24 (3) Organic impurities, ASTM C40, color no darker than standard 25 color 26 (4) Plasticity index of 4 or less \when tested in accordance with ASTM 27 D4318. 28 b. Minimum of 4 percent cement content of Type I/II portland cement 29 c. Water 30 1) Potable water, free of soils, acids, alkalis, organic matter or other 31 deleterious substances, meeting requirements of ASTM C94 32 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 33 e. Strength 34 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 35 D 1633, Method A 36 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 37 D 1633, Method A 38 3) Tile maximum compressive strength in 7 days shall be 400 psi. Backfill 39 that exceeds the maximum compressive strength shall be removed by the 40 Contractor for no additional compensation. 41 f. Random samples of delivered product will be taken in the field at point of 42 delivery for each day of placement in the work area. Specimens will be 43 prepared in accordance with ASTM D 1632. 44 10. Controlled Low Strength Material (CLSM) 45 a. Conform to Section 03 34 13 46 11. Trench Geotextile Fabric 47 a. Soils other than ML or OH in accordance with ASTM D2487 48 1) Needle punch, nonwoven geotextilc composed of polypropylene fibers CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE- TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Revised .lune 19, 2013 330510-9 UTILITY TRENCH EXCAVATION_ EMBEDMENT. AND BACKFILL Przc 9 (11,20 3 4 5 6 7 8 9 10 11 12 13 14 15 16 2.3 17 2.4 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) Hi(Th-tenacity monofilament polypropylene woven yarn 2) Percent open area of S percent to10 percent 3) Fibers sliall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. ACCESSORIES [NOT USED] SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION 21 A. Verification of Conditions 22 1. Review all laiown, identified or marked utilities, whether public or private, prior to 23 excavation. 24 2. Locate and protect all known, identified and marked utilities or underground 25 facilities as excavation progresses. 26 3. Notify all utility owners within the project limits 48 hours prior to beginning 27 excavation. 28 4. The information and data shown in the Drawings with respect to utilities is 29 approximate and based on record information or on physical appurtenances 30 observed within the project limits. 31 5. Coordinate Nvith the Owner(s) of underground facilities. 32 6. Immediately notify any utility owner of damages to utndel'gl"OIInd facilities resulting 33 from construction activities. 34 7. Repair any damages resulting from the construction activities. 35 B. Notify the City immediately of any changed condition that impacts excavation and 36 installation of the proposed utility. 37 3.3 PREPARATION 38 A. Protection of In -Place Conditions 39 1. Pavement 40 a. Conduct activities in such a way that does not damage existing pavement that is 41 designated to remain. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER.AND DRAINAGE IMPROVEMENTS Revised June 19, 2013 3i0510-10 UTILITY TRENCH EXCAVATION. EMBEDMENT. AND BACKFILL Pace 10 of, 20 1 1) Where desired to move equipment not licensed for operation on public 2 roads or across pavement, provide means to protect the pavement from all 3 da nnage. 4 b. Repair or replace any pavement damaged due to the negligence of the 5 contractor outside the limits designated for pavement removal at no additional 6 cost to the City. 7 2. Drainage 8 a. Maintain positive drainage during construction and re-establish drainage for all 9 swales and culverts affected by construction. 10 3. Trees 1 I a. When operating outside of existing ROW, stake permanent and temporary 12 construction easements. 13 b. Restrict all construction activities to the designated easements and ROW. 14 c. Flag and protect all trees designated to remain in accordance Nvith Section 31 10 15 00. 16 d. Conduct excavation, embedment and backfill in a manner such that there is no 17 damage to the tree canopy. 18 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 19 specifically allowed by the City. 20 1) Pruning or trimming may only be accomplished with equipments 21 specifically designed for tree pruning or trimming. 22 f. Remove trees specifically designated to be removed in the Drawings in 23 accordance with Section 31 10 00. 24 4. Above ground Structures 25 a. Protect all above ground structures adjacent to the construction. 26 b. Remove above ground structures designated for removal in the Drawings in 27 accordance with Section 02 41 13 28 5. Traffic 29 a. Maintain existing traffic, except as modified by the traffic control plan, and in 30 accordance with Section 34 71 13. 31 b. Do not block access to driveways or alleys for extended periods of time unless: 32 1 ) Alternative access has been provided 33 2) Proper notification has been provided to the property owner or resident 34 3) It is specifically allowed in the traffic control plan 35 c. Use traffic rated plates to maintain access until access is restored. 36 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 37 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 38 excavation that could impact the operations of an existing traffic signal. 39 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 40 and detector loops. 41 c. Immediately notify the City's Traffic Services Division if any damage occurs to 42 any component of the traffic signal due to the contractors activities. 43 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 44 cabinets, conduit and detector loops as a result of the construction activities. 45 7. Fences 46 a. Protect all fences designated to remain. 47 b. Leave fence in the equal or better condition as prior to construction. CITY OF FORT \vORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVENIENTS Revised .Tune 19. 201 1 330510-I1 -I-n' TRENCH F:xCAV;\TIO\'. ENIBEDNlEN'T. AND BACKFILL Pa.1c I l of20 3.4 INSTALLATION 2 A. Excavation 3 1. Excavate to a depth indicated on the Dra\ings. 4 2. Trench excavations are defined as unclassified. No additional payment shall be 5 granted for rock of other In -situ materials encountered in the trench. 6 3. Excavate to a \vidth sufficient for laying the pipe in accordance with the Drawings 7 and bracing in accordance with the Excavation Safety Plan. 8 4. The bottom of the excavation shall be firm and free from standing water. 9 a. Notify the City immediately if the water and/or the in -situ soils do not provide 10 fora fn"in trench bottom. 1 1 b. The City will determine if any changes are required HI the pipe foundation of 12 bedding. 13 5. Unless other\.vise permitted by the Drawings or by the City, the limits of the 14 excavation shall not advance beyond the pipe placement so that the trench may be 15 backfilled in the same day. 16 6. Over Excavation 17 a. Fill over excavated areas with the specified bedding material as specified for 18 the specific pipe to be installed. 19 b. No additional payment \,vill be made for over excavation or additional bedding 20 material. 21 7. Unacceptable Backfill Materials 22 a. In -situ soils classified as unacceptable backfill material shall be separated from 23 acceptable backfill materials. 24 b. If the unacceptable backfill material is to be blended in accordance with this 25 Specification, then store material in a suitable location until the material is 26 blended. 27 c. Remove all unacceptable material from the project site that is not intended to be 28 blended or modified. 29 8. Rock — No additional compensation will be paid for rock excavation or other 30 changed field conditions. 31 B. Shoring, Sheeting and Bracing 32 I. Engage a Licensed Professional Engineer in the State of Texas to design a site 33 specific excavation safety system in accordance with Federal and State 34 requirements. 35 2. Excavation protection systems shall be designed according to the space limitations 36 as indicated in the Drawings. 37 3. Furnish, put in place and maintain a trench safety system in accordance with the 38 Excavation Safety Plan and required by Federal, State or local safety requirements. 39 4. If soil or water conditions are encountered that are not addressed by the current 40 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 41 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 42 City. 43 5. Do not allow soil, or water containing soil, to migrate through the Excavation 44 Safety System in sufficient quantities to adversely affect the suitability of the 45 Excavation Protection System. Movable bracing, shoring plates or trench boxes 46 used to support the sides of the trench excavation shall not: CITY OF FORT WORTFI CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE 1NIPROVENIENTS Revised June 19, 2013 330510-I-1 UTILITY TRENCH EXCAVATION. [IMBED\4ENT. AND BACKFILL Po,-,c 12 of20 ] a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is 3 removed 4 c. Compromise the compaction of the embedment located below the spring line of 5 the pipe and in the haunching 6 C. Water Control 7 1. Surface Water 8 a. Furnish all materials and equipment and perform all incidental work required to 9 direct surface \,eater away from the excavation. 10 2. Ground Water I 1 a. Furnish all materials and equipment to dewater ground Neater by a method 12 which preserves the undisturbed state of the subgrade soils. 13 b. Do not allow the pipe to be submerged within 24 hours after placement. 14 c. Do not allow water to flow over concrete until it has sufficiently cured. 15 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 16 Control Plan if any of the following conditions are encountered: 17 1) A Ground Water Control Plan is specifically required by the Contract 18 Documents 19 2) If in the sole judgment of the City, ground water is so severe that an 20 Engineered Ground Water Control Plan is required to protect the trench or 1 the installation of the pipe which may include: 22 a) Ground water levels in the trench are unable to be maintained belo\v 23 the top of the bedding 24 b) A firm trench bottom cannot be maintained due to ground water 25 c) Ground water entering the excavation undermines the stability of the 26 excavation. 27 d) Ground water entering the excavation is transporting unacceptable 28 quantities of soils through the Excavation Safety System. 29 e. In the event that there is no bid item for a Ground Water Control and the City 30 requires an Engineered Ground Water Control Plan due to conditions 31 discovered at the site, the contractor will be eligible to submit a change order. 32 f. Control of ground water shall be considered subsidiary to the excavation when: 33 1) No Ground Water Control Plan is specifically identified and required in the 34 Contract Documents 35 g. Ground Water Control Plan installation, operation and maintenance 36 1) Furnish all materials and equipment necessary to implement, operate and 37 maintain the Ground Water Control Plan. 38 2) Once the excavation is complete, remove all ground \eater control 39 equipment not called to be incorporated into the work. 40 h. Water Disposal 41 1) Dispose of ground water in accordance with City policy or Ordinance. 42 2) Do not discharge ground water onto or across private property without 43 written permission. 44 3) Permission from the City is required prior to disposal into the Sanitary 45 Sewer. 46 4) Disposal shall not violate any Federal, State or local regulations. 47 D. Embedment and Pipe Placement 48 1. Water Lines less than, or equal to, 12 inches in diameter: CITY OF FORT WORTH CAYLOR 5 %MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE. INIPROVEMENTS Revised .lunc 19. 1013 3305 10- 13 UTILITY "1-RENCH EXCAVATION, EMBEDMENT. AND BACKFILI_ Pate 13 of 20 a. The entire embedment zone shall be of uniform material 2 b. Utility sand shall be generally used for embedment. 3 C. If ()OLlrid water is in sufficient quantity to cause sand to pump, then use 4 crushed rock as embedment. 5 1) If crushed rock is not specifically identified in the Contract Documents, 6 then crushed rocl< shall be paid by the pre -bid unit price. 7 d. Place evenly spread bedding material on a firm trench bottom. S e. Provide fir111, uniform bedding. 9 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 10 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 1 1 proposed grade, unless specifically called for in the Drawings. 12 h. Place embedment, including initial backfill, to a nlinirrui n of 6 inches, but not 13 more than 12 inches, above the pipe. 14 1. Where gate valves are present, the initial backfill shall extend to 6 inches above 15 the elevation of the valve nut. 16 j. Form all blocking against undisturbed trench wall to the dimensions in the 17 Drawings. is k. Compact embedment and initial backfill. 19 1. Place marker tape on top of the initial trench backfill 1n accordance with 20 Section 33 05 26. 21 2. Water Lines 16-inches through 24-inches in diameter: 22 a. The entire embedment zone shall be of uniform material. 23 b. Utility sand may be used for embedment when the excavated trench depth is 24 less than 15 feet deep. 25 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 26 trench depths 15 leet, or greater. 27 d. Crushed rock shall be used for embedment for steel pipe. 25 e. Provide trench (Tcotextile fabric at any location where crushed rock or fine 29 crushed rocl< come into contact with utility sand 30 f. Place evenly spread bedding material on a firm trench bottom. 31 G. Provide firm, uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required not specifically identified in the 35 Contract Documents, then crushed rock shall be paid by the pre -bid unit 36 price. 37 h. Place pipe on the bedding according to the alignment shown on the Drawings. 35 1. The pipe line shall be within: 39 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 40 lines 41 J. Place and compact embedment material to adequately support haunches in 42 accordance with the pipe manufacturer's recommendations. 43 k. Place remaining embedment including initial backfill to a nlininnull of 6 inches, 44 but not more than 12 inches, above the pipe. 45 I. Where gate valves are present, the initial backfill shall extend to up to the valve 46 nut. 47 111. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 49 n. Density test may be performed by City to verify that the compaction of 50 embedment meets requirements. CITI' OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Revised .IU11C 19, 2013 33 0510 -14 UTILITY FRENCH EXCAVATION. EMBEDMENT, AND BACKFILL Pac 14 of'20 o. Place trench geotextile fabric on top of the initial backfill 2 p. Place marker tape on top of the trench geotextile fabric in accordance with 3 Section 33 05 26. 4 3. Water Lines 30-inches and greater in diameter 5 a. The entire embedment zone shall be of uniform material. 6 b. Crushed rock shall be used for embedment. 7 c. Provide trench geotextile fabric at any location where crushed rock or fine 8 crushed rock collie Into contact \VIth utility sand. 9 d. Place evenly spread bedding material on a firm trench bottom. 10 e. Provide firm, uniform bedding. 1 1 1) Additional bedding may be required if ground water is present in the 12 trench. 13 2) If additional crushed rock is required which is not specifically identified in 14 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 15 price. 16 f. Place pipe on the bedding according to the alignment shown on the Drawings. 17 g. The pipe line shall be within: 18 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 19 h. Place and compact embedment material to adequately support haunches in 20 accordance \vith the pipe manufacturer's recommendations. 21 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 22 not exceed the spring line prior to compaction. 23 j. Place remaining embedment, including initial backfill, to a minimum of 6 24 inches, but not more than 12 inches, above the pipe. 25 k. Where gate valves are present, the initial backfill shall extend to up to the valve 26 nut. 27 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 28 ASTM D 698. 29 ill. Density test may be performed by City to verify that the compaction of 30 embedment meets requirements. 31 n. Place trench geotextile fabric on top of the initial backfill. 32 o. Place marker tape on top of the trench geotextile fabric in accordance with 33 Section 33 05 26. 34 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 35 a. The entire embedment zone shall be of uniform material. 36 b. Crushed rock shall be used for embedment. 37 c. Place evenly spread bedding material on a firm trench bottom. 38 d. Spread bedding so that lines and grades are maintained and that there are no 39 sags in the sanitary sewer pipe line. 40 e. Provide firm, uniform bedding. 41 1) Additional bedding may be required if ground water is present in the 42 trench. 43 2) If additional crushed rock is required which is not specifically identified in 44 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 45 price. 46 f. Place pipe on the bedding according to the alignment shown in the Drawings. 47 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 48 with the grade shown on the Drawings. CITY OF FORT \\FORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIE\'l'S WATER, AND DRAINAGE IMPROVEMENTS Revised ,tune 19. 2013 330510 -15 UTILITY "TRENCH EXCAVATION. EMBEDMENT. AND BACKFILL Pa_,c 15 of _0 I It. Place and compact embedment material to adequately Support haunches Ill accordance \vlth the pipe manufacturers recommendations. 3 I. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 4 exceed the spring line prior to compaction. 5 J. Place remaining embedment including initial backfill to a minimum of 6 inches, 6 but not more than 12 inches, above the pipe. 7 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 8 ASTM D 695. 9 1. Density test may be performed by City to verify that the compaction of 10 embedment meets requirements. l 1 in. Place trench geotextile fabric on top of the initial backfill. 12 n. Place marker tape on top of the trench geotextile fabric in accordance with I Section 33 05 26. 14 5. Storm Sewer (RCP) 15 a. The bedding and the pipe zone up to the spring line shall be of uniform 16 material. 17 b. Crushed rock shall be used for embedment up to the spring line. 18 c. The specified backfill material may be used above the spring line. 19 d. Place evenly spread bedding material on a firm trench bottom. 20 c. Spread bedding so that lines and grades are maintained and that there are no 21 sags in the storm sewer pipe line. 22 f. Provide firm, uniform bedding. 23 1) Additional bedding may be required if ground water is present in the 24 trench. 25 2) If additional crushed rock is required which is not specifically identified in 26 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 27 price. 28 g. Place pipe on the bedding according to the alignment of the Drawings. 29 It. The pipe line shall be within t0.1 inches of the elevation, and be consistent 30 with the grade, shown on the Drawings. 31 1. Place embedment material up to the spring line. 32 1) Place embedment to ensure that adequate support is obtained in the haunch. 3 3 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 34 ASTM D 695. 35 k. Density test may be performed by City to verify that the compaction of 36 embedment meets requirements. 37 1. Place trench geotextile fabric on top of pipe and crushed rock. 3S 6. Storm Sewer Reinforced Concrete Box 39 a. Crushed rock shall be used for bedding. 40 b. The pipe zone and the initial backfill shall be: 41 1) Crushed rock, or 42 2) Acceptable backfill material compacted to 95 percent Standard Proctor 43 density 44 c. Place evenly spread compacted bedding material on a firm trench bottom. 45 d. Spread bedding so that lines and grades are maintained and that there are no 46 sags in the storm sewer pipe line. 47 e. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE @9PROVEMENTS Re%ised.1une 19.?013 330510 -16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND f3ACKFILL Pa,e 16 of'20 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f. Fill the annular space between multiple boxes xvith crushed rock, CLSM 5 according to 03 34 13. 6 g. Place pipe ou the bedding according to the alignment of the Drawings. 7 h. The pipe shall be within t0.1 inches of the elevation, and be consistent with the 8 grade, shown on the Drawings. 9 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 10 D698. 11 7. Water Services (Less than 2 Inches in Diameter) 12 a. The entire embedment zone shall be of uniform material. 13 b. Utility sand shall be generally used for embedment. 14 c. Place evenly spread bedding material on a firm trench bottom. 15 d. Provide firm, uniform beddlllg. 16 e. Place pipe ou the bedding according to the alignment of the Plans. 17 f. Compact the initial backfi 11 to 95 percent Standard Proctor ASTM D698. 18 8. Sanitary Sewer Services 19 a. The entire embedment zone shall be of uniform material. 20 b. Crushed rock shall be used for embedment. 21 c. Place evenly spread bedding material ou a firm trench bottom. 22 d. Spread bedding so that lines and grades are maintained and that there are no 23 sags in the sanitary sewer pipe line. 24 e. Provide firm, uniform bedding. 25 1) Additional bedding may be required if ground water is present in the 26 trench. 27 2) If additional crushed rock is required which is not specifically identified in 28 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 29 price. 30 f. Place pipe ou the bedding according to the alignment of the Drawings. 31 U. Place remaining embedment, including initial backfill, to a minimum of 6 32 inches, but not more than 12 inches, above the pipe. 33 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 34 i. Density test may be required to verify that the compaction meets the density 35 requirements. 36 E. Trench Backfill 37 1. At a ininimunl, place backfill in such a manner that the required in -place density 38 and moisture content is obtained, and so that there will be no damage to the surface, 39 pavement or structures due to any trench settlement or trench movement. 40 a. Meetiug the requirement herein does not relieve the responsibility to damages 41 associated Nvith the Work. 42 2. Backfill Material 43 a. Final backfill depth less than 15 feet 44 1) Backfill with: 45 a) Acceptable backfill material 46 b) Blended backfill material, or 47 c) Select backfill material, CSS, or CLSM when specifically required 48 b. Final backfill depth 15 feet or greater: (under pavement or fixture pavement) CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\MFNTS WATER, AND DRAINAGE IMPROVEMENTS Revised June 19, 201 3 33O1 10-17 UTILITY TRENCH EXCAv,\TION. Ei\4BI DiNIENT. AND BACKFILL 13- 17 of20 1 1) Backfill depth from 0 tol5 feet deep 2 a) Backfill with: 3 (1) Acceptable backfill material 4 (2) Blended backfill material, or 5 (3) Select backfill material. CSS, or CLSM when specifically required 6 2) Backfill depth from 15 feet and greater 7 a) Backfill with: 8 (1) Select Fill 9 (2) CSS, or 10 (3) CLSM when specifically required 1 1 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 12 1) Backfill with: 13 a) Acceptable backfill material, or 14 b) Blended backfill material 15 d. BaCldill for service lines: 16 1) Backfill for water or sewer service lines shall be the same as the 17 requirement of the main that the service is connected to. 18 3. Required Compaction and Density 19 a. Final backfill (depths less than 15 feet) 20 1) Compact acceptable backfill material, blended backfill material or select 21 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 22 moisture content within -2 to +5 percent of the optimum moisture. 23 2) CSS or CLSM requires no compaction. 24 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 25 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 26 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 27 moisture. 28 2) CSS or CLSM requires no compaction. 29 c. Final baclTill (depths 15 feet and greater/not under existing or future pavement) 30 1) Compact acceptable backfill material blended backfill material, or select 31 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 32 moisture content within -2 to +5 percent of the optimum moisture. 33 4. Saturated Soils 34 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 35 optimum moisture content, the soils are considered saturated. 36 b. Flooding the trench or \water jetting is strictly prohibited. 37 c. If saturated soils are identified in the Dra\.vings or Geotechnical Report in the 38 Appendix, Contractor shall proceed with Work following all backfill 39 procedures outlined in the Drawings for areas of soil saturation greater than 5 40 percent. 41 d. If saturated soils are encountered during Work but not identified in Drawings or 42 Geotechnical Report in the Appendix: 43 1) The Contractor shall: 44 a) Immediately notify the City. 45 b) Submit a Contract Claim for Extra Work associated \with direction from 46 City. 47 2) The City shall: 48 a) Investigate soils and determine if Work can proceed in the identified 49 location. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER. AND DRAINAGE IMPROVEMENTS Revised .Rine 19, 2013 3;0510-IS UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pa,-,c 18 ol'10 1 b) Direct the Contractor of changed backfill procedures associated with 2 the saturated soils that may include: 3 (1) Imported backfill 4 (2) A site specific backfill design 5 5. Placement of Backtill 6 a. Use only compaction equipment specifically designed for compaction of a 7 particular soil type and within the space and depth limitation experienced in the 8 trench. 9 b. Flooding the trench or water setting is strictly prohibited. 10 c. Place in loose lifts not to exceed 12 inches. 1 I d. Compact to specified densities. 12 e. Compact only on top of initial backfill, undisturbed trench or previously 13 compacted backfill. 14 f. Remove any loose materials due to the movement of any trench box or shoring 15 or due to sloughing of the trench wall. 16 (T. Install appropriate tracking balls for water and sanitary sewer trenches in 17 accordance with Section 33 05 26. 18 6. Backfill Means and Methods Demonstration 19 a. N-otity die City .;rh sufficient time f f the City to „btaii, S 3 20 ai In the presence of the Citv, uerform standard proctor test in 21 accordance with ASTM D698. 22 b. The results of the standard proctor test must be received prior to beginning 23 excavation. 24 c. Upon commencing of backfill placement for the project the Contractor shall 25 demonstrate means and methods to obtain the required densities. 26 d. Demonstrate Means and Methods for compaction including: 27 1) Depth of lifts for baclill which shall not exceed 12 inches 28 2) Method of moisture control for excessively dry or wet backfill 29 3) Placement and moving trench box, if used 30 4) Compaction techniques in an open trench 31 5) Compaction techniques around structure 32 e. Provide a testing trench box to provide access to the recently backfilled 33 material. 34 f. 14ie City will I},avide Provide a qualified testing lab fill time during this period 35 to randomly test density and moisture continent. 36 1) The testing lab will provide results as available on the job site. 37 7. Varying Ground Conditions 38 a. Notify the City of varying ground conditions and the need for additional 39 proctors. 40 b. Request additional proctors when soil conditions change. 41 c. The City may acquire additional proctors at its discretion. 42 d. Significant changes in soil conditions will require an additional Means and 43 Methods demonstration. 44 3.5 REPAIR [NOT USED] 45 3.6 RE -INSTALLATION [NOT USED 46 3.7 FIELD QUALITY CONTROL 47 A. Field Tests and Inspections CITY OF FORT wOR"l H CAYLOR 5 MG GROUND STORAGE "DANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re%iced ,lunc 19.2011 33 05 10 - 19 UTILITY FRF-NCII EXCAVATION, ENIBED\TENT, AND BACKFILL Paue 19 of 20 1 1. Proctors 2 a. The City Nvill perform Pei-fonn Proctors in accordance Nvith ASTM D698. 3 b. Provide Test results w l `ge,:c ally'a: n. „IL1L-. t-o Nvithin 4 calendar days and 4 distribute to: 5 1) Contractor 6 2) City Project N,Tanager 7 3) City Inspector 8 4) Engineer 9 c. Notify the City if the characteristic of the soil changes. 10 d. City will pet- + ,-,,, Perform neW proctors for varying soils: I I I) When Indicated in the geotechnlcal investigation in the Appendix 12 2) If notified by the Contractor 13 3) At the convenience of the City 14 e. Trenches where different soil types are present at different depths, the proctors 15 shall be based on the mixture of those soils. 16 2. Density Testing of Backfill 17 a. Density Tests shall be in conformance with ASTM D2922. 18 b. Provide a testing trench protection for trench depths in excess of 5 feet. 19 c. Place, move and remove testing trench protection as necessary to facilitate all 20 �.v uu tests eendii i. ted by the City. 21 d. For final backfill depths less than 15 feet and trenches of any depth not under 22 existing or future pavement: 23 1) The City will perform Perform density testing twice per working day when 24 baekfilling operations are being conducted. 25 2) The testing lab shall take a minimum of 3 density tests of the current lift in 26 the available trench. 27 e. For final backfill depths 15 feet and greater deep and under existing or future 28 pavement: 29 1) The City will perform Perform density testing twice per working day when 30 backfilling operations are being conducted. 31 2) The testing lab shall take a minimum of 3 density tests of the current lift in 32 the available trench. 33 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 34 f. Make the excavation available for testing, 35 G. The City will determine the location of the test. 36 h. The sting Iab ,, i'.1 provide Provide results to Contractor and the City's 37 Inspector upon completion of the testin(T. 38 1. Post a formal report Nvill be posted to the City's Buzzsaw site within 48 hours. 39 j. Test reports shall include: 40 1) Location of test by station number 41 2) Time and date of test 42 3) Depth of testing 43 4) Field moisture 44 5) Dry density 45 6) Proctor identifier 46 7) Percent Proctor Density 47 3. Density of Embedment CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIE-NTS NVATER, AND DRAINAGE IMPROVENIENTS Revised June 19, 2013 33 05 10 - 20 UTILITY TRENCH EXCAVATIO\, ENIBEDNIENT. AND BACKFILL Pase 20 of 20 1 a. Storm sewer boxes that are embedded with acceptable backfill material, 2 blended backfill material, cement modified backfill material or select material 3 NVill follow the same testing procedure as backfill. 4 b. The City may allow testing fine crushed rock or crushed rock embedment in 5 accordance with ASTM D2922 or ASTM 1556. 6 B. Non -Conforming Work 7 8 9 10 11 12 13 14 15 16 All non -conforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to 111elnde 15' and greater 12/20/2012 D. Johnson 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 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement CITY OF FORT \FORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re\'ised ,tune 19, 2013 CAYLOR 5 NIG GROUND STORAGE TANK. WATER. AND DRAINAGE IMPROVEMENTS 3i0iI3-1 FRANIE. COVER. AND GRADE RINGS 2 3 PART]- GENERAL 4 1.1 SUNINIARY SECTION 33 05 13 FRAME, COVER, AND GRADE RINGS Pace I of 4 5 A. Section Includes: 6 1. Frame, cover and Grade rinds used as access ports into water, sanitary seNver and 7 storm drain structures such manholes or vaults 8 B. Deviations fi-om this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.2.a 10 2. Added 1.2.A?.b I 1 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division I — General Requirements 15 1.2 PRICE AND PAYNIENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the structure containing the frame, cover 19 and grade rings. 20 2. Payment 21 a. Unit Price - The work performed and the materials fitrnished in accordance 22 with this Item are subsidiary to the unit price bid per each structure complete in 23 place, and no other compensation will be allowed. 24 b. Ll1n1D Sum Price - The work performed and the Materials fiu-nished in 25 accordance with this Item are included in the total IL1111D sum price. 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. ASTM International (ASTM) 32 a. ASTM A48 — Standard Specification for Gray Iron Castings 33 b. ASTM A536 - Standard Specification for Ductile Iron Castings 34 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 35 3. American Association of State Highways and Transportation Officials (AASHTO) 36 a. AASHTO M306 Standard Specification for Drainage, Sewer, Utility and 37 Related Castings CITY OF FORT \\ ORTI1 CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 33 o5 13 -- FRANIE. COVER. AND GRADE RINGS Pau c2 of 1 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 2 1.5 SUB1\'IITTALS 3 A. Submittals shall be in accordance \vith Section 0l 3300. 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 7 A. Product Data S 1. All castings shall be cast with: 9 a. Approved foundry's name 10 b. Part number 1 I c. Country of origin 12 2. Provide manufacturer's: 13 a. Specifications 14 b. Load tables 15 c. Dimension diagrams 16 d. Anchor details 17 e. Installation instructions 18 B. Certificates 19 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 20 designations. 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 [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 28 29 30 31 32 33 34 35 36 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Castings CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENENTS Revised December 20, 2012 City PrcIect No. 0211 1 330513-i FRAME, COVER. AND GRADE RINGS Parr 3 or-4 1 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3 3. Use clean casting capable of Nvithstanding application of AASHTO HS-20 vehicle 4 loading with permanent deformation. 5 4. Covers 6 a. Size to set flush Nvith the frame with no larger than a 1/8 inch gap between the 7 frame and cover S b. Provide with 2 inch `,vide pick slots in lieu of pick holes. 9 c. Provide gasket in frame and cover. 10 d. Standard Dimensions I 1) Sanitary Sewer 12 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 13 cover assemblies unless otherwise specified in the Contract Documents. 14 2) Storm Drain 15 a) Provide a clear opening of 19 -/4 inches for all storm drain frames, inlets 16 and cover assemblies unless otherwise specified in the Contract 17 Documents. 18 b) Provide a minimum clear opening of 22 % inches for all storm sewer 19 manholes and junction structures. 20 e. Standard Labels 21 1) Water ?? a) Cast lid with the word "WATER" in 2-inch letters across the lid. 23 2) Sanitary Sewer 24 a) Cast lid with the Nvord "SANITARY SEWER" in 2-inch letters across 25 the lid. 26 3) Storm Drain 27 a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the 25 lid. 29 f. Hinge Covers 30 1) Provide water tight gasket on all hinged covers. 31 2) Water 32 a) Provide hinged covers for all water structln-es. 33 3) Sanitary Sewer 34 a) Provide hinged covers for all manholes or structures constructed over 35 24-inch sever lines and larger and for manholes wliere rim elevations 36 are greater than 12 inches above the surface. 37 C. Grade Rings 38 1. Provide grade rings in sizes from 2-inch up to 8-inch. 39 2. Use concrete in traffic loading areas. 40 3. hn non -traffic areas concrete or HDPE can be used. 41 D. Joint Sealant 42 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 43 form. 44 2. Provide sealant that is not dependant on a chemical action for its adhesive 45 properties or cohesive strength. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 330513-4 FRAME. COVER, AND GRADE RINGS Paee ! of 1 2.3 -2.4 [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 3.5 -3.14 [NOT USED] 30 END OF SECTION IRevision Log II DATE NAME SUMMARY OF CHANGE 31 2/20/2012 D. Johnson 2.2.B.4.(1.2)b) — Updated to clear opening dimensions to 22 '/ inches CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 33 05 16 - 1 CONCRETE WATER VAULTS Pa,,c I of 4 1 SECTION 33 05 16 2 PRECAST CONCRETE VAULTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete vaults to be used in ',eater utility applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Added 1.2.A.2.b 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 — Budding 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 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. This Item is considered subsidiary to Water Meter and Vault. 21 2. Payment 22 a. Unit Price - The work performed and materials furnished in accordance with 23 this Item are subsidiary to the unit price bid per each "Water Meter and Vault" 24 complete in place and no other compensation will be allowed. 25 b. LumU Sum Price - The work Derformed and materials furnished in accordance 26 with this Item are included in the total 1111111) soon price. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. American Association of State Highway and Transportation Officials (AASHTO). 33 3. American Concrete Institute (ACI): 34 a. 350, Code Requirements for Environmental Engineering Concrete Structures 35 and Commentary. 36 4. ASTM International (ASTM): 37 a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 38 Concrete Reinforcement. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 201? City Project No. 021 11 CONCRETE WATER VAULTS PaLc -� of a 1 b. C857, Standard Practice for Minimum Structural Design Loading for 2 Underground Precast Concrete Utility Structures 3 c. C858, Standard Specification for Underground Precast Concrete Utility 4 Structures 5 d. C891, Standard Practice for Installation of Underground Precast Concrete 6 Utility Structures. 7 e. C923, Standard Specification for Resilient Connectors Between Reinforced 8 Concrete Manholes Structures, Pipes, and Laterals. 9 5. Occupational Safety and Health Administration (OSHA) 10 a. 1910.23, Guarding Floor and Wall Openings and Holes 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 01 33 00. 14 B. All submittals shall be approved by the City prior to delivery. 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16 A. Product Data 17 1. Precast Concrete Vault 18 2. Connection materials 19 3. Pipe connections at vault walls 20 4. Stubs and stub plugs 21 5. Grade ring 22 6. Ladder 23 7. External coating material 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 iVIAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE 27 A. Qualifications 28 1. Meet the requirements of ACI 318. 29 1.10 DELIVERY, STORAGE, AND HANDLING 30 A. Deliver vault or panels (units) to project site in such quantity to assure continuity of 31 installation. 32 B. Store units at the project site in a manner which prevents cracking, distortion, staining 33 or other physical damage. 34 C. Lift units by designed lifting points or supports. 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 «'ARRANTY 37 A. Manufacturer Warranty CITYOF FORT WORTH C'AYLOR i SIG GROUND STORAGE TANK, STANDARD CONS'I-RUCTIO\' SPECIFICATION DOCUMENTS \\/ATER. ,AND DRAINAGE INIPROVE\TENTS Reviscd December 20. 2012 City Project \'o. ol- 1 11 330516-3 CONCRETE WATER VAULTS Pace3 of Manufacturer's Warranty shall be in accordance with Division 1. 2 PART2- PRODUCTS 3 2.1 ONNINER-FURNISHED PRODUCTS [NOT USED] 4 2.2 EQUIPMENT, PRODUCT TYPES, NL-kTERIALS 5 A. Manufacturers 6 1. Only the manufacturers as listed ou the City's Standard Products List will be 7 considered as shown in Section 01 60 00. 8 a. The manufacturer must comply with this Specification and related Sections. 9 2. Any product that is not listed on the Standard Products List is considered a 10 Substitution and shall be submitted in accordance with Section 01 25 00. I I B. Performance / Design Criteria 12 1. Vault 13 a. Vault dimensions per the Drawings 14 b. Opening per the Drawings 15 c. hncorporate a Swap into the base or floor of the vault. 16 1) Avoid conflicts with piping. 17 2) Do not locate directly under the access location if applicable. 18 d. Place floor ou a mirlinrlun 2 percent slope towards the sump. 19 2. Water Pipe Penetrations 20 a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to 21 provide seals around pipe penetrations. 22 3. Vault Access 23 a. Cover / Door 24 1) For non -traffic areas — non YI-20 loading 30-inch x 36-inch steel single leaf 25 door, 1311co Type J model or approved equal 26 2) For traffic areas — 32-inch hinged ductile Iron frame and cover or as shown 27 in manhole lid assembly in Drawings 28 3) With steel door, provide an automatic hold -open arm with release handle 29 and locking device. 30 4) Provide Bilco type tall protection grating under alununuln door that meets 31 OSHA 29 CFR 1910.23 requirements or approved equal. 32 5) Incorporate a drain gutter with an outlet rooted to the exterior of the vault 33 lid. 34 b. Ladder 35 1) Provide aluminum ladder by Heron Industries or approved equal. 36 2) Provide ladder to dimensions shown on Drawings. 37 C. Materials 38 1. Concrete for utility construction - Conform to Section 03 30 00. 39 2. Frame and Cover — Conform to Section 33 05 13. 40 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 41 4. Reinforcing Steel — Conform to Section 03 30 00. 42 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C 1628. 43 6. Adjustable -linked rubber seal devices CITY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Prgiect No. 021 1 I 330 16-4 CONCRETE \\'ATER VAULTS Palle of-4 a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner - Conform to Section 33 39 60. 3 8. Exterior Coating 4 a. Coal Tar Bitumastic for below grade damp proofing 5 b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils 6 c. Solids content is 68 percent by volume t 2 percent. 7 2.3 -2.4 [NOT USED] PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION 1 I A. Evaluation and Assessment 12 1. Verify lines and grades are in accordance to the Dra\ings. 1> 3.3 PREPARATION [NOT USED] 14 3.4 INSTALLATION IS A. General 16 1. Vault 17 a. Perform installation in accordance to ASTM C891. is b. Construct vault to dimensions shown on Drawings. 19 c. Precast Sections 20 1) Clean bell spigot and gaskets 21 a) Lubricate and join 22 2) Minimize number of segments. 23 d. Vault Base 24 1) Place vault base on 6-inch minimum base of compacted crushed rock (per 25 Section 33 05 10) over undisturbed soils and grade level to elevation shown 26 on the Drawings. 27 2. Water Pipe Penetrations 28 a. Install adjustable -linked rubber seal devices around pipe penetrations in 29 accordance with the manufacturer's recommendation. 30 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00 31 3.5 -3.14 [NOT USED] 32 END OF SECTION Revision Lou DATE I NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.3 - Modified vault hatch door and ladder requirements 2.21.C.6 - Modified rubber seal requirements CITY OF FORT \\'ORTH CAYLOR � MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Reri,ed December 20. 2012 City Project No. 021 1 1 3305I7-I CONCRETE COLLARS P ue I of3 1 SECTION 33 05 17 CONCRETE COLLARS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. This Item is intended for use in asphalt streets and unimproved areas — not for use 8) in concrete streets. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modified 1.2.A. Lb. I 11 2. Added 1.2.A.1.b.2 12 C. Related Specification Sections include but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division I — General Requirements 16 3. Section 03 30 00 — Cast -In -Place Concrete 17 4. Section 03 80 00 — Modifications to Existing Concrete Structures 18 5. Section 33 05 13 — Frame, Cover, and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 1 1. Manhole ?? a. Measurement 23 1) Measurement for this Item shall be per each. 24 b. Payment 25 1) Unit Price - The work performed and the materials furnished in accordance 26 with this Item shall be paid for at the unit price bid per each "Concrete 27 Collar" installed. 2S 2) LLn1lD Sum Price - The work Derformed and the materials Furnished in 29 accordance with this Item shall be included in the total IumD sum price. 30 c. The price bid will include: 31 1) Concrete Collar 32 2) Excavation 33 3) Forms 34 4) Reinforcing steel (if required) 35 5) Concrete 36 6) Backfill 37 7) Pavement removal 38 8) Hauling 39 9) Disposal of excess material 40 10) Placement and compaction of backfill 41 1 1) Clean-up CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, .AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Prgiect No. 021 1 1 330517-2 CONCRETE COLLARS Paac 2 of 3 ] 12) Additional pavement around perimeter of concrete collar as required for 2 rim adjustment on existing manhole. 3 1.3 REFERENCES 4 A. Reference Standards 5 I. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. S 2. ASTM International (ASTN4): 9 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 10 b. D4259, Standard Practice for Abrading Concrete. 1.4 -1.12 [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 ONYNER-FURNISHED IoR] O«'NER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 EQUIPMENT, PRODUCT TYPES, NIATERIALS 15 A. Materials 16 1. Concrete — Conform to Section 03 30 00. 17 2. Reinforcing Steel -- Conform to Section 03 21 00. is 3. Frame and Cover — Conform to Section 33 05 13. 19 4. Grade Ring — Conform to Section 33 05 13. 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 25 A. Evaluation and Assessment 26 1. Verify lines and grades arc in accordance to the Drawings. 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Final Rim Elevation 30 1. Install concrete grade rings for height adjustment. 31 a. Construct grade ring on load bearing shoulder of manhole. 32 b. Use sealant between rings as shown on Drawings. 33 2. Set frame on top of manhole or grade rings using continuous water sealant. 34 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT NORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 1 3 m 5 6 33 05 17 -3 CONCRETE COLLARS Page 3 ot3 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.5 -3.14 [NOT USED] END OF SECTION Revision Lou DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.I.A.2 — 131uc 1CSl added to clarify where concrete collars are to be installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rc\ised December 20, 2012 CAYLOR 5 MG GROUND STORAGE TANK. WATER, AND DRAINAGE IMPROVEMENTS City Proicct No. 021 1 1 330526-I UTILITY MARKER S/LOCATORS Paec 1 of 4 SECTION 33 05 26 UTILITY MARKERS/LOCATORS 3 PARTI- GENERAL 4 1.1 SUJWNIARY 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 7 B. Deviations fi-om this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Added 1.2.A ?.b 10 C. Related Specification Sections include, but are not necessarily limited to: 1 1 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. N/Icasuremellt 17 a. Measurement for this Item \vill be by lump sutra. 1 s 2. Payment 19 a. Unit Price - The work performed and materials fiirnished in accordance with 20 this Item will be paid for at the lump suns price bid for "Utility Markers". 21 b. LunlD Stttll Price - The work Derfortlled and materials furnished in accordance 22 with this Item will be included in the total hnllD suns Drice. 23 3. The price bid shall include: 24 a. Furnishing and installing Utility Markers as specified by the Drawings 25 b. Mobilization 26 c. Pavement removal 27 d. E\cavatloll 28 e. Hauling 29 f. Disposal of -excess material 30 g. Furnishing, placement and compaction of backfill 31 h. Clean-up 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of tills 36 Specification, unless a date is specifically cited. 37 2. American Public Works Association (AWPA): 38 a. Uniform Color Code. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIL-NTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced December 20. 2012 City Project No. 021 1 1 33 05 26-2 UTILITY i\IARKERST.00ATORS Pa Lc 2 o1'4 I 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance \vith Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Buried Marker 8 2. Surface Marker 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 17 2.2 MATERIALS is A. Manufacturers 19 1. Only the manufacturers as listed on the City's Standard Products List will be 20 considered as shown in Section 01 60 00, 21 a. The manufacturer must comply with this Specification and related Sections. 22 2. Any product that is not listed on the Standard Products List is considered a 23 substitution and shall be submitted in accordance Nvith Section 01 25 00. 24 3. Provide new Utility Markers/Locators from a manufacturer regularly enbaged in the 25 manufacturing of Utility Markers/Locators. 26 B. Materials 27 1. Buried Markers (Detectable Warning Tape) 28 a. Provide detectable warning tape as follows: 29 1) 5.0 mil overall thickness 30 2) Width — 3 Inch Illlllinlnlll 31 3) Weight — 27.5 pounds per inch per 1,000 square feet 32 4) Triple Layer with: 33 a) Minimum thickness 0.35 mils solid alunlillurll foil encased in a 34 protective inert plastic jacket 35 (1) 100 percent virgin low density polyethylene 36 (2) Impervious to all knoNvn alkalis, acids, chemical reagents and 37 solvents within soil CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Revised December 20. 2012 Citv Project No. 021 1 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1s 19 70 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 110526-; UTILITY NIARKER&LOCATORS Pa,-,c ; ol'4 (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend -- Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant dornes as follows: a) Water Lilies (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PRE., PA RATION [NOT USED] 3.4 INSTALLATION 36 A. Buried Markers (Detectable Warning Tape) 37 1. Install in accordance with manufacturer's recommendations below natural ground 3S surface and directly above the utility for which it is marking. 39 a. Allow 18 inches minimum between utility and marker. 40 b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 41 protection and detectability. 42 B. Surface Markers CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEIp4ENTS Rey iced December 20. 2012 City Project No. 02 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3.5 24 25 26 27 33 05 26 --I UTILITY MARKERS/LOCATORS Pagel of 4 Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the folloNvine locations: a. Buried Features I ) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary scNver lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. -3.14 [NOT USED] DATE 12/20/2012 END OF SECTION Revision Log NAME SUMMARY OF CHANGE D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rey iscd December 20. 2012 C'AYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Prqject No. 02111 33 05 30 - I LO('AFION OF EXISTING UTILITIES Pace I of 4 1 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of: 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Modified 1.2.A.1.b.1 12 2. Added 1.2.A.1.b.2 13 3. Modified 1.2.A.2.b.1 14 4. Added 1.2.A.2.b.2 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 17 Contract Is 2. Division 1 — General Requirements 19 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Exploratory Excavation of Existing Utilities 23 a. Measurement 24 1) Measurement for this Item shall be per each excavation performed as 25 identified in the Drawings, or as directed. 26 b. Payment 27 1) Unit Price - The work performed and materials furnished in accordance 28 with this Item and measured as provided under "Measurement" will be paid 29 for at the unit price bid per each "Exploratory Excavation for Existing 30 Utilities" specified. 31 2) Lump Sum Price - The work Derfornied and materials furnished in 32 accordance with this Item and measured as Drovided under "Measurement" 33 will be included in the total IumD sum price. 34 c. The price bid shall include: 35 1) Grade survey 36 2) Pavement removal 37 3) Excavation 38 4) Utility Location 39 5) Hauling 40 6) Disposal of excess material 41 7) Furnishing, placing and compaction of embedment CITY OF FORT \VORTII CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Pro.im No. 021 11 330530-2 LOCATION OF EXISTING UTILITIES Palle 2 or -I 1 8) Furnishing, placing and compaction of backfill 9) Clean-up 3 10) Surface restoration 4 2. Vacuum Excavation of Existing Utilities 5 a. Measurement 6 1) Neasurement for this Item shall be per each excavation performed as 7 identified in the Drawings, or as directed. 8 b. Payment 9 1) Unit Price - The work performed and materials fizrnished in accordance 10 with this Item and measured as provided under "Measurement" will be paid I 1 for at the unit price bid per each "Vacuum Excavation" specified. 12 2) Lump Sum Price - The work performed and materials furnished in 13 accordance with this Item and measured as provided under "Measurement" 14 will be included in the total limit) sum price. 15 c. The price bid shall include: 16 1) Grade survey 17 2) Pavement removal 18 3) Vacuum Excavation 19 4) Utility Location 20 5) Hauling 21 6) Disposal of excess material 22 7) Furnishing. placing and compaction of embedment 23 8) Furnishing, placing and compaction of backfill 24 9) Clean-up 25 10) Surface restoration 26 1.3 REFERENCES 27 A. Definitions 28 1, Exploratory Excavation: Previously called "D-Hole" within the City, a method 29 used to locate existing underground utility as shown on the plans through the use of 30 standard excavation equipment. 31 2. Vacuum Excavation: Method used to locate existing underground utility as shown 32 on the plans through the use of geophysical prospecting equipment such as vacuum 33 excavation. 34 B. 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. American Society of Civil Engineers (ASCE) 39 a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and 40 Depiction of Existing Subsurface Utility Data) 41 1.4 ADIMINISTRATIVE REQUIREMENTS 42 A. Coordination 43 1. Coordinate with City Inspector at least 48 hours prior to convnencing on site for 44 Exploratory Excavation of Existing Utilities. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEiNIENTS Re\ised December20.2012 City Project No- 02111 33 05 30 - 3 LOCATION OF EXISTING UTILITIES Pauc 3 of 4 I 2. Coordinate location of all other existing utilities \,\/]thin vicinity of excavation prior 2 to commencing Exploratory Excavation. 3 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 4 commencement. 5 B. Sequencing 6 1. Exploratory Excavations shall be conducted prior to the construction of the entire 7 project. 8 C. Scheduling 9 1. For critical utility locations, the City may choose to be present during excavation. 10 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 1 1 City personnel. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS 15 A. Report of Utility Location 16 1. Horizontal location of utility as surveyed 17 2. Vertical elevation of utility as surveyed 18 a. Top of utility 19 b. Spring line of utility 20 c. Existing ground 21 3. Material type, diameter and description of the condition of existing utility 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS INOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Verification of Conditions 32 1. Verify location of existing utilities in accordance with the General Requirements, 33 the General Notes and the Drawings. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City PiQicct No. 021 11 33 05 30 - 4 LOCATION OF EXISTING UTILITIES Palle 4 of -I 3.3 PREPARATION 2 A. Coordinate with City Survey, if applicable. 3 3.4 INSTALLATION 4 A. Exploratory Excavation 5 1. Verify location of existing utility at location denoted on the Drawings, or as 6 directed by the City. 7 a. Expose utility to spring line, as necessary. S b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 9 with Section 33 05 10. 10 B. Vacuum Excavation 1 1 1. Verify location of existing utility at location denoted on the Drawings, or as 12 directed by the City. 13 2. Designate the horizontal position of the existing underground utilities that are to be 14 located using geophysical prospecting equipment. 15 a. Acquire record documentation from and coordinate with utility companies, as 16 necessary to locate utility. 17 3. Perform excavation in general accordance with the recommended practices and I S procedures described in ASCE Publication Cl/ASCE 38. 19 C. Upon completion of the utility locating, submit a report of the findings. 20 D. If location of utility is in conflict with the Drawings, notify the City Project Manager 21 for appropriate design modifications. 22 E. Place embedment and backfill in accordance with Section 33 05 10. 23 F. Once necessary data is obtained, immediately restore surface to existing conditions to: 24 1. Obtain a safe and proper driving surface, if applicable 25 2. Ensure the safety of the general public 26 3. The satisfaction of the City 27 3.5 -3.14 [NOT USED] 2S END OF SECTION -)9 30 Revision Lou DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.luhnson 1.2 — Added Measurement of Payment for VaCUlllll Lscavation 1.3 —Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH CAYLOR ; MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rc\ ised December 20, 2012 Citv Project No. 021 11 ii09W-I CONTROL VALVE AND ACTUATOR Pale I ofS 1 SECTION 33 09 10 2 CONTROL VALVE AND ACTUATOR 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnish all labor, materials, equipment and incidentals required to completely 7 install and put into operation, control valve as specified herein and shown on the g drawings. 9 B. 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 12 21 — AWWA Butterfly Valve 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is measured per each Actuator. 18 2. Payment 19 a. The work performed and materials fin-nished in accordance with this Item are 20 included in the total lump sum price. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this specification refer to the current reference standard 24 published at the time of the latest revision date logged at the end of this 25 specification. unless a date is specifically cited. 26 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 01 33 23. 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 33 1. Motor operator motor data sheet showing voltage, horsepower, full load amps, 34 locked rotor amps, etc. 35 B. Shop Drawings 36 1. Project specific motor operator control schematic/wiring diagrams. CAYLOR 5 NAG GROUND STORAGE TANK, WATER, AND DRAINAGE INVROVE.iNIENTS Cih- Project No. 021 11 091U_ CONTROL VALVE AND ACTUATOR P u,e2ofS 1 2. Valve torque calculations and resulting actuator and motor sizing. 2 a. Provide torque calculations through the full range of operations for all motor 3 operated valves. 4 3. Motor operator torque. 5 C. Certificates 6 1. Performance Test Certificate 7 1.7 CLOSEOUT SUBMITTALS 8 A. Operation and Maintenance Data 9 1. Manuals shall be prepared by the equipment manufacturer and shall also 10 incorporate appropriate final certified Shop Drawings and final wiring diagrams. I 1 Manuals may be the manufacturer's standard instructions, but shall be 12 supplemented as necessary to cover any special feature not included in standard 13 material. O&M manuals shall include storage instructions, valve installation and 14 adjustment procedures and troubleshooting procedures. 15 1.8 MAINTENANCE MATERIAL SUBMITTALS 16 A. Spare Parts 17 1. Furnish one set of special tools required for the proper servicing of all equipment 18 supplied under these Specifications, packed in a suitable steel tool chest with a lock. 19 2. Furnish a wireless configurator capable of reconfiguring the unit without opening 20 the enclosure. 21 3. The successful bidder, to allow for actuator rebuild or repair, shall inventory a 22 complete compliment of spare parts. All spares shall be available to City personnel 23 within 72 hours of request as not to delay operations. 24 1.9 QUALITY ASSURANCE 25 A. Unit Responsibility and Coordination 26 1. The Contractor shall cause all equipment specified under this section to be 27 furnished by the valve manufacturer who shall be responsible for the adequacy and 28 compatibility of all valve components including the actuator. Any component of 29 each complete unit not provided by the valve manufacturer shall be designed, 30 fabricated, tested, and installed by factory -authorized representatives experienced in 31 the design and manufacture of the valve equipment. This requirement, however, 32 shall not be construed as relieving the Contractor of the overall responsibility for 33 this portion of the work. 34 B. Certifications 35 1. Performance Test Certificate 36 a. Each actuator must be performance tested and individual test certificates shall 37 be supplied free -of -charge. The test equipment should simulate a typical valve 38 load and the following parameters should be recorded: 39 1) Current at maximum torque setting 40 2) Torque at maxinnum torque setting 41 3) Flash Test Voltage 42 4) Actuator Output Speed or Operating Time CAYLOR S MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 ,109 1()- i CONTROL VAI_VF AND ACT['Al OR P lei i of 1 b. In addition, the test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring 3 diagram code number. 4 C. Preconstruction Testing 5 1. Cycle test to be witnessed by the Engineer, Contractor, and City's Representative 6 prior to delivery to jobsite if requested. 7 1.10 DELIVERY, STORAGE, AND HANDLING S A. Storage and Handling Requirements 9 1. All parts shall be properly protected so that no damage or deterioration will occur 10 during a prolonged delay from the time of shipment until installation is completed I l and the units and equipment arc ready for operation. 12 2. The finished surfaces of all exposed flanges shall be protected by wooden blank 13 flanges, strongly built and securely bolted thereto. 14 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust 15 and corrosion. 16 4. Follow all manufacturers' instructions for storage, installation and field wiring 17 actuator at jobsite. 18 1.11 FIELD [SITE] CONDITIONS 19 A. Existing Conditions 20 1. The equipment to be provided under this section shall be suitable for installation 21 and operation in potable water systems. 22 1.12 XA'ARRANTY 23 A. Manufacturer Warranty 24 1. Each actuator shall be warranted for a period of 60 months from date of shipment. 25 This warranty shall be held in effect regardless of precommissioning conditions in a 26 typical indoor or outdoor environment as long as the actuator is not abused or 27 disassembled. This warranty shall not require the use of special storage procedures 28 (such as the use of indoor storage, plastic bags, desiccants, and the encrgization of 29 heater(s) in order to be maintained. If any part of the equipment should fail during 30 the warranty period, it shall be replaced and the unit(s) restored to service at no 31 expense to the City. 32 PART 2 - PRODUCTS 33 2.1 CONTROL VALVE 34 A. Reference Sections 33 12 21. 35 2.2 MULTI -TURN ELECTRIC VALVE ACTUATOR 36 A. Manufacturers 37 1. Manufacturer List 38 a. Rotork IQ 39 b. No other manufactures will be considered. CAYLOR 5 MG GROUND STORAGE TANK, WATER. AND DRAINAGE IMPROVEMENTS City Pro.1m No. 02111 „0910-4 CONTROL VALVE AND ACTUATOR P�wc 4 of 1 2. Electric ]note]- operators shall be provided by the local Representative. 2 B. Performance / Design Criteria 3 1. General 4 a. Operating Conditions 5 1) Downstream Minimum Pressure 6 a) 25 psi 7 2) Maximum Pressure Differential (either direction): 8 a) 50 psi 9 3) Maxinnnn Flow Rate: 10 a) 28,000 gpm 11 4) Minimum Flow Rate: 12 a) 1,000 gpm 13 b. Valve shall operate In the above conditions without damage to the valve 14 c. The valve actuator shall have a transmitter that shall output a 4-201na signal 15 proportional to position. 16 d. Actuators shall have integral controls with integral 240 volt disconnect. The 17 integral controls shall be mechanical type with electromechanical motor 18 contactors and four rotor limit switch assembly. 19 e. Electric actuator shall include the 240 VAC / 3 PH / 60 Hz electric motor, 20 integral worm gear, reduction gearing, valve stem drive nut/bushing, position 21 limit switches, mechanical overload torque switches, ductile iron gear case, 22 local pushbutton control station, close -coupled circuit breaker disconnect and 23 automatic de-clutchable handwheel. 24 £ The electric motor valve operators shall be of the reversible motor type. The 25 rated torque capability of each operator shall be sufficient to seat, unseat, and 26 rigidly hold in any position the valve disc under the operating conditions 27 specified herein. 28 2. Actuator Sizing 29 a. The actuator shall be sized to guarantee valve closure at the specified 30 differential pressure. The safety margin of motor power available for seating 31 and unseating the valve shall be sufficient to ensure torque switch trip at 32 maximum valve torque with the supply voltage 10% below nominal. The 33 operating speed shall be such as to give valve closing and opening as shown in 34 the valve schedule. 35 3. Ambient Temperature 36 a. The actuator shall be capable of functioning in an ambient temperature ranging 37 from minus 22' F (- 30' C) to plus 158' F (+ 70' C). 38 4. Motor 39 a. Electric motors shall be specifically designed for valve actuator service, be 40 intermittent duty (S4) rated, and shall be totally enclosed, lion -ventilated. Tile 41 enclosure shall meet NEMA 6 (temporary submergence, 6 ft. bead for 30 42 minutes) and NEMA 4 (xveatherproffing). Motor shall be capable of operation 43 under maximum specified loads when the voltage to the motor is +/- 10% of the 44 nominal voltage. Motor shall have Class F insulation with thermal overload 45 sensors imbedded in the motor windings. 46 b. Protection shall be provided for the motor as follows: 47 1) The motor shall be de -energized in the event of stall when attempting to 48 unseat a jammed valve. CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEi\IENTS City Project No. 02) 1 1 1 330910-5 CONTROL VALVE AND ACTUATOR P -,c 5 of s i 2) A thermostat Hubcdded in the windings to protect against overheating shall 2 sense motor temperature. 3 5. Gearing 4 a. Motor speed reduction shall be by means of a gear train consisting of hardened 5 steel spur gears and self-locking worm and worm gear set. The worm shall be 6 heat treated alloy steel and have worm thread surface rolled or ground. The 7 worm gear shall be ductile boll. Noll-inctalllc gears 111 the p0\-ver train are not 8 acceptable. 9 b. All gearing and shafting shall be supported on anti -friction hearings. All thrust 10 components shall be supported by use of tapered roller bearings. 11 6. Hand Operation 12 a. A handwheel shall be provided for emergency operation engaged \vhen the 13 motor is declutched by a lever or similar means; the drive being restored to 14 power automatically by starting the inotor. 15 1) The hand/auto selection lever should be padlockable in both "Hand" and 16 "Auto" positions. 17 2) It should be possible to select hand operation \vhlle the actuator 1S running 1s or start the actuator motor awhile the liand/antO selection lever IS locked ill 19 "Hand" \vithout damage to the drive train. 20 3) Handwheel or handcrank ring pull shall NOT exceed 80 pounds. 21 b. The handwheel drive must be mechanically independent of the motor drive, and 22 any gearing should be such as to permit emergency manual operation in a 23 reasonable time. 24 c. For safety purposes, it shall be possible to disengage the electric drive \with the 25 declutch lever. This disengagement and any subsequent reengagement shall not 26 cause any damage to the valve or operator even with the motor running. 27 7. Drive Bushing 28 a. The actuator shall be furnished with a drive bllShlny(y easily detachable for 29 machining to suit the valve stem or gearbox input shaft. Normally the drive 30 bush shall be positioned in a detachable base of the actuator. Thrust hearings, 31 when housed in a separate thrust base, should be of the scaled -for -life type. 32 8. Remote Valve Position/Actuator Status Indication 33 a. Sixteen contacts, 4 on each rotor, shall be provided. One rotor shall have fixed 34 open limit switches, one rotor shall have fixed closed limit switches, and two 35 rotors shall be fully adjustable across the stroke of the valve. The contacts shall 36 be rated at 5A, 120V AC, 30V DC. Current Source 4-20 inA output transmitter 37 shall provide constant valve position feedback on the butterfly valves. Gearbox 38 visual indicator is required on all valves 39 9. Local Position Indication 40 a. The display shall be able to be rotated in 90-clegree increments in order to 41 provide easy viewing regardless of actuator mounting position. 42 10. Controls 43 a. The butterfly valve shall be suitable for modulating service. Open and close 44 positioning contact commands \vlll collie from the RTU. Modulating service 45 shall be rated for up to 600 starts per hour With positioning accuracy to +/- 46 0.25%. CAYLOR 5 MG GROUND STORAGE TANK, WATER. AND DRAINAGE IMPROVEMENTS City Prgject No. 021 1 1 ii 0910-6 CONTROL VALVE AND ACTUATOR Paflc 0 of s I b. Reversing Contactor Control voltage shall be 120 volts, 50 or 60 Hz. N.O. 2 Sealincontacts for momentary contact pushbutton control and N.C.contacts for 3 electrical interlock shall be supplied. When specified, additional contacts (1 4 N.O. and 1 N.C. for open and close coils) shall be supplied. The contactor shall 5 be both electrically and mechanically interlocked. It shall be completely wired 6 as an assembly and plug connected to the modular package. 7 c. Control PoNvcr Transformer assembly shall provide 115, 18 and 12 VAC. It 8 shall be epoxy impregnated and encapsulated to prevent moisture incursion and 9 shall be completely wired as an assembly and plug connected to the modular 10 package. 1 1 d. Each actuator shall be supplied with open -stop -close pushbuttons furnished 12 integrally mounted. Pushbuttons shall be double o-ring sealed and include a 13 protective silicone boot. Seal material shall be resistant to ozone and ultraviolet 14 liglit. When integrally mounted pushbuttons are specified, the design shall 15 permit operation of the buttons when the electrical enclosure cover is open. 16 e. The actuator shall include two (2) long life high intensity LED type pilot lights 17 to indicate open, closed and intermediate valve position (both lights on). Red 18 shall indicate valve open and green shall indicate valve closed. 19 f. Actuators shall have phase failure relay to protect actuator from single phase 20 conditions. 21 g. The actuator shall include a 3-position selector switch, for local (hand)-off- 22 remote (auto) control. The selector switch shall be padlockable in any position. 23 11. Monitoring and Diagnostic Facilities 24 a. Modulating Service 25 1) Provision for the following interface signals shall be as follows, and as 26 shown on the Drawings: 27 28 Modulating Sialnals 29 To Valve Position Conunand (ZC) 4 — 20 ma (0/ Open) 30 From Valve Position Indication (ZI) 4 — 20 ma (°% Open) 31 From Valve hi Remote (YL) Dry Contact 32 From Valve Full Open Status (ZSH) Dry Contact 33 From Valve Full Closed Status (ZSL) Dry Contact 34 From Valve Valve Fail (XA) Dry Contact 35 36 37 b. Facilities shall be provided for monitoring actuator operation and availability as 38 follows: 39 1) Monitor (availability) relay, having one change -over contact, the relay 40 being energized from the control transformer only when the 41 Local/Off/Remote selector is in the "Remote" position and thermostat is not 42 "tripped" to indicate that the actuator is available for remote (control room) 43 operation. 44 2) Where required, it shall be possible to provide indication of thermostat trip 45 and "Remote" selected as discreet signals. 46 12. Wiring Terminals 47 a. hlternal wiring shall be of tropical grade PVC insulated stranded cable of 48 appropriate size for the control and three- phase power. Each wire shall be 49 clearly identified at each end. CAYLOR 5 t4G GROUND STORAGE. TANK. WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 33 09 10-7 CONTROL VALVE AND ACTUATOR Page 7 of S I b. The terminal compartment of the actuator shall be provided with a minimum of 2 three threaded cable entries. NA/hcii required, a forth cable entry shall be 3 provided. 4 c. All wiring supplied as part of the actuator shall be contained within the main 5 enclosure for physical and environmental protection. External conduit 6 connections between components are not acceptable. 7 d. A durable terminal identification card showing plan of terminals shall be 8 provided and attached to the inside of the terminal box cover indicating: 9 1) Serial Number 10 2) External Voltage Values 11 3) Wiring Diagram Number 12 4) Terminal Layout 13 14 This must be Suitable for the contractor to inscribe cable core identification 15 beside terminal numbers. 16 13. Enclosure 17 a. Actuator shall be designed for non -intrusive start up / connnissioning 18 b. Actuators shall be 'O' ring scaled, watertight to NEMA 6. Provide double seal 19 conduit entrance compartments. 20 c. Enclosure must allow for temporary site storage without the need for electrical 21 supply connection. 22 d. All external fasteners shall be stainless steel. 23 C. Finishes 24 1. Powdercoat finish shall be UV resistant 25 D. Actuator 1\/IOmltlnl? 26 1. Aculator shall be on floor stand mounted above grade on vault roof with stem 27 extension to 2" AWWA operating mrt. 28 2. Floor stand and stem cxtnsion 29 a. Material: 30 1) Carbon Steel 31 b. Coating: 32 1) UV resistant nylon po\vdercoat 33 PART 3 - EXECUTION 34 3.1 INSTALLATION 35 A. All control valves shall be installed in accordance Nvith the instructions of the 36 manufacturer and as shown on the draNvillgs. 37 B. Installation and adjustment shall be checked and approved by a manufacturer's factory 38 representative. Manufacturer's representative shall be present during startup of pumping 39 units to make adjustments to actuator limit s\vitches so that hydraulic surges are 40 minimized during pump starting and stopping. After acceptance, the representative 41 shall address a letter to the Engineer outlining all installation and start up procedures. 42 The letter shall include a statement that the valves are installed per the manufacturer's 43 recommendations. The manufacturer or his qualified representative shall conduct 44 training session for the City's personnel in the operation and maintenance of the valve. CAYLOR 5 NIG GROUND STORAGE TANK, WATER. AND DRAINAGE IMPROVEMENTS City Project No. 021 1 1 I 3.2 VALVE SCHEDULE LOCATION DUTY Caylor Control Modulating Service Vault 3 3.3 SYSTEM STARTUP 4 6 7 8 9 10 ll 1? 13 14 15 16 17 15 19 QTY I SIZE 1 1 30" i;0910-8 CONTROL VALVE AND ACTUATOR P ac S 01,8 TYPE 250B Butterfly Valve Actuator Quarter -Turn STROKE TIME 180 sec. A. Each actuator shall be supplied with a startup kit comprising installation instruction, electrical wiring diagram, and sufficient spare cover screws and seals to make good any site losses during the commissioning period. 3.4 CLOSEOUT ACTIVITIES A. Training 1. A factory representative of all major component manufacturers, who has complete knowledge of proper operation and maintenance, shall be provided for one day to instruct representatives of the City on proper operation and maintenance. If there are difficulties in operation of the equipment during instruction sessions, additional sessions shall be provided at no cost to the City. a. Prior to scheduling instructions, submit outline of instructions to Engineer for approval. b. Operating and maintenance manual shall be explained during these instructions. END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CAYLOR � NIG GROUND STORAGE TANK. WATER, AND DRAINAGE IMPROVEN4ENTs City Pro.iect No. 02111 331105-I BOLTS, NUTS. AND GASKETS Pace I of 7 1 SECTION 33 11 05 2 BOLTS, NUTS, AND GASKETS 3 PART 1 - GENERAL 4 1.1 SUNItINIARY 5 A. Section Includes: 6 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: 7 a. T-Bolts and Nuts S b. Flange Bolts and Nuts 9 c. Threaded Rods 10 d. Push -on Gaskets 1 1 e. Mechanical Joint Gaskets 12 f. Flange Gaskets 13 g. Flange Isolation Kits 14 h. Petrolatum Tape Systems 15 B. Deviations fi-onl this City of Fort Worth Standard Specification 16 1. Modified 1.2.A.1.b.1 17 2. Added 1 2.A. Lb.2 1s 3. N/lodified 1 2.A 2.b.l 19 4. Added L2.A.2.b.2 20 5. Added 2 2.D? 21 6. Modified 2.2.E. 22 7. Modified 3.4.B 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 25 Contract 26 2. Division I — General Requirements 27 3. Section 33 04 10 — Joint Bonding and Electrical Isolation 28 4. Section 33 11 10 — Ductile Iron Pipe 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Hydrocarbon Resistant Gaskets 32 a. IN/leaSUl"elllCilt 33 1) Measurement for this Item shall be by lulllp sum. 34 b. Payment 35 1) Unit Price - The work performed and the materials filrnished in accordance 36 N.vith this Item shall be paid for at the lump suns price bid for all 37 "Hydrocarbon Resistant Gaskets". 38 2) Lump Sum Price - The work performed and the materials filrnished in 39 accordance with this Item shall be included in the total lump sum price. 40 2. All Other Items CITY OF FORT WORTH CAYLOR � NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE- IMPROVENIENTS Rc\ ised December 20, 20111 City Project No. 021 11 1105-2 BOLTS. NUNS. AND GASKETS Pmue 2 of 7 1 a. Measurement 2 I) The Items in this Section are considered subsidiary to the Item being 3 installed. 4 b. Payment 5 1) Unit Price - The work performed and materials fiirnished in accordance 6 with this Item are subsidiary to the unit price bid for the Item being 7 installed and no other compensation will be allowed. 8 2) Lump Stun Price - The work performed and the materials fiirnished in 9 accordance Nvith this Item shall be included in the total lump Sum price 10 1.3 REFERENCES 11 A. Reference Standards 12 1. Reference standards cited in this specification refer to the current reference standard 13 published at the time of the latest revision date logged at the end of this 14 specification, unless a date is specifically cited. 15 2. American Iron and Steel Institute (AISI). 16 3. American Society of Mechanical Engineers (ASN/IE): 17 a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 18 4. American Society of Testing and Materials (ASTM): 19 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 20 High Temperature or High Pressure Service and Other Special Purpose 21 Applications. 22 b. Al94, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for 23 High Pressure or High Temperature Service, or Both. 24 c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural 25 Steel 26 d. B117, Salt Spray Testing 27 e. F436, Standard Specification for Hardened Steel Washers 28 5. American Water Works Association (AWWA): 29 a. CI 11/A21.1 1, Rubber -Gasket Joints for Ductile-h-on Pressure Pipe and 30 Fittings. 31 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. 32 (100 min Through 3,600 in in). 33 c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. 34 d. M1 1, Steel Pipe. 35 e. M41, Ductile -Iron Pipe and Fittings. 36 6. Fastener Quality Act (FQA) 37 a. Public Law 106-34 (P.L. 106-34) 38 7. NSF International (NSF): 39 a. 61, Drinking Water System Components - Health Effects. 40 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): 41 a. SP2, Hand Tool Cleaning 42 b. SP3, Power Tool Cleaning 43 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 44 1.5 SUBMITTALS 45 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT NVORTH CAYLOR 5 N1G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVENIENTS Revised December -0, 2012 City Prgject No. 021 1 1 ii 11 Oi-3 BOLTS. NUTS. AND GASKETS P iac + of 7 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Bolts and nuts for mechanical and or flange joints 6 2. Gaskets 7 B. Certificates 8 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to 9 the Fastener Quality Act (FQA) (P.L. 106-34). 10 2. Furnish an affidavit certifying that the Xylan Coating is manutactured by Whitford 1 ] Corporation, or a Whitford Corporation certified Applicator. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE 15 A. Qualifications 16 1. Manufacturers 17 a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be 15 performed under the control of the manufacturer. 19 b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or 20 exceed the requirements of this Specification. 21 B. Preconstruction Testing ?? 1. The City may, at its own cost, subject random fittings for destructive testing by an 23 independent laboratory for compliance with this Specification. 24 a. The compliance test shall be performed in the United States. 25 b. Any visible defects or failure to meet the quality standards herein will be 26 grounds for rejecting the entire order. 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A. Storage and Handling Requirements 29 l . Secure and maintain a location to store the material in accordance Nvith Section 01 30 6600. 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 NN/ARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 3s 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 36 A. Manufacturers CITY OF FORT NVORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rc%iscd December 20, 2012 CAYLOR i NIG GROUND STORAGE TANK. WATER, AND DRAINAGE IiNIPROVEMENTS City Project No. 02111 331105 -4 BOLTS. NUTS. AND GASKETS Paae 4 of 7 1 1. Only the manufacturers as listed on the City's Standard Products List will be considered as sho\v❑ in Section 01 60 00. 3 a. The manufacturer Must comply With this Specification and related Sections. 4 2. Any product that is not listed on the Standard Products List is considered a 5 substitution and shall be submitted in accordance with Section 01 25 00. 6 B. Regulatory Requirements 7 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) 8 (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this 9 Act. 10 C. T-Bolts and Nuts I 1 1. Standard Xylan Coated T-bolt and Nut 12 a. High strength, corrosion -resistant, low -carbon weathering steel in accordance 13 with AWWA/ANSI CI 1 1/A21.11 and ASTM A242 14 b. Xylan Coating in accordance with this Section 15 2. Stainless Stec] T-bolt with Xylan Coated Stainless Steel Nut 16 a. Stainless Steel T-bolt and Nut in accordance with AISI 304. 17 b. Coat nut with Xylan in accordance with this Section. I8 D. Flange Bolts and Nuts 19 , Stainless Stool Belt and Xylan Coat 20 21 h Bolts: AST1N'l A 193 Grade B8, Class 1 ( A ISI 30/1 Stainless Stool carbide 2 e. Nuts afid Washers: AST1\'I A! niradt Q Nut; \Vitt, ATc�� rrSl 304 S am:e,5 `.ee} 24 `ate Z`� s- 25 1) Coat .,,,t , .,rh Xylan -.n aeeeFdance with this Section. 26 2. Steel Bolts and Nuts 27 a. Meet the requirements of AWWA C207 28 b. Bolts: ASTNI A 193, Grade B7 (AISI 4140, 4142, or 4105) 29 c. Nuts and Washers: ASTNI A194, Grade 7Heavv Hex nuts and washers 30 E. Threaded Rods 31 1. Meet requirements of AWWA C207 32 2. Rods: ASTM A193, Grade 13749, Class !(,MS! 30/1 Stainless Steel, eaFbide teenviu� 33 , olutien treated) 34 3-. Nuts and Washers: ASTNI A194, Grade 9-7 Nuts with A ISI inn vtain'.-3 , Stems and 35 Washers 36 a. Coat iitit with X Ian 111 a0eet-dance with this Section 37 F. Push -on Gaskets 38 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 39 C1 1 1/A21.1 1. 40 2. All gaskets shall meet or exceed the latest revisions NSF 61. 41 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 42 otherwise specified in Di -ravings. 43 4. Gaskets shall be free from porous areas, foreign material and other defects that 44 make them unfit for intended use. CITY OF FORTWORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CON S"IRUCTION SPECIFICATION DOCUMENTS \\/ATER, AND DRAINAGE INIPROVENIENTS Re6sed December 20. 2012 City Preject No. 021 1 1 331105-5 BOLTS. NUTS, AND GASKETS Panc 5 o1 7 1 5. Gaskets shall be the size and shape required to provide an adequate compressive 2 force against the plain end and socket after assembly to affect a positive seal under 3 all combinations of joint and gasket tolerances. 4 G. i\/lechanical .Joint Gaskets 5 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 6 Cl l l/A21.11. 7 2. All gaskets shall meet or exceed the latest revisions NSF 61. 8 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 9 otherwise specified in Drawings. 10 4. Gaskets shall be free fi-om porous areas, foreign material and other defects that 1 I make them unfit for intended use. 12 H. Flange Gaskets 13 1. Class E Flanges 14 a. Full face 15 b. Manufactured true to shape from mininnun 80 durometer SBR rubber stock of a 16 thickness not less than 1/8 inch 17 c. Virgin stocl< 18 d. Conforming to the physical and test requirements specified in AWWA/ANSI 19 CI I I/A21.11 20 e. All gaskets shall meet or exceed the latest revisions NSF 61. 21 1'. Finished gaskets shall have holes punched by the manufacturer and shall match 22 the flange pattern in every respect. 23 01. Frayed cut edges are not acceptable. 24 h. Field cut sheet gaskets are not acceptable. 25 1. Hydrocarbon Resistant Gaskets 26 1. Furnish Vitoi k (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when 27 required. 28 J. Flange Isolation Kits 29 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform 30 to Section 33 04 10. 31 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to 32 bolt head with no grip to ensure sleeves fit properly. 33 K. Petrolatum Tape System 34 1. Petrolatum Tape Primer: Denso Paste, or approved equal 35 2. Molding and Filler mastic: Densyl Mastic, or approved equal 36 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal 37 L. Xylan Coating 38 a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when 39 required. 40 b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to 41 the coating manufacturer's recommended thickness by a certified applicator. 42 c. Coating shall be of Xylan as manufactured by Whitford Corporation and 43 applied by \Mulford Corporation or Whitford Corporation Recommended 44 Coater. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE. TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised Deeembet 20. 2012 City Project No. 021 1 1 „I10;-6 BOLTS. NUTS. AND GASKETS Pauc 6 of 7 1 d. Coating shall be fi-ee from holidays and defects. 2 e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be 3 Such that the nut turns freely on the bolt. 4 is Coating shall conform to the performance requirements of ASTNi1 B 1 l 7, "Salt 5 Spray Test” and shall include, if required, a certificate of conformance 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 1 I 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. ]vechanical Joints 14 1. Assemble mechanical joints in accordance with ANSI/AWWA Cl 1 1/A21.1 1 15 Appendix A, AWWA C600 and AWWA Manual M41. 16 2. Use Standard Xylan Coated T-bolts and Nuts. 17 a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be 18 used when specifically required in the Drawings. 19 B. Flanged Joints 20 1. Install in accordance with ASME PCC-1-2012. 21 2. Use stainless Steel Bolts and Xylan Coated Nuts. 22 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with 23 Petrolatum Tape System. 24 a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolaturn 25 tape wrapping will be required. 26 b. If a joint is made between two ductile iron flanges, the joint should be 27 polyethylene encased in accordance with Section 33 11 10. 28 4. Flange bolts are normally spaced evenly around the flange. 29 5. During assembly, tighten nuts gradually and equally using a three -pass method in 30 accordance with ASME PCC-1-2012. 31 a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 32 to prevent misalignment and to ensure that all bolts carry equal loads. 33 b. For the second pass, tighten the nuts to 100 percent again in a diametrically 34 opposite pattern. 35 c. Allow a minimum of 1 hour to pass to provide time for settlement between 36 bolts and nuts and gasket relaxation. 37 d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut 38 should be tightened until it will no longer turn. This step compensates for 39 elastic interaction and brings all bolts into parity. 40 6. The threads of the bolts should protrude a minimum of/2-inch from the nuts. CITY OF FORT WORTH CAYLOR 5 1MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December20. 2012 City Project No.02111 ii 1105-7 BOLTS. NUTS. AND GASKETS Parve 7 of 7 1 C. Flanged Joints with Isolation Kit 2 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 3 2. City \rill verify Isolation in accordance with Section 33 04 10. 4 D. Threaded Rod 5 1. Install as part of joint harness assembly in accordance with AWWA Manual N/I 11. 6 2. Space rods evenly around the pipe. 7 3. During assembly, tighten nuts gradually and equally using a three -pass method in 8 accordance with ASME PCC-1-2012. 9 a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 10 to prevent misalignment and to ensure that all bolts carry equal loads. 1 1 b. For the second pass, tighten the nuts to 100 percent again in a diametrically 12 opposite pattern. 13 4. The threads of the bolts should protrude a )Minimum of %-inch from the nuts. 14 5. Wrap joint harness assembly with Petrolatum Tape System. 15 E. Petrolat>_lm Tape System 16 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. 17 a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. is 1) High pressure wash of 3,000 to 7,000 psi is also suitable. 19 b. Srll'fJCCS may be damp but shall not have droplets or continuous film of water. 20 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff 1 brush, gloved hand or rag at normal ambient temperatures. 22 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to 23 fill irregular shapes and reduce sharp -edged surfaces. 24 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. 25 a. For severely corrosive environments, an overlap of 55 percent is recommended. 26 b. Press air pockets out and smooth all lap seams. 27 5. For additional mechanical protection, overwrap may be applied to increase impact 28 strength and electrical resistance. 29 3.5 -3.14 INOT USED) 30 END OF SECTION 31 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT \VORTII CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVENIENTS Rey ked December 20. 2012 City Project No. 021 11 331110-I DUCTILE IRON PIPE Pa,,c I of 14 1 SECTION 33 11 10 DUCTILE IRON PIPE PART1 - GENERAL 4 1.1 SUNINIARY A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable \vater, wastewater and reuse 7 applications S B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A. Lb. I l 0 2. Added 1.2.A. Lb.2 I I C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division I — General Requirements 15 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 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 Backfil l 19 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 20 8. Section 33 11 05 — Bolts, Nuts, and Gaskets 1 9. Section 33 11 11 Ductile Iron Fittings 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Ductile Iron Pipe 25 a. Measurement 26 1) Measured horizontally along the surface from center line to center line of 27 the fitting, manhole, or appurtenance 28 b. Payment 29 1) Unit Price - The work performed and materials furnished in accordance 30 with this Item and measured as provided under "Measurement" will be paid 31 for at the unit price bid per linear foot for "DIP" installed for: 32 a) Various sizes 33 b) Various types of backfill 34 c) Various linings 35 d) Various Depths, for miscellaneous sewer projects only 36 e) Various restraints 37 f) Various uses CITY OF FORT WORTH CAYLOR � NAG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rc\ ised December 20. 2012 Citv Project No. 021 11 II 10- DUCTILF IRON PIPE Pace _' of 14 1 2) Lunlp Suns Price -- The work performed and materials furnished in accordance with this item and measured as provided under "Measurement" 3 will be included in the total lump suns price for: 4 a) Various sizes 5 b) Various types of backfill 6 c) Various linings 7 d) Various Depths, for miscellaneous sever projects only 8 e) Various restraints 9 0 Various uses 10 c. The price bid shall include: 11 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 1 2 Di-mvings 13 2) Mobilization 14 3) Polyethylene encasement 15 4) Lllilllg 16 5) Pavement removal 17 6) Excavation 18 7) Hauling 19 8) Disposal of excess material 20 9) Furnishing, placement and compaction of embedment 21 10) Furnishing, placement and compaction of backfill 22 1 1) Trench water stops 23 12) Thrust restraint, if required in Contract Documents 24 13) Bolts and nuts 25 14) Gaskets 26 15) Clean-up 27 16) Clean' llg 28 17) Disinfection 29 18) Testing 30 1.3 REFERENCES 31 A. Definitions 32 1. Gland or Follower Gland 33 a. Non -restrained, mechanical joint fitting 34 2. Retainer Gland 35 a. Mechanically restrained mechanical joint fitting 36 B. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of tills 39 Specification, unless a date is specifically cited. 40 2. American Association of State Highway and Transportation Officials (AASHTO). 41 3. American Society of Mechanical Engineers (ASME): 42 a. B 16. 1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 43 4. ASTM International (ASTM): 44 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 45 Higli Temperature or High Pressure Service and Other Special Purpose 46 Applications CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IMPROVEMENTS Revised December 1-0. 2012 City Project No. 021 11 33 11 I0-3 DUCTILE IRON PIPE. Pafle 3 of 14 1 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 2 Pressure or High Temperature Service, or Both 3 c. A242, Standard Specification for High -Strength Lo\v-Alloy Structural Steel. 4 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 5 Tensile Strength. 6 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 7 Water or Other Liquids. 8 f. BI 17, Standard Practice for Operating Salt Spray (Fog) Apparatus. 9 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 10 Steel, 11 5. American Water Works Association (AWWA): 12 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 13 Enamel and Tape - Hot Applied. 14 b. C600, Installation of Ductile -iron Water Mains and their Appurtenances. 15 c. M41, Ductile -Iron Pipe and Fittings. 16 6. American Water Works Association/American National Standards Institute 17 (AWWA/ANSI): 18 a. C104/A21.4, Cement—TvIortar Lining for Ductile -Iron Pipe and Fittings. 19 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 20 c. Cl I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 21 d. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 22 Threaded Flanges. 23 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 24 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 25 g. C600, Installation of Ductile -iron Water Mains and their Appurtenances 26 7. NSF International (NSF): 27 a. 61, Drinking Water System Components - Health Effects. 28 8. Society for Protective Coatings (SSPC): 29 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 01 33 00. 33 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 34 specials. 35 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 36 A. Product Data 37 1. Interior lining 38 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 39 C 104/A21.4, including: 40 1) Material 41 2) Application recommendations 42 3) Field touch-up procedures 43 2. Thrust Restraint 44 a. Retainer glands, thrust harnesses or any other means CITY OF FORT \VORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVEMENTS Rey iced December 20. 2012 City Project No. 021 1 1 33 Il 10-4 DUCTILE IRON PIPE Pace l of'] 4 I 3. Gaskets a. If hydrocarbon or other special gaskets are required 3 B. Shop Drawings -- Furnish for Ductile Iron Pipe used in the water distribution system or 4 for a Nvastewater force main for 24-inch and greater diameters, including: 5 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 6 Texas including: 7 a. Working pressure 8 b. Surge pressure 9 c. Deflection 10 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 11 Professional Engineer in Texas, to verify the restraint lengths shown in the 12 Drawings. 13 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 14 Professional Engineer in Texas including: 15 a. Pipe class 16 b. Joints type 17 c. Fittings I8 d. Stationing 19 e. Transitions 20 f. Joint deflection 21 C. Certificates ?? 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 23 Section, each run of pipe furnished has met Specifications, all inspections have 24 been made, and that all tests have been performed in accordance with 25 AWWA/ANSI C151/A21.51. 26 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Qualifications 31 1. Manufacturers 32 a. Finished pipe shall be the product of 1 manufacturer. 33 1) Change orders, specials, and field changes may be provided by a different 34 manufacturer upon City approval. 35 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 36 under the control of the manufacturer. 37 c. Ductile Iron Pipe 38 1) Manufactured in accordance with AWWA/ANSI C I51 /A21.51 39 a) Perform quality control tests and maintain results as outlined within 40 standard to assure compliance. 41 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 42 of at least 10 seconds. 43 B. Preconstruction Testing CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIE-NTS WATER, AND DRAINAGE IMPROVEMENTS RcN iced December 20, 2012 Cite Project No. 021111 ii lI 10-� DUCTILE IRON PIPE Pwae > o1'] 4 1 l . The City may, at its o\vn cost, subject random lengths of pipe for testing by an 2 independent laboratory for compliance with this Specification. 3 a. The compliance test shall be performed in the United States. 4 b. Any visible defects or failure to meet the quality standards herein \vill be 5 ('rounds for rejecting the entire order. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 9 stated in AWWA M41. 10 2. Secure and maintain a location to store the material in accordance with Section 01 11 6600. 12 1.11 FIELD [SITE) CONDITIONS [NOT USED] 13 1.12 WARRANTY (NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED (oa] OWNER -SUPPLIED PRODUCTS [NOT USED] 16 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 17 A. Manufacturers 18 1. Only the manufacturers as listed in the City's Standard Products List will be 19 considered as shown in Section 01 60 00. 20 a. The manufacturer must comply \-vith this Specification and related Sections. 21 2. Any product that is not listed on the Standard Products List is considered a 22 substitution and shall be submitted in accordance with Section 01 25 00. 23 B. Pipe 24 1. Pipe shall be in accordance \vith AWtiVA/ANSI CI 1 I/A21.11, AWWA/ANSI 25 C150/A21.15, and AWWA/ANSI C151/A21.51. 26 2. All pipe shall meet the requirements of NSF 61. 27 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 28 closure pieces and necessary to comply with the Drawings. 29 4. As a mimmun the following pressures classes apply. The Drawings may specify a 30 higher pressure class or the pressure and deflection design criteria may also require 31 a higher pressure class, but in no case should they be less than the following: 32 33 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 CITY OF FORT WORTH CAYLOR i \-IG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPE-C'IFIC'ATIO\' DOCU\,IEN"I-S \VATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 33 11 Ill-6 DUCTILE IRON PIPE Pa,-,c 6 o1 14 I 5. Pipe markings shall meet the mininnuri requirements of AWWA/ANSI 2 C151/A21.51. Minimum pipe markings shall be as follows: 3 a. "DI" or "Ductile" shall be clearly labeled on each pipe 4 b. Weight, pressure class and nominal thickness of each pipe 5 c. Year and country pipe was cast 6 d. Manufacturer's mark 7 6. Pressure and Deflection Design 8 a. Pipe design shall be based on trench conditions and design pressure class 9 specified in the Drawings. 10 b. Pipe shall be designed according to the methods indicated in ANNIWA/ANSI I I C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 12 construction, using the following parameters: 13 I) Unit Weight of Fill (w) = 130 pcf 14 2) Live Load = AASHTO HS 20 15 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 16 4) Bedding Conditions = Type 4 17 5) Working Pressure (P,,.) = 150 psi 18 6) Surge Allowance (PJ = 100 psi 19 7) Design Internal Pressure (Pi) = P,, + P, or 2:1 safety factor of the actual 20 working pressure plus the actual surge pressure, \whichever is greater. 21 a) Test Pressure = 22 (1) No less than 1.25 minimum times the stated working pressure (187 23 psi nunimum) of the pipeline measured at the highest elevation 24 along the test section. 25 (2) No less than 1.5 times the stated working pressure (225 psi 26 minimum) at the lowest elevation of the test section. 27 8) Maximum Calculated Deflection (DJ = 3 percent 28 9) Restrained Joint Safety Factor (Sr) = 15 percent 29 c. Trench depths shall be verified after existing utilities are located. 30 1) Vertical alignment changes required because of existing utility or other 31 conflicts shall be accommodated by an appropriate change in pipe design 32 depth. 33 2) In no case shall pipe be installed deeper than its design allows. 34 7. Provisions for Thrust 35 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 36 joints when required by the Drawings. 37 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 38 through casing and for a sufficient distance each side of casing. 39 c. No thrust restraint contribution shall be allowed for the restrained length of 40 pipe within the casing. 41 d. Restrained joints, when required, shall be used for a sufficient distance from 42 each side of the bend, tee, phig, valve or other fitting to resist thrust which will 43 be developed at the design pressure of the pipe. For the purpose of thrust, the 44 following shall apply: 45 1) Valves shall be calculated as dead ends. 46 2) Design pressure shall be greater than the working pressure of the pipe or 47 the internal pressure (Pi) whichever is greater. CITY OF FORT WORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 33II 10-7 DUCTILE IRON PIPE Pao 7 of 14 1 3) Restrained joints shall consist of approved mechanical restrained or push - oil restrained joints as listed in the City's Standard Products List as shown 3 in Section 01 60 00. 4 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 5 resist thrust in accordance with the Drawings, AWNVA M41, and the following: 6 1) The weight of earth (NV,) shall be calculated as the weight of the projected 7 soil prism above the pipe, for unsaturated soil conditions. 8 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 9 conditions 10 3) If indicated on the Drawings and the Geotechnical Borings that ground 11 water is expected, account for reduced soil density. 12 S. Joints 13 a. General — Comply with AWWA/ANSI Cl 1 1/A21.1 1. 14 b. Push -On Joints 15 c. Mechanical Joints 16 d. Push -On Restrained Joints 17 1) Restraining Push -on joints by means of a special gasket 18 a) Only those products that are listed in Section 01 6000 19 b) The working pressure rating of the restrained gasket must exceed the 20 test pressure of the pipe line to be installed. 21 c) Approved for use of restraining Ductile Iron Pipe in casing with a 22 carrier pipe of 4-inches to 12-inches 23 d) Otherwise only approved if specially listed on the Drawings 24 2) Push -on Restrained Joint bell and spigot 25 a) Only those products list in the standard products list will be allowed for 26 the size listed in the standard products list per Section 01 60 00. 27 b) Pressure rating shall exceed the working and test pressure of the pipe 28 line. 29 e. Flanged Joints — AWWA/ANSI C 1 15/A21.15, ASME B 16.1, Class 125 30 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 31 g. Field fabricated flanges are prohibited. 32 9. Gaskets 33 a. Provide Gaskets in accordance with Section 33 11 05. 34 10. Isolation Flanges 35 a. Flanges required by the drawings to be Isolation Flanges shall conform to 36 Section 33 04 10. 37 11. Bolts and Nuts 38 a. Mechanical Joints 39 1 ) Provide bolts and nuts in accordance with Section 33 11 05. 40 b. Flanged -Ends 41 1) Meet requirements of AW WA C 115. 42 a) Provide bolts and nuts in accordance ',vith Section 33 11 05. 43 12. Flange Coatings 44 a. Connections to Steel Flanges 45 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 46 Tape System in accordance with Section 33 11 05. 47 13. Ductile Iron Pipe Exterior Coatings CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IiNIPROVEMI-NTS Revised December 20, 2012 City Project No. 021 11 331I ]ll-8 DUCTILE IRON PIPE Pace 8 of 14 I a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 2 pipe exterior, unless otherwise specified in the Contract Documents. 3 14. Polyethylene Encasement 4 a. All buried Ductile Iron Pipe shall be polyethylene encased. 5 b. Only manufacturers listed in the City's Standard Products List as shown in 6 Section 01 60 00 will be considered acceptable. 7 c. Use only virgin polyethylene material. 8 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 9 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 10 cross -laminated (HDCL) polyethylene encasement conforming to 11 AWWA/ANSI CI05/A21.5 and ASTM A674. 12 e. Marking: At a minimum of every 2 feet along its length, the mark the 13 polyethylene film with the following information: 14 1) Manufacturer's name or trademark 15 2) Year of manufacturer 16 3) AWWA/ANSI C105/A21.5 17 4) Minimum film thickness and material type 18 5) Applicable range of nominal diameter sizes 19 6) Warning — Corrosion Protection — Repair Any Damage 20 f. Special Markings/Colors 21 1) Reclaimed Water, perform one of the following: 22 a) Label polyethylene encasement with "RECLAIMED WATER", 23 b) Provide purple polyethylene in accordance with the American Public 24 Works Association Uniform Color Code; or 25 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 26 2) Wastewater, perform one of the following: 27 a) Label polyethylene encasement with "WASTEWATER"; 28 b) Provide green polyethylene in accordance with the American Public 29 Works Association Uniform Color Code; or 30 c) Attach green sanitary sever marker tape to the polyethylene wrap. 31 g. Minimum widths 32 Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) I (inches) 3 14 I 28 4 I 14 I 28 6 16 32 8 20 40 10 I 24 I 48 12 27 54 14 30 I 60 16 34 I 68 18 I 37 74 20 41 82 24 54 108 30 67 134 CITY OF PORT \\FORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCU-MENTS WATER, AND DRAINAGE INIPROVENGENrS Revised December 20, 2012 City Project No. 021 1 1 33 11 10-9 DUCTILE IRON PIPE Pase 9 of 14 1 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 1 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 3 1 ) Ductile li-on Pipe for potable \-Vater Shall have a Ceincrit mortar lining 111 4 accordance Nvith AWWA/ANSI C104/A21.04 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as sho\vn in Section 01 60 00. 10 2) Apply lining at a 1711nlmlllll Of 40 ]Mils DFT. 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 12 inches back fi-orn the end of the spigot end rllilst be coated with 6 mils 13 nominal, 10 mils maxinlllln using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should be taken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends alter the application of the lining. 19 4) Surface preparation shall be in accordance Nvith the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with 22 the method outlined in SSPC PA 2. 23 6) Test the interior lining of all pipe barrels for pinholes Nvith a non- '14 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting Nvith the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed Surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The tOLICII-lip material and the lining shall be of the Sallie manufacturer. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 ii 11 10-10 DUCTILE IRON PIPE Pa,-,c 10 of 14 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C'600, AWWA M41 and in accordance with the pipe manufacturer's 1 1 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile 11-011 Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.1 1. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 331110-II DUCTILE IRON PIPE Pae 1 I of 14 1 d. 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 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 4 conform to AWWA C6OO. 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 \vith all bolt heads faced in one direction. 1 ] 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and Sliown I'll the Drab-Vings. 14 b. The deflection of each joint must be in accordance with AWWA C6O0 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C6OO. 17 d. The nlanufacturer'S recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement histallatioll 20 1. Preparation 21 a. Remove all lumps of clay, Iliad, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material fi-om becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 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 backfrlling 30 operations. 31 2) Secure overlaps and ends Nvith 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 pipe section. 36 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 37 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 40 d. Make shallow bell bole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH CAYLOR ; NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENITS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 „ 11 10- 12 DUCTILE. IRON PIP[ Pace I-' of 14 Proceed with installation of next pipe in same manner Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points, secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of ti proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 1 I by at least I foot; make each end snug and secure. I ? 4. Sheet Type ] 3 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 1 S quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 C. Lower wrapped pipe into trench and make up pipe joint with preceding section l of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping dog-vn. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, \vrapped around 39 fitting to cover damaged area and secured in place. 40 S. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by malting an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Re\ised December20. 2012 Cite Project No.02111 33 11 10- 13 DUCTILE IRON PIPE Page 13 of 14 I 9. .lunctiorls between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end \witlh circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for mirlinuun clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION S A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not I 1 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than l patch on either the lining or the coating of 13 any I joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD Iola] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING INOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION (NOT USED] 33 3.13 MAINTENANCE INOT USED] 34 3.14 ATTACHMENTS (NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ised December 20.201? City Project No.02111 33II10-14 DUCTILE IRON PIPE Pagc 14 of 14 Revision Lou DATE NAME I SUtNCMARY OF CHANGE I. -".A. I .b. - Updated Payment t�J)es 12/20/2012 D. Johnson 1.3 - Added definitions of gland types for clarity 2.2.13.9. 10, 11 and 12 - Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets CITY OF FORT NORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CVATER, AND DRAINAGE- IMPROVEMENTS Revised December 20. 2013 City Pre ject No. 021 1 1 3311 II - I DUCTILE IRON FITTINGS SECTION 33 11 11 DUCTILE IRON FITTINGS 3 PART]- GENERAL 4 1.1 SUNINIARY Pai_,c I of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 1 I 1. Modified 1.2.A.1.b.1 12 2. Added 1.2.A.1.b.2 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the I J Contract 16 2. Division 1 — General Requirements 17 3. Section 03 30 00 — Cast -in -Place Concrete is 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 19 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 20 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Bacl<fill 21 7. Section 33 11 05 —Bolts, Nuts, and Gaskets 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Ductile Iron Water Fittings with Restraint 25 a. Measurement 26 1) Shall be per ton of fittings supplied 27 2) Fittings weights are the sum of the various types of fittings multiplied by 281 the weight per fitting as listed in AWWA/ANSI C 153/A21.53. 29 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 30 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 31 Drawings specifically call for an AWWA/ANSI C 1 10/A21.10 fittings. 32 4) If the Contractor chooses to supply AWWA/ANSI C1 IO/A21.10 (full 33 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 34 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 35 measured in accordance with AWWA/ANSI C153/A21.53. 36 b. Payment 37 1) Unit Price - The work performed and materials fiirnished in accordance 38 with this Item and measured as provided under "Measurement" will be paid 39 for at the unit price bid per ton of "Ductile Iron Water Fittings with 40 Restraint". CITY OF PORT bVORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER, AND DRAINAGE IMPROVEMENTS Revised Deccniber _'0, 2012 City Project No. 021 11 33 11 11 -2 DUCTILE IRON FITTINGS Pagc 2 of 13 1 2) Lunt) Slue Price - The work im-formed and materials furnished in. 2 accordance \with this Item and measured as provided under "Measurement" 3 will be included in the total lunhu sum price. 4 c. The price bid shall include: 5 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 6 Dra\wings 7 2) Polyethylene encasement 8 3) Lining 9 4) Pavement removal 10 5) Excavation 11 6) Hauling 12 7) Disposal of excess material 13 8) Furnishing and Installing bolts, nuts, and restraints 14 9) Furnishing, placement and compaction of embedment 15 10) Furnishing, placement and compaction of backfill 16 11) Trench water stops 17 12) Clean -Up 18 13) C'leaning 19 14) Disinfection 20 15) Testing 21 2. Ductile Iron Se\-ver Fittings 22 a. Measurement 23 1) Shall be per ton of fittings supplied 24 2) Fittings weights are the sum of the various types of fittings multiplied by 25 the weiglit per fitting as listed in AWWA/ANSI C153/A21.53. 26 3) The fitting \veights listed in AWWA/ANSI CI IO/A21.1O are only allowed 27 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 28 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 29 4) If the Contractor chooses to Supply AWWA/ANSI C110/A21.10 (full 30 body) Ductile I -on Fittings in lieu of AWWA/ANSI C I53/A21.53 31 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 32 measured in accordance with AWWA/ANSI C153/A21.53. 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 ton of "Ductile Iron Sewer Fittings". 37 c. The price bid shall include: 3� I) Furnishing and installing Ductile Iron Water Fittings as specified by the 39 Drawings 40 2) Epoxy Coating 41 3) Polyethylene encasement 42 4) Lining 43 5) Pavement removal 44 6) Excavation 45 7) Hauling 46 8) Disposal of excess material 47 9) Furnishing and installing bolts, nuts, and restraints 48 10) Furnishin(Y, placement and compaction of embedment 49 1 1) Furnishing, placement and compaction of backfill CITY OF FORT WORTII CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rc\ ised December 20, 2012 City Project No. 021 1 1 3311 Il-3 DUCTILE IRON FITTINGS Paae 3 of li l 12) Clean-up 2 13) Cleaning 3 14) Disinfection 4 15) Testing 5 1.3 REFERENCES 6 A. Definitions 7 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 9 2. Retainer Gland 10 a. Mechanically restrained mechanical joint fitting, consisting of multiple I 1 gripping wedges incorporated into a follower gland meeting the applicable 12 requirements of ANSI/AWWA C I I0/A21.10. 13 B. Reference Standards 14 1. Reference standards cited in tills Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of tills 16 Specification, unless a date is specifically cited. 17 2. American Society of Mechanical Engineers (ASME): 1S a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 19 3. ASTM International (ASTM): 20 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 21 High Temperature or High Pressure Service and Other Special Purpose 22 Applications 23 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 24 Pressure or High Temperature Service, or Both 25 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 26 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 27 Water or Other Liquids. 28 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 29 4. American Water Works Association (AWWA): 30 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 31 Enamel and Tape - Hot Applied. 32 b. C600, Installation of Ductile-fron Water Mains and their Appurtenances. 33 c. M41, Ductile -Iron Pipe and Fittings. 34 5. American Water Works Association/American National Standards Institute 35 (AWWA/ANSI): 36 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 37 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 38 c. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. 39 d. CI I I/A21.1 1, Rubber -Gasket Joints for Ductile-hron Pressure Pipe and Fittings. 40 e. CI 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 41 Threaded Flanges. 42 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 43 g. CI53/A21.53, Ductile -Iron Compact Fittings for Water Service. 44 6. NSF International (NSF): 45 a. 61, Drinking Water System Components - Health Effects. CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Pro.iect No. 021 11 33111I-4 DUCTILE IRON FITTINGS Pa,,c 4 of 13 I 7. Society for Protective Coatings (SSPC): a. PA 2. Measurement of Dry Coating Thickness Nvith Magnetic Gages. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBiVIITTALS / INFORMATIONAL SUBMITTALS 9 A. Product Data 10 1. Ductile Iron Fittings I1 a. Pressure class 12 b. Interior lining ] 3 c. Joint types 14 2. Polyethylene encasement and tape 15 a. Planned method of installation 16 b. Whether the film is linear low density or high density cross linked polyethylene 17 c. The thickness of the film provided Is 3. The interior lining, if it is other than cement mortar lining in accordance with 19 AWWA/ANSI C104/A21.4 20 a. Material 21 b. Application recommendations ?2 c. Field touch-up procedures 23 4. Thrust Restraint 24 a. Retainer glands 25 b. Thrust harnesses 26 c. Any other means 27 5. Gaskets 28 a. Provide Gaskets in accordance with Section 33 11 05. 29 6. Isolation Flanges 30 a. Flanges required by the drawings to be Isolation Flanges shall conform to 31 Section 33 04 10. 32 7. Bolts and Nuts 33 a. Mechanical Joints 34 1) Provide bolts and nuts in accordance with Section 33 11 05. 35 b. Flan(yed Ends 36 1) N/leet requirements of AWWA C 115. 37 a) Provide bolts and nuts in accordance with Section 33 11 05. 38 8. Flange Coatings 39 a. Connections to Steel Flanges 40 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 41 Tape System in accordance with Section 33 11 05. 42 B. Certificates CITY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Re\ ised December -10. 1012 City Prqject No. 02 1 1 1 13 11 11 -5 DUCTILE IRON FITTINGS Pa,e 5 of 1; 1 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 2 meet the provisions of this Section and meet the requirements of AWWA/ANSI 3 Cl 10/A21.10 or AN�VWA/ANSI C153/A21.53. 4 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Qualifications 9 1. Manufacturers 10 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 11 performed under the control of the manufacturer. 12 b. Ductile Iron Fittings shall he manufactured in accordance with AWWA/ANSI 13 C 110/A21.10 or AWWA/ANSI C 153/A21.53. 14 1) Perform quality control tests and maintain the results as outlined in these 15 standards to assure compliance. 16 B. Preconstruction Testing 17 1. The City may, at its own cost, subject random fittings for destructive testing by an 18 independent laboratory for compliance with this Specification. 19 a. The compliance test shall be performed in the United States. 20 b. Any visible defects or failure to meet the quality standards herein will be 21 grounds for rejecting the entire order. 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 A. Storage and Handling Requirements 24 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 25 2. Secure and maintain a location to store the material in accordance with Section 01 26 6600. 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED loiz] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed on the City's Standard Products List will be 34 considered as shown in Section 01 60 00. 35 a. The manufacturer nnust comply with this Specification and related Sections. 36 2. Any product that is not listed on the Standard Products List is considered a 37 substitution and shall be submitted in accordance Nvith Section 01 25 00. 38 B. Ductile Iron Fittings CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE- TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 ;; 11 11 -6 DUCTILE IRON FITTINGS Pafle 6 of l 1 1. Ductile Iron Fittings shall be in accordance with AWNNWANSI C I I0/A21.10, 2 AWWA/ANSI C153/A21.53. 3 2. All fittings for potable water service shall meet the requirements of NSF 61. 4 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 5 the pipe which the fitting is connected, unless specifically indicated in the 6 Drawings. 7 4. Fittings Markings 8 a. Meet the minimum requirements of AWWA/ANSI C 151/A21.51. 9 b. Minimum markings shall include: 10 1) "DI" or "Ductile" cast or metal stamped on each fitting 1 I 2) Applicable AWWA/ANSI standard for that the fitting 12 3) Pressure rating 13 4) Number of degrees for all bends 14 5) Nominal diameter of the openings 15 6) Year and country fitting was cast 16 7) Manufacturer's mark 17 5. Joints 18 a. Mechanical Joints with mechanical restraint 19 1) Comply with AWWA/ANSI CI I I/A21.1 1 and applicable parts of 20 ANSI/AW WA C 110/A21.10. 21 2) The retainer gland shall have the following working pressure ratings based 22 on size and type of pipe: 23 a) Ductile Iron Pipe 24 (1) 3-inch — 16-inch, 350 psi 25 (2) 18-inch — 48-inch, 250 psi 26 b) PVC C900 and C905 27 (1) 3-inch — 12-inch, 305psi 28 (2) 14-inch — 16-inch, 235psi 29 (3) 18-inch — 20-inch, 200psi 30 (4) 24-inch — 30 —]Dell 165psi 31 c) Ratings are for water pressure and must include a minimum safety 32 factor of 2 to I in all sizes 33 3) Retainer glands shall have specific designs for Ductile Iron and PVC and 34 should be easily differentiate between the 2. 35 4) Gland body, wedges and wedge actuating components shall be cast from 36 grade 65-45-12 ductile iron material in accordance with ASTM A536. 37 5) Mechanical joint restraint shall require conventional tools and installation 38 procedures per AWWA C600, while retaining fiill mechanical joint 39 deflection during assembly as well as allowing joint deflection after 40 assembly. 41 6) Proper actuation of the gripping wedges shall be ensured with torque 42 limiting twist off nuts. 43 b. Push -On, Restrained Joints 44 1) Restraining Push -on joints by means of a special gasket 45 a) Only those products that are listed in 01 60 00 46 b) The working pressure rating of the restrained gasket must exceed the 47 test pressure of the pipe line to be installed. CITY OF FORT WORTH CAYLOR S NIG GROUND STORAGE "DANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Project No. 021 1 1 IIII-7 DUCTILE IRON FITTINGS Pacc 7 of 13 1 c) Approved for use of restraining Ductile Roll Pipe in casing with a 2 carrier pipe of 4-Inches to 12-inches 3 d) Otherwise only approved if specially listed on the drawings 4 2) Push -on Restrained Joint bell and spigot 5 a) Only those products list in the standard products list will be allowed for 6 the size listed in the standard products list per Section 01 60 00 7 b) Pressure rating shall exceed the working and test pressure of the pipe 8 line 9 c. Flanged Joints 10 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 11 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 12 125. 13 3) Field fabricated flanges are prohibited. 14 6. Gaskets 15 a. Provide Gaskets in accordance with Section 33 11 05. 16 7. Isolation Flanges 17 a. Flanges required by the drawings to be Isolation Flanges shall conform to 18 Section 33 04 10. 19 8. Bolts and Nuts 20 a. Mechanical Joints 21 1) Provide bolts and nuts in accordance with Section 33 11 05. 22 b. Flanged Ends 23 1) Meet requirements of AWWA CI 15. 24 a) Provide bolts and nuts in accordance with Section 33 11 05. 25 9. Flange Coatings 26 a. Connections to Steel Flanges 27 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 28 Tape System in accordance with Section 33 11 05. 29 10. Ductile Iron Fitting Exterior Coatings 30 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 31 thick, on the exterior, unless otherwise specified in the Contract Documents. 32 11. Polyethylene Encasement 33 a. All buried Ductile Iron Fittings shall be polyethylene encased. 34 b. Only manufacturers listed in the City's Standard Products List as shown in 35 Section 01 60 00 will be considered acceptable. 36 c. Use only virgin polyethylene material. 37 d. Encasement for buried fittings Shall be 8 mil linear low density (LLD) 38 polyethylene conforming to AWWA/ANSI C 105/A21.5 or 4 mil high density 39 cross -laminated (HDCL) polyethylene encasement conforming to conforming 40 to AWWA/ANSI CI05/A21.5 and ASTM A674. 41 e. Marking: At a minimum of every 2 feet along its length, the mark the 42 polyethylene film with the following information: 43 1 ) Manufacturer's name or trademark 44 2) Year of manufacturer 45 3) AWWA/ANSI CI05/A21.5 46 4) Minimum film thickness and material type 47 5) Applicable range of nominal diameter sizes CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 33 11 11 -1 DUCTILE IRON FITTINGS paL'.0 S of 13 1 6) Warning — Corrosion Protection — Repair Any Damage 2 f. Special Markings/Colors 3 1) Reclaimed Water, perform one of the following: 4 a) Label polyethylene encasement with "RECLAIMED WATER", 5 b) Provide purple polyethylene in accordance Nvith the American Public 6 Works Association Uniform Color Code; or 7 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 8 2) Wastewater, perform one of the follmving: 9 a) Label polyethylene encasement with "WASTEWATER"; 10 b) Provide green polyethylene in accordance with the American Public 11 Works Association Uniform Color Code; or 12 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 13 g. Minimum widths 14 Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter Min. Width — Flat Tube Min. «'idth — Sheet (inches) (inches) (inches) 3 14 ( 28 4 14 28 6 I 16 32 8 I 20 I 40 10 24 I 48 12 I 27 54 14 I 30 60 16 34 I 68 18 37 I 74 20 I 41 82 24 54 108 30 67 I 134 36 I 81 162 42 I 81 162 48 I 95 190 54 I 108 I 216 60 I 108 I 216 64 121 I 242 15 12. Ductile Iron Fittings Interior Lining 16 a. Cement Mortar Lining 17 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in l8 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 19 NSF 61. 20 b. Ceramic Epoxy or Epoxy Linings 21 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 22 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 23 List as shown in Section 01 60 00. 24 2) Apply lining at a minimum of 40 mils DFT CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 011 1 1 I I I I- 9 DUCTILE IRON FITTINGS Pa"e 9 of 13 1 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils 3 nominal, 10 lulls mail urn using a Joint Compound as supplied by the 4 manufacturer. 5 a) Apply the joint compound by brush to ensure covera(Ye. 6 b) Care should be taken that the joint compound is smooth without excess 7 buildup in the gasket scat or on the spigot ends. 8 c) Coat the gasket seat and spigot ends after the application of the lining. 9 4) Surface preparation shall be in accordance with the manufacturer's I0 recommendations. 1 1 5) Check thickness using a magnetic filth thickness gange in accordance \vlth 12 the method outlined in SSPC PA 2. 13 6) Test the interior ]]lung of all fittings for pinholes with a 11011-deStrUCOVC 14 2,500 volt test. 15 a) Repair any defects prior to shipment. 16 7) Mark each fitting Nvith the date of application of the lining system along 17 with its numerical sequence of application on that date and records 1(8 maintained by the applicator of his \vork. 19 8) For all Ductile Iron Fittings in wastewater service where the fitting has 20 been cut, coat the exposed surface with the touch-up material as 21 recommended by the manufacturer. 22 a) The touch-up material and the lining shall be of the same manufacturer. 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 3(l A. General 31 1. Install fittings, specials and appurtenances as specified herein, as specified in 32 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 33 recommendations. 34 2. Lay fittings to the lines and grades as indicated in the Drawings. 35 3. Excavate and backfill trenches in accordance with 33 05 10. 36 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 37 B. Joint Making 38 1. Mechanical Joints with required mechanical restraint 39 a. All mechanical joints require mechanical restraint. 40 b. Bolt the retainer gland into compression against the gasket, with the bolts 41 tightened down evenly then cross torqued in accordance with AWWA C600. CITY OF FORT NVORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\1ENTS WATER. AND DRAINAGE IMPROVENIENTS Revised December 20. 2012 City Prqject No. 021 1 1 3�'II II-10 DUCTILE IRON FITTINGS Pace 10 of I3 I c. Overstressing of bolts to compensate for poor installation practice will not be 2 permitted. 3 2. Push -on Joints (restrained) 4 a. All push -on joints shall be restrained push -on type. 5 b. Install Push -on joints as defined in AWWA/ANSI CI I I/A21.1 1. 6 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 7 d. Place the gasket in the bell in the position prescribed by the manufacturer. 8 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 9 gasket and the outside of the spigot prior to entering the spigot into the bell. 10 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf I 1 to conform to AWWA M-41. 12 3. Flanged Joints 13 a. Use erection bolts and drift pins to make flanged connections. 14 1) Do not use undue force or restraint on the ends of the fittings. 15 2) Apply even and unifornn pressure to the gasket. 16 b. The fitting must be free to move in any direction while bolting. 17 1) Install flange bolts \with all bolt heads faced in 1 direction. 18 4. Joint Deflection 19 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 20 and grades and shown in the Drawings. 21 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 22 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 23 C600. 24 d. The manufacturer's recommendation may be used with the approval of the 25 Engineer. 26 C. Polyethylene Encasement Installation 27 1. Preparation 28 a. Remove all lunnps of clay, mud, cinders, etc., on fittings surface prior to 29 installation of polyethylene encasement. 30 1) Prevent soil or embedment material from becoming trapped between 31 fittings and polyethylene. 32 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 33 with minimum space between polyethylene and fittings. 34 1) Provide sufficient slack in contouring to prevent stretching polyethylene 35 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 36 joints or fittings, and to prevent damage to polyethylene due to backfilling 37 operations. 38 2) Secure overlaps and ends \with adhesive tape and hold. 39 c. For installations below water table and/or in areas subject to tidal actions, seal 40 both ends of polyethylene tube \with adhesive tape at joint overlap. 41 2. Tubular Type (Method A) 42 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 43 section. 44 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 45 pipe section and bunching It accordion-Iashlon length\Wise Until it clears fittings 46 ends. 47 c. Lower fittings into trench with preceding section of pipe. CITY OF FORT \VORTII CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER, AND DRAINAGE IMPROVEMENTS Re%ised December 20. 2012 Cite Project No. 021 1 1 3311 1 1 - I I DUCTILE IRON FITTINGS Pa,2c 1 I of 13 1 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 2 C. After assembling fittings make overlap of polyethylene tube, pull bunched 3 polyethylene from preceding length of pipe, slip it over end of the fitting and 4 wrap until it overlaps joint at end of preceding length of pipe. 5 f. Secure overlap in place. 6 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 7 barrel of fitting, securing fold at quarter points. 8 h. Repair cuts, tears, punctures or other damage to polyethylene. 9 i. Proceed with installation of next fitting in same manner. 10 3. Tubular Type (Method B) 1 I a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 12 section. 13 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 14 end. 15 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 16 barrel of fitting, securing fold at quarter points; secure ends. 17 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 18 proceeding pipe section, bunching it accordion -fashion lengthwise. 19 C. After completing joint, pull 3-foot length of polyethylene over joint, 20 overlapping polyethylene previously installed on each adjacent section of pipe 21 by at least 1 foot; make each end snug and secure. 22 4. Sheet Type 23 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 24 section. 25 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 26 clears the fitting ends. 27 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 28 quadrant of fitting. 29 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 30 e. Lower wrapped fitting into trench with preceding section of pipe. 31 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 32 g. After completing joint, make overlap and secure ends. 33 h. Repair cuts, tears, punctures or other damage to polyethylene. 34 i. Proceed with installation of fittings in same manner. 35 5. Pipe -Shaped Appurtenances 36 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 37 polyethylene in same manner as pipe and fittings. 38 6. Odd -Shaped Appurtenances 39 a. Wlien it is not practical to wrap valves, tees, crosses and other odd -shaped 40 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 41 sheet under appurtenances and bringing it up around body. 42 b. Make seams by bringing edges together, folding over twice and taping down. 43 c. Tape polyethylene securely in place at the valve stein and at any other 44 penetrations. 45 7. Repairs 46 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 47 or with short length of polyethylene sheet or cut open tube, wrapped around 48 fitting to cover damaged area, and secure in place. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVEMENTS Revised December 20, 2012 City Project No. 021 11 DUCTILE IRO\ FFrr1NGS Pai_'c 12 of I 1 S. Openings in Encasement 2 a. Provide openings for branches, service taps, blow -offs, air valves and similar 3 appurtenances by making an X-shaped cut in polyethylene and temporarily 4 folding back film. 5 b. After appurtenance is installed, tape slack securely to appurtenance and repair 6 cut, as well as other damaged area in polyethylene \vith tape. 7 c. Service taps may also be made directly through polyethylene, \with any S resulting damaged areas being repaired as described above. 9 9. Junctions between Wrapped and Unwrapped Fittings 10 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not \wrapped, 1 1 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 12 b. Secure end with circumferential turns of tape. 13 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 14 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 15 Fittings. 16 D. Blocking 17 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 18 crosses and plugs in the pipe lines as indicated in the Drawings. 19 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 20 normal to the thrust. 21 3. The supporting area for each block shall be at least as great as that indicated on the 22 Drawings and shall be sufficient to withstand the thrust, including water hammer,Z� 23 which may develop. 24 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 25 5. If the Contractor encounters soil that appears to be different than that which was 26 used to calculate the blocking according to the Drawings, the Contractor shall 27 notify the Engineer prior to the installation of the blocking. 28 3.5 REPAIR/RESTORATION 29 A. Patching 30 1. Excessive field -patching is not permitted of lining or coating. 31 2. Patching of lining or coating will be allowed where area to be repaired does not 32 exceed 100 square inches and has no dimensions greater than 12 inches. 33 3. In general, there shall not be more than I patch on either the lining or the coating of 34 any fitting. 35 4. Wherever necessary to patch the fitting: 36 a. Make patch with cement mortar as previously specified for interiorjoints. 37 b. Do not install patched fitting until the patch has been properly and adequately 38 cured and approved for laying by the City. 39 c. Promptly remove rejected fittings from the site. 40 3.6 RE -INSTALLATION [NOT USEDI 41 3.7 FIELD hold SITE QUALITY CONTROL 42 A. Potable Water Mains 43 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of \voter mains CITY OF FORT WORTH CAYLOR i \MG GROUND STORAGE. TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Rey iced December 20, 2012 Cite Project No. 021 I 1 33 11 11 - 13 DUCTILE IRON FITTINGS Page 13 of 13 1 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 2 main as specified in Section 33 04 40. 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 10 12 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.I .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 12/20/2012 D. Johnson 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 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 MG GROUND STORAGE. TANK, WATER. AND DRAINAGE IMPROVEMENTS City Project No. 0211 1 3i Il li-1 CONCRETE PRESSURE PIPE. BAR-\VRAPPED. STEEL CYLINDER TYPE Page I of 16 1 SECTION 33 11 13 2 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type (Concrete Pressure 7 Pipe) 24-inch through 72-inch for potable water applications in conformance with S AWWA C303 9 B. Deviations from this City of Fort Worth Standard Specification f 0 1. Modified 1.2.A. Lb, I I I 2. Added 1.2.A.1.b.2 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 17 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water :\/Iaills 19 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 11 05 —Bolts, Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Concrete Pressure Pipe 24 a. Measurement 25 1) Measured horizontally along the surface from center line to centerline of 26 the fitting or appurtenance 27 b. Payment 28 1) Unit Price - The work performed and materials furnished in accordance 29 with this Item and measured as provided under "Measurement" shall be 30 paid for at the unit price bid per linear foot for "Concrete AWWA C303 31 Pipe" installed for: 32 a) Various sizes 33 b) Various types of backfill 34 2) Limit) Suin Price - The Work Derforined and materials furnished 111 35 accordance With this Item and measured as provided under "Measurement" 36 shall be included in the total lump suns Drice for: 37 a) Various sizes 38 b) Various twos of backfill 39 c. The price bid shall include: 40 1) Furnishing and installing Concrete Pressure Pipe \vitll joints as specified by 41 the Drawings CITY OF FORT \VORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 021 1 1 331113-2 CONCRETE PRESSURE. PIPE, BAR -WRAPPED. STEEL CYLINDER TYPE Pace 2 0l I6 1 2) Mobilization 2 3) Coating 3 4) Lining 4 5) Pavement removal 5 6) Excavation 6 7) Hauling 7 8) Disposal of excess material 8 9) Furnishing, placement, and compaction of embedment 9 10) Trench water stops 10 1 1) Joint restraint 11 12) Bolts and nuts 12 13) Welding L3 14) Gaskets, if allowed 14 15) Furnishing, placement, and compaction of backfill 15 16) Clean-up 16 17) Cleaning 17 l 8) Disinfection 18 19) Testing 19 2. Concrete Pressure Pipe Fittings 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum. 22 b. Payment 23 1) The work performed and materials filrnished in accordance with this Item 24 shall be paid for at the lump sum price bid for " C3O3 Fittings" installed for: 25 a) Various sizes 26 b) Various types of backfill 27 c. The price bid shall include: 28 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by 29 the Dra\vings 30 2) Mobilization 31 3) Coating 32 4) Lining 33 5) Pavement removal 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Furnishing, placement, and compaction of embedment 38 10) Trench water stops 39 1 1) Joint restraint 40 12) Bolts and nuts 41 13) Welding 42 14) Gaskets, if allowed 43 15) Furnishing, placement, and compaction of backfill 44 16) Clean-up 45 17) Cleaning 46 1 8) Disinfection 47 19) Testing CITY OF FORT WORTH C'AYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 331113-3 CONCRETE PRESSURE PIPE, BAR-\VRAPPED. STEEL CYLINDER TYPE Page 3 of 16 1.3 REFERENCES A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Society of Mechanical Engineers (ASME): 7 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 8 3. American Society of Testing and Materials (ASTM): 9 a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 10 b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI 11 Tensile Strength. 12 c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 13 d. B633, Standard Specification for Elcctrodeposited Coatings of Zinc on Iron and 14 Steel. 15 e. C33, Standard Specification for Concrete Aggregates. 16 f. C144, Standard Specification for Aggregate for Masonry Mortar. 17 g. C150, Specification for Portland Cement. 18 h. C293, Standard Test Method for Flexural Strength of Concrete (Using Simple 19 Beam with Center -Point Loading). 20 i. C497, Methods of Testing Concrete Pipe. 21 J. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used 22 With Concrete By Slant Shear. 23 k. C 1090, Standard Test Method for Measuring Changes in Height of Cylindrical 24 Specimens of Hydraulic -Cement Grout. 25 1. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 26 4. American Welding Society (ANN/S): 27 a. D1.1, Structural Welding Code - Steel. 28 5. American Water Works Association (AWWA): 29 a. C206, Field Welding of Steel Water Pipe. 30 b. C207, Steel Pipe Flanges for Waterworks Service Sizes 4 IN through 144 IN. 31 c. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. 32 d. M9, Concrete Pressure Pipe. 33 6. American Water Works Association/American National Standards Institute 34 (AWWA/ANSI): 35 a. C'I I 1/A21.1 1, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 36 Fittings. 37 7. International Organization for Standardization (ISO). 38 8. National Sanitation Foundation (NSF): 39 a. NSF 61, Drinking �N/ater System Components -Health Effects 40 1.4 ADMINISTRATIVE REQUIREMENTS INOT USED] 41 1.5 SUBMITTALS 42 A. Submittals shall be in accordance with Section 01 33 00. 43 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 44 specials. CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUiNIENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 0211 1 >> 11 1'--4 CONCRETE PRESSURE PIPE. BAR -WRAPPED. STEEL CYLINDER TYPE Pasc 4 or 16 1 1.6 ACTION SUBAJITTALS/INFORN,IATIONAL SUBMITTALS 2 A. Product Data 3 1. Exterior Coating 4 a. Material data 5 b. Application recommendations 6 c. Field touch-up procedures 7 2. Joint Wrappers 5 a. Material data 9 b. Installation reconmlendations 10 3. Flexible Joint Couplings 11 a. Manufacturer 12 b. Model 13 4. Mixes 14 a. Mortar for interior joints and patches 15 b. Bonding agents for patches 16 5. Gaskets (if applicable) 17 B. Shop Drawings — Furnish for Concrete Pressure Pipe used in the potable water systems is Including: 19 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 20 Texas including: 21 a. Internal pressure 22 1) Working Pressure 23 2) Test Pressure 24 3) Surge pressure 25 b. External pressure 26 1) Deflection 27 2) Buckling 2,s c. Special physical loading such as supports or joint design 29 d. Thermal expansion and/or contraction, if applicable for the proposed 30 installation 31 2. Thrust restraint calculations for all fittings and valves including the restraint length 32 scaled by a Licensed Professional Engineer in Texas. 33 3. Fabrication and lay drawings showing a schematic location with profile and a 34 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 35 Texas and includes: 36 a. Pipe class 37 b. Joint types 38 c. Fittings 39 d. Thrust Restraint 40 e. Stationing (in accordance with the Drawings) 41 f. Transitions 42 g. Joint deflection 43 li. Outlet locations for welding, ventilation, and access 44 1. Welding requirements 45 4. Pipe within Casing 46 a. Provide drawings detailing how pipe is restrained to prevent floating N-vithin the 47 casing. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVENIENTS Revised Decembcr -10, 2012 Citv Project No. 021 11 33 11 13 -5 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Paec 5 of 16 1 C. Certificates and Test Reports 2 a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 3 of this Section. 4 1.7 CLOSEOUT SUBMITTALS (NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBIWITTALS [NOT USED) 6 1.9 QUALITY ASSURANCE 7 A. Qualifications S 1. N/lanulfacturers 9 a. Shall be American Concrete Pressure Pipe Association (ACPPA) Quality 10 Program certified, I.S.O. Quality Certification Program certified, or equal, for I 1 Concrete Pressure Pipe and accessory manufacturing. 12 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 13 Under the control of the manufacturer. 14 c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years 15 successfiil experience manufacturing AWWA C303 pipe of the particular type 16 and size indicated. 17 1) This experience record will be thoroughly investigated by the Engineer, and 18 acceptance will be at the sole discretion of the Engineer and City. 19 2) Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be 20 performed at 1 location, unless otherwise approved by the Engineer. 21 d. Pipe shall be manufactured in accordance with the latest revisions of 22 AWWA C303. 23 B. Certifications 24 1. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: 25 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 26 complies with AWWA C303 and these Specifications 27 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer 28 c. Mill certificates, including chemical and physical test results for each heat of 29 steel 30 1) The manufacturer shall perform the tests described in AWWA C303, for all 31 pipe, fittings, and specials, except that the absorption test detailed in this 32 Specification shall supersede the requirements of the applicable portion of 33 AWWA C303. 34 d. Certified test reports for welder certification for factory and field welds in 35 accordance with AWWA C303, Section 5 36 e. Certified test reports for cement mortar tests 37 f. Certified test reports for steel cylinder tests 38 C. Hydrostatic Pressure Testing 39 1. Hydrostatic pressure testing shall ineet or exceed the requirements of AWWA C303 40 Section 4.6 — Fabrication. 41 a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically tested 42 prior to application of lining or coating. 43 b. The internal test pressure shall be that which results in a fiber stress equal to 75 44 percent of the minimum yield strength of the steel used. 45 c. Each pipe cylinder tested shall be completely watertight under maximum test 46 pressure. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ ised December 10. 2012 City Project No. 02 1 1 1 33 11 13 -6 CONCRETE PRESSURE PIPE. 13AR-\\RAPPED. STEEL CYLINDER TYPE Pa,-e 6 of] 6 I d. Test pressure shall be held for sufficient time to observe the \veld seams. 2 e. Pipe manufacturer shall maintain a recording of the pressure gauge report and 3 provide to the Engineer. 4 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded 5 steel sheets or plates. 6 a. Fittings shall be tested in accordance \With AWWA C3O3. 7 3. Factory Testing 8 a. Cement Mortar Coating - Absorption Test 9 1) A water absorption test shall be performed on samples of cured mortar 10 coating taken from each working shift. I 1 a) The mortar coating samples shall have been cured in the same manner 12 as the pipe. 13 b) A test value shall consist of the average of a minimum of 3 samples 14 taken from the same \working shift. 15 c) The test method shall be in accordance with ASTM C497, Method A. 16 d) The average absorption value for any test shall not exceed 9 percent 17 and no individual sample shall have an absorption exceeding I I is percent. 19 e) Tests for each working shift shall be performed on a daily basis until 20 conformance to the absorption requirements has been established by 10 21 consecutive passing test results, at \which time testing may be 22 performed on a weekly basis for each working shift. 23 (1) Daily testing shall be resumed for each \working shift with failing 24 absorption test results and shall be maintained until conformance to 25 the absorption requirements is re-established by 10 consecutive 26 passing test results. 27 D. Cement Mortar Lining 2,�, 1. Shop -applied cement mortar linings shall be tested in accordance \with AWWA 29 C303. 30 E. City Testing and Inspection 31 1. The City reserves the option to have an independent testing laboratory, at the City's 32 expense, inspect pipe and fittings at the pipe manutacturer's plant. 33 a. The City's testing laboratory and Engineer shall have free access to the 34 manufacturer's plant. 35 b. The pipe manufacturer shall notify the City, in \writing, at least 2 weeks prior to 36 pipe fabrication as to start of fabrication and fabricating schedule. The City 37 will then advise the manufacturer as to City's decision regarding tests to be 38 performed by an independent testing laboratory. 39 c. In the event the City elects to retain an independent testing laboratory to make 40 material tests and \weld tests, it is the intent that the tests be limited to I spot 41 testing of each category unless the tests do not show compliance with the 42 standard. 43 1) If these tests do not show compliance, the City reserves the right to have 44 the laboratory make additional tests and observations. 45 2. The inspection and testing by the independent testing laboratory anticipates that 46 production of pipe shall be done over a normal period of time and without "slow 47 downs" or other abnormal delays. CITY OF FORTWORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUIMFN'TS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Praject No. 021 11 131113-7 CONCRETE PRESSURE PIPE. BAR -WRAPPED. STEEL CYLINDER TYPE Pase 7 of 16 a. In the event that an abnormal production time is required, and the City is required to pay excessive costs for inspection, then the Contractor shall be 3 required to reimburse the City for such costs over and above those which would 4 have been incurred Under a normal schedule of production as determined by the 5 Diu' 6 F. Manufacturer's Technician for Pipe Installation 7 1. Pipe Manufacturer's Representative 8 a. During the construction period, the pipe manufacturer shall furnish the services 9 of a factory trained, qualified, job experienced technician to advise and instruct, 10 as necessary, in pipe laying and pipe jointing. I i I) The technician shall assist and advise the Contractor in his pipe laying 12 operations and shall instruct construction personnel in proper joint 13 assembly and joint inspection procedures. 14 2) The technician is not required to be on -site full time; however, the 15 technician shall be regularly on -site during the first 2 weeks of pipe laying 16 and thereafter as requested by the Engineer, City or Contractor. 17 1.10 DELIVERY, STORAGE, AND HANDLING is A. Packing 19 1. Prepare pipe for shipment to: 20 a. Afford maximum protection from normal hazards of transportation 2I b. Allow pipe to reach project site in an undamaged condition 22 2. Pipe damaged in shipment shall not be delivered to the project site unless such 23 damaged pipe is properly repaired. 24 3. After the completed pipe and fittings have been removed from the final cure at 25 the manufacturing plant: 26 a. Protect pipe lining from drying by means of plastic end covers banded to the 27 pipe ends. 28 b. Maintain covers over the pipe ends at all times until ready to be installed. 29 c. Moisture shall be maintained inside the pipe by periodic addition of water as 30 necessary. 31 4. Pipes shall be carefully supported during shipment and storage. 32 a. Pipe, fittings and specials shall be separated so that they do not bear against 33 each other and the whole load shall be securely fastened to prevent 34 movement in transit. 35 b. Ship pipe on padded bunks with tie -down straps approximately over stulling. 36 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means 37 to protect the pipe from damage. 33 d. Each end and each length of pipe, fitting or special (42-inches and larger) 39 and the middle of each pipe joint shall be internally supported and braced 40 with stulls to maintain a true circular shape. 41 1. Internal stalls shall consist of timber or steel firmly wedged and secured 42 so that stulls remain in place during storage, shipment and installation. 43 ii. Pipe shall be rotated so that one Stull remains vertical during storage, 44 shipment and installation. 45 ni. At a minimum, stulls shall be placed at each end, each quarter point and 46 center. 47 B. Delivery, Handling, and Storage CITY OF FORT \VORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Re\ ised December 20, 201? City Project No. 021 11 33 II 13-5 CONCRETE PRESSURE PIPE. BAR -WRAPPED, STEEL CYLINDER TYPE Page S of 16 1 I . Once the first shipment of pipe has been delivered to the site, the Engineer and 2 the Contractor shall inspect the pipe's interior coating for excessive cracking. 3 a. If excessive cracking is found, exceeding the allowance in AWWA C303, 4 modify shipping procedures to reduce or eliminate cracking. 5 2. Deliver. handle and store pipe in accordance with the manufacturer's 6 recommendations to protect coating systems. 7 C. Marking for Identification 8 1. For each joint of pipe and each fitting, plainly mark on I end: 9 a. Class for which it is designated 10 b. Date of manufacturer 1 1 c. Identification number 12 d. Top centerlines shall be marked on all specials. 13 D. Point of Delivery 14 1. The Contractor is responsible for securing and maintaining a location to store the 15 material in accordance with Section 01 66 00. 16 17 1.11 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 ONAINER-FURNISHED [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, AND 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. General 29 a. Pipe shall be manufactured in accordance with the latest revisions of 30 AW WA C303, A\VWA M9, as well as the special requirements of this 31 Specification. 32 b. All pipe shall meet the requirements of NSF 61. 33 2. Cement 34 a. Cement for use in concrete and mortar shall be Type I or II Portland Cement. 35 3. Aggregates 36 a. Aggregates for concrete lining and coating shall conform to ASTM C33. 37 4. Sand 34 a. Sand used for inside and outside joints shall be of silica base, conforming to 39 ASTM C 144. 40 5. Special Coating (Mortar Rings) 41 a. Pipe to be installed in casing shall have 2 built-up mortar rings, each 42 approximately 2 feet long and slightly higher than the pipe bell, to prevent the 43 pipe fi-om being supported by the pipe bell. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 11 331113-9 CONCRETE PRESSURE PIPE. 13AR-WRAPPED, STEEL CYt_1NDER TYPE Pagc 9 o1'] 6 i b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 2 6. Bushings, Couplings and Plugs 3 a. Where outlets or taps are threaded, fiunish and install brass reducing bushings 4 in larger steel half couPlings for the outlet size indicated. 5 b. Threaded plugs shall be brass. 6 7. Mixes 7 a. Cement Mortar 8 1) Cement mortar used for pouring joints shall consist of: 9 a) 1 part Portland Cement 10 b) 2 parts clean, fine, sharp silica sand I I c) Mixed Nvith water 12 d) No manufactured sand shall be permitted. 13 e) Exterior joint mortar shall be mixed to the consistency of thick cream. 14 1) Interior joint mortar shall be mixed Nvith as little water as possible so 15 that the mortar is very stiff, but workable. 16 g) Cement shall be ASTM C 150, Type I or Type II. 17 h) Sand shall conform to ASTM C 144. 18 2) Cement mortar used for patching shall be mixed as per cement mortal- for 19 inside joints. 20 8. Joint Wrappers 21 a. Joint wrappers shall be manufactured by Mar-N/lac Manufacturing Company, or 22 approved equal. 23 b. For pipe within casing, Flex Protex joint filler, or approved equal, may be used 24 for pipes that can be welded from the interior. 25 9. Flexible Joint Couplings 26 a. Flexible Joint Couplings shall be Dresser Style 38, Smith -Blair Style 411 or 27 approved equal. 28 10. Pipe Ends 29 a. The standard pipe end shall include steel joint ring and a continuous solid 30 rubber ring gasket as per AWWA M9. 31 11. Gaskets 32 1) Flange in accordance with AWWA C207. 33 2) Provide Gaskets in accordance with Section 33 11 05. 34 12. Bolts and Nuts 35 a. Flanged Ends 36 1) Flange in accordance with AWWA C207. 37 2) Provide bolts and nuts in accordance with Section 33 11 05. 38 13. Isolation Flanges 39 a. Flanges required by the drawings to be Isolation Flanges shall conform to 40 Section 33 04 10. 41 14. Flange Coatings 42 a. Flange Coatings in accordance Nvith Section 33 11 05. 43 15. Threaded Outlets 44 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 45 install brass bushings for the outlet size indicated. 46 16. Weld Lead Outlets (if applicable) 47 a. Use of threaded outlets for access for weld leads is permitted. CITY OF FORTWORTH CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Proicct No. 021 1 1 I I 13 - 10 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Pasc 10 of 16 1 b. Additional outlet configurations shall be approved by the Engineer. 2 C. Outlets shall be welded after use. 3 17. Snap Rings 4 a. Snap rings shall be manufactured by Hanson, or approved equal. 5 C. Performance / Design Criteria 6 1. Pipe Design 7 a. Pipe shall be designed, manufactured and tested in accordance with the latest S revisions of AWWA C303, AWWA M9, as well as the special requirements of 9 this Specification. 10 b. Sizes and pressure classes (Nvorking pressure) shall be as specified in the I 1 Drawings. 12 c. For the purposes of pipe design, working pressure plus transient pressure shall 13 be as indicated below. 14 d. Pipe design shall be based on trench conditions and design pressure class 15 specified in the Drawings. 16 e. Pipe shall be designed according to the methods indicated in AWWA 003 and 17 AWWA M9 for trench construction, using the following parameters: 18 1) Unit Weight of Fill (w) = 130 pounds per cubic foot 19 2) Live Load = AASHTO H-20 truck for unpaved conditions 20 3) Live Load = Cooper E-80 loading for railroad crossings 21 4) Trench Depth = As indicated on Drawings ,Y2 5) Coefficient K„' = 0.150 23 6) Trench Width (Bd) as indicated on Drawings 24 7) Bedding Conditions = as indicated on Drawings 25 8) Pressure Class = 150 psi min. working pressure 26 9) Surge Allowance = 100 psi minimum 27 a) where: Total Pressure (including surge) = 150 psi + 100 psi = 250 psi. 28 10) Deflection Lag Factor = 1.0 29 1 1) Soil Reaction Modulus (E') < 1,000 30 f. Trench depths indicated on Drawings shall be verified after existing utilities are 31 located. 32 1) Vertical alignment changes required because of existing utility or other 33 conflicts shall be accommodated by an appropriate change in pipe design 34 depth. 35 2) In no case shall pipe be installed deeper than its design allows. 36 2. Provisions for Thrust 37 a. Thrust at bends, tees or other fittings shall be resisted by restrained joints or 38 snap rings. 39 1) Thrust at bends adjacent to casing shall be restrained by welding joints 40 through the casing and a sufficient distance each side of the casing. 41 2) No thrust restraint contribution shall be allowed for pipe in casing unless 42 the annular space in the casing is filled with grout. 43 3) The distance for thrust restraint shown on the Drawings is the minimum 44 restraint and does not relieve the manufacturer from calculating the restraint 45 needs as specified herein. 46 a) In no case shall the restrained distance be less than indicated on the 47 Drawings. CITY OF FORT WORTH CAYLOR 5 \dG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVE\ -TENTS Re%iced December20. 201- City Project No. 0?111 ii Il l�-II CONCRETE PRESSURE PIPE. BAR-\VRAPPF.D. STEEL CYLINDER T)'PE Panc I 1 o1'16 1 b. Restrained joints shall be used a Sufficient distance from each side of the bend, 2 tee, phig or other fitting to resist thrust which develops at the design pressure of 3 the pipe. 4 1) The distance for thrust restraint shown on the Drawings is the minimum 5 restraint and does not relieve the manufacturer from calculating the restraint 6 needs as specified herein. 7 a) In no case shall the restrained distance be less than indicated on the 8 Drawin(s. 9 2) Restrained joints shall consist of welded Joints or snap rings. 10 3) In areas where restrained joints are used for thrust restraint, the pipe shall 11 have adequate cylinder thickness to transmit the thrust forces. 12 c. Thrust restraint design 13 1) The length of pipe with restrained joints to resist thrust forces shall be 14 verified by the pipe manufacturer in accordance with AWWA M9 and the 15 following: 16 a) The Weight of Earth (\,N/e) shall be calculated as the weight of the 17 projected soil prism above the pipe. 18 (1) Sol] Density = 130 pounds per cubic foot (maximum value to be 19 used for unsaturated soil). 20 d. Thrust Collars will on]), be permitted for temporary plugs. 21 l) Thrust collars may not be used for any other application, unless approved in 22 writing by the Engineer. 23 3. Inside Diameter 24 a. The inside diameter, of the cement mortar lining shall be the nominal diameter 25 specified, unless other\vise indicated on the Drawings. 26 4. Joint Bonds, Insulated Connections and Flange Gaskets 27 a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance 28 with Section 33 04 10. 29 5. Bend Fittings 30 a. All bend fittings shall be long radius to permit passage of pipeline pigs. 31 6. Fittings with Flanges 32 1) Flanged joints shall be provided at connections to valves and where 33 indicated on the Drawings. 34 2) Ends to be fitted ,with slip-on flanges shall have the longitudinal or spiral 35 welds ground flush to accommodate the type of flanges provided. 36 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall 37 conform to the requirements of AWWA C207 and AWWA C206. 38 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 39 pipe class. 40 5) Flanges shall match the fittings or appurtenances which are to be attached. 41 6) Flanges shall be Class E \with 275 psi working pressure in accordance with 42 AWWA C207 and in accordance with ASME B16.1 Class 125 for areas 43 designated \with a 225 psi test pressure. CITY OF FORT \WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 „II I�-12 CONCRETE PRESSURE PIPE. BAR -WRAPPED, STEEL CYLINDER TYPE PaLc 12 of 16 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install Concrete Pressure Pipe, fittings, specials and appurtenances as required fol- io the proper functioning of the completed pipe line. 11 2. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 12 AWWA M9, and in accordance with the pipe manufacturer's recommendations. 13 3. Lay pipe to the lines and grades show on the Drawings. 14 4. Excavate, embed and baekfill trenches in accordance with Section 33 05 10. 15 5. At the close of each operating day: 16 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 17 the laying operation. 18 b. Effectively seal the open end of the pipe using a gasketed night cap. 19 6. If pipe is placed in casing, restrain pipe from floating as required in Article 1.6.13.4. 20 B. Pipe Handling 1 1. Haul and distribute pipe fittings at the project site and handle piping with care to ?? avoid damage. 23 2. Before lowering into the trench and inspect each joint of pipe and reject or repair 24 any damaged pipe. 25 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, 26 belts or other equipment designed to prevent damage to the coating or lining. 27 4. The equipment shall be kept in such repair that its continued use is not injurious to 28 the coating. 29 5. The spacing of pipe supports required to handle the pipe shall be adequate to 30 prevent cracking or damage to the lining or coating. 31 C. Pipe Jointing 32 1. General 33 a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by 34 brushing and wiping. ii 35 b. If any damage to the protective coating on the metal has occurred, repair the 36 damage before laying the pipe. 37 c. Lubricate the gasket and the inside surface of the bell with an approved 38 lubricant (flat soap) which will facilitate the telescoping of the joint. 39 d. Tightly fit together sections of pipe and exercise care to secure true alignment 40 and grade. CITY OF FORT WORTH CAYLOR 5 NG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1\/ATER, AND DRAINAGE IMPROVEi4ENTS Re\ iced December 20. 2012 City Project No. 021 11 ii ll li-li CONCRETE PRESSURE- PIPE. BAR -WRAPPED. STEEL CYLINDER TYPE Paec 13 0l 16 1 e. When a joint of)) i p e is being laid, place the gasket on the spigot ring and enter 2 the spigot end of the pipe into the bell of the adjoining pipe and force into 3 position. 4 1) The inside joint space between ends of the pipe sections shall have an 5 opening within the tolerances as recommended by the pipe manufacturer. 6 f. No "blocking up" of pipe or joints will be permitted, and if the pipe is not 7 uniformly supported or thejoint not made up properly, remove the joint and 8 properly prepare the trench. 9 g. After joining, check the position of the gasket with a feeler gauge. 10 1) If the gasket is out of position, disassemble the joint and repeat the joint 11 laying procedure. 12 h. For interior welded joints, complete bacldilling before welding. 13 1. For exterior field-N-velded joints, provide adequate working roolm tinder and 14 beside the pipe. 15 2. Exterior Joints 16 a. Make the exterior joint by placing a joint wrapper around the pipe and secure in 17 place \vlth 2 metal straps. 14 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 19 inches wide for smaller pipe, hemmed on each side. 20 2) The N-vapper shall be fiberglass reinforced or burlap cloth, with lengths 21 encircling the pipe, leaving enough opening between ends to allo\v the 22 mortar to be poured inside the wrapper into the joint. 23 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has 24 flowed entirely around the pipe. 25 4) During the tilling of the joint, pat or manipulate the sides of the \vrapper to 26 settle the mortar and expel any entrapped air. 27 5) Leave wrappers in place undisturbed until the mortar has set-up. 28 3. hlterior Joints 29 a. Upon completion of backfilling of the pipe trench, fill the inside joint recess 30 with a stiff cement mortar/high-strength grout. 31 b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in 32 the joint and moisten the concrete surfaces of the joint space by spraying or 33 brushing with a wet brush. 34 c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to 35 insure that no voids remain in the joint space. 36 d. After the joint has been filled, level the surfaces of the joint mortar/grout N,vith 37 the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 38 e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell 39 buttered with grout, prior to inserting the spigot, such that when the spigot is 40 pushed into position it will extrude surplus grout from the joint. 41 1) The surplus grout shall be shuck off flush with the inside of the pipe by 42 pulling a filled burlap bag or an inflated ball through the pipe with a rope. 43 4. Welded Joints 44 a. Weld joints in accordance with the AWWA M9. 45 1) Contractor sliall provide adequate ventilation for welders and for the City to 46 observe welds. 47 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet 48 welds. CITY OF FORT wORTII CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVE., TENTS Revised Dccembcr 20. 2012 Citv Proicct No. 02111 CONCRETE PRESSURE PIPE. BAR -WRAPPED, STEEL CYLINDER TYPE Palzc 14 of 16 1 b. Adequate provisions for reducing temperature stresses shall be the 2 responsibility of the Contractor. 3 c. Before welding: 4 1) Thoroughly clean pipe ends. 5 2) Weld pipe by machine or by the manual shielded electric are process. 6 d. Welding shall be performed so as not to damage lining or coating. 7 e. Furnish labor, equipment, tools and supplies, including shielded type welding 8 rod. 9 1) Protect welding rod from any deterioration prior to its use. 10 2) If any portion of a box or carton is damaged, reject the entire box or carton. 1 1 f. In all hand welding: 12 1) The metal shall be deposited in successive layers. 13 2) Not more than 1/8 inch of metal shall be deposited in each pass. 14 3) Each pass except the final 1, whether in butt or fillet welds, shall be 15 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 16 dirt, slag or flux before the succeeding bead is applied. 17 4) Each pass shall be thoroughly fused into the plates at each side of the 18 welding groove or fillet and shall not be permitted to pile up in the center of 19 the weld. 20 5) Undercutting along the side shall not be permitted. 21 g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, 22 undercutting and/or any other defects. 23 h. If the ends of the pipe are laminated, split or damaged to the extent that 24 satisfactory welding contact cannot be obtained, remove the pipe from the line. 25 i. Furnish each welder employed Nvith a steel stencil for marking the welds so that 26 the work of each welder may be identified. 27 1) Have each welder stencil the pipe adjacent to the weld with the stencil 28 assigned to him. 29 a) In the event any welder leaves the job, his stencil shall be voided and 30 not duplicated if another welder is employed. 31 j. Welders 32 1) Each welder employed by the Contractor shall be required to satisfactorily 33 pass a welding test in accordance with AWWA C206 before being allowed 34 to weld on the line. 35 2) After each welder has qualified in the preliminary tests referred to above, 36 inspections shall be made of joints in the line. 37 a) The inspection will be done by a Certified Welding Inspector retained 38 by the City. 39 3) Any welder making defective welds shall not be allowed to continue to 40 weld. 41 k. Weld Testing 42 1) Dye penetrant tests 1n accordance xvith ASTM E 165, or magnetic particle 43 test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be 44 performed by the Contractor under the supervision and inspection of the 45 City's Representative or an independent testing laboratory, on all frill 46 welded joints. 47 a) Welds that are defective will be replaced or repaired, whichever is 48 deemed necessary by the Engineer, at the Contractor's expense. C ITY OF FORT \FORTH CAYLOR i NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE HMPROVEMENTS Revised December 20, 2012 City Project No. 021 If CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL. CYLINDER TYPE Pase I i off6 1 b) If the Contractor disagrees \\pith the Engineer's interpretation of welding 2 tests, test sections may be cut fi-om the joint for physical testing. The 3 Contractor shall bear the expense of repairing the joint, regardless of 4 the results of physical testing. 5 (1) The procedure for repairing the joint shall be approved by the 6 Engineer before proceeding. 7 5. Protection of Exposed Metal 8 a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement 9 mortar as previously specified for inside joints, unless otherwise specified in 10 the Drawings. 1 1 b. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded 12 outlets, closures, etc., shall have coating reinforced \with galvanized wire mesh. 13 c. Thoroughly clean and wet the surface reccivinor a cement mortar coating with 14 water just prior to placing the cement mortar coating. 15 d. After placing, take care to prevent cement mortar from drying out too rapidly 16 by covering with damp earth or burlap. 17 C. Cement mortar coating shall not be applied during freezing \weather. 18 6. Patching 19 a. Excessive field -patching of lining or coating shall not be permitted. 20 b. Patching of lining or coating will be allowed where area to be repairccl does not 21 exceed 100 square inches and has no dimensions greater than 12 inches. 22 c. In general, there shall not be more than I patch on either the lining or the 23 coating of any 1 joint of pipe. 24 d. Wherever necessary to patch the pipe, make patch with cement mortar as 25 previously specified for interior joints. 26 e. Do not install patched pipe until the patch has been properly and adequately 27 cured and approved for laying by the City. 28 f. Promptly remove rejected pipe from the site. 29 3.5 REPAIR / RESTORATION [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL 32 A. Field [OR] Site Tests and Inspections 33 1. Cleaning and Testing 34 a. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water 35 mains 36 1) Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the 37 water main as specified in Section 33 04 40. CITY OF FORT \\FORTH CAYLOR � NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\/ATER. AND DRAINAGE INIPROVENIENTS Rey iced December 20. 2012 Cih Prgiect No. 0211 1 33 11 13 - 16 CONCRETE PRESSURE PIPE. BAR-W RAPPED. STEEL CYLINDER TYPE Pau 16 of 16 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] S 9 DATE I NAME 12/20/2012 D..Iohnson 10 END OF SECTION Revision Log SUMMARY OF CHANGE 1.1 O.AAA. — Size revision for Stull requirement 1113.10. 11, 12 and 13 — Added reference to Sections 33 11 05 and 33 04 1 O; removed material specifications for bolts. nuts and gaskets CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS \-VATER. AND DRAINAGE INIPROVENIENTS Revised December 20, 2012 City Project No. 021 11 33 1 1 14 - I BURIED STEFL PIPE AND FITTINGS Paac I oft\ 1 SECTION 33 11 14 BURIED STEEL PIPE AND FITTINGS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for potable water applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1 2.A.l.b.l 9 2. Added 1.2.A.1.b.2 10 C. Related Specification Sections include, but are not necessarily limited to: 1 1 I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I — General Requircincrits 14 3. Section 33 01 31 Closed Circuit Television (CCTV) Inspection 15 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 16 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 17 6. Section 33 05 10 — Utility Trench Excavation. Embedment, and Backfill 18 7. Section 33 11 05 — Bolts, Nuts, and Gaskets 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Buried Steel Pipe 22 a. Measurement 23 1) Measured horizontally along the surface from center line to center line of 24 the fitting or appurtenance 25 b. Payment 26 1) Unit Price - The work performed and materials furnished in accordance 27 NvIth this Iteln and measured as provided Under "1VleaSUrement" Will be paid 28 for at the unit price bid per linear loot of "Steel AWWA C200 Pipe" 29 installed for: 30 a) Various sizes 31 b) Various type of backfill 32 2) Lun1D Sum Price - The work performed and materials furnished in 33 accordance with this Item and measured as provided under "Measurement" 34 Will be included in the total hung slue Drice for: 35 a) Various sizes 36 b) Various tvu_ e of backfill 37 c. The price bid shall include: 38 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 39 Drawings 40 2) Mobilization 41 3) Coating CITY OF FORTWORTH CAYLOR 5 N1G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 201'- City Project No. 021 11 ;' I I4_, 13LIlZIED STEEL PIPE AND FITTINGS Pace-' of I 4) Lining 2 5) Pavement removal 3 6) Excavation 4 7) Hauling 5 8) Disposal of excess material 6 9) Furnishing, placement and compaction of embedment 7 10) Thrust restraint 8 1 1) Bolts and nuts 9 12) Welding 10 13) Gaskets 1 I 14) Furnishing, placement and compaction of backfill 12 15) Trench water stops 13 16) Clean-up 14 17) Cleaning 15 15) Disinfection 16 19) Testing 17 2. Buried Steel Pipe Fittings 18 a. Measurement 19 1) Measurement for this Item shall be by lump suns. 20 b. Payment 21 1) Unit Price - The work performed and materials filrnished in accordance 22 with this Item and measured as provided under "Measurement" will be paid 23 for at the lump suns price bid for "Steel Fittings". 24 2) Llllllp Sum Price - The work performed and materials furnished in 25 accordance Nvith this Item and measured as provided under "Measurement" 26 will be included in the total lump sum price. 27 c. The price bid shall include: 28 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 29 Drawings 30 2) Mobilization 31 3) Coating 32 4) Llnlllg 33 5) Pavement removal 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Furnishing, placement and compaction of embedment 38 10) Thrust restraint 39 1 1) Bolts and nuts 40 12) Welding 41 13) Gaskets 42 14) Furnishing, placement and compaction of backfill 43 15) Trench water stops 44 16) Clean-up 45 17) Cleaning 46 1 8) Disinfection 47 19) Testing CITY OF FORT WORTH CAYLOR i iMG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Re\'ised December 20. 2012 City Project No. 021 1 1 331114-3 13URIED STEEL PIPE AND FITTINGS Page of28 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Architectural IN4anufacturers Association (AASHTO). 7 3. American Society of )\Mechanical Engineers (ASME): 8 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 9 4. ANSI International (ASTNI): 10 a. A307, Standard Specification for Carbon Steel Botts and Studs, 60,000 PDI i I Tensile Strength. 12 b. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 13 c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 14 Steel. 15 d. C33, Standard Specifications for Concrete Aggregates. 16 e. C 144, Standard Specification for Aggregate for Masonry Mortar. 17 f. C 150, Standard Specification for Portland Cement. 18 g. C216, Standard Specification for Facing Brick (Solid Masonry Units Made 19 from Clay or Shale). 20 h. D 16, Standard Terminology for Paint, Related Coatings, Materials, and 21 Applications. 22 i. D242, Standard Specification for Mineral Filler for Bitununous Paving 23 Mixtures. 24 J. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 25 Coatings. 26 k. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 27 1. D4541, Standard Test Method for Pull -Off Strength of Coatings Using Portable 28 Adhesion Testers. 29 in. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 30 5. American Welding Society (AWS) 31 6. D1.1, Structure Welding Code - Steel. 32 7. American Water Works Association (AWWA): 33 a. C200, Steel Water Pipe - 6 hiclles and Larger. 34 b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins 35 and Larger Shop -Applied. 36 c. C206, Field \Velding of Steel Water Pipe. 37 d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN 38 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 39 f. C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel 40 Water Pipelines. 41 g. C216, Heat Shrinkable Cross-Linkcd Polyolefin Coatings for the Exterior of 42 Special Sections, Connections, and Fittings for Steel Water Pipelines 43 h. C222, POlyurethane Coatings for the Interior and Exterior of Steel Water Pipe 44 and Fittings 45 1. M 11, Steel Pipe - A Guide for Design and Installation. 46 8. American Water Works Association/American National Standards Institute 47 (ANVWA/ANSI): CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEMENTS Re\'ised December 20. 2012 City Project No. 021 1 1 33 11 14- 4 BURIED STEEL PIPE AND FITTINGS Pau e4 oft\ 1 a. C111/A21.1 1, Rubber -Gasket Joints for Ductile -]Ton Pressure Pipe and Fittings, 3 9. International Organization for Standardization (ISO). 4 10. NACE International (NACE): 5 a. SPOISS, Discontinuity (Holiday) Testing of New Protective Coatings on 6 Conductive Substrates. 7 11. NSF International (NSF): Is a. 61, Drinking Water System Components - Healtli Effects. 9 12. Spray Polyurethane Foam Alliance (SPFA). 10 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers 1 1 (NACE) 12 a. PA 2, Measurement of Dry Coating Thickness \.vith Magnetic Gages. 13 b. SP 1, Solvent Cleaning. 14 c. SP 2, Hand Tool Cleaning. 15 d. SP 3, Power Tool Cleaning. 16 14. Society for Protective Coatings/National Associate of Corrosion Engineers 17 (SSPC/NACE) 18 a. SP I O/NACE No. 2, Near -White Blast Cleaning. 19 1.4 ADMINISTRATIVE REQUIREI\/TENTS ]NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 01 33 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Exterior Coating 27 a. Material data 28 b. Application recommendations 29 c. Field touch-up procedures 30 2. Heat Shrink Sleeves, if applicable 31 a. Material data 32 b. Installation recommendations 33 3. Joint Wrappers, if applicable 34 a. Material data 35 b. Installation recommendations 36 4. Mixes 37 a. Mortar for interior joints and patches 38 b. Bonding agents for patches 39 5. Gaskets 40 B. Shop Drawings 41 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 42 Texas including: 43 a. Internal pressure CITY OF FORT WORTH C'AYLOR > MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \\'ATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 331114-i BURIED STEEL PIPE AND FITTINGS Pa'-'c 5 01-1_8 Maxllntlm design pressure 2 2) Surge pressure 3 b. External pressure 4 1) Deflection 5 2) Buckling 6 3) Extreme loading conditions 7 c. Special physical loading such as supports or joint design S d. Thermal expansion and/or contraction 9 2. Thrust restraint calculations for all fittings and valves including the restraint length 10 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 1 1 shown in the Dra\,vlllgs. 12 3. Fabrication and lay drawings showing a schematic location Nvith profile and a 13 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 14 Texas and includes: 15 a. Pipe class 16 b. Joint types 17 c. Fittings 15 d. Outlets 19 e. Thrust Restraint 20 f. Stationing (in accordance with the Drawings) 21 g. Transitions 22 h. Joint deflection 23 i. Interior lining 24 j. Outlet locations for welding, ventilation, and access 25 k. Welding requirements and provisions for thermal stress control 26 C. Certificates and Test Reports 27 1. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: 25 a. A Certificate of Adequacy of Design stating that the pipe to be filrnished 29 complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 30 and these Specifications. 31 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 32 c. Mill certificates, including chernical and physical test results for each heat of 33 steel. 34 d. A Certified Test Report from the polyurethane coating manufacturer indicating 35 that the coatings were applied in accordance with manufacturer's requirements 36 and in accordance \vrth this Speclficat1011. 37 e. Certified test reports for \welder certification for factory and field Nvelds in 38 accordance Nvith AWWA C200, Section 4.11. 39 f. Certified test reports for cement mortar tests. 40 g. Certified test reports for steel cylinder tests. 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE 44 A. Qualifications 45 1. Manufacturers CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ ised December 20, 201'_ City Project No. 02111 33 11 la-6 BURIED STEEL PIPE AND FITTINGS Pagc 6 of28 1 a. Shall be certified under S.P.F.A. or I.S.O. quality certification program for steel ? pipe and accessory manufacturing 3 b. Finished pipe shall be the product of I manufacturer. 4 c. Pipe manufacturing operations (pipe, lining and coatings) shall be performed 5 under the control of the manufacturer. 6 d. The pipe manufacturer shall not have less than 5 years successful experience 7 manufacturing pipe of the particular type and size indicated or demonstrate an 8 experience record that is satisfactory to the Engineer and City. 9 1) This experience record will be thoroughly investigated by the Engineer, and 10 acceptance will be at the sole discretion of the Engineer and City. 11 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shalt be 12 performed at I location, unless otherwise approved by the Engineer. 13 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, 14 AWWA C205, A\VWA C210 and AW\VA C222. 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Packing 17 1. Prepare pipe for shipment to: 18 a. Afford maximum protection fi-om normal hazard of transportation 19 b. Allow pipe to reach project site in an undamaged condition 20 2. Pipe damaged in shipment shall not be delivered to the project site unless such 21 damaged pipe is properly repaired. 22 3. After the completed pipe and fitting>s have been removed from the final cure at the 23 manufacturing plant: 24 a. Protect pipe lining from drying by means of plastic end covers banded to the 25 pipe ends. 26 b. Maintain covers over the pipe ends at all times until ready to be installed. 27 c. Moisture shall be maintained inside the pipe by periodic addition of water, as 28 necessary. 29 4. Pipes shall be carefully supported during shipment and storage. 30 a. Pipe, fittings and specials shall be separated so that they do not bear against 31 each other and the whole load shall be securely fastened to prevent movement 32 in transit. 33 b. Ship pipe on padded bunks with tic-doxvn straps approximately over stulling. 34 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to 35 protect the pipe from damage. 36 d. Each end of each length of pipe, fitting or special and the middle of each pipe 37 joint shall be internally supported and braced with stulls to maintain a true 38 circular shape. 39 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 40 that stulls remain in place during storage, shipment and installation. 41 2) Pipe shall be rotated so that 1 stull remains vertical during storage, 42 shipment and Installation. 43 3) At a minimum, stalls shall be placed at each end and center. 44 a) Additional stulls may be required depending upon the length of the 45 joints and pipe desl`.,n. 46 4) Stulls shall not be removed until backfill operations are complete 47 (excluding final clean up). unless it can be demonstrated to the City's 48 satisfaction that removal of stulls will not adversely affect pipe installation. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 3311 14-7 BURIED STEEL PIPE AND FITTINGS Pace 7 of -IS B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the 3 Contractor shall inspect the pipe's interior coating for excessive cracking. 4 2. If excessive cracking is found, the Contractor shall modify shipping procedures to reduce or eliminate cracking. 6 3. Deliver, handle and store pipe in accordance with the manufacturer's 7 recommendations to protect coating systems. S 4. Secure and maintain a location to store the material in accordance with Section 01 9 6600. 10 1.11 FIELD CONDITIONS [NOT USED] I 1 1.12 NVARRANTY [NOT USED] I? PART 2 - PRODUCTS 13 2.1 ONVNER-FURNISHED [NOT USED] 14 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed by the City's Standard Products List \vill be 17 considered as shown in Section 01 60 00. 15 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. 1 B. Materials 22 1. General 23 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 24 C200, AWWA C205, AWWA C210 and AWWA C'222. 25 b. All pipe lining material in contact with potable water shall meet the 26 requirements of NSF 61, 27 2. Exterior Polyurethane Coating Zti a. For Pipe: 29 1) Polyurethane Coating shall be factory applied and meet the requirements of 30 AWWA C222. Use a Coating Standard ASTM D16, Type V system \vhich 3 I is a 100 percent solids, 2-component polyurethane (or 2-package 32 polyisocyanate, polyol-cured urethane) coating. 33 a) Components shall have balanced viscosities in their liquid state and 34 shall not require agitation during use. 35 b) Conversion to Solids by Volume: 97 percent ± 3 percent 36 c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F 37 d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has 38 been blasted to comply \with SSPC SP 10/NACE No. 2 39 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full 40 cure within 7 days at 70 degrees F 41 e) Maximum Specific Gravities 42 (1) Polyisocyanatc resin, 1.20 CITY OF FORT \VORTII CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVEMENTS Revised December 20, 2012 City Project No. 0211 1 331114-5 13URIE-D STEEL PIPE AND FITTINGS Pa--e S of S I (2) Polyol resin, 1.15 2 f) Minimum Impact Resistance: 80 inch -pounds using ]-inch diameter 3 steel ball 4 (7) Minimum Tensile Strength: 2000 psi 5 h) Hardness: Ivlinimllm Durometer hardness of 65 on the Shore D scale in 6 accordance with ASTM D2240 7 1) Flexibility Resistance 8 (1 ) ASTM D522 using 1-inch mandrel 9 (2) Allow coating to cure for 7 days. 10 (3) Perform testing on test coupons held for 15 minutes at temperature I 1 extremes specified above. 12 j) Dry Film Thickness: 35 mils 13 k) Coating shall be a self priming, plural component, 100 percent solids, 14 non -extended polyurethane, suitable for burial or inunersion and shall 15 be: 16 (1 ) Corropipe II Omni as manufactured by Madison Chemical 17 Industries Inc. 18 (2) Durashield 210 as manufactured by LifeLast, Inc., or 19 (3) Protec 1I, as manufactured by ITW — Futura Coatings, Inc. 20 2) The coating manufacturer shall have a minimum of 5 years experience in 21 the production of this type coating. 22 b. For Specials, Fittings, Repair and Connections 23 1) Provide shop -applied and field -applied coating as follows: 24 a) Corropipe lI Omni, and GP II (E) Touch -Up, respectively, as 25 manufactured by Madison Chemical Industries, or 26 b) Durashield 210, Durashield 310, or Durashield 310 JARS as 27 ina11111aCtllred by LifeLast, Inc., or 28 c) Protec 11, or as recommended by the coating manufacturer. 29 d) Properties specified above. 30 e) Mix and apply polyurethane coatings in accordance with the coating 31 manufacturer's recommendations. 32 3. Cement Mortar Linings 33 a. Cement mortar linings shall be shop -applied. 34 b. Shop -applied cement mortar linings shall conform to the requirements of 35 AWWA C205 with the following modifications: 36 1) Sand used for cement mortar shall be silica sand ASTM C33. 37 2) Curing of the linings shall conform to the requirements of AWWA C205. 38 4. Gaskets 39 1) Flange in accordance with AWWA C207. 40 2) Provide Gaskets in accordance with Section 33 11 05, 41 5. Bolts and Nuts 42 a. Flanged Ends 43 1) Flange in accordance with AWWA C207. 44 2) Provide bolts and nuts in accordance with Section 33 11 05. 45 6. Flange Coatings 46 a. Flange Coatings in accordance with Section 33 11 05. 47 7. Steel shall: 48 a. Meet the requirements of AWWA C200 49 b. Be of continuous casting CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Rey ised December 1-0, 2012 City Project No. 02111 33 11 11-9 BURIED STEEL PIPE AND FITTINGS Paec 9 o1 _'S 1 c. Be homogeneous 2 d. Be suitable for field welding 3 e. Be frilly kilned 4 f. Be fine austenitic grain size 5 8. Bend Fittings 6 a. Fabricate all fittings from hydrostatically tested pipe. 7 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 8 9. Threaded Outlets 9 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 10 install brass bushings for the outlet size indicated. 1 1 10. Weld Lead Outlets 12 a. Use of threaded outlets for access for weld leads is permitted. 13 b. Additional outlet configurations shall be approved by the Engineer. 14 C. Outlets shall be welded after use. 15 11. Mixes 16 a. Mortar for Joints 17 1) Mortar shall be 1 part cement to 2 parts sand. 18 2) Cement shall be ASTM C 150, Type I or 11. 19 3) Sand shall be of sharp silica base. 20 a) Sand shall conform to ASTM C 144. 21 4) Interior joint mortar shall be mixed with as little water as possible so that 22 the mortar is very stiff, but workable. 23 5) Water for cement mortar shall be from a potable water source. 24 6) Mortar for patching shall be as per interior joints. 25 b. Bonding Agent 26 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 27 lining is in contact with potable water. 28 2) Bonding agent for cement mortal' lining patching shall be: 29 a) Probond Epoxy Bonding Agent ET-150, parts A and B 30 b) Sikadur 32 Hi -Mod, or 31 c) Approved equal 32 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 33 a. Primer: Provide as recommended by the sleeve manufacturer. 34 b. Filler Mastic: Provide mastic filler as recommended by the heat shr1rik sleeve 35 manufacturer. 36 1) Size and type shall be as recommended by the sleeve manufacturer for type 37 of pipe and joint. 38 c. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85 39 mils total thickness, suitable for pipeline operating temperature, sleeve material 40 recovery as recommended by the manufacturer. 41 1) High recovery sleeves shall be provided for bell and spigot and coupling 42 style joints with a minimum of 50 percent recovery. 43 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 44 coating on each side of the joint. 45 3) Width to take into consideration shrinkage of the sleeve due to installation 46 and joint profile 47 d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 48 1) Canusa 49 2) Raychem, or CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUN,IENTS WATER, AND DRAINAGE IMPROVEMENTS Resiscd December20, 2012 City Prqiect No.021 11 ii II 14-10 BURIED STEEL 131PE AND FITTINGS Paec 10of28 1 3) Approved equal 2 e. Provide heat shrink sleeve suitable to interior joint welding without damage to 3 heat shrink sleeve. 4 C. Performance / Design Criteria 5 1. Pipe Design 6 a. Steel pipe shall be designed, manufactured and tested in conformance with 7 AWWA C200, AWWA MI I and these Specifications. 8 b. Sizes and pressure classes (working pressure) shall be as shown below. 9 c. For the purpose of pipe design, the transient pressure plus Nvorking pressure 10 shall be as indicated below. 1 I d. Fittings, specials and connections shall be designed for the same pressures as 12 the adjacent pipe. 13 e. Pipe design shall be based on trench conditions and the design pressure in 14 accordance with AWWA MI 1; using the following parameters: 15 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 16 2) Live Load 17 a) = AASHTO HS 20, at all locations except at railroads 18 b) = Cooper E80, at Railroads 19 3) Trench Depth = As indicated in the Drawings 20 4) Deflection Lag Factor (DI) = 1.0 21 5) Coefficient (K) = 0.10 22 6) Maximum Calculated Deflection: 23 a) Dx = 3 percent (for polyurethane coated pipe) 24 b) Dx = 2 percent (for cement mortar coated pipe) 25 7) Soil Reaction Modulus (E') < 1,000 26 8) Working Pressure = 150 psi 27 a) Test Pressure = 28 (1) No less than 1.25 minimum times the stated working pressure (187 29 psi nunimum) of the pipeline measured at the highest elevation 30 along the test section. 31 (2) No less than 1.5 times the stated working pressure (225 psi 32 minimum) at the lowest elevation of the test section. 33 9) Surge Allowance = 100 psi, minimum 34 a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi 35 f. Fittings and specials shall be: 36 1) Designed in accordance with AWWA C208 and AWWA M 1 I except that 37 crotch plates shall be used for outlet reinforcement for all Pressure 38 Diameter Values, PDV, greater than 6,000. 39 g. Where the pipe requires additional external support to achieve the specified 40 maximum deflection, the Contractor and pipe Supplier will be required to 41 fiirnish alternate methods for pipe embedment. 42 1) No additional compensation will be made to the Contractor by the Owner 43 where this method is required. 44 h. Trench depths indicated shall be verified after existing utilities are located. 45 1) Vertical alignment changes required because of existing utility or other 46 conflicts shall be accommodated by an appropriate change in pipe design 47 depth. 48 2) in no case shall pipe be installed deeper than its design allows. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK_ STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IYIPROVENIENTS Revised December 20. 2012 Citv Project No. 021 11 33I114-I1 BURIED STEEL PIPE AND FITTINGS Pa,e I I oT28 1 1. Field fabrication or cutting is not allowed, unless other`,vise approved by the 2 City. 3 2. Provisions for Thrust 4 a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 5 1) Thrust at bends adjacent to casing shall be restrained by welding joints 6 through the casing and a sufticient distance each side of the casing. 7 2) The distance for thrust restraint shown on the Drawings is the minimum 8 restraint and does not relieve the manufacturer from calculating the restraint 9 needs as specified herein. 10 a) In no case shall the restrained distance be less than indicated on the 1 1 Drawings. 12 b. Restrained joints shall be used a sufticient distance from each side of the bend, 13 tee, phig or other fitting to resist thrust Nvhich develops at the design pressure of 14 the pipe. 15 c. Restrained joints shall consist of welded joints. 16 d. The length of pipe designed with restrained joints to resist thrust shall be 17 verified by the pipe manutacturer in accordance with AWWA MI I and the 18 following: 19 1 ) The weight of the earth (Wz) shall be calculated as the weight of the 20 projected soil prism above the pipe, for unsaturated soil conditions 21 2) Soil Density = 1 10 pounds per cubic foot (maximum value to be used), for 22 unsaturated soil conditions 23 3) Coefficient of Friction = 0.25 (maximum value to be used for polyurethane 24 coated steel pipe). 25 4) If indicated on the Drawings and the Geotechnical Borings that ground 26 \vater is expected, account for reduced soil density. 27 5) For horizontal bends, the length of pipe to be restrained shall be calculated 28 as follows: 29 30 L = P A (1 -- cos A) 31 f (2We+ Wl, + W,,.) 32 33 Where: 34 A = Detlectiou angle 35 L = Length of pipe to be restrained on each side 36 P = internal pressure 37 A = Cross sectional area of pipe steel cylinder I.D. 38 We = Weight of prism of soil over the pipe 39 Wl, = Weight of pipe 40 W,,. = Weight of water 41 f = Coefficient of friction between pipe and soil 42 3. Inside Diameter 43 a. The inside diameter, including the cement -mortar lining, shall be a minimum of 44 the nominal diameter of the pipe specified, unless otherwise indicated on the 45 Drawings. 46 4. Wall Thickness 47 a. The mininunn pipe \vall steel thickness shall be as designed, but not less than 48 0.25 inches or pipe D/24O, whichever is greater for pipe and fittings, with no 49 minus tolerance, where D is the nominal inside pipe diameter. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rn ised December 20, 2012 City Prgject No. 021 11 3 4 5 6 7 5 9 10 ; I114-I2 BURIED STEEL PIPE AND FITTINGS Paee 12 or2S b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed: 1) 50 percent of the minimum yield strength of the steel for working pressure and 2) 75 percent of the mininwm yield strength of the steel at the maximum pressure (including transient pressure), nor the following, at the specified working pressure: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CAYLOR 5 NIG GROUND STORAGE TANK, WATER. AND DRAINAGE IMPROVEMENTS City Project No_ 021 1 1 3±111-4-13 BURIED')TELL PIPE AND FITTINGS 113ac I of 18 Maximum Stress at f Pipe Type Working Presses e Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED 3 cf. Pipe which is placed in casing or tunnel shall have a mininnun pipe wall Steel 4 thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the 5 nominal pipe diameter. 6 e. Pipe, fittings and specials shall be designed such that the maximum stresses in 7 the pipe due to thrust loading will not exceed 15,000 psi. 8 5. Seams 9 a. Except for mill -type pipe, the piping shall be made fi-om steel plates rolled into 10 cylinders or sections thereof with the longitudinal and girth scams butt Vvelded 1 1 or shall be spirally formed and butt welded. 12 1) There shall be not more than 2 longitudinal scams. 13 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 14 except in specials and fittings. 15 6. ,joint Length 16 a. Maximum joint length shall not exceed 50 feet. 17 b. Maximum joint length of steel pipe installed in casing shall meet the project 18 requirements. 19 c. Manufactured random segments of pipe will not be permitted for straight runs 20 of pipe. 21 1) Closing piece segments, however, shall be acceptable. 22 7. Joint Bonds, Insulated Connections and Flange Gaskets 23 a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance 24 with Section 33 04 10. 25 8. Bend Fittings 26 a. All bend fittings shall be long radius to permit passage of pipeline pigs. 27 9. Pipe Ends 28 a. Pipe ends shall be: 29 I ) Lap welded slip joints 30 ? ) Butt strap joint 31 3) Flanged joint 32 4) Flexible coupled joint 33 5) Roll groove gasket joint 34 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 35 resist thrust forces. 36 1) Thrust at bends adjacent to casing shall be restrained by welding joints 37 through the casing and a sufficient distance each side of the casin(Y. 38 c. Rubber Gasket Joint 39 1) Rubber gasketed joints (O-ring or Carnegie Joints) will only be alloy-ved for 40 pipe sizes 54-inch diameter and smaller. 41 2) Joints shall conform to AWWA C200 standard. 42 3) The joints shall consist of: 43 a) Bell 44 (1) Flared bell end formed and sized by forcing the pipe or a plug die 45 or by expanding on segmental dies. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Rey iscd December 20. 1-012 City Project No. 021 1 1 ii 1114-14 BURIED STEEL PIPE AND FITTINGS Paee 14 of 28 1 b) Spigot 2 (1) Rolled spigot or carnegie shaped steel joint ring in accordance with 3 AWWA C200 and as shown as Item F or H in Figure 8-1 of the 4 AWWA M1 1. 5 4) The welded area of bell and spigot pipe ends shall be checked after forming 6 by the dye penetrant or magnetic particle method. 7 5) The difference in diameter between the interior diameter (I.D.) of the bell 8 and the outer diameter (O.D.) of the spigot shoulder at point of full 9 engagement with an allowable deflection shall be no more than 0.04 inches 10 as measured on the circumference with a diameter tape. 11 6) The gasket shall have sufficient volume to approximately fill the area of the 12 groove and shall conform to AWWA C200. 13 7) The joint shall be suitable for the specified test and/or surge pressure and 14 deflection. 15 8) Joints shall be of clearances such that water tightness shall be provided 16 under all operating and test conditions with a pipe diameter deflection 17 based upon the supplied pipe coating. 18 9) Joints shall be electrically continuous. 19 d. Lap Welded Slip Joint 20 1) Lap welded slip joint shall be provided in all locations for pipe larger than 21 24-inches and where joints are welded for thrust restraint. 22 2) Lap welded slip joints may be welded from the inside or outside. 23 3) Ends of pipe, fittings and specials for field welded joints shall be prepared 24 with 1 end expanded in order to receive a plain end making a bell and plain 25 end type of joint. 26 a) Clearance between the surfaces of lap joints shall not exceed]/8 inch at 27 any point around the periphery. 28 4) In addition to the provisions for a minimum lap of 1 % inches as specified in 29 AWWA C200, the depth of bell shall be such as to provide for a minimum 30 distance of 1 inch between the weld and the nearest tangent of the bell 31 radius when welds are to be located on the inside of the pipe. 32 e. Fittings with Flanges 33 1) Flanged joints shall be provided at connections to valves and where 34 indicated on the Drawings. 35 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 36 welds ground flush to accommodate the type of flanges provided. 37 3) Pipe flanges and welding of flanges to steel pipe shall conform to the 38 requirements of ANAIWA C207 and AWWA C206. 39 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 40 pipe class. 41 5) Flanges shall match the fittings or appurtenances which are to be attached. 42 6) Flanges shall be Class E with 275 psi working pressure in accordance with 43 AWWA C207 and drilled in accordance with ASME B16.1 Class 125 for 44 areas designated with a 225 test pressure. 45 7) When Isolation Flanges are required by the Drawings, Drillings shall 46 accommodate the required spacing for mylar sleeves according to Section 47 33 04 10. 48 f. Flexible Couplings 49 1) Flexible couplings shall be provided ',where specified on the Drawings. 50 2) Ends to be joined by flexible couplings shall be: CITY OF FORT \WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE INIPROVEMENTS Revised December 20, 2012 Citv Project No. 021 1 1 331114 -15 Bt'RIED STEEL PIPE AND FITTINGS Pm-,c I of2S 1 a) Plain end type, prepared as stipulated in AWWA C200. b) Welds on ends to be joined by couplings shall be ground flush to 3 permit slipping the coupling III at least I direction to clear the pipe 4 Joint. 5 c) Harness bolts and lugs shall comply \vlth A\VWA N/I 1 1. 6 g. Butt Strap Closure Joints 7 1) Where necessary to make closure to pipe previously laid. closure joints ti shall be installed using butt strap joints in accordance \vith A\VN/A C206 9 and applicable provisions of this Specification. 10 10. Polyurethane Coating I I a. Applicator Qualifications 12 1) Equipment shall be certified by the coating manufacturer to meet the 13 requirements for: 14 a) Material mixing 15 b) Temperature control 16 c) Application rate 17 d) Ratio control for nuilti-part coatings 18 2) Equipment not meeting the written requirements of the Coating 19 manufacturer shall be rejected for coating application until repairs or 20 replacement of the equipment is made to the satisfaction of the City. 21 3) Personnel responsible for the application of the coating system sliall: 22 a) Provide certification of attendance at the coating manufacturer's 23 training class within the last 3 years 24 b) Be present during all coating application \\/ork and shall have 25 responsibility for controlling all aspects of the coating application 26 b. Surface Preparation 27 1) Remove visible oil, grease, dirt and contamination in accordance \with 28 SSPC SP 1. 29 2) Remove surface imperfections such as metal slivers. burrs, weld splatter, 30 gouges or delaminations in the metal by filing or grinding prior to abrasive 31 surface preparation. 32 3) In cold weather of when moisture collects on the pipe and the temperature 33 of the pipe is less than 45 degrees F, preheat pipe to a temperature between 34 45 and 90 degrees F and 5 degrees F above de\v point. 35 4) Clean pipe by abrasive blasting \vith a mixture of steel grit and shot to 36 produce the surface preparation cleanliness as required by coating 37 manufacturer and as specified. 38 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 39 air \vash separator. 40 5) Blast media mixture and gradation shall be adequate to achieve a sharp 41 angular surface profile as required by coating manutacturer and to the 42 minimum depth specified. 43 6) Protect prepared pipe from humidity, moisture and rain. 44 7) Keep pipe clean, dry and free of flash rust. 45 a) Remove all flash rust, imperfections or contamination on cleaned pipe 46 surface by reblasting prior to primer application. 47 8) Complete priming and coating of pipe in a continuous operation the same 48 day as surface preparation. CITY OF FORT WORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 ji II 14-16 BURIED STEEL PIPE AND FITTINGS PaLsc 16 o1'2\ 1 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 2 2; to a near-N,vhite blast cleaning with a minimum 3.0 mil angular profile in 3 bare steel. 4 c. Equipment 5 1) 2-component, heated airless spray unit in accordance with coating 6 manufacturer's recommendation 7 d. Temperature 8 1) Minimum 5 degrees F above dery point temperature 9 a) The temperature of the surface shall not be less than 60 degrees F 10 during application. 11 e. Humidity 12 1) Heating of pipe surfaces may be required to meet requirements of this 13 Section if relative humidity exceeds 80 percent. 14 f. Resin 15 1) Do not thin or mix resins; use as received. 16 2) Store resins at a temperature recommended by the coating manufacturer. 17 U. Application IS 1) Applicator shall be certified by the coating manufacturer and conform to 19 coating manufacturer's recommendations. 20 a) Thinning is not permitted. 21 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 22 mils. 23 3) 1Vtultiple-pass, 1 coat application process is permitted provided maxinlurll 24 allowable recoat time specified by coating manufacturer is not exceeded. 25 4) Provide cutbacks in accordance with coating manufacturer's 26 recommendations as appropriate for the type of joint and heat shrink sleeve 27 to be used. 28 It. Recoating 29 1) Recoat only when coating has cured less than maximum time specified by 30 coating Manufacturer. 31 2) When coating has cured for more than recoat time, brush -blast or 32 thoroughly sand the surface. 33 3) Blow -off cleaning using clean, dry, high pressure compressed air. 34 1. Cul'1110 35 1) Do not handle pipe until coating has been allowed to cure, per 36 manufacturer's recommendations. 37 2.3 ACCESSORIES [NOT USED] 38 2.4 SOURCE QUALITY CONTROL 39 A. Marking for Identification 40 1. For each joint of pipe and each fitting, plainly mark on 1 end: 41 a. Class for which it is designated 42 b. Date of manufacturer 43 c. Identification number 44 d. Top centerlines shall be marked on all specials 45 B. Factory Testing 46 1. Cement Mortar Lining - Shop -applied cement mortar linings shall be tested in 47 accordance N-vith AWWA C205. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 201 2 City Project No. 021 11 33 11 13 - 17 BURIED STEEL PIPE AND FITTINGS Pace 17 o1 28 I 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance Nvith 2 ANVWA C222. 3 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 4 1) Test coating system applied to the pipe for holidays according to the 5 procedures outlined in NACE SPO188 using a high voltage spark tester 6 (operatin(y at 100 volts per mil), for the dry film thickness (DFT) specified 7 of 35 Ind. 8 b. Adhesion Testing 9 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 10 pounds per Square inch, mlluHIL1111. 11 2) Test polyurethane coating adhesion to Steel Substrates using pneumatic pull 12 off egtiipnlerlt, Such as HATE Model 108 or Delfesko Positest, in 13 accordance with ASTM D4541 and AWWA C'222, except as modified in 14 this Section. 15 3) Adhesion testing records shall include: 16 a) Pipe identification 17 b) Surface tested (interior or exterior) 18 c) Surface temperature 19 d) Coating thickness 20 e) Tensile force applied 21 t) Mode of failure 22 g) Percentage of Substrate failure relative of dolly surface 23 4) Glue dollies for adhesion testing to the coating surface and allowed to cure 24 for a minimum of 12 hours. 25 a) Because of high cohesive strength, score polyurethane coatings around 26 the dolly prior to conducting the adhesion test. 27 5) Failure shall be by adhesive and cohesive failure only. 28 a) Adhesive failure is defined as separation of the coating from the steel 29 Substrate. 30 b) Cohesive failure is defined as failure Nvithin the coating, resulting in 31 coating remaining both on the steel Substiate and dolly. 32 6) Retest partial adhesion and glue failure if the substrate failure is less than 33 50 percent relative of the dolly Surface area and the applied tension was less 34 than the specified adhesion. 35 7) Glue Eallnl-eS in excess of the minimum required tensile adhesion are 36 accepted as meeting the specified adhesion requirements. 37 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and 38 lining independently (where applicable). 39 9) Frequency of adhesion testing in accordance with AWWA C222. 40 10) Randomly select repair patches on the polyurethane coating for adhesion 41 testing in a manner as described herein and at the discretion of the coating 42 inspector conducting the adhesion tests. 43 a) Adhesion of repairs shall be as specified by the coating manufacturer 44 for the type of repair. 45 C. Manufacturer's Technician for Pipe Installation 46 1. Pipe Manufacturer's Representative CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 3;1114-IS BURIED STEEL PIPE AND FI ITINGS Passe IS of -'X a. if required by the Engineer or requested by the Contractor during construction, 2 the pipe manufacturer shall furnish the services of a factory trained, qualified, 3 job experienced technician to advise and Instruct as necessary In pipe laying 4 and pipe jointing. 5 1) The technician shall assist and advise the Contractor in his pipe laying 6 operations and shall instruct construction personnel In proper joint 7 assembly and joint Inspection procedures. 8 2) The technician is not required to be on -site hill time; however, the 9 laying technician shall be regularly on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 1 1 2. Polyurethane Coating Manufacturer's Representative 12 a. The pipe manufacturer shall provide services of polyurethane coating 13 manufacturer's representative and a representative from the heat shrink joint 14 manufacturer for a period of not less than 3 days at beginning of actual pipe 15 laying operations to advise Contractor and City regarding installation, including 16 but not limited to: 17 1) Handling and storage 1s 2) Cleaning and inspecting 19 3) Coating repairs 20 4) Field applied coating 21 5) Heat shrink installation procedures 22 6) General construction methods and how they may affect pipe coating 23 b. Representative shall be required to return if, in the opinion of the Engineer, the 24 polyurethane coating or the Contractor's construction methods do not comply 25 with Contract Specifications. 26 1) Cost for the manufacturer's representatives to return to the site shall be at 27 no additional cost to the City. 28 D. Hydrostatic Pressure Testing 29 1. Perform hydrostatic pressure testing in accordance with AWWA C2O0. 30 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 31 a. The internal test pressure shall be that which results in a fiber stress equal to 75 32 percent of the minimum yield strength of the steel used. 33 b. Each joint of pipe tested shall be completely watertight under maxinunm test 34 pressure. 35 c. Test pressure shall be held for sufficient time to observe the weld seams. 36 d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 37 1) The pipe shall be numbered in order that this information can be recorded. 38 3. Test fittings by: 39 a. Hydrostatic test 40 b. Magnetic particle test 41 c. Ultrasonic 42 d. Radiography 43 e. Dye penetrant test 44 E. City Testing and Inspection 45 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 46 testing laboratory, which laboratory shall be selected and retained by the City. 47 a. Representatives of the City, City's laboratory, or the Engineer shall have access 43 to the work whenever it is in preparation or progress. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICA,r1ON DOCUMENTS WATER, AND DRAINAGE I IPROVEMENTS Re\ised December 20, 2012 Citv Project No. 021 If 33 11 14- 19 BURIED STEEL PIPE :AND FITTINGS PaL,c 1901,28 1 b. Pipe mantutucturer shall provide proper facilities for access and for inspection. 2 c. Pipe manufacturer shall notify the City in \writing, a minimum of 2 weeks prior 3 to the pipe fabrication so that the City may advise the manufacturer as to the 4 City's decision regarding tests to be performed by an independent testing 5 laboratory. 6 cl. Material, lubricated parts and pipe, which are discovered to be defective, or 7 which do not conform to the requirements of this Specification shall be subject S to rejection at an), time prior to City's final acceptance of the product. 9 2. The inspection and testing by the independent testing laboratory anticipates that 10 ProCluction of pipe shall be done over a normal period of time and without "slow 1 1 clowns" or other abnormal delays. 12 a. The pipe manufacturer shall coordinate their manufacturing schedule Avith the 13 Contractor and advise the Contractor of any changes in the schedule. 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION INOT USED) 17 3.3 PREPARATION INOT USED) IS 3.4 INSTALLATION 19 A. General 20 1. hlstall steel pipe, fittings, specials and appurtenances as specified herein, as 21 specified in ANVWA MI 1, in accordance with the pipe manufacturer's 22 rcconunerldations and as required for the proper fiinctioning of the completed pipe 23 ]Inc. 24 2. Lay pipe to the Lines and grades as indicated in the Drawings. 25 3. Excavate, embed and backtill trenches in accordance with Section 33 05 10. 26 4. For installation of carrier pipe Avithin casing, see Section 33 05 24. 27 5. Inspect and test each joint for holidays just prior to pipe being lowered into the 28 ditch. 29 a. All damaged areas and holidays are to be repaired before the pipe is lowered 30 into the trench. 31 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 32 7. N/laximum allo\vable pipe deflection is limited to: 33 a. 2 percent for mortar coated steel pipe 34 b. 3 percent for polyurethane coated steel pipe 35 S. Install bonds at all pipe joints, except for welded joints or insulated joints. 36 B. Pipe Handling 37 1. Haul and distribute pipe and fittings at the project site. 38 2. Handle pipe with care to avoid damage. 39 a. Pipe shall be handled at all times Avith sufficient non-abrasive Slings, belts or 40 other equipment designed to prevent damage to the coating or lining. 41 b. The spacing of pipe supports required to handle the pipe shall be adequate to 42 prevent cracking or damage to the lining or coating. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\9ENTS WATER, AND DRAINAGE IMPROVEMENTS Re\'ised December 20, 2012 City Project No. 021 1 1 33 1 1 14 -20 BURIED STEEL PIPE. AND FITTINGS Paee 20 of 28 1 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to 2 lowering into the trench. 3 d. The equipment shall be kept in such repair that its continued use is not injurious 4 to the coating. 5 e. Do not lay pipe in wet conditions. 6 3. At the close of each operating day: 7 a. Keep the pipe clean and free of debris, dirt. animals and trash — during and after 8 the laying operation. 9 b. Effectively seal the open end of the pipe using a gasketed night cap. 10 C. Line Up at Bends 1 l I . Lineup pipe for joining so as to prevent damage thereto. 12 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 13 matter, rust and scale before placing spigot into bell. 14 2. Where abrupt changes in grade and direction occur, employ special shop fabricated 15 fittings for the purpose. 16 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 17 or direction of the line shall not be permitted. 18 D. Pipe Laying 19 1. Rubber Gasket Joints 20 a. Join rubber gasket joints in accordance \vith the manufacturer's 21 recommendations. 22 b. Clean bell and spigot of foreign material. 23 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 24 the pipe. 25 d. Engage spigot as far as possible in bell. 26 e. Joint deflection or pull shall not exceed the manutaeturer's recommendation. 27 f. Check gasket with feeler orange all around the pipe. 28 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 29 gaskets or approved equal. 30 2. Welded Joints 31 a. Weld joints in accordance with AWNVA C2O6. 32 1) Contractor shall provide adequate ventilation for welders and for City's 33 representative to observe \velds. 34 2) Welds shall be full circle fillet welds, unless otherwise specified. 35 3) Welding shall be completed after application of field applied joint coating. 36 b. Adequate provisions for reducing temperature stresses shall be the 37 responsibility of the Contractor. 38 c. After the pipe has been joined and properly aligned and prior to the start of the 39 welding procedure: 40 1) The spigot and bell shall be made essentially concentric by shimming or 41 tacking to obtain clearance tolerance around the periphery of the joint. 42 2) In no case shall the clearance tolerance be permitted to accumulate. 43 d. Before weldin(j: 44 1) Thoroughly clean pipe ends. 45 2) Weld pipe by machine or by the manual shielded electric arc process. 46 3) Welding shall be performed so as not to damage lining or coating. 47 4) Cover the polyurethane coating as necessary to protect fi-om weld splatter. CITY OF FORTWORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCU\4ENTS \\'ATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 33 11 14 -21 BURIED Sl ELL PIPE AND FITTINGS Pane 21 oI '_S 1 e. Furnish labor, equipment, tools and supplies, including shielded type \velding 2 rod. 3 1) Protect welding rod from any deterioration prior to its use. 4 2) If any portion of a box or carton is damaged, reject the entire box or carton. 5 F. Hand Welding 6 1 ) The metal shall be deposited in Successive layers. 7 2) Not more than 1/8 inch of metal shall be deposited in each pass. 8 3) Each pass except the final 1, whether in butt or fillet welds, shall be 9 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 10 dirt, slag or flux before the succeeding bead is applied. 1 1 4) Each pass shall be thoroughly fused into the plates at each side of the 12 welding groove or fillet and shall not be permitted to pile up in the center of 13 the weld. 14 5) Undercutting along the side shall not be permitted. 15 g. Welds shall be free from pin holes, non-inetallic inclusions, air pockets, 16 undercutting and/or any other defects. 17 h. If the ends of the pipe are laminated, split or damaged to the extent that 18 satisfactory welding contact cannot be obtained, remove the pipe from the ]Inc. 19 1. Furnish each welder employed with a steel stencil for (narking the welds, so 20 that the work of each welder may be identified. 21 j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned 22 to him. 23 1) hl the event any welder leaves the job, his stencil shall be voided and not 24 duplicated if another welder is employed. 25 k. Welders 26 1) Use only competent, skilled and qualified workmen. 27 a) Each welder employed by the Contractor shall be required to 28 satisfactorily pass a welding test in accordance with AWWA C2O6 29 before being allowed to weld on the line. 30 b) After each welder has qualified in the preliminary tests referred to 31 above, inspections shall be made of joints in the line. 32 c) Any welder making defective welds shall not be allowed to continue to 33 weld. 34 E. Interior Joint Grouting 35 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has 36 collected in the joint and moisten the concrete surfaces of the joint space by 37 spraying or brushing with a wet brush. 38 2. Fill the inside of the joint recess Nvith a stiff cement mortar. 39 3. Where the mortar joint opening is 1 inch or wider, Such as where trimmed spigots 40 are required, apply a bonding agent to inortar and steel surface prior to placing joint 41 mortar. 42 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure 43 that no voids remain in the joint space. 44 5. After the joint has been filled, level the surfaces of the joint mortar with the interior 45 surfaces of the pipe with a steel trowel so that the surface is smooth. 46 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, 47 prior to inserting the spigot, such that when the spigot is pushed into position it \-vill 48 extrude surplus mortar from the joint. CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE 1\QPROVEMENTS Revised Dccember20.2012 City Project No.02111 33 11 14 -22 BURIED STEEL PIPE AND FITTINGS Pa,(,c 22 of 28 1 a. The surplus mortar shall be struck off flush with the inside of the pipe by 2 pulling a filled burlap bag or inflated ball through the pipe with a rope. 3 F. Exterior Joint Protection 4 1. Heat Shrink Sleeves 5 a. General 6 1) Buried pipe joints shall be field coated after pipe assembly in accordance 7 with AWWA C216, using Heat Shrink Sleeves. 8 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 9 coating by a minimum of 3 inches. 10 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 1 I width will not be permitted. 12 b. Installation 13 1) Clean pipe Surface and adjacent coating of all mud, oil, grease, rust and 14 other foreign contaminates with a wire brush in accordance with 15 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 16 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 17 a) Clean the full circumference of the pipe and a minimum of 6 inches 18 onto the existing coating. 19 2) Remove all loose or damaged pipe coating at joint and either repair the 20 coating as specified herein or increase the length of the joint coating, where 21 reasonable and practical. 22 3) Complete joint bonding of non -welded pipe joints before application of 23 joint coating. 24 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 25 bonds shall be filled with mastic sealant. 26 5) Store sleeves in shipping box until use is required. 27 a) Keep dry and sheltered from exposure to direct sunlight. 28 b) Store off the around or concrete floors and maintain at a temperature 29 between 60 degrees F and 100 degrees F as recommended by the sleeve 30 manufacturer. 31 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 32 application. 33 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 34 recommended by the sleeve manufacturer. 35 a) Monitor pipe temperature using a surface temperature gauge, infrared 36 thermometer or color changing crayons. 37 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 38 or shields and do not permit the joint to cool. 39 S) Prime joint with specified primer and fill all cracks, crevices and gaps with 40 mastic filler in accordance with the manufacturer's recommendations for 41 the full circumference of the pipe. 42 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 43 degrees F and while maintaining the pipe temperature above the preheat 44 temperature specified. 45 10) Apply sleeve in accordance with the manufacturer's instructions and center 46 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 47 eXlStlilg pipe coating. 48 1 1) Apply heat to the sleeve using either propane fire infrared heaters or wrap 49 around heaters. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IiMPROVEMENTS Revised December 20, 2012 City Prqject No. 021 11 33 11 14 -23 BURIED STEEL_ PIPE AND FITTINGS P",ee 23 01,28 1 a) Hold flame a mininuun of 6 inches from the sleeve surface. 2 b) Periodically roll the coating on the pipe Surface. 3 c) Heat from the center of the sleeve to the outer edge until properly 4 seated, then begin in the opposite direction. 5 d) Monitor sleeve for color change, where appropriate, or with appropriate 6 temperature gauges. 7 e) Take care not to excessively beat the parent coating. 8 12) Completed joint sleeve shall be fully bonded to the pipe and existing 9 coating surface, without voids, mastic beading shall be visible along the full 10 circumference of the sleeve, and there shall be no wrinkling or excessive 1 1 burns on the sleeves. 12 a) Sleeves which do not meet these requirements shall be removed and the 13 joint recoated as directed by the Engineer. 14 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 15 13) Allow the sleeve to cool before moving, handling or backfilling. In hot 16 climates, provide shading from direct sunlight. 17 a) Water quenching will be allowed only when permitted by the sleeve 18 manufacturer. 19 G. Protective Welded Joints Coating System — Weld After Backfill 20 1. General 21 a. Application of protective coating at the pipe joints wi 11 be as follows: 22 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil 23 polyurethane coating 24 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape 25 heat resistant tape at the location of the welding 26 3) A field applied 110 mil (full recovered thickness) by 18 inch wide 27 CANUSA AquaWrap high shrink heat shrinkablejoint sleeve 28 4) After the heat shrinkable joint sleeve is installed, backfill the trench and 29 then weld the joint. 30 b. The Contractor is responsible for his operations so that they do not damage the 31 factory applied coating system. 32 c. When applying the 3 layer joint coating system for post welding the joints, the 33 Contractor must show that his operation will not damage the joint coating 34 system to the Engineer's satisfaction. 35 d. The Contractor will be required to fillly uncover a maximum of 10 joints, 36 selected at random by the Engineer or City to visually inspect and test the joint 37 after welding. Any damage must be repaired. 38 1) If the Contractor's welding procedure damages the 3 layer joint coating 39 system, the Contractor, at the direction of the Engineer, will be required to 40 modify his welding procedure. 41 2. Joint Coating (3 Layer) 42 a. Apply 3 Layer Joint Coating System before Welding the Joint 43 b. Pipe Manufacturing and Heat Tape 44 1) A 35 mil thickness polyurethane coating shall be applied over entire length 45 of pipe. 46 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of 47 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of 48 the pipe, centered on the location of the welding, over a 35 nul factory 49 applied polyurethane coating. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 „ 11 1.4 - 2-4 BURIED STEEL PIPE AND FITTINGS P'tac 24 or28 1 c. Surt'ace Preparation and Installation foi- Heat Shrinkable Joint Sleeve 2 1) Clean pipe surface and adjacent coating of all rand, oil, grease, rest and 3 other foreign contaminates with a wire brush in accordance with 4 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 5 swiping the pipe and adjacent coating in accordance with SSPC SP 1. 6 a) Clean the full circumference of the pipe and a minimum of 6 inches 7 onto the existing coating. Is 2) Remove all loose or damaged pipe coating at joint and either repair the 9 coating as specified herein or increase the length of the joint coating, where 10 reasonable and practical. 1 1 3) Complete joint bonding of pipe joints before application of joint coating. 12 a) Joint bonds shall be low profile bonds and all gaps and crevices around 13 the bonds shall be filled with mastic sealant. 14 4) Store sleeves in shipping box until use is required. 15 a) Keep dry and sheltered from exposure to direct sunlight. 16 b) Store off the ground or concrete floors and maintain at a temperature 17 between 60 degrees F and 100 degrees F as recommended by the sleeve Is manufacturer. 19 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 20 application. 21 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 22 recommended by the sleeve manufacturer. 23 a) N/lonitor pipe temperature using a surface temperature gauge, infrared 24 thermometer or color changing crayons. 25 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 26 or shields and do not permit the joint to cool. 27 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with 28 mastic tiller in accordance with the manufacturer's recommendations for 29 the full circumference of the pipe. 30 S) Apply heat shrink sleeve when it is at a minimum temperature or 60 31 degrees F and while maintaining the pipe temperature above the preheat 32 temperature specified. 33 a) Apply sleeve in accordance with the manufacturer's instructions and 34 center the sleeve over the joint to provide a minimum of 3-inch overlay 35 onto the existing pipe coating. 36 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 37 around heaters. 38 a) Hold flame a minimum of 6 inches from the sleeve surface. 39 b) Periodically roll the coating on the pipe surface. 40 c) Heat from the center of the sleeve to the outer edge until properly 41 seated, then begin in the opposite direction. 42 d) Take care not to excessively heat the parent coating. 43 e) Monitor sleeve for color change, where appropriate, or with appropriate 44 temperature gauges. 45 10) Completed joint sleeve shall be fully bonded to the pipe and existing 46 coating surface, without voids, mastic beading shall be visible along the full 47 circumference of the sleeve, and there shall be no wrinkling or excessive 45 burns on the sleeves. 49 a) Sleeves which do not meet these requirements shall be removed and the 50 joint recoated as directed by the Engineer. CITY OF FORT WORTH CAYLOR i MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re%ised December 20. 2012 Cite Project No. 021 11 331114 -25 13URIED STEEL PIPE AND FITTINGS Pare 25 of 2S I b) Minor repairs may be repaired Llsing heat shrink sleeve repair kits. 2 1 1) Allow the sleeve to cool before moving, handling or backfilling. 3 a) In hot climates, provide shading fi-om direct sunlight. 4 b) \Vater quenching will be allowed only `,when permitted by the sleeve 5 Illanufacturer. 6 12) Holiday testing shall be performed using a high voltage holiday tester 7 (operating at 100 volts per in]]) at each joint after field application of heat 8 shrinkablejoint sleeve per SP0188, 9 a) If any holidays or cuts are detected, the sleeve shall be repaired using 10 the heat shrink sleeve manufacturer's recommendation. 11 b) The damaged area shall be covered with a minimum of 50-i-nm overlap 12 arOLlnd the dainaged area. 13 H. Protection of Buried Metal 14 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with 15 factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps 16 of wax tape and encase in flowable fill. 17 3.5 REPAIR 18 A. Repair and Field Touchup of Polyurethane Coating 19 1. For repair and field touch-up of polyurethane coating, apply: 20 a. Madison GP II (E) Touchup Polyurethane Coating 21 b. Lifelast Durasheild 210, 310 or 310 JARS 22 c. ITW — FLltUra Coatings Protec II, or 23 d. Coating 111a11111acturcr's recommendation 24 2. Holidays 25 a. Remove all traces of oil, grease, dust, dirt and other debris. 26 b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). 27 c. Apply a 35 mil coat of repair material described above. 28 d. Work repair material into scratched surface by brushing or rolling in 29 accordance ',vith Manufacturer's recommendations. 30 e. Retest for Holiday. 31 3. Field Cuts or Large Damage 32 a. If in the opinion of the City the polyurethane coating is excessively damaged, 33 the pipe segillent will be rejected until the coating system is removed and 34 replaced so that the system is in a like -new condition. 35 b. Remove bL111'S fi-om field CLlt ends or handling damage and smooth out edge of 36 polyurethane coating. 37 c. Remove all traces of oil, grease, dust, dirt and other debris. 38 d. Roughen area to be patched with rough grade sandpaper (40 grit). 39 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 40 area to be patched. 41 f. Apply a 35 iniI coat of repair material described above, in accordance with 42 manufacturer's recomillendattons. 43 g. Work repair material into scratched surface by brushing. 44 ]1. Feather edges of repair material into prepared surface. 45 1. Cover at least I inch of roughed area surrounding damage or adjacent to field 46 cut. 47 j. Test repairs for holidays. CITY OF FORT \VORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE- 1NIPROVENIENTS Revised December 20, 2012 City Project No. 021 11 „ 1 1 14 -'-6 BURIED STFEL PIPE AND FITTINGS Pasc'_6 of 2ti 1 B. Patch of Cement Mortar Lining 1. Rcpair cracks larger than 1/16 inch. 3 2. Pipes with disbonded linings will be rejected. 4 3. Excessive patching of lining shall not be permitted. 5 d. Repair in accordance with AWWA C205 and as follows: 6 a. Apply bonding agent to patch area. 7 b. Patching of lining shall be allowed Nvhere area to be repaired does not exceed S 100 square inches and has no dimension greater than 12 inches. 9 c. In general, there shall be not more than 1 patch in the lining of any joint of 10 pipe. 11 5. Wherever necessary to patch the pipe, make the patch \.vith the mortar indicated. 12 6. Do not install patched pipe until the patch has been properly and adequately cured, 13 unless approved by the City. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Tests and Inspections 17 1. Quality Control of Field Applied Polyurethane Coating is a. Surface Preparation 19 1) Visually inspect surface preparation to ensure cleanliness and dryness 20 requirements have been met. I 2) Use Testex tape on at least I joint per day to ensure that adequate profile is ?2 being achieved. 2 3 b. Visual 24 1) Visually inspect cured coating to ensure that the coating is completely 25 cured with no blisters, cracks, pinholes, missed areas, excessive roughness, 26 "sticky” or "gooey" areas. 27 2) Check to ensure that the coating completely covers the steel and existing ?81 coating. 29 c. Thickness 30 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure 3 I adequate thickness has been achieved according to SSPC PA 2. 32 a) If the thickness of the coating is below the minimum specified millage 33 anywhere along the length of the pipe, then adjustments must be made 34 to the spray system to correct the problem. 35 2) At a minimum, the thickness shall be measured for every 50 square feet of 36 sprayed area. 37 d. Adhesion 3� 1) Perform the following procedure on a minimum of 1 joint per day: 39 a) Select area to test that has cured for at least 1 hour for fast setting 40 coatings. 41 b) Test and repair in accordance with AWWA C222 Dolly Pull -off Test. 42 e. Holiday Testing 43 1) Holiday testing shall be performed using a high Voltage holiday tester at 44 each joint no sooner than 1 hour after field application of polyurethane 45 coating. 46 f. Inspection at Welding Joints CITY OF FORT WORTH CAYLOR S NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IN1PROVEMENTS Re\ ised December 20, 2012 City Prgject No. 02111 i i I l 14 -'_7 BURIED STEEL PIPE AND Fl1-IINGS P ue27of2S 1 1) When applying the 3 layer joint coating system for post welding the joints, 2 the Contractor must show that his operation will not damage the joint 3 coating system to the Engineer's satisfaction. 4 2) The Contractor \will be required to fully uncover a maximum of 10 joints, 5 selected at random by the Engineer or City to visually inspect and test the 6 )omt after welding. 7 3) Any damage must be repaired. 8 4) if the Contractor's welding procedure damages the 3 layer joint coating 9 system, the Contractor, at the direction of the Engineer, will be required to 10 modify his welding procedure. 11 2. Weld Testing 12 a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in 13 accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed 14 by the Contractor under the supervision and inspection of the City's 15 Representative or an independent testing laboratory, on all fiill welded joints. 16 1) Welds that are defective will be replaced or repaired, whichever is deemed 17 necessary by the Engineer, at the Contractor's expense. 18 2) If the Contractor disagrees with the Engineer's interpretation of \,veldin(T 19 tests, test sections may be cut from the joint for physical testing. The 20 Contractor shall bear the expense of repairing the joint, regardless of the 21 results of physical testing. 22 3) The procedure for repairing the joint shall be approved by the Engineer 23 before proceeding. 24 3. Deflection Testing 25 a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing 26 at a minimum rate of I measurement for every 2,500 linear feet of \water line. 27 b. City may reject any areas not meeting the deflection requirements of this 28 Specification. 29 4. Cleaning and Testing 30 a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 31 mains: 32 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the 33 water main as specified in Section 33 04 40. 34 5. Closed Circuit Television (CCTV) Inspection 35 a. Provide a Post -CCTV Inspection for \water lines 24-inch and larger in 36 accordance with Section 33 01 31. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE ]IMPROVEMENTS Revised December 20, 2012 City Project No. 02111 33 1 1 14 - 28 BURIED STEEL PIPE AND FITTINGS Pa�,,c2S ot'28 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] S END OF SECTION 9 Revision Log DATE NAME I SUMMARY OF CHANGE 12/20/2012 D. Johnson 7.2.134• �. and 6 — Aclded reference to Section 33 11 05 and removed material specification for bolts. nuts, gaskets and flange coating 10 CITY OF FORT WORTH CAYLOR 3 NAG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS `,VATER, AND DRAINAGE IMPROVENIENFS Revised December 20, 2012 City Project No. 021 11 1220-I RESILIFNTSEATED IWEDGF)GATF VALVE Pa,,e I of 9 I SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wed(Te) Gate Valves 4-inch through 30-inch for use with potable 7 water mains 8 a. 30-inch and larger valves will be equipped with an integral bypass 9 B. Deviations from this City of Fort North Standard Specification 10 1. Modified 1.2.A.1.b.1 1 2. Added 1.2.A.1.b.2 12 3. Modified 1.2.A.2.b.1 3 4. Added 1.2.A.2.b.2 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 11 05 — Bolts, Nuts, and Gaskets 19 4. Section 33 11 10 — Ductile Iron Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Gate Valve 23 a. Measurement 24 1) Measurement for this Item shall be per each. 25 b. Payment 26 1) Unit Price - The work performed and the materials furnished in accordance 27 with this Item shall be paid for at the unit price bid per each "Gate Valve" 28 installed for: 29 a) Various sizes 30 2) LumD Sum Price - The work Derformed and materials furnished in 31 accordance with this Item for various sizes and measured as Drovided under 32 "Measurement" shall be included in the total hemp sum price. 33 c. The price bid shall include: 34 1) Furnishing and installing Gate Valves with connections as specified in the 35 Drawings 36 2) Valve box 37 3) Extension 38 4) Extensions for valves in vaults 39 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 40 6) Petrolatmn tape for connections to steel flanges CITY OF FORT WORTH CAYLOR 5 \9G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 ii 1220-2 RESILIENT SEA"I ED (\\'EDGE) GATE VALVE Pasc 2 of 9 1 7) 2-Inch risers (for 16-Inch and larger gate valves) 8) Isolation kits \vhell Installed with fanged connections 3 9) Polyethylene encasement 4 10) Pavement removal 5 1 1) Excavation 6 12) Hauling 7 13) Disposal of excess material 8 14) Furnishing, placement and compaction of embedment 9 15) Furnishing, placement and compaction of backfill 10 16) Clean-up 11 17) Cleaning 12 1 8) Disinfection 13 19) Testing 14 2. Cut -in Gate Valve 15 a. Measurement 16 1) Measurement for this Item shall be per each. 17 b. Payment 18 1) Unit Price - The work performed and the materials furnished in accordance 19 \vith this Item shall be paid for at the unit price bid per each "Cut -in Gate 20 Valve" installed for: 21 a) Various sizes 22 2) Lump Sum Price - The work uerformed and materials fiirnished in 23 accordance with this Item for various sizes and measured as provided under 24 "Measurement" shall be included in the total lump sum price. 25 c. The price bid shall include: 26 1) Furnishing and installing Gate Valves with connections as specified in the 27 Dra\vings 28 2) System dewatering 29 3) Connections to existing pipe materials 30 4) Valve box 31 5) Extension 32 6) Extensions for valves in vaults 33 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 8) Petrolatum tape for connections to steel flanges 35 9) 2-inch risers (for 16-inch and larger gate valves) 36 10) Isolation kits when installed with flanged connections 37 1 1) Valve vault and appurtenances (for 16-inch and larger gate valves) 38 I2) Polyethylene encasement 39 13) Pavement removal 40 14) Excavation 41 15) Hauling 42 16) Disposal of excess material 43 17) Furnishing, placement and compaction of embedment 44 1 8) Furnishing, placement and compaction of backfill 45 19) Clean-up 46 20) Cleaning 47 21) Disinfection 48 22) Testing CITY OF FORT WORTH CAYLOR i NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 33 12 20-3 RESILIENT SF:\TED (\\- EDGE) GATE VALVE Pace 3 of9 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. NRS — Non Risinya Stem 4 2. OS&Y — Outside Screw and Yoke 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Association of State Highway and Transportation Officials (AASHTO). 10 3. American Society of Mechanical Engineers (ASIvIE): 1 I a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 12 4. American Iron and Steel Institute (AISI). 13 5. ASTM International (ASTM): 14 a. A48, Standard Specification for Gray Iron Castings. 15 b. A242, Standard Specification for Nigh -Strength Low -Alloy Structural Steel. 16 c. A307, Standard Specification for Carbon Stec] Bolts and Studs, 60,000 psi 17 Tensile Strength. 18 d. A536, Standard Specification for Ductile Iron Castings. 19 e. BI 17, Standard Practice for Operating Salt Spray (Fog) Apparatus. 20 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 21 Steel. 22 6. American Water Works Association (A1VWA): 23 a. C509, Resilient -Seated Gate Valves for Water Supply Service. 24 b. C515, Reduced -Wall, Resilient-Scated Gate Valves for Water Supply Service. 25 c. C550, Protective Interior Coatings for Valves and Hydrants. 26 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 27 through 12 IN, for Water Transmission and Distribution. 28 7. American Water Works Association/American National Standards Institute 29 (AWWA/ANSI): 30 a. CI05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 31 b. Cl I 1/A21.1 1, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 32 Fittings. 33 c. CI 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 34 Threaded Flanges. 35 8, NSF International (NSF): 36 a. 61, Drinking Water System Components - Health Effects. 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED[ 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance \\pith Section 01 3300. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data CITY OF FORM- WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATFR, AND DRAINAGE IMPROVEMENTS Revised December 20, 201 1 City Pro.ject No. 021 11 I 20-4 RESILIENT SEATED (WEDGE) GATE VALVE I'm,c 4 of 9 1 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 2 supplied, including: 3 a. Dimensions, weights, material list, and detailed drawings 4 b. Joint type 5 c. Maximum torque recommended by the manufacturer for the valve size 6 2. Polyethylene encasement and tape 7 a. Whether the film is linear low density or high density cross linked polyethylene 5 b. The thickness of the film provided 9 3. Thrust Restraint, if required by contract Documents 10 a. Retainer glands 1 I b. Thrust harnesses 12 c. Any other means 13 4. Instructions for field repair of fission bonded epoxy coating 14 5. Gaskets 15 B. Certificates 16 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 17 the provisions of this Section, each valve meets Specifications, all inspections have 18 been made and that all tests have been performed in accordance with AWWA C509 19 or AWWA C515. 20 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 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 I 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 and the product of a manufacturer 38 regularly engaged in the manufacturing of Resilient Seated Gate Valves having 39 similar service and size. 40 1.10 DELIVERY, STORAGE, AND HANDLING 41 A. Storage and Handling Requirements CITY OF FORT WORTH CAYLOR 5 SIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Reeised December 20. 2012 City Project No. 01_ 1 1 1 33 1220-5 RESILIENT SEATED (WEDGE) GATE VALVE Paae 5 ot,9 1 1. Protect all parts so that no damage oI- deterioration will occur during a prolonged 2 delay h-om the time of shipment until installation is completed and the units and 3 equipment are ready for operation. 4 2. Protect all equipment and parts against any damage during a prolonged period at the 5 site. 6 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 7 strongly built and securely bolted thereto. 8 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 9 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 10 extremes in temperature. 11 6. Secure and maintain a location to store the material in accordance with Section 01 12 6600. 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY 15 A. Manufacturer \Varranty 16 1. Manufacturer's NVarranty shall be in accordance with Division 1. 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED loiz] OXVNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 20 A. Manufacturers 21 1. Only the manufacturers as listed on the City's Standard Products List will be 22 considered as shown in Section 01 60 00. 23 a. The manufacturer must comply with this Specification and related Sections. 24 2. Any product that is not listed on the Standard Products List is considered a 25 substitution and shall be submitted in accordance with Section 01 25 00. 26 B. Description 27 1. Regulatory Requirements 28 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 29 shall meet or exceed the requirements of this Specification. 30 b. All valve components in contact with potable water shall conform to the 31 requirements of NSF 61. 32 C. Materials 33 1. Valve Body 34 a. Valve body: ductile iron per ASTM A536 35 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 36 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 37 C 1 I I /A21.1 1. 38 d. Valve interior and exterior surfaces: fission bonded epoxy coated, minimum 5 39 mils, meeting AWWA C550 requirements CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVENIENTS Revised December 20. 2012 City Project No. 021 11 3, 3) 1220-6 RESILIENT SEATED ( WEDGE) GATE VALVE Pace 6 01,9 1 e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI CI05/A21.5. 3 1) Polyethylene encasement: FuI-IIISh in accordance with Section 33 11 10. 4 2. Wedge (Gate) 5 a. Resilient N,vedge: rated at 250 psig cold water working pressure 6 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated Nvith a 7 permanently bonded EPDM rubber. S 3. Bypass 9 a. 30-inch gate valves require an integrally cast bypass on the body of the valve. 10 1) Orient the bypass on the same side of the gate valve as the spur gear to 1 i allow operation of both valves from the manhole opening. 12 4. Gate Valve Bolts and Nuts 13 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 14 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 15 through 12-inch valves) or as specified in 2.2.C.4.b. 16 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 17 sizes) and for valves 16-inch through 36-inch (non -buried service) Is 5. Bolts and Nuts 19 a. Mechanical Joints 20 a) Provide bolts and nuts in accordance with Section 33 11 05. 21 b. Flanged Ends 22 1) Meet requirements of AWWA C 115 or A\\/'WA C207 depending on pipe 23 material. 24 2) Provide bolts and nuts in accordance with Section 33 11 05. 25 3) Flanged isolation kits shall be provided ~vhen connecting to buried steel or 26 concrete pressure pipe. Kits shall conform to Section 33 04 10. 27 6. Joints 28 a. Valves: flanged, or mechanical -joint or any combination of these as specified 29 on the Drawings or in the project Specifications 30 1) Flanged -joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 31 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, 32 Class 125. 33 b) Field fabricated flanges are prohibited. 34 2) Steel or concrete pressure pipe 35 a) Use flange -joints unless otherwise specified in the Contract 36 Documents. 37 3) Ductile Iron or PVC pressure pipe 3� a) Use mechanical joints with mechanically restrained retainer glands 39 unless otherwise specified in the Contract Documents. 40 7. Operating Nuts 41 a. Supply for buried service valves 42 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 43 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 44 operating nut base. 45 d. To open, the operating nut shall be turned to the RIGHT (CLOCK«'ISE) 46 direction. CITY OE FORT \VORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE [IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 ;31 --- -7 RESILIENT SEA IED (WEDGE) GATE VALVE Pa-,,c 7 of 9 1 e. Connect the operating nut to the Shaft with a shear ]Jill that prevents the Lint from transferring torque to that shaft or the gear box that exceeds the 3 manufacturer's recommended torque. 4 f. Furnish handwheel operators for non -buried service, or when shown in the 5 Drawings. 6 S. Gearing 7 a. Gate valves that are 24 inch and larger: Equip with a spur gear. S b. Bevel gears for horizontally mounted valves are not allowed. 9 c. The spur gear shall be designed and supplied by the manufacturer of the valve 10 as an integral part of the gate valve. II 9. Gaskets ]? a. Provide gaskets in accordance with Section 33 11 05. 13 2.3 ACCESSORIES 14 A. All gate valves shall have the following accessories provided as part of the gate valve 15 installation: 16 1. A keyed solid extension stem of sufficient length to bring the operating nut Up to 17 within 1 foot of the surface of the ground. when the operating nut on the gate valve is is 3 feet or more beneath the surface of the ground. Extension Stems are: 19 a. Not required on City stock orders 20 b. Not to be bolted or attached to the valve -operating nut 21 c. To be of cold rolled steel with a cross -sectional area of I square inch, fitting 22 loosely enough to allow deflection 23 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 24 sufficient quantity for assembly of each joint. 25 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 26 boxes and covers 27 a. Each valve box for 4-inch through I2-inch valves shall be 2-piece, 5 '/a -inch 28 shafts, screw type, consisting of a top section and a bottom section. 29 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 30 in attached in Section 01 60 00. 31 c. Valve box covers shall be so designed that they can be easily removed to 32 provide access to valve operating nut. 33 d. Valve box covers must be designed to stay in position and resist damage under 34 AASHTO HS 20 traffic loads. 35 e. Each cover shall be casted with the word "WATER" or "REC'LAIMED" in 36 raised letters on the upper surface. 37 £ Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 38 1) Valve box covers shall be round for potable water applications and square 39 for reclaimed water applications. 40 g. Box extension material shall be AWWA C900 PVC or ductile iron. CITY OF FORT \N/ORTH C'AYLOR > MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IVATER. AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Prqject No. 021 11 33 1220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page S of 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 S 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 Iola] SITE QUALITY CONTROL 15 A. Field hlspections 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 case of operating the valve from a fully closed to Rilly 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. CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey ised December 20, 2012 City Project No. 021 1 1 1 2 3 4 5 6 7 8 9 9 3.8 SYSTEIYI STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 33 1220-9 RESILIENT SEATED (WEDGE) GATE VALVE 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 12/20/2012 NAME END OF SECTION Revision Log SUM1vlARY OF CHANGE Paae 9 of 9 1. LA - Ivlodi f ied acceptable size ran`c and added requirement for b�j)ass in 30-inch gate valves. Blue test added for exceptions 1.2 Measurement and Payment - Added Cut -In Gate Valve 1.2.A. I .c and I.2.A.2.c added additional items to be included in price bid 1.6.A - removed rcquircment for product data for bolts and nuts because it is to be included under Section 33 11 05. D. Johnson 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 - N9odificd acceptable cast iron fi-om Class 40 to Class 35I3; Added requirements for reclaimed water applications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20. 2012 CAYLOR 5 NIG GROUND STORAGE TANK, WATER, AND DRAINAGE- IMPROVEMENTS City Project No. 021 11 31 1-' 21 - I AWWA Rubber -Seated Butterfly Valves Pagc I of 10 1 SECTION 33 12 21 2 AWNVA RUBBER -SEATED BUTTERFLY VALVES 3 PART]- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. AWWA Rubber -Seated Butterfly Valves 303E-inch through 72-inch for 7 transmission, distribution system and plant applications (buried or above ground 8 installation) as specified herein and shown on the Drawings 9 B. Deviations fi-om this City of Fort Worth Standard Specification 10 1. Modified I.I.A.1 11 2. Added 1.I.C.5 12 3. Modified L2A.2.a 13 4. Added 1.2.A.2.b 14 5. Modified 2.2.A 15 6. Addcd 22.C.10 16 7. Modified 2.3.A.2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 3. Section 03 3000 -- Cast -In -Place Concrete 21 4. Section 33 04 10 -- Joint Bonding and Electrical Isolation 22 5. Section 33 09 10 — Control Valve Actuator 23 6. Section 33 05 16 — Concrete Water Vaults 24 7. Section 33 11 05 Bolts, Nuts, and Gaskets 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. Unit Price - The work performed and materials furnished in accordance with 31 this Item anti measured as provided under "Measurement" will be paid for at 32 the unit price bid per each "AWWA Butterfly Valve" installed for: 33 1) Various sizes 34 b. Lump Sum Price - The work Derformed and materials furnished in accordance 35 with this Item and measured as Drovided under "Measurement" will be included 36 in the total ItirnD sum price for: 37 1) Various sizes 38 3. The price bid shall include: 39 a. Furnishing and installing AWWA Butterfly Valves as specified in the Drawings CITY OF FORT WORTH C'AYLOR > NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFIC'AIION DOCUMENTS WATER, AND DRAINAGE IMPROVEiNJENTS Revised December 20, 2012 City Project No. 021 11 ii 1221 -2 Aw\1'A Rubher-Seated Butterfly Vahes Page 2 of 10 1 b. AWWA Butterfly Valve vault and appurtenances c. Pavement removal 3 d. Excavation 4 e. Hauling 5 f. Disposal of excess material 6 g. Furnishing, placing and compaction of embedment 7 h. Furnishing, placing and compaction ofbackfill 8 1. Clean-up 9 j. Cleaning 10 k. Disinfection 11 1. Testing 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification, unless a date is specifically cited. 17 2. American National Standards Institute (ANSI): 18 a. B1.1, Unified Incli Screw Thread Series 19 3. American Society of Nleclianical Engineers (ASN1E): 20 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 21 4. ASTM International (ASTM): 22 a. A36, Standard Specification for Carbon Structural Steel. 23 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 24 c. A536, Standard Specification for Ductile hrori Castings. 25 d. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 26 5. American Water Works Association/American National Standards Institute 27 (AWWA/ANSI): 28 a. C 1 I I /A21.1 1, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 29 Fittings. 30 6. American Water Works Association (AWWA): 31 a. C504, Rubber -Seated Butterfly Valves. 32 b. C550, Protective Interior Coatings for Valves and Hydrants. 33 7. NSF International (NSF): 34 a. 61, Drinking Water System Components - Health Effects. 35 8. Society for Protective Coatings/NACE International (SSPC/NACE): 36 a. SP 10/NACE No. 2, Near -White Blast Cleaning. 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 3300. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORIMATIONAL SUBMITTALS 42 A. Product Data 43 1. Rubber -Seated Butterfly Valves stating: CITY OF FORT \vORTH C'AYLOR 5 N1G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 A\v\VA Rubber-Scated BLIUCI-IIN valves PaL,e 3 of 10 1 a. Material 2 b. Valve and Actuator Coating System 3 c. WorlClrlg pressure i'atlllg 4 d. Test pressure rating 5 e. Valve classification 6 f. Valve Seat Type and bonding method to disc or body 7 g. Valve -port diameter 8 h. Valve Torque required 9 1. Actuator Type and nlaxinlunl torque 10 i. Total net assembled weight I 1 k. Valve operator and extension stems 12 1. Opening direction 13 2. Confirm valve seat type for specific project application with the City prior to 14 ordering Rubber -Seated Butterfly Valve. 1.5 B. Shop Drawings 16 1. For below grade applications: 17 a. Cast -in -place concrete vault in accordance with shop drawing requirements set is forth in Section 03 30 00. 19 b. Vault appurtenances in accordance with shop drawing requirements set forth in 20 Section 33 05 16. 1 C. Certifications 22 1. Furnish an affidavit certifying that all AWWA Rubber -Seated Butterfly Valves 23 meet the provisions of this Specification and have been hydrostatically tested at the 24 factory and meet the requirements of AWWA C504. 25 2. Furnish an affidavit certifying that the coating for all AWWA Rubber -Seated 26 Butterfly Valves sleets the provisions of this Specification and meets the 27 requirements of AWWA C504. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS 30 A. Operation and Maintenance Manual 31 1. Furnish Operation and Maintenance Manual in accordance \vith Division 1. 32 1.9 QUALITY ASSURANCE 33 A. Qualifications 34 1. Manufacturers 35 a. Rubber -Seated Butterfly Valves and manual actuators of the same size shall be 36 the product of 1 manufacturer for each project. 37 1) Change orders, specials and field changes may be provided by a different 35 manufacturer upon City approval. 39 b. Rubber -Seated Butterfly Valves shall be in conformance with AWWA C504. 40 2. The AWWA Rubber -Seated Butterfly Valve shall be the product of a manufacturer 41 regularly engaged in the manufacturing of AWWA Rubber -Seated Butterfly Valves 42 having similar service and size. 43 3. Unit Responsibility CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVE-NAENTS Rey iced December 1-0, 2012 0tv Project No. 021 11 33 12 21 -4 A\\'\\'A Rubber-Scated Butterfly Vahes Paoe-4 of 10 1 a. All equipment specified under this Section is to be furnished by the valve 2 manufacturer \,vho shall be responsible for the adequacy and compatibility of all 3 unit components including, but not limited to, the valve, actuator and extension 4 stems. 5 b. Any component of each complete unit not provided by the valve manufacturer 6 shall be designed, fabricated, tested and installed by factory -authorized 7 representatives experienced in the design and manufacture of the equipment. 8 1) This includes, but is not limited to, coordination of the torque required to 9 properly operate the valve. 10 2) This does not relieve the Contractor of the overall responsibility for this I 1 portion of the worl<. 12 1.10 DELIVERY, STORAGE, AND HANDLING 13 A. Storage and Handling Requirements 14 1. Protect all parts such that no damage or deterioration will occur during a prolonged 15 delay from the time of shipment until installation is completed and the units and 16 equipment are ready for operation. 17 2. Protect all equipment and parts against any damage during a prolonged period at the 18 site. 19 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 20 strongly built and Securely bolted thereto. 21 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 22 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 23 extremes in temperature. 24 6. Secure and maintain a location to store the material in accordance with Section 01 25 6600. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 A. Manufacturer Warrant, 29 1. Manufacturer's NVarranty shall be in accordance with Division 1. 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED loizj OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT "TYPES, AND MATERIALS 33 A. Manufacturers 34 1. Only the manufacturers as listed on the City's Standard Products List will be 35 considered as Sho\vn to Section 01 60 00. 36 a. The manufacturer must comply with this Specification and related sections. 37 2. Any product that is not listed on the Standard Product List is considered a 38 substitution and shall be submitted in accordance with Section 01 25 00. 39 3. Manufacturer must meet valve seat reauirements. 40 B. Description CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \vATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Prgject No. 02111 33 1221 -5 AWWA RUbbcr-Scated BUuel-11N' Valves Page 5 of 10 I 1. Regulatory Requirements 2 a. AWWA Rubber -Seated Butterfly Valves shall be new and meet or exceed the 3 latest revisions of A��M/A C504 and shall meet or exceed the requirements of 4 this Specification. 5 b. All AWWA Rubber -Seated Butterfly Valve components in contact with potable 6 water shall conform to the requirements of NSF 61. 7 C. Materials 5 1. Valve Body 9 a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or 10 fabricated steel ASTM A36. 1 I b. Valve bodies shall be short body type. 12 2. Joints 13 a. Flange end valves shall be: 14 1) Class 125 Standard flanged ends faced 15 2) Drilled per ASME B 16.1 standard for cast iron flanges 16 3) Flanges shall be designed for the test pressure of the valve. 17 b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI IS CIII/A21.11. 19 c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless 20 otherwise noted in the Contract Documents. 21 1) Flange isolation kits shall be provided in accordance with Section 33 04 10. 22 d. Flanged ends shall be provided unless otherwise noted in the Contract 23 Documents. 24 3. Bolts and Nuts 25 a. Flanged Ends 26 1) Meet requirements of AWWA CI 15 or AWWA C2O7 depending on pipe 27 material 28 2) Provide bolts and nuts in accordance with Section 33 1 1 05. 29 b. Tapped Bolts 30 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI B 1.1 UNC 31 thread. 32 4. Gaskets 33 1) Provide gaskets in accordance with Section 33 11 05. 34 5. Discs 35 a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 36 1) Disc and shaft connection shall be made with tapered pins of either morsel 37 or stainless steel 38 6. Valve Shaft 39 a. Valve shaft shall be: 40 1) Type 304 stainless steel or equal 41 2) 1-piece unit or stub -shaft type 42 a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 '/2 43 times shaft diameter 44 3) Minimum diameter per AWWA C5O4 45 4) Horizontal orientation 46 7. Shaft Seals 47 a. Valve shaft seals shall be self -compensating V-type packing Nvith a minimum 43 of 4 sealing rings. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Prgject No. 021 1 1 33 12 21 -6 A\\'\VA Rubber -Seated 13L1HC1_ )' Vale, Paec 6 o1 10 1 b. Design shall allow adjustment ol- replacement without removing the valve shaft. 2 8. Valve Bearings 3 a. Valve shaft bearings shall be non-metallic and permanently lubricated. 4 9. Valve Seat 5 a. Seats on Body (for transmission projects only) 6 l) The seat shall be a Buna-N or EPDM for water and shall be molded in and 7 bonded to the valve body. 8 2) Provide a 360 degree continuous, uninterrupted seating surface. 9 3) Field adjustable around the full 360 degrees circumference and replaceable 10 without dismantling the actuator, disc or shaft and without removing the 1 1 valve fi-om the line. 12 4) The seat shall be retained in the valve body by mechanical means without 13 retaining rings, segments, screws or hardware of any kind in the flow 14 stream. 15 5) The seat shall contain an integral shaft seal protecting the valve bearings 16 and packing from any line debris. 17 6) Rubber seats shall be field adjustable and replaceable. 18 b. Scats on Disc (for transmission or water facility) 19 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and 20 bonded to the disc. 21 2) Resilient seats shall be located on the valve disc and shall provide a 360 22 degree continuous, uninterrupted seating surface. 23 3) Seats shall be mechanically retained with a stainless steel retaining ring and 24 stainless steel cap screws which shall pass through both the resilient seat 25 and the retaining ring. 26 4) The resilient seat's mating surface shall be to a 360 degree continuous 27 uninterrupted stainless steel body seat ring. 28 5) Rubber seats shall be field adjustable and replaceable. 29 10. Performance / Design Criteria 30 a. Valve Classification shall be Class 250B 31 b. Provide 30-inch butterflv valve suitable for modulating services in accordance 32 with Section 33 09 10. 33 D. Finishes 34 1. Unless other\vise specified in the Contract Documents, exterior and interior metallic 35 surfaces of each valve shall be shop ftision bonded epoxy coated meeting per the 36 latest revision of AWWA C550. 37 2. Painting and Coatings 38 a. All surfaces of the valve shall be clean, dry and free from grease before 39 applying paint or coating. 40 b. The valve interior and exterior surfaces, except for the seating surfaces, shall be 41 provided with the manufacturer's standard coating or as specified in the 42 Contract Documents. 43 c. All internal exposed surfaces that are susceptible to corrosion shall be coated 44 w1th a Polymide cured, rust irihibiting epoxy. 45 d. Surfaces to be coated shall be prepared and sand -blasted per SSPC SP 46 10/MACE No. 2. 47 e. Final coating thickness shall be 16 mils minimum. CITY OF FORT \VORTH CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December'_0. 201'_ City Project No. 02111 AWWA Rubber -Seated Dutterily \'apes Pauc 7 of 10 I f. All surfaces shall be inspected for proper dry film thickness using a magnetic 2 dry film thickness gauge. 3 g. Tests for invisible holidays shall be conducted using a low voltage, \vet sponge 4 holiday or leak detector. 5 E. Marking for Identification 6 1. For each Rubber -Seated, Butterfly Valve. clearly mark with the following 7 information: 8 a. Valve size 9 b. Class for which it is designated 10 c. Name of manufacturer I 1 d. Date of manufacturer 12 2.3 ACCESSORIES 13 A. Rubber -Seated Butterfly Valves shall have the following accessories provided as part of 14 the valve installation: 15 1. Below grade Rubber -Seated Butterfly Valves shall be placed within a concrete 16 vault in accordance with Section 03 30 00, or as sho\vn on the Drawings. All vault 17 appurtenances shall be in accordance with Section 33 05 16. 18 2. Manual Actuators 19 a. For 30-inch butterf1v valve, provide actuator in accordance with Section 33 09 20 10 21 b. All other valves shall be provided with manual actuators, unless otherwise 22 specified in the Drawings. 23 c. Valves shall be opened by turning the actuator clockwise and close counter 24 clockwise. 25 d. Manual actuators shall be fully greased, packed and have stops in the open and 26 closed position. 27 1) The actuator shall have a mechanical stop \vhich will withstand an input 28 torque of 450 foot-pounds against the stop. 29 2) The actuator shall have a built in packing leak bypass to eliminate possible 30 packing leakage into the actuator housin(y. 31 e. Butterfly valves in a vault shall he furnished \vith a 2-inch operating nut. 32 1) The actuator shall be placed in a vault as indicated on the Drawings and 33 have extension to the top of the vault. 34 f. Butterfly valves in plant, pump station or tank service applications located 35 above ground shall be provided \with a 16 inch minimum diameter handwheel 36 operator. 37 1) Handwheels shall be painted red. 38 g. Valve Position Indicator 39 1) Provide position indicator \with mechanical dial Indicator as follo\Vs: 40 a) Highly visible 41 b) Containing "Open" and "Closed" legend at the end of a 90 degree are 42 c) Pointer to sho\v the disc position (Closed-0 degree and Open-90 43 degree) 44 d) Arc graduated in degrees 45 h. Actuator shall be worm -gear type, as follows: 46 1) Worm gear manual operator shall comply fully with AWWA C504, latest 47 edition. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 02111 ,31—'21-8 A\V\VA Rubber -Seated Butterfly Vahcs pase X 01 10 1 2) Worm gear drive sleeve and worm shaft shall be of solid, 1-piece design; 2 bolted segments or pinned worms will not be acceptable. Drive sleeve shall 3 include an integral spline to accept a removable bottom -entry spline 4 bushing for valve shaft connection. 5 3) If required for torque purposes, spur gear reducers may be provided for 6 increased torque outputs and to reduce handwheel diameter. 7 4) Worm gear operator shall include handwhecl with maximum 80 pound rim S pull. 9 a) Materials of Construction 10 (1) Housing: Ductile Iron 11 (2) Drive sleeve: Bronze 12 (3) Worm: Alloy steel with splined input drive connection 13 (4) Bearings: Heavy duty tapered roller bearings 14 (5) Finish: Thermostatically Applied Polyester Powdercoat 15 (6) Fasteners: Stainless steel 16 5) Manual gears shall be capable of being field retrofit with an electric motor 17 operator in the future without major modifications. 14 a) With spur gear removed, splined worm gear input shaft and motor 19 adapter flange shall be easily added to accept a multi -turn "torque- '10 only" electric valve actuator. 21 (1) Supplier shall include the Number of Turns required to complete on 2) Open -to -Close stroke in the Equipment Submittal. 23 3. Extension Stem 24 a. Keyed solid extension stem of sufficient length to bring the operating nut up to 25 within 1 foot of the surface of the ground, when the operating nut on the valve 26 is 3 feet or more beneath the surface of the ground 27 1) Not required for City stock orders. 28 2) Extension stems shall not be bolted or attached to the valve -operating nut. 29 3) Extension stems shall be of cold rolled steel with a cross -sectional area of I 30 square inch, fitting loosely enough to allow deflection. 31 4. 2-inch Taps 32 a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve 33 body. 34 1) Taps shall be C.C. thread with flare, with insulated adaptor kit. 35 2) Provide copper riser between corporation stop and curb stop. 36 3) Install curb stop 12 inches from the vault top 37 a) Reachable by hand from the vault lid 38 5. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be 39 furnished in sufficient quantity for assembly of each joint. 40 2.4 SOURCE QUALITY CONTROL 41 A. Tests and Inspections 42 1. Each valve shall be shop tested for leaks in the closed position with the valve 43 horizontal. 44 a. The upper surface of the valve disc shall be visible and covered with a pool of 45 water at 0 psi pressure. 46 b. Air pressure equivalent to the design rating of the valve shall be applied to the 47 lower face of the disc for at least 5 minutes with no indication of leakage (i.e. 45 bubbles in the water pool) during the test period. CITY OF FORT WORTH CAYLOR 5 AlG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 Cite Project No. 021 1 1 331221-) ANV\VA Rubbcr-Seated ButterilY Vakes Pa,_c 9 of 10 1 2. The valve body shall be hydrostatically tested at twice the rated pressure for 10 ? minutes \vith the valve in the slightly open position. 3 a. During this test, there shall be no leakage or seeping through the valve body, 4 Weld or valve trunnions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. General 11 1. All Rubber -Seated Butterfly Valves shall be installed in accordance with the 12 instructions of the manufacturer and as shown on the Drawings. 13 2. For buried applications, Rubber -Seated Butterfly Valves shall be placed in a 14 concrete vault and installed in accordance with Section 03 30 00. All vault 15 appurtenances shall be installed in accordance with Section 33 05 16. 16 3. All excavations shall be backfilled in accordance with Section 33 05 10. 17 3.5 REPAIR / RESTORATION INOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD IoRI SITE QUALITY CONTROL 20 A. Field Inspections 21 1. Before acceptance of the installed Rubber -Seated Butterfly Valve, the City Field 22 Operations and/or Production Staff shall have the opportunity to operate the valve. 23 a. The operator will be assessing the ease of access to the operating nut \vithin the 24 valve box and ease of operating the valve from a fitlly closed to fiilly opened 25 position. 26 b. If access and operation of the Rubber -Seated Butterfly Valve meet the City's 27 criteria, then the valve \vill be accepted as installed. 28 B. Non -Conforming Work 29 1. If access and operation of the valve or its appurtenances does not meet the City's 30 criteria, the Contractor \will remedy the situation until it meets the City's criteria, at 31 the Contractor's expense. 32 3.8 -3.14 [NOT USED] 33 END OF SECTION Revision Lou I DATE I NAME I SUMMARY OF CHANGE 1 12/20/2012 I D. Johnson I1. LA — Acceptable size range was modified to include butterfly vales fi-om 36-inched to 72-inches Blue text included for exceptions CITY OF FORT WORTH CAYLOR i MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IiNIPROVE\TENTS Revised December 20. 2012 City Project No. 021 1 1 33 12 21 - 10 AWWA Rubber -Seated Butterflv Vakcs Pa,ICIO of 10 2.2.C.3 and d — Added Section 33 11 05 reference and removed material specification for bolts, nuts and gaskets. Added material specification for tapped bolts. Ntoditied Vault and Appurtenance Specifications throughout CITY OF FORTWORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 11 3;1215-I CONNECTION TO EXISTING WATER MAINS Pace I of S i SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS 3 PART]- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Installing a tapping sleeve and valve 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. Modified 1.2.A.1.b.1 12 2. Added 1.2.A.1.b.2 13 3. Modified 1.2.A.2.b.1 14 4. Added 1.2.A.2.b.2 15 5. Modified 1.2.A.3.b.1 16 6. Added 1.2.A.3.b.2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 — General Requirements 1 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains ?? 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfi11 23 5. Section 33 05 30 — Location of Existing Utilities 24 6. Section 33 11 05 —Bolts, Nuts, and Gaskets 25 7. Section 33 11 10 Ductile Iron Pipe 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Connection to an existing unpressurized Fort Worth Water Distribution System 29 Main that does not require the City to take part of the water system out of service 30 a. Measurement 31 1) This Item is considered subsidiary to the water pipe being installed. 32 b. Payment 33 1) Unit Price - The work performed and the materials furnished in accordance 34 with this Item are subsidiary to the unit price bid per linear foot of water 35 pipe complete in place, and no other compensation \-vill be allowed. 36 2) Lump Sum Price - The work performed and the materials furnished in 37 accordance with this Item are included in the total lump sum Drice. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced February 6, 2013 33 1? 25-_' CONNECTION TO EXISTING WATER MAINS Paso oT8 1 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 2 that requires a Shutdown of some part of the water system 3 a. Measurement 4 1) Measurement for this Item shall be per each connection completed. 5 b. Payment 6 1) Unit Price - The work performed and the materials furnished in accordance 7 with this Item shall be paid for at the unit price bid per each "Connection to 8 Existing Water Main" installed for: 9 a) Various sizes of existing water distribution main 10 2) Lummp Sum Price - The work performed and the materials filrnished in i 1 accordance with this Item for various sizes of existing water distribution_ 12 main shall be included in the total hemp sum price. 13 c. The price bid shall include all aspects of malting the connection including, but 14 not limited to: 15 1) Preparing submittals 16 2) DeNvatering 17 3) Exploratory excavation (as needed) 18 4) Coordination and notification 19 5) Remobilization 20 6) Temporary lighting 21 7) Polyethylene encasement 22 8) Make-up pieces 23 9) Linings 24 10) Pavement removal 25 1 1) Excavation 26 12) Hauling 27 13) Disposal of excess material 28 14) Clean-up 29 15) Cleaning 30 16) Disinfection 31 17) Testing 32 3. Connection to an existing pressurized Fort Worth Water Distribution System Main 33 by Tapping Sleeve and Valve: 34 a. Measurement 35 1) Measurement for this Item shall be per each connection completed. 36 b. Payment 37 1) Unit Price - The work perfornmed and the materials Tarnished in accordance 38 with this Item shall be paid for at the unit price bid per each "Tapping 39 Sleeve and Valve" installed for: 40 a) Various sizes of connecting main 41 b) Various sizes of existing water distribution main 42 2) Lump Sum Price - The work performed and the materials furnished in 43 accordance \vith this Item shall be included in the total lump sum _price for: 44 a) Various sizes of connecting; main 45 b) Various sizes of existinc water distribution inain 46 C. The price bid shall IFICIUde all aspects of malting the connection including, but 47 not limited to: 48 1) Preparing submittals 49 2) Dewatering CITY OF FORT WORTH CAYLOR S NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\gENTS WATER, AND DRAINAGE INIPROVE\-TENTS Revised February 6,2013 I 1225_ C ONNE( TION TO EXISTING WATER MAINS pa, C i of's 3) Exploratory excavation (as needed) 4) Coordination and notification 3 5) Tapping Sleeve and Tapping Valve 4 6) Remobilizatiori 5 7) Temporary lighting 6 8) Polyethylene encasement 7 9) Make-up pieces 5 10) Linings 9 1 1) Pavement removal 10 12) Excavation 11 13) Hauling 12 14) Disposal of excess material 13 15) Clean-up 14 16) Cleaning 15 17) Disinfection 16 18) Testing 7 1.3 REFERENCES is A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American Society of Mechanical Engineers (ASME): 23 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 24 3. ASTM International (ASTM): 25 a. A36, Standard Specification for Carbon Structural Steel. 26 b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 27 High Temperature or High Pressure Service and Other Special Purpose 28 Applications 29 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 30 Pressure or High Temperature Service, or Both 31 d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 32 e. A283, Standard Specification for Low and Intermediate Tensile Strength 33 Carbon Steel Plates. 34 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 35 and Intermediate -Tensile Strencyth. 36 g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 37 h. D2000, Standard Classification System for Rubber Products in Automotive 3� Applications. 39 4. American Water Works Association (AWWA): 40 a. C200, Steel Water Pipe - 6 IN and Larger. 41 b. C207, Steel Pipe Flanges for WaterNvorks Service - Sizes 4 IN through 144 IN. 42 c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel 43 Water Pipelines. 44 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 45 5. American Water Works Association/American National Standards Institute 46 (AWWA/ANSI): CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised February 6, 2013 ;;I �_4 CONNECTION TO EXISTING WATER NIAINS Paac4 o1 S 1 a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 2 b. C1 1 1/A21.1 1, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 3 Fittings. 4 c. Cl 15A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron 5 Threaded Flanges. 6 6. NSF International (NSF): 7 a. 61, Drinking Water System Components — Health Effects. S 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 9 (MSS): 10 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 11 1.4 ADMINISTRATIVE REQUIREMENTS 12 A. Pre -installation Meetings 13 1. Required for any connections to an existing, pressurized 16-inch or larger City 14 Nvater distribution system main that requires a shutdown of some part of the water 15 system 16 2. May also be required for connections that involve shutting water service off -to 17 certain critical businesses 18 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time 19 for the work to occur. 20 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 21 5. Review work procedures as submitted and any adjustments made for current field 22 conditions. 23 6. Verify that all valves and plugs to be used have adequate thrust restraint or 24 blocking. 25 7. Schedule a test shutdown with the City. 26 8. Schedule the date for the connection to the existing system. 27 B. Scheduling 28 1. Schedule work to make all connections to existing 16-inch and larger mains: 29 a. During the period from November through April, unless otherwise approved by 30 the City 31 b. During normal business hours from Monday through Friday, unless otherwise 32 approved by the City 33 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 34 planned disruption to the existing water system. 35 a. In the event that other water system activities do not allow the existing main to 36 be dewatered at the requested time, schedule work to allow the connection at an 37 alternate time acceptable to the City. 3� 1) If water main cannot be taken out of service at the originally requested 39 time, coordination will be required with the City to discuss rescheduling 40 and compensation for mobilization. 41 2) No additional payment will be provided if the schedule Was altered at the 42 Contractor's request. CITY OF FORT WORTH CAYLOR � NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER- AND DRAINAGE IMPROVEN4ENTS Revised February 6. 1013 33 12 25 -5 CONNECTION TO EXISTING WATER MAINS Pa-e 5 of S 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/INFOWNIATIONAL SUBMITTALS 6 A. Product Data, if applicable 7 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 8 a. Dimensions, weights, material list, and detailed drawings 9 b. Maximum torque recommended by the manufacturer for the valve by size 10 B. Submittals I I 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 12 by City that includes: 13 a. Results of exploratory excavation 14 b. Dewater1110' 15 c. Procedure for connecting to the existing water main 16 d. Time period for completing work from when the water is shut down to when 17 the main is back in service is e. Testing and repressurization procedures 19 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 20 must be certified and provide Welding Certificates, upon request, in accordance 21 \vith AWWA C200. 22 1.7 CLOSEOUT SUBJVIITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE (NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage and Handling Requirements 27 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 28 from the time of shipment until installation is completed. 29 2. Protect all equipment and parts against any damage during a prolonged period at the 30 site. 31 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 32 built and securely bolted thereto. 33 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 34 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 35 extremes in temperature. 36 6. Secure and maintain a location to store the material in accordance with Section 01 37 6600. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\-TENTS WATER, AND DRAINAGE IMPROVEMENTS Revised February 6. 20I 3 ii 12 'i-6 CONNECTION TO FSISTING \\ A 11-R MAINS P sae 6 of-8 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 1.12 «VARRANTY 3 A. Manufacturer Warranty 4 1. Manufacturer's \warranty shall be in accordance with Division 1. 5 PART2- PRODUCTS 6 2.1 OWNER -FURNISHED IOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed by the City's Standard Products List will be 10 considered as shown in Section 01 60 00. I 1 a. The manufacturer must comply \vith this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 01 25 00. 14 B. Description 15 1. Regulatory Requirements 16 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 17 this Specification. 1s b. All valve components in contact with potable \eater shall conform to the 19 requirements of NSF 61. 20 C. Tapping Sleeve Materials 1 1. Body 22 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 23 A36 Steel or equal 24 b. Finish: fission bonded epoxy coating to an average 12 mil thickness. Fusion 25 applied per AWWA C213. 26 c. All buried tapping sleeves shall be provided with polyethylene encasement in 27 accordance with AWWA/ANSI CI05/A21.5. 24 1) Polyethylene encasement shall be in accordance \with Section 33 11 10. 29 2. Flange 30 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 31 B 16.1 Class 125. 32 b. Recessed for tapping valve per MSS SP-60 33 3. Bolts and Nuts 34 a. Flanged Ends 35 1) Meet requirements of AWWA C 1 15 or AWWA C207 depending on pipe 36 material. 37 2) Provide bolts and nuts in accordance \vith Section 33 11 05. 38 4. Gaskets 39 a. Provide gaskets in accordance \vith Section 33 11 05. 40 5. Test Plug CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMEN 1'S WATER, AND DRAINAGE IMPROVEMENTS Re%iced February 6, 201 331??5-7 CONNECTION TO EXISTING WATER .MAINS Page 7 orS 1 a. '/,-inch NPT carbon steel with square bead and fiision bonded epoxy coating 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 7 A. Verification of Conditions 8 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 9 m the Drawings and that the location is suitable for a connection to the existing 10 water main. I I a. Excavate and backfill trench for the exploratory excavation in accordance with 12 33 05 10. 13 2. Verify that all equipment and materials are available on site prior to the shutdown 14 of the existing main. 15 3. Pipe lines shall be completed, tested and authorized for connection to the existing 16 system in accordance with Section 33 04 40. 17 3.3 PREPARATION [NOT USED] 1s 3.4 INSTALLATION 19 A. General 20 1. Upon disruption of the existing water main, continue work until the connection is 21 complete and the existing water main is back in service. 22 B. Procedure 23 1. Expose the proposed connection point in accordance with Section 33 05 10. 24 2. Dewater the existing water line so the chlorinated water is not unlawfully 25 discharged. 26 3. Maintain the water that may bleed by existing valves or plugs during installation 27 within the work area to a reasonable level. ZS a. Control the water in such a way that it does not interfere with the proper 29 installation of the connection or create a discharge of chlorinated water. 30 4: If any discharge of chlorinated water occurs, discharged water shall be de -chlorinated in accordance with Section 33 04 40 32 5. Cut and remove existing water main in order to make the connection. 33 6. Verify that the existing pipe line is suitable for the proposed connection. 34 7. Place trench foundation and bedding in accordance with 33 05 10. 35 8. h1 the event that a tapping sleeve and valve is used, the coupon fi-om the existing 36 water main shall be submitted to the City. 37 9. Prevent embedment, backfill, soil, water or other debris forin entering the pipeline. 38 10. Establish thrust restraint as provided for in the Drawings. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TEAK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised Fchruary 6,2013 33I225-8 CONNECTION TO EXISTING WATER ib1AINS Paee 8 of 8 1 11. Clean and disinfect the pipeline associated with the connection in accordance with ? Section 33 04 40. 3 12. Place embedment to the top of the pipe zone. 4 13. Request that the City Valve Crew- re -pressurize the pipeline. 5 14. Directionally flush the connection in accordance with Section 33 04 40. 6 15. Request that City Valve Crew open all remaining valves. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD loR] SITE QUALITY CONTROL (NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Loo 19 DATE I NAME I SUMMARY OF CHANGE 12/20/2012 D. Johnson I 7•2•C.3 and 4 Added reference to Section 33 11 05 and removed bolt, nut and "asket material specification 2/6/2013 I D. Townsend I 3.4.13.4 Modified to refer to Section 33 04040 0 CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised February 6. 2013 33 12 30 - I COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Paec I ofs 1 SECTION 33 12 30 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS 3 PART]- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 2-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies 7 (Combination Air Valves) for potable water systems including: 8 a. Combination air -release and air/vacuum valve 9 b. Tap to water main 10 c. Lead-free Inlet piping and appurtenances I 1 d. Vent piping and appurtenances 12 e. Vault enclosure and appurtenances 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A.1.b.1 15 2. Added 1.2.A.1.b2 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 1 i Contract 19 2. Division 1 — General Requirements 20 3. Section 33 05 13 — Frame, Cover and Grade Rings 1 4. Section 33 11 10 — Ductile Iron Pipe ?? 5. Section 33 11 11 — Ductile Iron Fittings 23 6. Section 33 11 14 — Buried Steel Pipe and Fittings 24 7. Section 33 12 10 — Water Services 1-Inch to 2-Inch 25 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 26 9. Section 33 39 20 — Precast Concrete Manholes 27 1.2 PRICE AND PAYMENT PROCEDURES 2S A. Measurement and Payment 29 I. Measurement 30 a. Measurement for this Item shall be per each. 31 2. Payment 32 a. Unit Price - The work performed and materials fiirnished in accordance with 33 this Item and measured as provided under "Measurement" will be paid for at 34 the unit price bid per each "Water Air Release Valve & Vault" installed for: 35 1) Various inlet sizes 36 b. Lu n_u Sum Price - The work Derformed and materials furnished i❑ accordance 37 with this Item for various inlet sizes and measured as Drovided under 38 "Measurement" will be included in the total 1tunD sutra Drice. 39 3. The price bid shall include: CITY OF FORT WORTH CAYLOR S iNIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE HMPROVEMENTS Rey iced December 20, 2012 City Project No. 021 1 1 331230-2 CO\9BINATION AIR VALVE ASSE\4BLIES FOR POTABLE WATER SYSTEMS PageofS 1 a. Furnishing and installing Combination Ali- Valves with appurtenances as 2 specified in the Drawings 3 b. Air valve vault and appurtenances 4 c. Tapping the main 5 d. Isolation valves 6 e. Fittin"s 7 f. Vent piping 8 g. Vent cover and/or enclosure 9 h, Vent enclosure and/or pipe bollard protection, if required 10 i. Excavation and backfill 11 1.3 REFERENCES 12 A. Definitions 13 1. Combination Air Valve: A device having the features of both an air -release valve 14 and an air/vacuum valve 15 2. Inlet: The opening at the base of the Combination Air Valve mechanism through 16 \Vhich air and water from the pipeline enters 17 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet is 4. Lead-fi-ee: Lead-fi-ee pipes and plumbing fittings and fixtures shall contain less 19 than 0.25 percent ]cad in accordance with the reduction of Lead in Drinking Water 20 Act (P.L. 111-380). 21 5. Orifice: The opening in the Combination Air Valve mechanism through which air 22 is expelled from or admitted into the pipeline or piping system. Some valves may 23 have multiple orifices. 24 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the 25 orifice, through which air enters or exits the Air Valve 26 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet 27 to its termination point outside the vault 28 B. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, runless a date is specifically cited. 32 2. American Iron and Steel Institute (AISI). 33 3. ASTM International (ASTM): 34 a. A536. Standard Specification for Ductile Iron Castings. 35 4. American Water Works Association (AWWA): 36 a. C512, Air -Release, Air/Vacuum, and Combination Air Valves for Waterworks 37 Service. 38 b. 1VI51, Air -Release, Air/Vacuum, and Combination Air Valves. 39 5. NSF International (NSF): 40 a. 61, Drinking Water System Components - Health Effects. 41 6. Reduction of Lead in Drinking Water Act 42 a. Public Law 11 1-350 (P.L. 111-380) CITY OF FORT \VORTII CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCU\-TENTS WATER, AND DRAINAGE IMPROVENIENTS ReN ised December 20. 201' City Project No. 021 11 33 12 30 - 3 COMBINATION AIR VAI VE ASSEMBLIFS FOR POTABLE WATER SYSTEMS Paac 3 of 8 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 de]ivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Combination Air Valves 8 a. Application type 9 b. Working pressure rating 10 c. Test pressure rating .11 Cl. Surge pressure rating 12 e. Inlet size 13 f. Small orifice size 14 g. Large orifice size 15 2. Valve vault and appurtenances 16 3. Tapping appurtenances 17 4. Isolation valves 18 5. Fittings 19 6. Vent piping 20 7. Vent cover and/or enclosure 21 8. Vent enclosure and/or pipe bollard protection 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS SNOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Combination Air Valves of the same size shall be the product of 1 28 manufacturer, unless approved by the City. 29 b. Combination air valves shall be in conformance with AWWA C512. 30 B. Certifications 31 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with 32 AWWA C512. 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Storage and Handling Requirements 35 1. Protect all parts such that no damage or deterioration will occur during a prolonged 36 delay from the time of shipment until installation is completed and the units and 37 equipment are ready for operation. 38 2. Protect all equipment and parts against any damage during a prolonged period at the 39 site. CITY OF FORT NVORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced December 20, 2012 City Project No. 021 1 1 33 1210-4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Pa,-,c 4 of X 1 3. Protect the finished surfaces of all exposed flanges by Nvooden blank flanges, strongly built and securely bolted thereto. 3 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 4 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperat Lire. 6 6. Secure and maintain a location to store the material in accordance with 7 Section 01 66 00. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY 10 A. Manufacturer Warranty 1 1 1. Manufacturer's Warranty shall be in accordance with Division 1. 12 PART 2 - PRODUCTS 13 2.1 ONNINER-FURNISHED IOR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS I A. iVlanufacturers 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. is 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. I 3. The Combination Air Valve shall be new and the product of a manufacture] - regularly engaged in the manufacturing of air release/air vacuum valves having 2 3 similar service and size. 24 B. Description 25 1. Regulatory Requirements 26 a. Combination Air Valves shall meet or exceed the latest revisions of 27 AWWA C512 and shall meet or exceed the requirements of this Specification. ?� b. All Combination Air Valve components in contact with potable water shall 29 conform to the requirements of NSF 61. 30 c. All materials shall conform to the Reduction of Lead in Drinking Water 31 Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other 32 appurtenances to be less than 0.25 percent lead. 33 C. Performance / Design Criteria 34 1. Capacities 35 a. Water Application = Potable Water 36 b. Working Pressure from 10 psi to 150 psi 37 c. Test Pressure = 225 psi 3ti d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract 39 Documents 40 c. Size CITY OF FORT WORTH CAYLOR S MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE [IMPROVEMENTS Rc\ ised December 20. 2012 City Project No. 021 11 33 12 30-5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTF\1S Pa' 5 of S 1 I) Each orifice size must be sufficient to meet the requirements set forth in 2 AWWA M51 and indicated on the DraNvings. 3 2. Function 4 a. High volume discharge during pipeline filling 5 b. High volume intake through the large orifice 6 c. Pressurized air discharge 7 d. Surge Dampening/Controlled discharge rates 8 i) The valve shall have an integral Surge alleviation inechanisin which shall 9 operate automatically to limit transient pressure rise or shock induced by 10 closure due to high velocity air discharge or the subsequent rejoining of the I 1 separated water columns. The limitation of the pressure rise shall be 12 achieved by decelerating the approaching water prior to valve closure. 13 D. Materials 14 1. Combination Air Valve 15 a. Internal parts 16 1) Non -corroding material such as stainless steel or high density polyethylene 17 b. Valve body 18 1 ) AISI 304 stainless steel or ASTM A536 ductile iron 19 2) Equipped Nvith intake and discharge flanges 20 c. Inlet/Discharge orifice area 21 1) Equal to the nominal size of the valve 22 E. Finishes 23 1. Finish Materials 24 a. Supply all ductile iron Combination Air Valves with a factory applied fission 25 bonded epoxy coating Nvith a final coating thickness of 16 mils minimum. 26 2.3 ACCESSORIES 27 A. For 2-inch Combination Air Valve Assemblies: 28 1. Tap 29 a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in 30 accordance with Section 33 12 10 31 2. Inlet Piping 32 a. 2-inch outlet bet\veen the tap and the isolation valve with the following: 33 1) Threaded, lead-free brass piping 34 2) Threaded, lead-free brass tee 35 3) Threaded, lead-free brass hand wheel valves 36 3. Vent Piping 37 a. 4-Inch 1111111I11Un1 diameter, In accordance with the Drawings 38 4. Vent Screen 39 a. Stainless Steel (AISI 304) 40 5. DPopover Enclosure 41 a. Channel) SPH-1420 thermoplastic enclosure, or approved equal 42 6. Vault 43 a. Provide a flat top 4-foot diameter concrete manhole in accordance \vith Section 44 33 3920. 45 b. Provide a 32-inch hinged cover with frame and grade ring in accordance Nvith 46 Section 33 05 13. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE. IMPROVEMENTS Revised December 20, 201 City Project No. 021 11 33 12 3 0 - 6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS P tee 6 of S 1 c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings 3 B. For 3-inch to 8-Inch Combination Ali- Valve Assemblies: 4 1. Tap 5 a. For 24-Inch diameter mains: 6 1) Provide 24-inch blind flange outlet 7 b. For mains with 30-inch and greater diameter: 8 1) Provide 30-inch blind flange outlet 9 c. For ductile iron and PVC mains, provide mechanical joint 1 flange tec with 10 tapped flange. 11 2. Inlet Piping 12 a. Flanged ductile iron or steel, depending on main material, in accordance with 1 > Drawings 14 b. Corporation stops shall be in accordance with Section 33 12 10 and lvith 15 Drawings. 16 3. Isolation Valves 17 a. Gate valve (flanged) in accordance with Section 33 121 20 witli: 18 1) 2-inch operating nut, non -rising stem with enclosed miter gearing for 3- 19 inch and larger gate valves 20 4. Vent Piping 21 a. 4-inch minimum, ductile iron pipe, in accordance with Drawings 22 5. Vent Screen 23 a. Stainless Steel (AISI 304) 24 6. Dropover Enclosure 25 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 26 7. Vault 27 a. Provide a flat top, concrete manhole in accordance Nvith Section 33 39 20. 28 b. Manhole dimensions shall be in accordance with Drawings. 29 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 30 Section 33 05 13. 31 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 32 manufactured by Grinell, or equal, in accordance with the Drawings 33 C. Finishes 34 1. Primer Materials 35 a. Prime Vent Piping within vault, as well as above ground, for Iuiisli with a 36 product listed in on the City's Standard Products List in Section 01 60 00, 37 unless otherwise stated in the Drawings. 38 2. Finish Materials 39 a. Paint Vent Piping within vault, as well as above ground, with a product listed in 40 on the City's Standard Products List in Section 01 60 00, unless otherwise 41 stated in the Drawings. 42 b. Color to be selected by the City. 43 2.4 SOURCE QUALITY CONTROL 44 A. Tests and Inspections CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 331_'30-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS P;tec 7 ofS 1 1. Testing and inspection of Combination All- Valves shall be In accordance \with 2 ANVWA C512. 3 B. Markl1hys 4 1. Each Combination Air Valve shall be (narked in accordance \with ANV\VA C51 2. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. General 11 1. Install in accordance with manufacturer's reconunendations and as shown on the 12 Dra\wings. 13 2. Above ground and vault interior ductile iron piping and valves shall be painted in 14 accordance with City requirements, unless otherwise stated in the Drawings. 15 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in 16 accordance \with Section 33 11 10 and Section 33 11 11 respectively. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 A. Field Inspections 21 1. Pipe the large and small orifices directly to the vent piping. There direct discharge 22 of an orifice to an underground vault. 23 2. The valve shall perform as intended with no deformation, leaking or damage of any 24 kind for the pressure ranges indicated. 25 3. Before acceptance of the installed valve, the City Field Operations Staff shall have 26 the opportunity to inspect and operate the valve. 27 4. The City will assess the ease of access to the operating nut and ease of operating the 28 corporation stop. 29 5. If access and operation of the valve and its appurtenances meet the City Standard 30 Detail, then the valve will be accepted as installed. 31 6. The Combination Air Valve assembly shall be free from any leaks. 32 B. Non -Conforming Work 33 1. If access and operation of the valve or its appurtenances does not meet the City's 34 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 35 the Contractor's expense. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] CITY OF FORT \WORTH CAYLOR 5 iNIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVEMENTS Revised December 20, 2012 City Project No. 011 1 1 33 12 30 - 8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 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] 2 7 8 END OF SECTION 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 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 02111 33 12 40 - 1 FIRE HYDRANTS Page 1 of 7 1 SECTION 33 12 40 2 FIRE HYDRANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Dry -barrel fire hydrants with 5'/4-inch main valve for use with potable water mains 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 13 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 14 5. Section 33 11 10 — Ductile Iron Pipe 15 6. Section 33 11 11 — Ductile Iron Fittings 16 7. Section 33 11 14 — Buried Steel Pipe and Fittings 17 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Fire Hydrant and Extension 22 1) Measurement for this item shall be by the each hydrant, complete in place. 23 2. Payment 24 a. Unit Price - The work performed and materials furnished in accordance with 25 this Item and measured under "Measurement" will be paid for at the unit prices 26 bid per each "Fire Hydrant' installed. 27 b. Lumn Sum Price - The work performed and materials furnished in accordance, 28 with this Item and measured under "Measurement' will be included in the total 29 lumn sum price. 30 3. The price bid shall include: 31 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 32 Drawings 33 b. Dry -Barrel Fire Hydrant assembly from base to operating nut 34 c. Extension barrel and stem 35 d. Adjusting hydrant to the appropriate height 36 e. Painting 37 f. Pavement Removal 38 g. Excavation 39 h. Freight, loading, unloading and handling 40 i. Disposal of excess material 41 j. Furnish, placement and compaction of embedment CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised January 3, 2014 City Project No. 02111 33 12 40 - 2 FIRE HYDRANTS Page 2 of 7 I k. Furnish, placement and compaction of backfill 2 1. Blocking, Braces and Rest 3 in. Clean up 4 n. Disinfection 5 o. Testing 6 1.3 REFERENCES 7 A. Definitions 8 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 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. American Water Works Association (AWWA): 14 a. C502, Dry -Barrel Fire Hydrants 15 b. Manual of Water Supply Practices M17 (AWWA Manual M17) — Installation, 16 Field Testing, and Maintenance of Fire Hydrants 17 3. NSF International 18 a. 61, Drinking Water System Components — Health Effects 19 4. National Fire Protection Association (NFPA) 20 a. 1963, Standard for Fire Hose Connections 21 5. Underwriters Laboratories, Inc. (UL) 22 a. 246, Hydrants for Fire -Protection Service 23 6. Factory Mutual (FM) 24 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 25 Private Fire Service 26 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 0133 00. 29 B. All submittals shall be approved by the City prior to construction. 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Product Data 32 1. Dry -Barrel Fire Hydrant stating: 33 a. Main valve opening size 34 b. Nozzle arrangement and sizes 35 c. Operating nut size 36 d. Operating nut operating direction 37 e. Working pressure rating 38 f. Component assembly and materials 39 g. Coatings and Finishes 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised January 3, 2014 City Project No. 02111 33 12 40 - 3 FIRE HYDRANTS Page 3 of 7 1 1.9 QUALITY ASSURANCE 2 A. Qualifications 3 1. Manufacturers 4 a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. 5 1) Change orders, specials and field changes may be provided by a different 6 manufacturer upon City approval. 7 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 8 FM 1510. 9 1.10 DELIVERY, STORAGE, AND HANDLING 10 A. Storage and Handling Requirements 11 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 12 AWWA Manual M17. 13 2. Protect all parts so that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 3. Protect all equipment and parts against any damage during a prolonged period at the 17 site. 18 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 19 strongly built and securely bolted thereto. 20 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 21 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 22 extremes in temperature. 23 7. Secure and maintain a location to store the material in accordance with Section 01 24 6600. 25 1.11 FIELD CONDITIONS [NOT USED] 26 1.12 WARRANTY 27 A. Manufacturer Warranty 28 1. Manufacturer's Warranty shall be in accordance with Division 1. 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed on the City's Standard Products List will be 34 considered as shown in Section 01 60 00. 35 a. The manufacturer must comply with this Specification and related Sections. 36 2. Any product that is not listed on the Standard Products List is considered a 37 substitution and shall be submitted in accordance with Section 0125 00. 38 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer 39 regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar 40 service and size. 41 B. Description CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised January 3, 2014 City Project No. 02111 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 1. Regulatory Requirements A. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 1/8 inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 2'/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 33 12 40 - 5 FIRE HYDRANTS Page 5 of 7 1 2. Dry -Barrel Fire Hydrant Assembly 2 a. Internal parts 3 1) Threads 4 a) Provide operating thread designed to avoid metal such as iron or steel 5 threads against iron or steel parts. 6 2) Stem 7 a) Stem Nuts 8 (1) Provide bronze stem nuts. 9 (a) Grades per AWWA C502 10 b) Where needed, stem shall be grooved and sealed with 0-rings. 11 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 12 F. Finishes 13 1. Primer Materials 14 a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 15 2. Finish Materials 16 a. Dry -Barrel Fire Hydrant 17 1) Exterior 18 a) Above grade 19 (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant 20 assembly components in accordance with AWWA C502. 21 (2) Coating shall be Flynt Aluminum Paint in Silver. 22 b) Below grade 23 (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant 24 assembly components in accordance with AWWA C502. 25 2) Interior 26 a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance 27 with AWWA C502 28 2.3 ACCESSORIES 29 A. Polyethylene Encasement 30 1. Provide polyethylene encasement in accordance with Section 33 11 10. 31 B. Embedment 32 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 33 2.4 SOURCE QUALITY CONTROL 34 A. Tests and Inspections 35 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA 36 C502. 37 B. Markings 38 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised January 3, 2014 City Project No. 02111 33 12 40 - 6 FIRE HYDRANTS Page 6 of 7 1 PART 3 - EXECUTION [NOT USED] 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXANIINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. Install in accordance with AWWA Manual of Water Supply Practice M17, 8 manufacturer's recommendations and as shown on the Drawings. 9 2. Provide vertical installation with braces, rest and blocking in accordance with City 10 Standard Details. 11 3. Excavate and backfill trenches in accordance with 33 05 10. 12 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. 13 a. At the location of the weep holes, wrap barrel with polyethylene encasement 14 and crushed rock with filter fabric to prevent dirt and debris from entering the 15 fire hydrant. 16 5. Polyethylene encasement installation shall be in accordance with the applicable 17 portion of Section 33 11 10. 18 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 19 in the Drawings. 20 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 21 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 22 outlets to operate. 23 a. The crushed rock should extend 6 inches above the drain outlets and a 24 minimum of 1 foot on all sides of the fire hydrant base. 25 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 26 a. Cover is measured from the invert at the fire hydrant base, vertical to ground 27 elevation. 28 b. Fittings may be used along fire lead line to ensure minimum and maximum 29 cover requirements are met. 30 3.5 REPAIR / RESTORATION [NOT USED] 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD CONTROL 33 A. Field Inspections 34 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no 35 deformation, leaking or damage of any kind for the pressure ranges indicated. 36 2. City inspector will issue final inspection notice to City staff. 37 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 38 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 39 accordance with AWWA Manual of Water Supply Practice M17. This includes but 40 is not limited to: 41 a. Operation of Nozzles and operating nut are not obstructed. 42 b. Drain valve is not obstructed or plugged CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised January 3, 2014 City Project No. 02111 33 12 40 - 7 FIRE HYDRANTS Page 7 of 7 1 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 2 water line it's connected to is put in service. 3 B. Non -Conforming Work 4 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not 5 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 6 Contractor will remedy the situation criteria, at the Contractor's expense. 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 13 3.14 ATTACHMENTS 14 15 DATE 12/20/2012 16 NAME D.Johnson 11/27/2013 D. Townsend 1/3/2014 D. Townsend END OF SECTION Revision Log SUMMARY OF CHANGE 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 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, 1.3.13.7, 1.6.13.1, 2.2.13.Lc, 2.4.13.2 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, 1.3.13.7, 1.6.13.1, 2.2.13.Lc, 2.4.13.2 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised January 3, 2014 City Project No. 02111 33 16 13-1 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 1 of 18 i SECTION 33 16 13 2 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. AWWA D110, Type III precast, prestressed, concrete circular tank with steel 7 diaphragm for potable water applications. 8 B. 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 3123 16 — Unclassified Excavation 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this item shall be lump sum. 18 2. Payment 19 a. The work performed and materials furnished in accordance with the Item and 20 measured as provided under "Measurement' are included in the total lump sum 21 price. 22 3. The price bid will include: 23 a. Precast, prestressed concrete tank with steel diaphragm, in accordance with the 24 requirements of ANSI/AWWA D110-04 Standard for Wire Wound Circular 25 Prestressed Concrete Tanks — Type III complete in place 26 b. Excavation 27 c. Forms 28 d. Concrete 29 e. Reinforcing steel 30 f. Backfill 31 g. Cast -in place reinforced concrete slab 32 h. Precast circumferentially prestressed concrete wall incorporating a continuous 33 mechanically bonded steel diaphragm 34 i. Clear span dome 35 j. Piping 36 k. Appurtenances, shall include: 37 1) Exterior ladder 38 2) Internal ladder, 39 3) Roof hatches 40 4) Roof vents 41 5) Drains 42 6) Roof railing ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13 - 2 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 2 of 18 1 7) Mounts for level monitoring 2 8) Mounts for control conduit 3 1. Pipe connections 4 in. Hauling 5 n. Disposal of excess materials 6 o. Placement and compaction of backfill 7 p. Clean-up 8 q. Testing 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this specification refer to the current reference standard 12 published at the time of the latest revision date logged at the end of this 13 specification, unless a date is specifically cited. 14 2. American National Standards Institute (ANSI): 15 a. B40.100, Pressure Gauges and Gauge Attachments. 16 3. American Association of State Highway and Transportation Officials (AASHTO): 17 a. T-260, Standard Method of Sampling and Testing for Total Chloride Ion in 18 Concrete and Concrete Raw Materials 19 4. American Society of Civil Engineers (ASCE): 20 a. Standard 7-02, Minimum Design Loads for Buildings and other Structures 21 5. ASTM International (ASTM): 22 a. A185, Specification for Steel Welded Wire, Fabric, Plain for Concrete 23 Reinforcement 24 b. A227, Steel Wire, Hard -Drawn for Mechanical Springs 25 c. A416, Standard specification for Uncoated Seven -Wire Stress -Relieved Strand 26 for Prestressed Concrete 27 d. A603, Zinc -Coated Steel Structural Wire Rope 28 e. A615 or 615M, Standard Specification for Deformed and Plain Billet -Steel Bars 29 for Concrete Reinforcement 30 £ A648, Standard specification for Steel Wire, Hard -Drawn for Prestressing 31 Concrete Pipe 32 g. A821, Standard specification for Steel Wire, Hard -Drawn for Prestressing 33 Concrete Tanks 34 h. A1008, Standard specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, 35 High -Strength Low -Alloy, High -Strength Low -Alloy with Improved 36 Formability, Solution Hardened, and Bake Hardenable 37 i. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 38 Field 39 j. C39, Test Method for Compressive Strength of Cylindrical Concrete Specimens 40 k. C920, Standard Specification for Elastomeric Joint Sealants 41 1. D1056, Standard specification for Flexible Cellular Materials - Sponge or 42 Expanded Rubber 43 in. CI I16/CI 116M Standard Specification for Fiber -Reinforced Concrete and 44 Shotcrete 45 n. D 1752, Standard specification for Preformed Sponge Rubber and Cork 46 Expansion Joint Fillers for Concrete Paving and Structural Construction ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13 - 3 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 3 of 18 1 o. D2000, Standard Classification System for Rubber Products in Automotive 2 Applications 3 p. D395, Standard Test Method for Rubber Property -Compression Set 4 q. D698, Standard Test Methods for Laboratory Compaction Characteristics of 5 Soil using Std. effort (12,400 ft. 'bft/ft3) 6 r. D1557, Standard Test Method for Laboratory Compaction Characteristics of 7 Soil using Modified Effort (56,000 lbft/ft3) 8 s. D2240, Rubber Property - Durometer Hardness 9 6. American Water Works Association (AWWA): 10 a. C652, Standard for Disinfection of Water Storage Facilities 11 b. D110, Standard for Wire Wound Prestressed Concrete Water Tanks 12 7. American Concrete Institute (ACI): 13 a. 301, Specifications for Structural Concrete for Buildings 14 b. 304 R, Guide for Measuring, Mixing, Transporting and Placing Concrete 15 c. 305 R, Hot Weather Concreting 16 d. 306 R, Cold Weather Concreting 17 e. 309 R, Guide for Consolidation of Concrete 18 f. 318, Building Code Requirements for Reinforced Concrete 19 g. 347, Guide to Formwork for Concrete 20 h. 350 R, Environmental Engineering Concrete Structure 21 i. 3 5 0. 1 Tightness Testing of Environmental Engineering Concrete Containment 22 Structures 23 j. 372 R, Design and Construction of Circular Wire and Strand Wrapped 24 Prestressed Concrete Structures 25 k. 506 R, Guide to Shotcrete 26 8. Building code: 27 a. International Code Council (ICC): 28 9. Corps of Engineers Specifications: 29 a. CRD - C 572, Specification for PVC Waterstop 30 10. Federal Specification: 31 a. TT-S-227-e, Polysulphide Sealant 32 11. Military Specification: 33 a. MIL-R-219 31 (A) OS, Resin, Epoxy 34 12. International Building Code and associated standards, {2003 } {2006) {2009} 35 Edition including all amendments, referred to herein as Building Code.] 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 manufacture or delivery. 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Concrete Mix Designs 43 2. Aggregate 44 3. Admixtures ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13 - 4 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 4 of 18 1 4. Fiber reinforcing 2 5. Adhesives 3 6. Appurtenances 4 a. Hatches 5 b. Vents 6 c. Ladders 7 7. Piping 8 8. Waterstops 9 9. Foam materials 10 10. Decorative Coating 11 11. Logo 12 12. Nameplate 13 B. Shop Drawings 14 1. Provide shop drawings and design calculations, sealed by a Licensed Professional 15 Engineer in Texas, including: 16 a. Fabrication drawings, to scale, of: 17 1) Reinforcing steel layout 18 2) Wall Section and Prestressing 19 3) Plan and elevation view 20 4) Appurtenance layout 21 5) Foundation, Footing, floor, and wall 22 6) Dome ring 23 7) Piping and support details 24 8) Dome Vent 25 9) Hatches and Manways 26 10) Wall details 27 11) Ladders 28 12) Railing 29 b. Design calculations, including but not limited to: 30 1) Capacity Check 31 2) Vent capacity 32 3) Overflow capacity 33 4) Structural calculations, including seismic and wind 34 C. Samples 35 1. Decorative Coating Sample Colors 36 D. Certificates 37 1. Furnish an affidavit certifying that the tank meets the provisions of these 38 Specifications, all inspections have been made, and that all tests have been 39 performed in accordance with AWWA/ANSI D110. 40 E. Test and Evaluation Reports 41 1. Factory/Plant Concrete Test Reports 42 2. Certified Concrete Test results during construction 43 F. Manufacturers' Instructions ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13-5 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 5 of 18 1 1. Decorative Coating application instructions and recommendations 2 G. Special Procedure Submittals 3 1. Tank disinfection method and procedures in accordance with AWWA C652 4 H. Qualification Statements 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Failure to meet the qualification requirements is failure to fulfill the Contract. 9 1. Prequalification Submittal: 10 a. Tank Contractors must submit prequalifications in accordance with Section 00 11 21 13 and 00 45 11. 12 1) Prequalifications must be received by the City no later than fourteen (14) 13 days prior to the date of the opening of the bids. 14 2) The City will provide a list of prequalified tank contractors seven (7) days 15 prior to the date of the opening of bids. 16 2. Prequalification Requirements: 17 a. Concrete Tank Contractor (AWWA DI 10, Type IIl) 18 1) Contractor must meet the requirements of Section 00 45 11. 19 2) Contractor bidding this work shall be a specialist in the design and 20 construction of circular, precast, wire wound prestressed, concrete tanks with 21 self-supporting concrete dome roofs in accordance with AWWA D110 Type 22 IIl, and shall have constructed (in the company's own name) a minimum of 23 ten (10) such structures of 4 MG or greater which have been in successful 24 service for a minimum of five (5) years. 25 3) The Contractor shall furnish evidence of successful experience by including 26 project owner, project name, location, tank dimensions, soil conditions, and 27 any claims and resolutions. Owner's representative with address and 28 telephone number shall be provided. 29 B. Unit Responsibility and Coordination 30 1. Contractor shall cause all equipment specified under this section to be furnished by 31 the tank contractor who shall be responsible for the adequacy, and compatibility of 32 all tank components including, but not limited to: 33 a. Subgrade Preparation 34 b. Foundation and Sump 35 c. Inlet and outlet pipes including the: 36 1) Pipe support and thrust restraint 37 2) Pipe penetrations 38 3) Overflow Weir 39 4) Outlet Baffle 40 5) Overflow pipe and splash pad 41 d. Hatches 42 e. Manways 43 f. Ladders 44 g. Safety Equipment 45 h. Vent ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13-6 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 6 of 18 1 2. Any component of each complete tank not provided by the tank contractor shall be 2 designed, fabricated, tested, and installed by factory -authorized representatives 3 experienced in the design and construction of ground tanks. This requirement, 4 however, shall not be construed as relieving the Contractor of the overall 5 responsibility for this portion of the work. 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD CONDITIONS [NOT USED] 8 1.12 WARRANTY 9 A. Manufacturer Warranty 10 1. The Contractor shall guarantee the structure against defective materials or 11 workmanship for a period of two years from the date of completion. If any 12 materials or workmanship prove to be defective within two years, they shall be 13 replaced or repaired by the Contractor at the Contractor's expense. 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED [NOT USED] 16 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 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 A. Manufacturers 1. Only manufacturers prequalified per Section 1.09 will be considered. B. Description 1. The tank shall be designed in accordance with the requirements of ANSI/AWWA D110-04 Standard for Wire Wound Circular Prestressed Concrete Tanks - Type III: Precast Concrete with Steel Diaphragm. a. Use continuous, circumferential, wire wound prestressing. b. The use of circumferential tendon prestressing is not permitted. 2. An underdrain is provided around the perimeter of the tank, per the drawings and connects to a proposed storm drain. 3. Design roof such that the City can access the roof vent for regular inspection with standard safety equipment 4. Design tank as a composite concrete wall with an embedded mechanically bonded steel diaphragm in combination with vertical mild steel reinforcement. 5. The prestressed tank wall shall be considered as a cylindrical shell with partial edge restraint. 6. The prestressed tank wall shall be reinforced vertically by deformed steel reinforcing rods and welded wire fabric. The continuous mechanically bonded steel diaphragm can be taken as effective vertical reinforcing. 7. The prestressed tank wall shall be of precast construction. a. Shotcrete or cast -in -place concrete core walls are not permitted. 8. A suitable stress plate shall be required at all locations where prestressing wires are displaced by wall openings of 12" or greater. a. The stress plate shall be designated to transfer stress across the opening. 9. Minimum precast wall thickness shall be four inches. ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13 - 7 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 7 of 18 1 10. No reduction in ring compression or tension in the wall will be taken due to 2 restraint at the bottom. 3 11. The floor slab shall be designed as a membrane floor not less than six inches thick 4 and shall be placed monolithically. 5 a. No construction joints will be allowed. 6 b. Wall footings may be above or below floor grade, but shall be placed 7 monolithically with the floor. 8 c. Slope floor to the drain. 9 12. The dome roof shall have a rise to span ratio of 1: 10. 10 a. Minimum dome thickness shall be governed by buckling resistance, practical 11 construction or corrosion protection of the reinforcement. 12 b. Columns or interior supports will not be allowed. 13 c. Dome design shall be based on elastic spherical shell analysis. 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 C. Performance / Design Criteria 1. Capacities a. Storage Capacity — 5.0 million gallons b. Diameter — 122 ft x 58 ft liquid depth 1) Additional wall height above overflow elevation: a) Minimum 2' measured to lowest (elevation): (1) Dome spring line (2) Dome reference line or (3) Top of prestressed wall b) Additional wall height above overflow is required such that full flow of overflow weir can be achieved with a minimum of 12" of freeboard from the dome springline, dome reference line, or the top of the prestressed wall. c. Total Roof Live Load — According to City's Building Code d. Backfill Pressure — Earth load shall be determined by rational methods of soils mechanics. Backfill pressure shall not be used to reduce the amount of required prestressing. e. Vent Capacity 1) Maximum fill rate - 34 MGD 2) Maximum Draw Rate - 42 MGD 3) Overflow Design Capacity — 34 MGD a) Maximum water height above overflow weir 12-inches 2. Floor a. Minimum floor reinforcing steel: 1) FlaorDiamctef 4100' Qa-}---41 robar at 10" en etAe . o h, . 2) Floor diameter < 150' a) #4 rebar at 5" SL' on center each way b. Minimum thickness: 1) 6 inches c. Floor Slope: 1) Slope floor eccentrically to drain sump a) Slope to drain sump at 0.5% from farthest point in tank interior. b) Alternative sloping methods will be considered as proposed by tank manufacturer. ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 16 13-8 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 8 of 18 d. Poured monolithically e. No construction joints 1) Floors over 30,000 square feet of surface may have one construction joint if approved by the City 3. Dome and Wall a. Minimum dome and wall panel thickness: 1) 4inches D. Materials 1. Concrete — Conform to Section 03 30 00. a. Concrete conforming to ACI 301 b. Cement - Portland cement Type I or Type H. c. Admixtures 1) Air -entrainment 2) Water reducing admixtures 3) All others must be approved by the City. d. Concrete for tank wall and dome construction 1) Minimum compressive strength of 4,000 psi at 28 days 2) Required Admixture a) Air -entrainment e. Concrete for the tank floor, footings, pipe encasement, and all other work 1) Minimum compressive strength of 3,500 psi at 28 days 2) Air -entrainment admixture not required f. Floor and footing concrete 1) Required Admixture a) Polypropylene or cellulose fibers (Microfiber by Grace, Fibermesh 150 by Propex, U1traFiber 500 by Buckeye, or approved equal) (1) Fiber length shall be a maximum of/4 inches (2) Amount of fibers in accordance with the Manufacturer's recommendations g. Proportioning for concrete shall be in accordance with ACI 301. h. Concrete or shotcrete in contact with prestressing steel 1) Maximum water soluble chloride ion concentration in the concrete or shotcrete of 0.06 percent by weight of cement 2. Reinforcing Steel — Conform to Section 03 30 00. a. Reinforcing steel conforming to ASTM A615 1) Grade 60, as shown on the Drawings 2) Fabricated per job dimensions 3) Free from loose rust, scale, and contaminates which reduce bond 4) Position a) Accurately position on: (1) Supports (2) Spacers (3) Hangers (4) Other reinforcement b) Secured in place with: (1) Wire (2) Suitable Clips c) Supports ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 16 13 - 9 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 9 of 18 (1) Chair supports (a) Steel or (b) plastic b. Welded wire fabric conforming to ASTM A185. 3. Mortar Fill and Non -shrink Grout a. Mortar Fill and Non -shrink Grout - Conform to Section 03 30 00. 1) Minimum compressive strength of 4,000 psi at 28 days. 4. Shotcrete a. Shotcrete conforming ACI Standard 506R, except as modified herein. 1) Either wet mix or dry mix process may be employed for shotcreting. 2) Shotcrete for wire coat a) Consist of not more than three parts sand to one part portland cement by weight b) Minimum strength of 4,500 psi at 28 days c) Additional coats of shotcrete (1) Consist of not more than four parts sand to one part portland cement by weight 5. Steel Diaphragm a. The steel diaphragm conforming to ASTM A1008 1) Minimum of 26 gauge (0.017 inches) thickness 2) Vertically ribbed with reentrant angles a) The back of the channels shall be wider than the front, thus providing a mechanical keyway anchorage with the concrete and shotcrete encasement. b. Steel Diaphragm Position 1) Extend within two inch of the full height of the wall panel with no horizontal joints 2) Vertical joints within a wall panel shall be roll seamed or otherwise fastened in a fashion which results in a firm mechanical lock. 3) Joints between wall panels that are not roll seamed shall be edge sealed with polysulfide sealant. c. Openings or Punctures 1) Punctures are not permitted in the diaphragm except those required for pipe sleeves, temporary construction openings, or special appurtenances. a) Details of such openings, as are necessary, shall be approved by the City. b) All such openings shall be completely edge sealed with polysulfide sealant. d. Diaphragm steel may be considered as contributing to the vertical reinforcement of the wall. 6. Prestressing Steel a. Cold drawn, high carbon wire conforming to ASTM A821 1) Minimum ultimate tensile strength of 210,000 psi. b. Splices for horizontal prestressed reinforcement 1) Ferrous material compatible with the reinforcement a) Develop the full strength of the wire 2) Wire splice and anchorage accessories shall not nick or otherwise damage the prestressing. ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 33 16 13 - 10 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 10 of 18 7. Elastomeric Materials a. Waterstops 1) Minimum 9" waterstops with centerbulbs shall be polyvinyl chloride meeting the requirements of the Corps of Engineers Specification CRD-0572. 2) Splices shall be made in accordance with the manufacturer's recommendations subject to the approval of the City. 3) Waterstops shall be style 26RCB as manufactured by Southern Metal & Plastic Products, or equal. b. Bearing Pads 1) Natural Rubber or Neoprene bearing pads that meet the requirements of Q ASTM D2000 Line Call -Out 2 BC 415 Al 4 B 14 for 40 durometer material a) Resistant to degradation to exposure to chloramines b) Hardness of 40 to 50 durometer c) Minimum tensile strength of 1,500 psi d) Minimum elongation 500 percent e) Maximum compressive set of 50 percent c. Sponge Rubber Filler 1) Closed cell neoprene conforming to ASTM D1056, Type 2 Al Class A Grade 4 a) Compression deflection limited to 25 percent at 13 to 17 psi d. Polysulfide Sealant 1) Two component elastomeric compound conforming to ASTM C920 a) Characteristics (1) Bonds to metal surfaces (2) Flexible (3) Resistant to extrusion due to hydrostatic pressure b) Air cured sealant is not allowed e. Decorative Coating System for Tank 1) Select one of two decorative coating systems: a) System 1 (1) One coat cementitious based waterproofing product such as "Tamoseal" or equal, and; (2) One coat of non-cementious 100% acrylic such as "Tammscoat" or equal b) System 2 (1) Two coats of an acrylic coating such as "Tammscoat Smooth Coating Smooth" or equal 2) Tank Colors Selection by the City includes (1) Wall and Dome Color (2) Dome Ring Color (3) Two (2) colors for the logo E. Appurtenances 1. The Contractor shall provide and install all appurtenances as shown on the drawings. Appurtenances shall include the following: a. Piping ADDENDUM #1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS November 2014 CAYLOR 5MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 331613 -11 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 1 I of 18 1 1) All interior piping and supports shall be 304 Stainless Steel unless 2 integrally cast into the wall panel. Piping integrally cast into the all panel 3 may be ductile Iron. The contractor is responsible for design and constructing 4 the pipe support system to the wall and or the floor. 5 a) Inlet -Outlet 6 (1) 30-inch inlet/outlet line 7 b) Overflow 8 (1) Minimum 30-inch overflow line 9 c) Bolts and Nuts 10 (1) ASTM A193/A194 B8 Class 1 11 b. Roof Hatches 12 1) Lockable, not less than 3'6" x 3'6", Halliday Series FIR4242 with options 13 MACAAA or equal. All hardware shall be stainless steel. 14 2) Number of Hatches 15 a) Two (2) 16 c. Roof Ventilators 17 1) Aluminum 18 2) Insect screen 19 a) Aluminum 20 b) Size 21 (1) Sized to allow for a maximum venting requirement fill rate as 22 stated above 23 3) Minimum diameter 24 a) 2 feet 25 d. Ladders 26 1) The ladder and all components must comply with applicable OSHA 27 standards. 28 a) Interior 29 (1) 304 stainless steel ladder 30 (2) Extend from floor to the hatch 31 (3) Fall prevention 32 (a) Sliding, locking mechanism North SAF-T-Climb , or approved 33 equal 34 (b) Three (3) safety belt ascender kits 35 (4) Safety Post 36 (a) LadderUp safety post or approved equal 37 (b) Extends 3 feet above roof hatch 38 b) Exterior 39 (1) Aluminum ladder 40 (2) Extend from roof to floor 41 (3) Fall prevention 42 (a) Sliding, locking mechanism North SAF-T-Climb, or approved 43 equal 44 (4) Safety Post 45 (a) LadderUp safety post or approved equal 46 (b) Extends 3 feet above roof 47 (5) Security 48 Q (a) Aluminum Ladder Gate Climb Preventive Shield 49 1 c) Interior Manwav ladders (2) ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13 - 12 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 12 of 18 1 (1) 304 stainless steel ladder 2 (2) Extend from floor to the bottom of the Manwav hatch 3 e. Wall Manways 4 1) 36" Chase Type, 304 Stainless Steel 5 a) Number of Manways 6 (1) Two (2) 7 b) Elevation: 8 (1) Height from proposed grade to bottom of manway opening: 9 (a) Maximum: 2-feet 10 (b) Minimum: I -foot 11 c) Provide 1-inch sampling point with lockable box on each manway 12 (1) Stainless steel valve, box, and fittings 13 f. Nameplate: 14 1) Bronze or stainless 15 2) Location: 16 a) Adjacent to exterior ladder 17 b) 5-feet above finished grade 18 3) Information: 19 a) Nominal Tank Diameter 20 b) Nominal Tank Height 21 c) Nominal Tank Capacity 22 d) Tank Type (AWWA D110, Type III) 23 e) Finished Floor Elevation 24 f) Overflow Elevation 25 g) Pressure Plane 26 h) Year Constructed 27 i) Name of Contractor 28 j) Contract Number 30 1 to mmp'--_4ap 31 2) water-pressufc 32 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 PART 3 - EXECUTION 36 3.1 INSTALLERS 37 A. Tank Manufacturer/ Contractors 38 1. Contractor must be prequalified for this project per Part 1.9.13 39 3.2 EXANIINATION 40 A. Evaluation and Assessment 41 1. Verify lines and grades are in accordance to the Drawings. 42 3.3 PREPARATION 43 A. Excavation and Backfill ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13 - 13 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 13 of 18 1 1. The excavation and backfill requirements for the tank are shown on the drawings 2 and in Section 3123 16. 3 2. To a distance of ten feet beyond the tank perimeter, remove and dispose of surface 4 vegetation, organic topsoil, and any undesirable material. 5 3. The excavation shall be examined by the geotechnical engineer prior to fill 6 placement, to confirm removal of all compressible or highly plastic clay materials, 7 and all loose rock fragments. 8 a. Notify the City 3 days prior to reaching the bottom of the excavation for 9 examination by the Geotech. 10 4. The excavation shall be dewatered during all construction operations. The 11 dewatering method used shall prevent disturbance of the earth below grade. 12 5. The tank Contractor shall provide an Engineer to document and verify: 13 Q a. Subgrade is consistent with the geotechnical report 14 b. Geotechnical report and subgrade specified is appropriate for the soils 15 encountered 16 c. Foundation design intent is suitable for the subarade specified 17 B. Floor 18 1. The floor and wall footings shall be constructed to the dimensions shown on the 19 approved Shop Drawings. 20 2. Prior to placement of the floor, a six mil polyethylene moisture barrier shall be 21 placed over the subbase. Joints in the polyethylene shall be overlapped a minimum 22 of six inches. 23 3. Prior to placement of the floor, all piping that penetrates the floor shall be set and 24 encased in concrete and pressure tested. Waterstops for the placement of the pipe 25 penetrations shall be detailed by the tank manufacturers. 26 3.4 ERECTION, INSTALLATION 27 A. Floor 28 1. The vertical waterstop shall be placed and supported so that the bottom of the 29 center bulb is at the elevation of the top of the footing. 30 a. Support the waterstop without puncturing any portion of the waterstop unless it 31 is manufactured with holes for tying. 32 b. Splice the waterstop using a thermostatically controlled sealing iron and each 33 splice shall be successfully spark tested prior to encasement in concrete. 34 2. The floor shall be cured by flooding with water, and shall remain flooded for a 35 minimum of seven (7) days. 36 3. Coordinate pipe installations with Tank Manufacturer and Contractor based on 37 elevations from floor sloping. 38 B. Precast Panel Construction 39 1. The precast wall shall be constructed with a continuous waterproof steel diaphragm 40 embedded in the exterior of the precast panel. 41 a. Horizontal joints in the diaphragm will not be allowed. 42 2. No holes for form ties, nails, or other punctures will be permitted in the wail. 43 3. Temporary wall openings may be provided for access and removal of construction 44 materials from the tank interior subject to the approval of the City. ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 33 16 13 - 14 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 14 of B 1 4. Wall and dome panel beds shall be located around the periphery of the tank as 2 required. The beds shall be constructed to provide finished panels with the proper 3 curvature of the tank. 4 5. Polyethylene sheeting shall be placed between successive pours to provide a high 5 moisture environment and a long slow cure for the concrete. 6 6. The erection crane and lifting equipment shall be capable of lifting and placing the 7 precast panels to their proper location without causing damage to the panel. 8 7. The precast panels shall be erected to the correct vertical and circumferential 9 alignment. The edges of adjoining panels shall not vary inwardly or outwardly by 10 more than 3/8 inch and shall be placed to the tank radius within + 3/8 inch. 11 8. Joints between precast wall panels shall be bridged with a 10 gauge steel plate edge 12 sealed with polysulfide and filled with mortar or overlap diaphragm and fill with 13 4,500 psi shotcrete. 14 a. No through -wall ties will be permitted. 15 C. Concrete: 16 1. All concrete shall be conveyed, placed, finished, and cured as required by pertinent 17 ACI standards. 18 2. Weather Limitations: 19 a. Unless specifically authorized in writing, concrete shall not be placed without 20 special protection during cold weather when the ambient temperature is below 21 35 degrees Fahrenheit and when the concrete is likely to be subjected to freezing 22 temperatures before initial set has occurred and the concrete strength has 23 reached 500 psi. Concrete shall be protected in accordance with ACI 306R. The 24 temperature of the concrete shall be maintained in accordance with the 25 requirements of ACI 301 and ACI 306R. All methods and equipment for heating 26 and for protecting concrete in place shall be subject to the approval of the City. 27 b. During hot weather, concreting shall be in accordance with the requirements of 28 ACI 3O5R. 29 c. Placement of concrete during periods of low humidity (below 50 percent) shall 30 be avoided when feasible and economically possible, particularly when large 31 surface areas are to be finished. In any event, surfaces exposed to drying wind 32 shall be covered with polyethylene sheets immediately after finishing, or 33 flooded with water, or shall be water cured continuously from the time the 34 concrete has taken initial set. Curing compounds may be used in conjunction 35 with water curing, provided they are compatible with coatings that may later be 36 applied, or they are degradable. 37 3. Finishes: The tank shall be given the following finishes: 38 a. The floor slab shall be given a mechanical steel float finish or Fresno finish. 39 b. The interior of precast wall panels shall be given a light broom finish. 40 c. The exterior of precast dome panels, dome slots, and cast -in -place domes shall 41 be given a light broom finish. 42 d. Exterior shotcrete shall be given a nozzle finish. 43 4. Curing: Concrete shall be cured using water methods, sealing materials, or curing 44 compounds. Curing compounds shall not be used on surfaces to which decorative 45 coatings, mortar, or shotcrete is to be applied. Curing compounds used within the 46 tank shall be suitable for use with potable water. ADDENDUM #1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS November 2014 CAYLOR 5MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 331613 -15 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 15 of 18 1 D. Prestressing: 2 1. Prestressing wire will be placed on the wall with a wire winding machine capable 3 of consistently producing a stress in the wire within a range of -7 percent to +7 4 percent of the stress required by the design. No circumferential movement of the 5 wire along the tank wall will be permitted during or after stressing the wire. 6 Stressing may be accomplished by drawing the wire through a die or by other 7 means that result in uninterrupted elongation, thus assuring uniform stress 8 throughout its length and over the periphery of the tank. 9 2. Each coil of prestressing wire shall be temporarily anchored at sufficient intervals 10 to minimize the loss of prestress in case a wire breaks during wrapping. 11 3. Minimum clear space between prestressing wires is 5/16 inch or 1.5 wire diameters, 12 whichever is greater. Any wires not meeting the spacing requirements shall be 13 respaced. Prestressing shall be placed no closer than two inches from the top of the 14 wall, edges of openings, or inserts, nor closer than three inches from the base of 15 walls or floors where radial movement may occur. 16 4. The band of prestressing normally required over the height of an opening shall be 17 displaced into circumferential bands immediately above and below the opening to 18 maintain the required prestressing force. Bundling of wires shall be prohibited. 19 5. A properly designed stress plate shall be used at all permanent wall penetrations 20 equal to or greater than 12" in height. The stress plate shall accommodate a portion 21 of the prestressing wires normally required for the height of the opening. The 22 remaining prestress wires normally required shall be displaced into circumferential 23 bands immediately above and below the penetration. The effect of banded 24 prestressing shall be taken into account in the design. 25 6. Ends of individual coils shall be joined by suitable steel splicing devices capable of 26 developing the full strength of the wire. 27 7. The Contractor shall furnish a calibrated stress recording device, which can be 28 recalibrated, to be used in determining wire stress levels on the wall during and 29 after the prestressing process. 30 a. At least one stress reading per vertical foot or one stress reading for every roll of 31 wire, whichever is greater, shall be taken immediately after the wire has been 32 applied on the wall. 33 1) Readings shall be recorded and shall refer to the applicable height and layer 34 of wire for which the stress is being taken. 35 b. A written record of stress readings shall be kept by the Contractor. All stress 36 readings shall be made on straight lengths of wire. 37 1) If applied stresses fall below the design stress in the steel, additional wire 38 will be provided to bring the force on the corewall up to the required design 39 force. 40 2) If the stress in the steel is more than 7% over the required design stress, the 41 wrapping operation should be discontinued, and satisfactory adjustment made 42 to the stressing equipment before proceeding. 43 E. Shotcreting: 44 1. Weather Limitations: ADDENDUM #1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS November 2014 CAYLOR 5MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 33 16 13 - 16 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 16 of 18 1 a. Shotcrete shall not be placed in freezing weather without provisions for 2 protection of the shotcrete against freezing. Shotcrete placement can start 3 without special protection when the temperature is 35 degrees Fahrenheit and 4 rising, and must be suspended when the temperature is 40 degrees Fahrenheit 5 and falling. The surface to which the shotcrete is applied must be free from frost. 6 Cold weather shotcreting shall be in accordance with ACI 301 and ACI 306R. 7 b. Hot weather shotcreting shall be in accordance with the requirements of ACI 8 301 and ACI 305R. 9 2. Coating of Steel Diaphragm: 10 a. The steel diaphragm shall be covered with a layer of shotcrete at least 1/2 inch 11 thick prior to prestressing. 12 b. Total minimum coating over the steel diaphragm shall be 1-1/2 inches including 13 diaphragm cover, wire cover, and finish covercoat. 14 3. Coating Over Prestressing Wire: 15 a. Each prestress wire shall be individually encased in shotcrete. Wire coat 16 thickness shall be sufficient to provide a clear cover over the wire of at least 1/4 17 inch. 18 b. Finish covercoat shotcrete shall be applied as soon as practical after the last 19 application of wire coat. The total thickness of shotcrete shall not be less than 20 one inch over the wire. 21 4. Placement of Shotcrete: 22 a. Shotcrete shall be applied with the nozzle held at a small upward angle not 23 exceeding five degrees and constantly moving during application in a smooth 24 motion with the nozzle pointing in a radial direction toward the center of the 25 tank. The nozzle distance from the prestressing shall be such that shotcrete does 26 not build up or cover the front face of the wire until the spaces behind and 27 between the prestressing elements are filled. 28 b. Total covercoat thickness shall be controlled by shooting guide wires. Vertical 29 wires shall be installed under tension and spaced no more than 3-ft 0-in apart to 30 establish uniform and correct coating thickness. Wires of 18 or 20 gauge high 31 tensile strength steel or a minimum 100 lb. monofilament line shall be used. 32 Wires shall be removed after placement of the covercoat. 33 5. Curing: Shotcrete shall be cured using water curing methods, curing compounds or 34 sealing materials at the option of the Contractor. 35 6. Ladders and Mounted Appurtenances: Ladders and other appurtenance that are 36 mounted directly to the tank shall be done so in a way that prevents damage to the 37 prestressing wire and the shotcrete and are the responsibility of the tank 38 manufacturer. The tank manufacturer shall provide a means to support electrical 39 and control conduit directly to the tank. Conduit WILL NOT be allowed to be 40 mounted on the exterior ladder. 41 F. Decorative Coatings: 42 1. Work shall be performed by skilled workmen familiar with this type of work. 43 2. Apply coating in accordance with manufacturer's recommendations. 44 3. The concrete surface to be coated must be clean, free of all laitance, dirt, grease, 45 and foreign material. All defective surfaces shall be filled and/or repaired. 46 Application shall be in full accordance with the manufacturer's instructions or as 47 amended by the City. ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 331613 -17 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 17 of 18 4. The dome ring and logo shall be different colors than the rest of the tank. 2 3.5 REPAUVRESTORATION [NOT USED] 3 3.6 RE-INSTALLATION[NOT USED] 4 3.7 FIELD QUALITY CONTROL 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 A. Concrete 1. Testing: a. For concrete placed in precast panels or wall slots, provide: 1) A set of three cylinders shall be made for each panel or wall slot, but no truck shall have cylinders taken for more than one panel. b. For concrete placed in the floor, dome ring, or dome slots 1) Two sets of three cylinders for the first 50 cubic yards, and 1 set of three cylinders for every 150 cubic yards thereafter placed in the same day. a) One cylinder shall be tested at seven days b) One at 28 days c) One held as a spare. c. Slump tests on each delivery shall be made prior to placement. Slump shall not exceed four inches unless a high range water reducer is being used. d. All concrete testing shall be in accordance with ASTM C-31 and C-39, at no expense to the City, and shall be conducted by an independent testing agency approved by the City. Testing is at the Contractor's expense. The Contractor is responsible for coordinating all testing. B. Shotcrete: 1. Testing: a. Testing of shotcrete shall be in accordance with ACI 506R, except as specified herein. 1) One test panel shall be made for each of the following operations: a) corewall, cove, wire cover, and covercoat. 2) Test panels shall be made from the shotcrete as it is being placed, and shall, as nearly as possible, represent the material being applied. The method of making a test sample shall be as follows: a) A frame of wire fabric (one foot square, three inches in depth) shall be secured to a plywood panel and hung or placed in the location where shotcrete is being placed. b) This form shall be filled in layers simultaneously with the nearby application. c) After 24 hours, the fabric and plywood backup shall be removed and the sample slab placed in a safe location at the site. b. The sample slab shall be moist cured in a manner identical with the regular surface application. The sample slab shall be sent to an approved testing laboratory and tested at the age of 7 days and 28 days. 1) Nine 3- inch cubes shall be cut from the sample slab and subjected to compression tests in accordance with current ASTM Standards. a) Three cubes shall be tested at the age of 7 days b) Three shall be tested at the age of 28 days c) Three shall be retained as spares. ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 331613 -18 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 18 of 18 1 c. Shotcrete testing shall be provided by an independent testing laboratory, paid for 2 by the Contractor, and approved by the City. 3 C. Disinfection: 4 1. At the completion of the tank and before filling for the leakage test, thoroughly 5 clean and flush the interior of the tank. 6 2. Notify the City prior to chlorinating the tank. 7 3. Provide disinfection in accordance with AWWA C652. 8 a. Method approved by the City and in accordance with state agency requirements 9 4. Prior to placing the tank in service, a bacteriological test shall be taken by an 10 independent testing laboratory at the Contractor's expense. 11 D. Watertightness Test 12 1. Upon completion, the tank shall be tested to determine watertightness in accordance 13 with AWWA D110, Section 5.12 - Watertightness. If the tank is partially buried it 14 cannot be backfilled prior to passing the watertightness test. 15 a. The tank shall be filled with potable water (initial filling provided by the Owner) 16 to the maximum level. 17 b. Tank shall be filled using the inlet line only. 18 c. The tank must maintain zero measurable loss for the duration of the test, zero 19 measurable loss should follow the requirements set forth in ACI 350.1 and 20 should be adjusted for evaporation and precipitation. 21 1) There shall be no damp spots on the exterior walls. 22 2) No standing water or running water on the footing due to a leak in the tank. 23 d. If the tank fails the test the contractor shall be responsible for paying for water 24 associated with additional tank filling and take necessary action until the test is 25 passed. 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 DATE NAME 35 Revision Log SUMMARY OF CHANGE ADDENDUM #1 CITY OF FORT WORTH CAYLOR 5MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS November 2014 City Project No. 02111 333120-1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 7 1 SECTION 33 3120 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer 7 applications and site drainale 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.1.A.1 10 2. Modified 1.2.A.2.a 11 3. Added 1.2.A.2.b 12 4. Added 2.2.13. Lf 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 — General Requirements 17 3. Section 33 0130 — Sewer and Manhole Testing 18 4. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 19 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 6. Section 33 05 26 — Utility Markers/Locators 21 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measurement 25 a. Measured horizontally along the surface from center line to center line of the 26 manhole or appurtenance 27 2. Payment 28 a. Unit Price - The work performed and materials furnished in accordance with 29 this Item and measured as provided under "Measurement" will be paid for at the 30 unit price bid per linear foot of "PVC Pipe" installed for: 31 1) Various sizes 32 2) Various Standard Dimension Ratios 33 3) Various embedments 34 4) Various depths, for miscellaneous projects only 35 b. Lump Sum Price - The work performed and materials furnished in accordance 36 with this Item and measured as provided under "Measurement" will be included 37 in the total lump sum price for: 38 1) Various sizes 39 2) Various Standard Dimension Ratios 40 3. The price bid shall include: CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised June 19, 2013 City Project No. 02111 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 7 1 a. Furnishing and installing PVC gravity pipe with joints as specified by the 2 Drawings 3 b. Pavement removal 4 c. Excavation 5 d. Hauling 6 e. Disposal of excess material 7 f. Furnishing, placement and compaction of embedment 8 g. Furnishing, placement and compaction of backfill 9 h. Trench water stops 10 i. Clean-up 11 j. Cleaning 12 k. Testing 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. American Association of State Highway and Transportation (AASHTO). 19 3. ASTM International (ASTM): 20 a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) 21 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 22 b. D2412, Standard Test Method for Determination of External Loading 23 Characteristics of Plastic Pipe by Parallel -Plate Loading. 24 c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) 25 Sewer Pipe and Fittings. 26 d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes 27 Using Flexible Elastomeric Seals. 28 e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter 29 Plastic Gravity Sewer Pipe and Fittings. 30 4. Texas Commission on Environmental Quality (TCEQ): 31 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. 32 b. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying 33 Pipe. 34 c. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.57 — Testing 35 Requirements for Installation of Gravity Collection System Pipes. 36 5. Underwriters Laboratories, Inc. (UL). 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 0133 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data 43 1. Product data sheet 44 2. Manufacturer CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised June 19, 2013 City Project No. 02111 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 7 1 3. Nominal pipe diameter 2 4. Standard dimension ratio (SDR) 3 5. Cell classification 4 6. Laying lengths 5 B. Certificates 6 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of 7 this Section and has been air and deflection tested and meets the requirements of 8 ASTM D3034 and ASTM F679. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Qualifications 13 1. Manufacturers 14 a. Finished pipe shall be the product of 1 manufacturer for each size per project, 15 unless otherwise approved by the City. 16 1) Change orders, specials and field changes may be provided by a different 17 manufacturer upon City approval. 18 b. Pipe manufacturing operations shall be performed under the control of the 19 manufacturer. 20 c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 21 15-inch) and ASTM F679 (18-inch through 27-inch). 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 A. Storage and Handling Requirements 24 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 25 guidelines. 26 2. Secure and maintain a location to store the material in accordance with 27 Section 0166 00. 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 33 A. Manufacturers 34 1. Only the manufacturers as listed in the City's Standard Products List will be 35 considered as shown in Section 01 60 00. 36 a. The manufacturer must comply with this Specification and related Sections. 37 2. Any product that is not listed on the Standard Products List is considered a 38 substitution and shall be submitted in accordance with Section 0125 00. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised June 19, 2013 City Project No. 02111 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 7 1 B. Performance / Design Criteria 2 1. Pipe 3 a. Meet all requirements of TCEQ. 4 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 5 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. 6 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. 7 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or 8 closure pieces necessary to comply with the Drawings. 9 e. Use green coloring for ground identification as sanitary sewer pipe. 10 £ Use white coloring for ground identification as storm drain pipe. 11 g. PVC meeting the requirements of ASTM D1784, with a cell classification of 12 12454 or 12364 13 h. Deflection Design 14 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 15 2) Design pipe according to the Modified Iowa Formula as detailed by the 16 Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the 17 following parameters: 18 a) Unit Weight of Fill (w) = 130 pounds per cubic foot 19 b) Live Load = AASHTO HS 20 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings 21 d) Maximum (E') = 1,000 max 22 e) Deflection Lag Factor (DL) = 1.0 23 f) Bedding Factor constant (K) = 0.1 24 g) Mean radius of the pipe (r), inches, as indicated in Drawings 25 h) Marston's load per unit length (W), pounds per inch, calculate per 26 Drawings 27 i) PVC modulus of elasticity (E) = 400,000 psi 28 j) Moment of inertia of pipe wall per unit length, (1) = 0/12, (0/in), per 29 pipe type and size 30 (1) Where (t) = pipe thickness, inches 31 k) Maximum Calculated Deflection = 5 percent 32 i. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds 33 per cubic foot) with at least 11/z pipe diameters of cover, pipe is generally not 34 subject to flotation. If shallower, check groundwater flotation potential. 35 Flotation will occur if: 36 37 Fb > Wp + Wf + Wd 38 39 Where: Fb = buoyant force, pound per foot 40 Wp = empty pipe weight, pound per foot 41 Wf = weight of flooded soil, pound per foot 42 Wd = weight of dry soil, pound per foot 43 44 Values and formulas for the above variables can be obtained from the pipe 45 manufacturer and site specific soil conditions. 46 j. Verify trench depths after existing utilities are located. 47 k. Accommodate vertical alignment changes required because of existing utility or 48 other conflicts by an appropriate change in pipe design depth. 49 1. In no case shall pipe be installed deeper than its design allows. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised June 19, 2013 City Project No. 02111 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 7 1 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance 2 with ASTM D2412. 3 3. Pipe markings 4 a. Meet the minimum requirements of ASTM D3034 and ASTM F679. 5 b. Minimum pipe markings shall be as follows: 6 1) Manufacturer's Name or Trademark and production record 7 2) Nominal pipe size 8 3) PVC cell classification 9 4) ASTM or Standard Dimension Ratio (SDR) designation 10 5) Seal of testing agency that verified the suitability of the pipe 11 4. Joints 12 a. Joints shall be gasket, bell and spigot, push -on type conforming to 13 ASTM D3212. 14 b. Since each pipe manufacturer has a different design for push -on joints; gaskets 15 shall be part of a complete pipe section and purchased as such. 16 5. Connections 17 a. Only use manufactured fittings. 18 b. See Section 33 31 50. 19 6. Detectable Metallic Tape 20 a. See Section 33 05 26. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. General 29 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 30 33 05 10, and in accordance with the pipe manufacturer's recommendations. 31 2. Lay pipe to the lines and grades as indicated in the Drawings. 32 3. Excavate and backfill trenches in accordance with Section 33 05 10. 33 4. Embed PVC pipe in accordance with Section 33 05 10. 34 B. Pipe Handling 35 1. Haul and distribute pipe and fittings at the project site. 36 2. Handle piping with care to avoid damage. 37 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 38 lowering into the trench. 39 b. Use only nylon ropes, slings or other lifting devices that will not damage the 40 surface of the pipe for handling the pipe. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised June 19, 2013 City Project No. 02111 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 333120-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 7 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. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastolmeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 31 50. E. 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. Field Tests and Inspections 1. Video Inspection a. Provide a Post -CCTV inspection in accordance with Section 33 01 31. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 01 30. 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 6/18/13 D. Johnson 2.2.13. Lb — Pipe Material Clarification CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised June 19, 2013 City Project No. 02111 333120-7 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Page 7 of 7 CAYLOR 5 MG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVEMENTS City Project No. 02111 1,31910-1 CAST -IN -PLACE CONCRETEMANHOLE Pa,-c I of 6 1 SECTION 33 39 10 2 CAST -IN -PLACE CONCRETE MANHOLE 3 PARTI- GENERAL 4 1.1 SUA4MARY 5 A. Section Includes: 6 1. Sanitary Sewer Cast -in -Place Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1 ?.A. l .b.1 9 2. Added 1.2.A.l.b 2 10 3. Modified 1,2.A 2.b. I 11 4. Added 1.2.A.2.b.2 12 C. Related Specification Sections include but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 03 30 00 — Cast -In -Place Concrete 17 4. Section 03 80 00 — Modifications to Existing Concrete Structures 18 5. Section 33 01 30 — Sewer and Manhole Testing 19 6. Section 33 05 13 — Frame, Cover, and Grade Rings 20 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 21 1.2 PRICE AND PAYNIENT PROCEDURES 22 A. Measurement and Payment 23 1. Manhole 24 a. Measurement 25 1) Measurement for this Item shall be per each. 26 b. Payment 27 1) Unit Price - The work performed and the materials furnished in accordance 28 with this Item shall be paid for at the unit price bid per each "Manhole" 29 installed for: 30 a) Various sizes 31 b) Various types 32 2) Lump Sum Price - The work performed and the materials ftirnished in 33 accordance with this Item shall be included in the total lump stun price for: 34 a) Various sizes 35 b) Various tvpes 36 C. The price bid \vlll InCltide: 37 1) Manhole structure complete in place 38 2) Excavation 39 3) Forms 40 4) Concrete CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE- TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 ,. ;9 10 CAST -IN -PLACE CONCRETE MANHOLE Paac 2 of 6 1 5) Backfill 2 6) Foundation 3 7) Drop pipe 4 8) Stubs 5 9) Frame 6 10) Cover 7 1 1) Grade rings 8 12) Pipe connections 9 13) Pavement removal 10 14) Hauling 11 15) Disposal of excess material 12 16) Placement and compaction of backfLll 13 17) Clean-up 14 2. Extra Depth Manhole 15 a. Measurement 16 1) Measurement for added depth beyond 6 feet \vill be per vertical foot, 17 measured to the nearest 1/10 foot. 18 b. Payment 19 1) Unit Price - The work performed and the materials furnished in accordance 20 with this Item and measured as provided under "1Vlcasurement" will be paid 21 for at the twit price bid per vertical foot for "Extra Depth Manhole" specified 22 for: 23 a) Various sizes 24 2) Lump Sum Price - The work performed and the materials fi i-nished in 25 accordance with this Item for various sizes and measured as provided under 26 "Measurement" will be included in the total lump stun price. 27 c. The price bid will include: M 1) Manhole structure complete in place 29 2) Excavation 30 3) Forms 31 4) Reinforcing steel (if required) 32 5) Concrete 33 6) Backfill 34 7) Foundation 35 8) Drop pipe 36 9) Stubs 37 10) Frame 38 1 1) Cover 39 12) Grade rings 40 13) Pipe connections 41 14) Pavement removal 42 15) Hauling 43 16) Disposal of excess material 44 17) Placement and compaction of backfill 45 18) Clean-up 46 3. Sanitary Sewer Junction Structure 47 a. Measurement 48 1) Measurement for this Item will be per each Sewer .function Structure being 49 installed. CITY OF FORTWORTH CAYLOR 5 MG GROUND STORAGE TANK, S"I'E\NDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER, AND DRAINAGE IMPROVEMENTS Rey iud December 20, 2012 City Project No. 0211 1 333910-3 CAST -IN -PLACE CONCRETE \MANHOLE. Pa ,e 3 46 1 b. Payment 2 I ) The work performed and materials fiirnished in accordance with this Item 3 and measured as provided under "Measurement" shall be paid for at the hump 4 sum bid per each "Sewer Junction Structure" location. 5 c. Price bid will include: 6 1) Junction Structure complete in place 7 2) Excavation 8 3) Forms 9 4) Reinforcing steel (if required) 10 5) Concrete 11 6) Backfill 12 7) Foundation 13 8) Drop pipe 14 9) Stubs 15 10) Frame 16 1 1) Cover 17 12) Grade rings 18 13) Pipe connections 19 14) Pavement removal 20 15) Hal -ding 21 16) Disposal of excess material 22 17) Placement and compaction of backfill 23 18) Clean-up 24 1.3 REFERENCES 25 A. Definitions 26 1. Manhole Type 27 a. Standard Manhole (See City Standard Details) 28 1) Greater than 4 feet deep up to 6 feet deep 29 b. Standard Drop Manhole (See City Standard Details) 30 1) Same as Standard Manhole with external drop connection (s) 31 c. Type "A" Manhole (See City Standard Details) 32 1 ) Manhole set on a reinforced concrete block placed around 39-inch and 33 larger sewer pipe 34 d. Shallow Manhole (See City Standard Details) 35 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 36 than 39-Inch 37 2. Manhole Size 38 a. 4 foot diameter 39 1 ) Used with pipe ranging from 8-inch to 15-inch 40 b. 5 foot diameter 41 1) Used with pipe ranging from 18-inch to 36-inch 42 c. See specific manhole design on Drawings for pipes larger than 36-inch. 43 B. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. ASTM International (ASTM): CITY OF FORT WORTH CAYLOR 5 i\MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE I\MPROVENIENTS Revised December 20, 2012 City Projcct No. 021 11 33 3910 -4 CAST -IN -PLACE CONCRETE MANHOLE Paac-4 of 6 1 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 2 b. D4259, Standard Practice for Abrading Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the City prior to delivery. 7 1.6 ACTION SUBMITTALS/INFORNIATIONAL SUBMITTALS 8 A. Product Data 9 1. Drop connection materials 10 2. Pipe connections at manhole walls 11 3. Stubs and stub plugs 12 4. Admixtures 13 5. Concrete Mix Design 14 1.7 -1.12 [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED [otz] ON,8'NER-SUPPLIEDPRODUCTS [NOT USED] 17 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 18 A. Manufacturers 19 1. Only the manufacturers as listed on the City's Standard Products List will be 20 considered as shown in Section 01 60 00. 21 a. The manufacturer must comply with this Specification and related Sections. 22 2. Any product that is not listed on the Standard Products List is considered a 23 substitution and shall be submitted in accordance with Section 01 25 00. 24 B. Materials 25 1. Concrete Conform to Section 03 30 00. 26 2. Reinforcing Steel — Conform to Section 03 21 00. 27 3. Frame and Cover — Conform to Section 33 05 13. 28 4. Grade Ring — Conform to Section 33 05 13. 29 5. Pipe Connections 30 a. Pipe connections can be premolded pipe adapter, flexible locked -in boot 31 adapter, or integrally cast gasket channel and gasket. 32 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. 33 7. Exterior Coating 34 a. Use Coal Tar Bitumastic for below grade damp proofing. 35 b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. 36 c. Solids content is 68 percent by volume �L 2 percent. CITY OF FORT NVORTII CAYLOR i NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVL-NIENTS ReN iced December 20. 2012 City Project No. 021 11 "1 19 10 -> CAST-IN-PLACt-= CONCRETE MANHOLE P,,ciof6 1 2.3 -2.4 [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 1 1 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. is a. A cold joint with water stop is allowed \vhen 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 mist cure 3 days before backfilling around structure. 23 B. Pipe connection at Manhole 24 1. Do not constrict 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 mauls with max11111.1111 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 % 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 fiill 8 35 inches in depth. 36 D. Drop Manhole Connection 37 1. Install drop connection when sewer line enters manhole higher than 24 inches 38 above the invert. 39 E. Final Rim Elevation CITY OF FORT WORTH CAYLOR � MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVE\4ENTs Revised December20.2012 City Project No. 02111 "i_`) 10-6 CAST -IN -PLACE CONCRETE MANHOLE Pa'c 6 ofb 1 1. Install concrete grade rings for height adjustment. 2 a. Construct grade ring on load bearing shoulder of manhole. 3 b. Use sealant between rings as shmvn on Drawings. 4 2. Set frame on top of manhole or grade rings using continuous water sealant. 5 3. Remove debris, stones and dirt to ensure a watertight seal. 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 7 final surface elevation of the manhole frame. 8 F. Internal coating 9 1. Internal coating application will conform to Section 33 39 60, if required by 10 Drawings, 11 G. External coating 12 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 13 the coating. 14 2. Cure for 3 days before backfilling around structure. 15 3. Coat the same date the forms are removed. 16 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 17 5. Application will follow manufacturer's recommendation. 18 H. Modifications and Pipe Penetrations 19 1. Conform to Section 03 80 00. 20 I. Junction Structures 21 1. All structures shall be installed as specified in Drawings. 22 3.5 -3.6 [NOT USED] 23 3.7 FIELD QUALITY CONTROL 24 A. Field Tests and Inspections 25 1. Perform vacuum test in accordance with Section 33 01 30. 26 3.8 -3.14 [NOT USED] 27 END OF SECTION Revision Lou j) DATE NAME SUMMARY OF CHANGE I 12/20/2012 D. Johnson 1.2.A. I .e. — reinforcing steel removed from items to be included in price bid ] 28 CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 0211 1 3)3920-1 PRECAST CONCRETE MANHOLE Pa('e 1 of5 1 SECTION 33-39-20 2 PRECAST CONCRETE MANHOLE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 7 Concrete Manholes 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1.b.I 10 2. Added 1.2.A.1.b.2 11 3. Modified 1.2.A.2.b.1 12 4. Added 1.2.A.2.b.2 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division I — General Requirements 17 3. Section 03 30 00 — Cast -in -Place Concrete 18 4. Section 03 80 00 — Modifications to Existing Concrete Structures 19 5. Section 33 01 30 — Sewer and Manhole Testing 20 6. Section 33 05 13 — Frame, Cover, and Grade Rings 21 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Manhole 25 a. Measurement 26 1) Measurement for this Item shall be per each concrete manhole installed. 27 b. Payment 28 1) Unit Price - The \.vork performed and the materials furnished in accordance 29 with this Item shall be paid for at the unit price bid per each "Manhole" 30 installed for: 31 a) Various sizes 32 b) Various types 33 2) Lump Sum Price - The \,vork performed and the materials fiirnished in 34 accordance with this Item shall be included in the total lump sum price for: 35 a) Various sizes 36 b) Various types 37 c. The price bid \.vill include: 38 1) Manhole Structure complete in place 39 2) Excavation 40 3) Forms CITY OF FORT \VORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December20, 2012 City Project No. 02111 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 27 23 74 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 13 19 10 - 2 PRFCASr CONCRETE MANHOLE P,iee'_ of 6 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 1 1) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2, Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) Unit Price - 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 vertical foot for "Extra Depth Manhole" specified for: a) Various sizes 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item for various sizes and measured as provided under "Measurement" will be included in the total lump sum Drice. c. The price bid will include: I ) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 1 1) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up CITY OE FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rey ised December 20. 2012 CAYLOR S NIG GROUND STORAGE- TANK, \VATER. AND DRAINAGE I\IPROVEMENTS CithProject No. 02111 33 39 20 - PRECAST CONCRETE f\4ANHOLF Pace 3 ofb 1.3 REFERENCES 2 A. Definitions 3 1. Manhole Type 4 a. Standard Manhole (See City Standard Details) 5 1) Greater than 4 feet deep up to 6 feet deep 6 b. Standard Drop N/lanhole (See City Standard Details) 7 1) Same as Standard Manhole with external drop connection(s) 8 c. Type "A" Manhole (See City Standard Details) 9 1) Manhole set on a reinforced concrete block placed around 39-inch and 10 larger sewer pipe. 1 I cl. Shallo\v Manhole (See City Standard Details) 12 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 13 than 39-111ch 14 2. Manhole Size 15 a. 4 foot diameter 16 1) Used \vith pipe ranging from 8-inch to 15-inch 17 b. 5 foot diameter 18 1) Used \vith pipe ranging from 18-inch to 36-inch 19 2) See specific manhole design on Drawings for pipes larger than 36-inch. 20 B. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. ASTM International (ASTM): 25 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 26 Rubber Gasl<ets 27 b. C478, Standard Specification for Precast Reinforced Concrete Marihole 28 Sections. 29 c. C923, Standard Specification for Resilient Connectors Between Reinforced 30 Concrete Manholes Structures, Pipes, and Laterals. 31 d. D 1187, Standard Specification for Asplialt-Base Emulsion for Use as Protective 32 Coatinus for N/letal 33 e. D 1227, Standard Specification for Emulsified Asphalt Used as a Protective 34 Coating for Roofing 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance witli Section 01 3300. 38 B. All submittals shall be approved by the City prior to delivery. 39 1.6 ACTION SUBMITTALSANFORIVIATIONAL SUBMITTALS 40 A. Product Data 41 1. Precast Concrete Manhole 42 2. Drop connection materials 43 3. Pipe connections at manhole walls CITY OF FORT WORTH CAYLOR 5 SAG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \vATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 33 39 20 - 4 PRECAST CONCRETE MANHOLE Pau,e 4 of 6 4. Stubs and stub plugs 2 5. Admixtures 3 6. Concrete Mix Design 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBIVIITTALS ]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 10 A. Manufacturer Warranty I 1 1. Manufacturer's Warranty shall be in accordance with Division 1. 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED IOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT, PRODUCT TYPES, AND 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 B. Materials 22 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 23 2. Precast Joints 24 a. Provide gasketed joints in accordance with ASTM C443. 25 b. Minimize number of segments. 26 c. Use long joints at the bottom and shorter joints to\,vard the top. 27 d. h3clude manufacturer's stamp on each section. 28 3. Lifting Devices 29 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 30 1) If lift lugs are provided, place 180 degrees apart. 31 2) If lift holes are provided, place 180 degrees apart and grout during manhole 32 installation. 33 4. Frame and Cover — Conform to Section 33 05 13. 34 5. Grade Ring — Conform to Section 33 05 13 and ASTM C'478. 35 6. Pipe Connections 36 a. Utilize either an integrally cast embedded pipe connector or a boot -type 37 connector installed in a circular block out opening conforming to ASTM C923. 38 7. Steps CITY OF FORT WORTH CAYLOR � NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVENIENTS Revised December 20, 2012 City Project No. 021 1 1 2 3 4 5 6 7 8 9 10 20 - PRECAST CONCRETE NIANIIOLE P9'C 5 ofb a. No steps are allowed. 8. Interior Coating or Liner — Conform to Section 33 39 60. 9. Exterior Coating a Coat Nvith non-fibered asphaltic emulsion in accordance with ASTNI D 1 187 Type I and ASTM D 1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION 11 A. Evaluation and Assessment 12 1. Verify lines and grades are in accordance to the Drawings. 13 3.3 PREPARATION 14 A. Foundation Preparation 15 1. Excavate 8 inches below manhole foundation. 16 2. Replace excavated soil with course aggregate; creating a stable base for manhole 17 construction. 18 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 19 nuid slab may be substituted. 20 3.4 INSTALLATION 21 A. Manhole 22 1. Construct manhole to dimensions shown on Drawings. 23 2. Precast Sections 24 a. Provide bell -and -spigot design incorporating a premolded joint sealing 25 compound for wastewater use. 26 b. Clean bell spigot and gaskets, lubricate and join. 27 c. Minimize number of segments. 28 d. Use long joints used at the bottom and shorter joints toward the top. 29 B. Invert 30 1. Construct invert channels to provide a smooth waterway with no disruption of flow 31 at pipe -manhole connections. 32 2. For direction changes of mains, construct channels tangent to mains with maximum 33 possible radius of curvature. 34 a. Provide curves for side inlets. 35 3. For all standard manholes provide full depth invert. 36 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 37 inches in depth. 38 C. Drop Manhole Connection CITY OF FORT NVORTH CAYLOR 5 MG GROUND STORAGE- TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IMPROVEMENTS Revised December 20. 2012 City Project No. 021 11 33 3920-6 PRECAST CONCRETE MANHOLE Pace 6 of 1 1. Install drop connection when sewer line enters manhole higher than 24 inches 2 above the invert. 3 D. Final Rim Elevation 4 1. hlstall concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rims as sho\vn on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. S 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood. stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 E. Internal coating 12 1. Internal coating application will conform to Section 33 39 60, if required by 13 Drawings. 14 F. External coating 15 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 16 the coating. 17 2. Cure manhole for 3 clays before backfilling around the structure. 18 3. Application will follow manufacttu-er's recommendation. 19 G. Modifications and Pipe Penetrations 20 1. Conform to Section 03 80 00. 21 3.5 REPAIR / RESTORATION [NOT USED] 22 3.6 RE -INSTALLATION INOT USEDI 23 3.7 FIELD QUALITY CONTROL 24 A. Field Tests and Inspections 25 1. Perform vacuum test in accordance with Section 33 01 30. 26 3.8 -3.14 [NOT USED] 27 END OF SECTION Revision Lou 28 DATE NAME SUMMARY OF CHANGE 1. 1. A.] -1\4odified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.13? - Modified to include ASTNNI C443. D11S7 and D1227 as references B. I-' - Modified in accordance with new ASTN/1 references 2.2.13.10 - Modified in accordance with new ASTN/1 references CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 201? City Prgiect No. 021 1 1 33 41 10- 1 REINFORCED CONCRETE STORM DRAIN PIPE CULVERTS Pae I of 12 I SECTION 33 41 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PARTI- GENERAL 4 1.1 SUNINIARY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 7 including: S a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 1 1 d. All connections to new or existing pipe or headwalls, malflioles, etc., to the 12 lines and grades shown on the Drawings 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A.1.b.1 15 2. Added 1.2.A. Lb.2 16 3. Modified 1.2.A.2.b.1 17 4. Added 1.2.A.2.b.2 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division I — General Requirements 21 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 4. Section 03 30 00 — Cast -in -Place Concrete 23 5. Section 33 05 10 Utility Trench Excavation, Embedment and BackCll 24 6. Section 33 05 23 — Hand Tunneling 25 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment ?� 1. Reinforced Concrete Storm Drain Pipe 29 a. Measurement 30 I) Measured along the longitudinal centerline of the pipe from the initial 31 beginning point as shown on Drawings to the end of construction as shoxvn 32 on Drawings, excluding inside diameters of any manholes encountered 33 b. Payment 34 1) Unit Price - The work performed and materials furnished in accordance 35 with this Item and measured as provided under "Measurement" will be paid 36 for at the unit price bid per linear foot of "RCP" installed for: 37 a) Various sizes 35 b) Various classes CITY OF FORT WORTH C'AYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE INIPROVEMENTS Revised hily I. 2011 City Project No. 021 11 33 11 10-2 REINFORCED CONCRETE STORM DRAIN PIPE, CULVERTS Pa,-,c 2 of 12 1 2) Lump Sum Price - The work performed and materials furnished in 2 accordance \.vith this Item and measured as provided under "Measurement" 3 \vill be included in the total lump sum price for: 4 a) Various sizes 5 b) Various classes 6 c. The price bid shall include: 7 1) Furnishing and installing the specified diameter pipe and appurtenant 8 fittings 9 2) Mobilization 10 3) Pavement removal Il 4) Excavation 12 5) Hallhllg 13 6) Disposal of excess material 14 7) Furnishing, placement and compaction of embedment 15 S) Furnishing, placement and compaction of backfill 16 9) Gaskets 17 10) Clean-up 18 1 1) Clealllllg 19 12) Jointing 20 13) Connections to all drainage structures 21 2. Reinforced Concrete Storm Drain Culverts 22 a. Measurement 23 1) Measured along the longitudinal centerline of the pipe from the initial 24 beginning point as shown on Drawings to the end of construction as shown 25 on Drawings, excluding inside diameters of any manholes encountered 26 b. Payment 27 1) Unit Price - The work performed and materials fiirnished in accordance 28 \vith this Item and pleasured as provided under "Measurement" will be paid 29 for at the unit price bid per linear foot of "Box Culvert" installed for: 30 a) Various sizes 31 2) Lul111) Sum Price - The work performed and materials furnished in 32 accordance with this Item for various sizes and pleasured as provided under 33 "Measurement" will be included in the total lump sum price. 34 c. The price bid shall include: 35 1) Furnishing and installing the specified diameter pipe and appurtenant 36 flttlll(TS 37 2) Mobilization 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess material 42 7) Furnishing, placement and compaction of embedment 43 8) Furnishing, placement and compaction of backfill 44 9) Gaskets 45 10) Clean-up 46 1 1) Cleaning 47 12) Jointing 48 13) Connections to all drainage structures CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUTIENTS \\CATER, AND DRAINAGE- IMPROVEMENTS Re\ked.luhv 1, 2011 City Project No.02111 3341 10-3 REINFORCED CONCRETE STORiM DRAIN PIPE CULVERTS PaaC 3 of 12 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Association of State Highway and Transportation Officials (AASHTO): 7 a. TI 11, Inorganic Matter or Ash in Bituminous Materials. 8 3. ASTM International (ASTM): 9 a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for 10 Concrete. 1 I b. A497, Standard Specification for Steel Welded Wire Reinforcement, 12 Deformed, for Concrete. 13 c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and 14 Sexver Pipe. 15 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure 16 Pipe. 17 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 18 Rubber Gaskets. 19 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 20 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 21 Drain, and Sewer Pipe. 22 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 23 Drain, and Sewer Pipe. 24 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 25 Precast Box Sections Using Preformed Flexible Joint Sealants. 26 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 27 Sections for Culverts, Storm Drains, and Sewers. 28 k. D4, Standard Test Method for Bitumen Content. 29 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 30 Compounds. 31 m. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball 32 Apparatus). 33 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 34 (Displacement Method). 35 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 36 Tester. 37 p. D1 13, Standard Test Method for Ductility of Bituminous Materials. 38 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 39 4. TxDOT Test Procedures (Tex): 40 a. Tex-704-I, Malting, Curing, and Testing Compression Test Specimens for 41 Precast Concrete 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 A. Submittals shall be in accordance with Section 01 33 00. 45 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised July 1, 201 1 City Project No. 021 1 1 "41 10-4 REINFORCED CONCRETE STORM DRAIN PIPE, CULVERTS Pa,c 4 of 12 1 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS A. Certificates 3 I . Furnish manufacturer's certificate of compliance that their product meets the 4 physical testing requirements of this Specification for the materials referenced ti including, but not limited to: 6 a. Reinforced concrete pipe 7 b. Concrete box culvert ti c. Jointing materials 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING 13 A. Storage and Handling Requirements 14 1. Secure and maintain a location to store the material in accordance with Section 01 15 6600. 16 2. Keep pipe clean and fully drained during storage. 17 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 1 X 4. Repair or replace any damaged pipe before installation per the manufacturer's 19 recommendation. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED[ 1 1.12 WARRANTY [NOT USED] ?� PART 2 - PRODUCTS ?3 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] ,4 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Fabrication 26 1. Precast Reinforced Concrete Pipe 27 a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ?5 ASTM C507 for circular, arch or elliptical pipe respectively. -)9 b. Utilize a machine made process or cast by a process that will provide uniform 30 placement of a mixture of cement, aggregate and water proportional to provide 31 a homogeneous concrete meeting the specified strength requirements. 3? c. Mix concrete in a central batch plant or other approved hatching facility where >3 the quality and uniformity of the concrete is assured. 3 1 d. Do not use transit mixed concrete to manufacture precast concrete pipe. 35 2. Concrete Box Culvert 36 a. Cast -in -Place 37 1) Conform to Section 03 30 00. 38 b. Precast 39 1) Furnish machine made precast boxes in accordance with ASTM C 1433. CITY OF FORT NVORTI-I CAYLOR S MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER. AND DRAINAGE IMPROVEMENTS Rey iced .lily I. 2011 Cite Project No. 021 It 3341 10-? REINFORCED CONCRETE STORM DRAIN PIPE CULVERTS Ptae 5 off2 1 2) Utilize a machine made process or cast by a process that will provide 2 uniform placement of a mixture of cement, aggregate, and water 3 proportional to provide a homogeneous concrete meeting the specified 4 strength requirements. 5 3) Concrete \-\eater to cement ratio not to exceed 0.53 by weight 6 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless 7 mix designs \vith lower cement content demonstrate that the quality and 8 performance of the sections meet the requirements of this Specification. 9 5) Mix concrete in a central batch plant or other approved batching facility 10 Where the quality and uniformity of the concrete is assured. 11 6) Do not use transit mixed concrete to manufacture precast concrete box 12 culvert. 13 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A 185 14 or ASTM A497. 15 3. Jointing Materials 16 a. Use an), of the materials described in this Section for the making of joints. 17 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 18 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 19 a) Provide flexible joint sealants that meet the requirements of 20 ASTM C990. 21 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 22 c) Plastic gasket shall be produced from blends of refined hydrocarbon 23 resins and plasticizing compounds reinforced with inert mineral filler 24 and shall contain no solvents, irritating flumes or obnoxious odors. 25 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 26 or chemical action for its adhesive or cohesive strength. 27 e) Supply in extruded rope form of suitable cross section and size as to fill 28 the joint space when the pipes are joined. 29 f) Provide a size of the pre -formed flexible joint sealant in accordance 30 with the manufacturer's recommendations and large enough to properly 31 seal the joint and obtain the squeeze out as described under 32 construction methods. 33 g) The gasket joint sealer shall be protected by a suitable removable 2- 34 piece wrapper, and the 2-piece wrapper shall be so designed that '/2 may 35 be removed longitudinally without disturbing the other % to facilitate 36 application as noted below. 37 h) The chemical composition of the gasket joint sealing compound as 38 shipped steal I meet the requirements of Table 1 \when tested in 39 accordance with the test methods shown. 40 41 Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds 42 C'IT Y OF FORT \WORTH CAYLOR i NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOC'UNIENTS WATER, AND DRAINAGE IMPROVEMENTS Rey iced July I. 201 1 Cite Project No. 021 1 1 33-11 10-6 REINFORCED CONCRETE STORM DRAIN PIPE,CULVERTS Paee 6 oT 12 i) Gasket joint sealing compound When inunersed for 30 days at ambient 2 room temperature separately in 5 percent solution of caustic potash, a 3 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfilric 4 acid and a saturated hydrogen sulfide (H,S) solution shall sho\v no 5 visible deterioration. 6 j) The physical properties of the gasket joint sealing compound as 7 shipped shall meet the requirements in Table 2 when tested in S accordance with the test methods shown. 9 Table 2. Sealing Compound Physical Properties Property Test IVIethod Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D 113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds 75 minimum 77 degrees F (150-gms) 5-seconds ASTM D217 50 to 120 115 degrees F (I50-gms) 5-seconds 150 max Flash Point C.O.C. ASTM D92 600 degrees F Fire Point C.O.0 ( I 625 degrees F 10 3) Rubber Gaskets I 1 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 12 b) Meet the requirements of ASTM C443 for design of the joints and 13 permissible variations in dimensions. 14 B. Design Criteria 15 1. Reinforced Concrete Pipe 16 a. Unless otherwise indicated on the Dra\vings, furnish Class III concrete pipe 17 with shell thickness, circumferential reinforcement and strength conforming to 18 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch 19 or elliptical pipe respectively, except as modified below: 20 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 21 reinforcement. 22 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 23 option, ftirnish pipe manufactured with either Wall "B" or Wall "C" 24 minimum thicknesses and the applicable minimum steel area as listed for 25 circular cages in Table II of ASTM C76, provided test strength 26 requirements for Class III pipe are satisfactorily met. 27 b. Jacking, Boring, or Tumleling 28 1) Design pipe for jacking, boring or tunneling conforming to the 29 requirements of Section 33 05 23. 30 2) When requested, provide design notes and drawings signed and sealed by a 31 Texas licensed professional engineer. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL 34 A. Tests and Inspections CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE IMPROVEMENTS Revised July 1, 2011 City Project No. 021 1 1 3341 10-7 REIN'POR( ED CONCRETE STORNI DRAIN PIPE CI,L\'FRTS P,i^_e 7 of I? 1 1. Reinforced Concrete Pipe 2 a. Acceptance of pipe will be determined by the results of the following tests: 3 1 > Material tests required in ASTM C76, ASTM C506 or ASTM C507. 4 2) Absorption tests in accordance with ASTM C497. 5 3) 3-edge bearing tests in accordance with ASTM C'497. 6 a) Testing Rate 7 (1) If tested for 0.01-inch crack only: S (a) Test 0.8 percent of pipe sections for each size included in order 9 (2) If tested for 0.01-inch crack and ultimate load: 10 (a) Test 0.2 percent of pipe sections for each size included in order l 1 b) Pipes that have been tested only to the formation of a 0.01 inch crack 12 and that meet the 0.01 inch test load requirements shall be accepted for 13 use. 14 c) Failed Pipe 15 (1) Test 2 consecutive joints in the same mix series if a specimen sails 16 to meet test requirements. 17 (2) Entire pipe series will be rejected if I of the consecutive joints fails 18 to meet test requirements. 19 d) Pipes larger than 1 inch in diameter may be accepted on the basis of 20 material tests and inspection of completed product as an alternate to 3- 21 edge bearing test, at the option of the manufacturer. 22 (1) Acceptance of pipe \vill be determined by the results of the material 23 tests as required in ASTM C76, ASTM C5O6 or ASTIN/I C5O7. 24 (a) Perform crushing tests on cores taken from barrel of completed 25 and cured pipe. 26 (b) Perform absorption tests on samples from pipe wall. 27 (c) Inspect finished pipe including amount and placement of 28 reinforcement. 29 (2) Manufacturer will furnish facilities and personnel for taking Core 30 samples from pipe barrel and for determining compressive strength 31 of samples. 32 (3) Manufacturer will plug and seal core holes if samples meet strength 33 requirements. 34 (a) Plug and seal sections in a manner that the pipe section \-vill 35 meet all test requirements of ASTM C76, ASTM C506 or 36 ASTM C5O7. 37 (b) Pipe sections plugged and sealed as described above will be 35 accepted for use. 39 4) Inspect the finished pipe to determine its conformance \with the required 40 design. 41 2. Cast -In -Place Concrete Box Culvert 42 a. Provide test specimens that meet the requirements of Division 03. 43 3. Precast Box Culvert 44 a. Make test specimens in test cylinders at the same time and in the same manner 45 as the box sections they represent. 46 b. Make a minimum of 4 test cylinders for each day's production run and each 47 mix design. 48 c. Cure test cylinders in the same manner and for the same times as the boxes they 49 represent. CITY OF FORTWORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised JLdv 1, 2011 City Project No. 02 1 1 1 „41 10-8 REINFORCED CONCRETE STORM DRAIN PIPE CULVERTS Paee 8 of I'_ 1 d. Test the specimens in accordance with Tex-704-1. 2 B. Sizes and Permissible Variations 3 1. Reinforced Concrete Pipe 4 a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement. 5 placement of reinforcement, laying length and the permissible under run of 6 length are in accordance with the applicable ASTM Specification for each type 7 of pipe as referred to previously. 8 b. Where rubber gasket pipe joints arc to be used, the design of joints and 9 permissible variations in dimensions shall be in accordance with ASTM C443, 10 Sections 7 and 8. 11 2. Cast -in -Place or Precast Box Culvert 12 a. Ensure that precast sections of either type meet the following requirements: 13 1) The inside vertical and horizontal dimensions do not vary from Drawing 14 requirements by more than 1 /2 inch or I percent, whichever is greater. 15 2) The horizontal or vertical plane at each end of the box Section does not vary 16 from perpendlCUlar by more than 1/2 inch or I percent, whichever is 17 greater, measured on the inside faces of the section. 18 3) The sides of a section at each end do not vary from being perpendicular to 19 the top and bottom by more than 1 /2 inch or 1 percent, whichever is greater, 20 when measured diagonally between opposite interior corners. 21 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 22 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 23 ',whichever is greater. 24 1) If proper jointing is not affected, thicknesses in excess of Drawing 25 requirements are acceptable. 26 c. Deviations from the above tolerances will be acceptable if the sections can be 27 fitted at the plant or job site and the joint opening at any point does not exceed 28 1 inch. 29 1) Use match marks for proper installation on sections that have been accepted 30 in this manner. 31 C. Workmanship and Finish 32 1. Reinforced Concrete Pipe 33 a. Ensure that pipe is Substantially free from fractures, large or deep cracks and 34 surface roughness. 35 b. Ensure that ends of pipe arc normal to the walls and centerline of the pipe 36 within the limits of variations allowed as stated previously. 37 2. Cast -in -Place or Precast Box Culvert 38 a. Fine cracks on the surface of the member that do not extend to the plane of the 39 nearest reinforcement are acceptable unless the cracks are numerous and 40 extensive. 41 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 42 manner. 43 c. Excessive damage, honeycomb or cracking will be subject to structural review. 44 d. The City may accept boxes with repairs that are sound, properly finished and 45 Cured in conformance with pertinent Specifications. 46 e. When fine cracks on the surface indicate poor curing practices, discontinue 47 further production of precast sections until corrections are made and proper 48 curing is provided. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NVATER, AND DRAINAGE INIPROVENtENTS Revised July 1, 2011 City Project No. 021 1 1 3341 10-9 REINFORCED CONCRETE STORM DRAIN PIPGCULVERTS Pasc 9 of 12 1 D. C'urillg 2 1. Cure Mille/box In accordance with the applicable ASTNI Specification for each type 3 of pipe as referred to above. 4 E. Marking 5 1. Reinforced Concrete Pipe 6 a. Clearly mark the following information on each section of pipe: 7 1) Class of pipe 8 2) ASTM designation 9 3) Date of manufacture 10 4) Identification of plant 11 5) Name or trademark of the mallnfacturer 12 6) Pipe to be used for jacking and boring 13 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 14 of each section during the procesS Of manufacture Or immediately after with the 15 following: 16 1) The location of the top or bottom of the pipe as it Should be installed, 17 unless the external shape of the pipe IS Such that the correct position of the 18 top and bottom is ObvlOrlS 19 2) Mark the pipe section by indenting or painting \vith waterproof paint. 20 2. Cast -in -Place or Precast Box Culvert 21 a. Mark precast boxes with the following: 22 1) Name or trademark of the producer 23 2) Date of manufacture 24 3) Box size 25 4) Minimum and maximum fill heights 26 b. For boxes without lifting holes, mark 1 end of each box section on the inside 27 and outside walls to indicate the top or bottom as it will be installed. 28 c. Indent markings into the box section or paint them on each box with waterproof 29 paint. 30 F. Pipe/Box Rejection 31 1. Individual sections of pipe/box may be rejected if any of the Specification 32 requirements are not met or if any of the following exist: 33 a. Fractures or cracks passing through the shell, \with the exception of a single end 34 crack that does not exceed the depth of the joint 35 b. Defects that indicate imperfect proportioning, mixing and molding 36 C. Surface defects indicating honeycombed or open texture 37 d. Damaged ends which would prevent making a satisfactory joint 38 e. Any continuous crack having a Slll"faCC \width of 0.01 Inch or more and 39 extending for a length of 12 inch or more 40 2. Mark rejected pipe/box with painted "REJECTED". 41 3. Remove rejected pipe/box immediately li-oin job site and replace with pipe/box 42 meeting the requirements of this Specification. CITY OF FORT WORT II CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised.luly 1, 2011 City Project No. 02111 ? 41 10 - 10 REINFORCED CONCRETE STORM DRAIN PIPE CULVERTS Pa_e 10 of] 2 PART 3 - EXECUTION 2 3.1 INSTALLERS (NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 8 open -cut type installation. 9 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 10 methods are specified on Drawings. 11 3. Establish and maintain lines and grades. 12 B. Pipe/Box Laying — Trench Installation 13 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 14 Conditions. 15 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 16 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 17 or upstream end with the abutting sections properly matched, true to the established 18 lines and grades. 19 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 20 according to manufacturer's recommendation. 21 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 22 the prepared bedding or sides of trench. 23 5. Carefully clean pipe/box ends before pipe is placed in trench. 24 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 25 length of pipe/box is laid. 26 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 27 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 28 reinforcing IS used, lay the pipe in trench so that the markings for top or bottom are 29 not more than 5 degrees from the vertical plane through the longitudinal axis of the 30 pipe 31 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment 32 or that shows excessive settlement after laying. 33 C. Multiple Barrel Box Culvert Placement 34 1. Fill the annular space between multiple boxes with crushed rock or CLSIVI 35 according to 03 34 13. 36 a. Water jetting will not be allowed between parallel boxes. 37 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 38 inlet end with the abutting sections properly matched. 39 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 40 lines and grades. 41 D. Jointing CITY OF FORT WORTH CAYLOR 5 iNIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised .Itdy I. 2011 City Project No. 02 1 1 1 1341 10-11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS pa, e I 1 of ] 2 Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 2 a. Brush -apply a suitable primer, recommended by the ianufacturer of the gasket 3 joint scaler, to tongue and groove joint surfaces and end surfaces. 4 1) Ensure that surface to be primed is clean and dry \vherl printer is applied. 5 2) Ensure that primer is not applied over InLld, sand, dirt or sharp cement 6 protrusions. 7 3) Allow prilller to dry and harden. 8 b. Attach plastic gasket scaler ar011lld tapered t0l1gLIC or tapered groove ]fear the 9 pipe joint hub or Shoulder, before laying pipe in trench. 10 c. Remove paper \vrapper from I side only of the 2-piece wrapper on gasket and 1 1 press it firmly to the clean, dry pipe joint surface. 12 1) Do not remove the outside wrapper until immediately before pushing pipe 13 into its final position. 14 d. Align the tongue correctly \vith the flare of the groove. 15 e. Remove outside wrapper on the gasket and pull Or Push pipe home with 16 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 17 evidence of gasket material squeeze -out on inside Or outside around complete 18 pipe joint circumference. 19 1) Remove any joint material that pushed out into the interior of pipe. 20 2) Ensure that pipe is pulled ]ionic in a straight line with all parts of pipe on 21 line and grade at all times. 22 f. Proceed \vith backfillina of pipe laid \with plastic gasket joints as soon as joint 23 has been inspected and approved by the Engineer or Inspector. 24 1) Take special precautions in placing and compacting baekfill to avoid 25 clanlage to joints. 26 g. When the atmospheric temperature is below 60 degrees F, store pre -formed 27 flexible joint sealants in an area \varied to above 70' degrees F or artificially 28 warmed to this temperature in a manner satisfactory to the Engineer. 29 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 30 followed by connection to previously laid pipe. 31 2. Rubber Gaskets 32 a. Make the joint assembly according to the recommendations of the gasket 33 manufacturer. 34 b. When using rubber gaskets, make joints watertight. 35 c. Backfil) after thejoint has been inspected and approved. 36 E. Backfill 37 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 38 F. Pipe fittings 39 1. Poured Concrete Pipe Collars 40 a. Provide collars for locations slio\vll on Drawings. 41 b. Collar cost is considered subsidiary to bid price for furnishing and installing 42 reinforced concrete pipe. No extra payment will be made for installation of 43 concrete pipe collars shown on the Drawings. 44 2. Shop and Field -Fabricated Wycs, Tees, Crosses and Bends 45 a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as 46 indicated on Drawirgs or required by the Engineer. 47 b. Shop -fabricate fittings for nlaxirllurll pipe size less than 24-111ches in diameter 48 for the larger pipe. CITY OF FORT \VORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised hdy 1, 2011 City Project No. 021 1 1 >> 41 10 - 12 REINFORCED CONCRETE STORNI DRAIN PIPE, CULVERTS Paee 12 of I2 1 c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field -fabricate fittings for boa culverts. 3 e. Take care in fabrication that concrete walls of pipe are broken back only 4 enough to provide the required finished opening. 5 f. loin reinforcing mesh or bars by bending, t\visting or spot welding to provide a 6 rigid connection. 7 g. Concrete or mortar (as specified in this segment) shall be wiped over the 8 reinforcing wires connecting the 2 pipe joints, compacted by light blows, 9 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 10 under wet burlap. 1 1 3. Poured Concrete Pipe Plugs i? a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines 13 terminate at locations with no connection to drainage structures. 14 b. Concrete Pipe Plug cost is considered subsidiary to bid price for furnishing and 1 installing reinforced concrete pipe. No extra payment \vill be made for 16 installation of concrete pipe plugs shown on the Dra\,vings. 17 3.5 REPAIR / RESTORATION [NOT USED] is 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD IOR] SITE QUALITY CONTROL ?0 A. Field Tests and Inspections 1 1. Video Inspection ?? a. Perform post -construction TV inspection of all installed reinforced concrete 23 pipes/boxes conforming to the requirements of Section 33 01 31. 24 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 25 a. At the City's discretion, replace any pipe/box that is determined to have 26 jointing problems, cracking or significant debris. 27 3.8 -3.14 [NOT USED] 18 END OF SECTION ,q 30 Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH CAYI.OR � N-IG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \VATER. AND DRAINAGE INIPROVENIENTS Rey iced July I. 2011 City Project No. 021 1 1 33d910-1 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page I of 6 1 SECTION 33 49 10 2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 3 PART]- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain cast -in -place concrete manholes and junction boxes 7 B. Deviations fi-om this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1.b.1 9 2. Added 1.2.A. Lb.') 10 3. Modified 1.2.A.2.b.I 11 4. Added 1.2.A.2.b 12 5. Modified 1.2.A.3.b.1 13 6. Added 1 2.A.3.b.2 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. Division 3 — Concrete 19 4. Section 03 30 00 — Cast -In -Place Concrete 20 5. Section 31 23 16 — Unclassified Excavation 21 6. Section 31 50 00 — Excavation Support and Protection 22 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 23 8. Section 33 05 13 — Frame, Cover and Grade Rings 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Storm Drain Manhole Risers 27 a. MeaSUI"elT]ent 28 1) MeaSitrement for this Item shall be per each Manhole Riser complete, or 29 completed to the stage of construction required by Drawings. 30 b. Payinent 31 1) Unit Price - The work performed and materials fuurnished in accordance 32 with this Item and will be paid for at the unit price bid per each "Manhole 33 Riser" installed for: 34 a) Various Sizes 35 2) Ltunp SUIT] Price - The work performed and materials furnished in 36 accordance N.vith this Item for various sizes will be included in the total 37 lump SUIT] Drice. 38 c. The price bid shall include: 39 1) Mobilization CITY OF FORT WORTH CAYLOR 5 iNIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVE\4ENrS Rey iscd Decemba 20. 2012 City Project No. 021 11 334910-2 CAST -IN -PLACE STORiM DRAIN MANHOLES AND.IUNCfION BOXES Page 2 ol'6 1 2) Excavation 2 3) Hauling 3 4) Disposal of excess materials 4 5) Furnishing, placement and compaction ofembedment 5 6) Furnishing, placement and compaction of backfill 6 7) Manhole construction 7 8) Manhole frames 8 9) Steps 9 10) Ring and Cover 10 11) Clean-up 1 1 2. Storm Junction Boxes 12 a. Measurement 13 1) Measurement for this Item shall be per each Junction Box complete, or 14 completed to the stage of construction required by Drawings. 15 b. Payment 16 1) Unit Price - The work performed and materials furnished in accordance 17 with this Item will be paid for at the unit price bid per each "Storm Junction 18 Box" installed for: 19 a) Various sizes 20 2) Lump Sum Price - The \vork performed and materials ftunished in. 21 accordance with this Item for various sizes will be included in the total 22 limp slim price. 23 c. The price bid shall include: 24 1) Mobilization 25 2) Excavation 26 3) Hauling 27 4) Disposal of excess materials 28 5) Furnishing, placement and compaction of embedment 29 6) Furnishing, placement and compaction of backfill 30 7) Junction Box construction 31 8) Junction Box frames 32 9) Steps 33 10) Ring and Cover 34 11) Clcan-up 35 3. Storm Junction Structure 36 a. Measurement 37 1) Measurement for this Item shall be per each Junction Structure complete, or 38 completed to the stage of construction required by Drawings. 39 b. Payment 40 1) Unit Price - The work performed and materials furnished in accordance 41 with this Item will be paid for at the lump sum price bid per each "Storm 42 Junction Stl-tlCtLIl-C" location. 43 2) Lump Stun Price - The work performed and materials furnished in 44 accordance with this Item w111 be included in the total lump sum price. 45 c. The price bid shall include: 46 1) Mobilization 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess materials CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20. 2012 City Project No. 021 1 1 3"4910-3 CAST--IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Paer 3 ot'6 1 5) Furnishing, placement and compaction of embedment 2 6) Furnishing, placement and compaction of backfill 3 7) Junction Box construction 4 8) Junction Box frames 5 9) Steps 6 10) Ring and Cover 7 11) Clean-up 8 1.3 REFERENCES 9 A. Reference Standards 10 I . Reference standards cited in this Specification refer to the current reference 1 1 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. ASTM International (ASTM): 14 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 15 Sections. 16 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 17 Materials. 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBIVIITTALS 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. 22 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 23 A. Certificates 24 1. Furnish manufacturer's certificate of compliance that their product meets the 25 physical testing requirements of this Specification for the materials referenced. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 IMAINTENANCE 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] I l .12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED join] OWNER-SUPPLIEDPRODUCTS [NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 35 A. Concrete 36 1. Furnish concrete that conforms to the provisions of Section 03 30 00 CITY OF FORT WORTH CAYLOR 5 i\,IG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\ iscd December 20, 2012 Citv Project No. 021 11 33 49 10 - I CAST -IN -PLACE STORi\I DRAIN NIANIIOLES AND JUNCTION BOXES Page -I of6 1 B. Reinforcing Steel I . Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 3 C. Frames, Grates, Rings, and Covers 4 I. Provide frames.()rates, rings and covers that conform to dimensions and materials 5 shown on Drawings and Section 33 05 13. 6 2. Ensure that covers and grates fit properly into frames and seat uniformly and 7 solidly. 8 D. Steps 9 1. Provide polypropylene supports and steps to the shape and dimensions shown on 10 Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 1 1 16, "Steps and Ladders." 12 2.3 ACCESSORIES (NOT USEDI 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS INOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION INOT USED] 18 3.4 INSTALLATION 19 A. General 20 1. Perform all concrete work in accordance with Division 3. 21 2. Use of forms is required for all concrete walls, except where the nature of the 22 surrounding material is such that it can be trimmed to a smooth vertical face 23 a. Outside form for concrete bases supporting brick walls may be omitted with 24 approval from the Engineer. 25 3. Cast polypropylene supports and steps into concrete walls when concrete is placed 26 or drill and grout steps in place after concrete placement. 27 B. Excavation and Embedment 28 1. Conform to the requirements of Section 31 23 16, Section 31 50 00 and Section 33 29 05 10, where applicable. 30 C. Manholes for Precast Concrete Drain Pipes 31 1. Construct manholes for precast concrete pipe drains as soon as is practicable after 32 drain lines into or through the manhole locations are completed. 33 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up 34 with mortar. 35 D. Manholes for Monolithic Drain Pipes 36 L Construct bases for manholes on monolithic drain pipes either monolithically with 37 the drain pipe or after the pipe is constructed. 38 E. Manholes for Box Drains CITY OE FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- INIPROVENIE-NTS Re\ iced December 20. 2012 City Project No. 021 1 1 114910-5 C\SF-IN-PLACE STORM DRAIN MANHOLES AND.IUNCTION BOXES Page 5 o f 6 1 1. Cast bases for manholes for box drains as an integral part of the drainage system. 2 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, 3 manhole opening may be temporarily covered with timber to facilitate compaction 4 of backfill for the pipe system as a whole with tractor equipment. 5 a. Perform required excavation for manhole, construct manhole and backfill in 6 accordance with Drawings. 7 3. For manholes that are over 5-feet deep, include all manhole steps required in the S wall of the box drain. 9 F. Junction Structures 10 1. All structures shall be installed as specified in Drawings. i 1 G. Tnverts 12 1. Shape and route floor inverts passing out or through the manhole as shown on the 13 Drawings. 14 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 15 the required additional material with the base. 16 H. Curing 17 1. Cure all exposed concrete as required in Division 3. 18 I. Finishing 19 1. Finish all concrete as required in Division 3. 20 J. Form Removal 21 1. Remove concrete form as required in Division 3. 22 K. Placement and Treatment of Castings, Frames, and Fittings 23 1. Place castings, frames and fittings in positions indicated on Drawings or as directed 24 by Engineer, true to line and correct elevation. 25 2. Frames or fittings set in new concrete or mortar 26 a. Place and position anchors or bolts before concrete mortar is placed. 27 b. Do not disturb unit until mortar or concrete has set. 28 3. Frames or fittings placed upon previously constructed masonry 29 a. Bring bearing surface or masonry true to line and grade, and present an even 30 bearing surface, so that entire face or back of unit will come in contact with 31 masonry. 32 b. Set Unit in mortar beds or anchor to masonry, as indicated on Drawings or as 33 directed and approved by the Engineer. 34 4. Ensure that units are set firm and secure. 35 5. Allow concrete or mortar to harden for a minimum 7 days. 36 6. Replace and fasten down grates or covers. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Proicct No. 021 1 1 334910-6 CAST -IN -PLACE STOR\,1 DRAIN MANHOLES AND JUNCTION BOXES Pasc 6 of6 1 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD joiz] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] S 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 1 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OE FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENT'S WATER, AND DRAINAGE IMPROVEMENTS Rc�iscd Decemhcr?0.201-1 City Project No. 02111 33 49 20 - 1 CURB AND DROP INLETS P L,C 1 01 5 1 SECTION 33 49 20 2 CURB AND DROP INLETS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including flinushing and installing frames, grates, rings and covers 8 B. Deviations fi-om this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1.b.1 10 2. Added 1.2.A. Lb.2 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 I - General Requirements 14 3. Division 3 - Concrete 15 4. Section 02 41 13 — Selective Site Demolition 16 5. Section 03 30 00 — Cast -In -Place Concrete 17 6. Section 03 80 00 — Modifications to Existing Concrete Structures 18 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 19 S. Section 33 05 13 — Frame, Cover and Grade Rings 20 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures 21 to Grade 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measurement 25 a. Measurement for this Item shall be per each inlet complete in place. 26 2. Payment 27 a. Unit Price - The work performed and the materials furnished in accordance 28 with this Item shall be paid for at the unit price bid per each "Inlet" installed 29 for: 30 1) Various types 31 2) Various sizes 32 b. LulnD Sum Price - The work uerforined and the materials filrnished in 33 accordance with this Item shall be included in the total lumD sum Urice for: 34 1) Various tvDes 35 2) Various sizes 36 3. The price bid shall include: 37 a. Furnishing and installing the specified Inlet 38 b. Mobilization 39 c. Excavation 40 d. Hauling CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS `VATER. AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Prqject No. 021 11 33-1920-2 CURB AND DROP INLETS Palle _' of 1 e. Disposal of excess materials 2 f. Furnishing, placement and compaction of embedment 3 g. Furnishing, placement and compaction of backfill 4 h. Concrete 5 i. Reinforcing steel 6 J. Mortar 7 k. Aluminum and castings 8 1. Frames 9 m. Grates 10 n. Rings and covers 11 o. Clean-up 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification, unless a date is specifically cited. 17 2. ASTM hlternational (ASTM): is a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 19 Inlet Sections. 20 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 21 Materials. Z c. C309, Standard Specification for Liquid Membrane -Forming Compounds for 23 Curing Concrete. 24 3. Texas Department of Transportation (TxDOT). 25 a. Departmental Materials Specification (DMS): 26 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of 27 Precast Concrete Manholes and Inlets. 28 1.4 ADA41NISTRATIVE REQUIREMENT [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 SUBMITTALSANFORMATIONAL SUBMITTALS 33 A. Product Data 34 1. Precast Concrete Inlet 35 2. Pipe connections at inlet walls 36 3. Stubs and stub plugs 37 4. Admixtures 38 5. Concrete Mix Design 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH CAYLOR ; NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE ItAPROVENIENTS Revised December 20, 2012 City Project No. 021 1 1 13 49311-3 CURB AND DROP INLETS Pasc 3 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED[ 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS 2.1 OWNER -FURNISHED joR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 6 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 7 A. Materials 8 1. Concrete 9 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 10 2. Reinforcing Steel 1 I a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 12 3. Mortar 13 a. Furnish mortar per Section 03 80 00. 14 4. Steps 15 a. Provide polypropylene supports and steps conforming to the shape and 16 dimensions shown on the Drawings that meet the requirements of ASTM 17 D4101 and ASTM C478, Section 16, "Steps and Ladders. - is 5. Curing Materials 19 a. Curing materials shall conform to the provisions of Division 3. 20 6. Frames, Grates, Rings and Covers 21 a. Provide frames, grates, rings and covers that conform to dimensions and 22 materials shown on Drawings and Section 33 05 13. 23 b. Ensure that covers and grates fit properly into frames and Seat uniformly and 24 solidly. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 A. Removal 32 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 33 2. Drill, dowel, and grout in accordance with Section 03 30 00. 34 3.4 INSTALLATION 35 A. hlterface with Other Work CITY OF FORT WORTH CAYLOR ; MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 1149-10-4 CURB AND DROP INLETS Pafle ! of 5 1 1. All types of inlets may be built either- in 1 stage oi- in 2 stages, described as Stage I 2 and Stage II. 3 a. Build inlets designed to match the final roadNvay surface in stages. 4 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 5 this Section. 6 a. Furnish and install a temporary cover as approved by the Engineer. 7 3. Construct Stage II after the pavement structure is substantially complete unless 8 otherwise approved by the Engineer. 9 a. For Stage II, construct the remaining wall height and top of inlet and furnish 10 and install any fi'ames, grates, rings and covers, manhole steps, curb beams or 1 1 collecting basins required. 12 B. Cast -In -Place Inlets 13 1. Construct cast -in -place inlets in accordance with Section 03 30 00. 14 a. Forms will be required for all concrete walls. 15 b. Outside wall forms for cast -in -place concrete may be omitted with the approval 16 of the Engineer if the surrounding material can be trimmed to a smooth vertical 17 face. 18 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 19 drill and grout steps in place after concrete placement. 20 C. Inlets for Precast Concrete Drain Pipes 21 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 22 drain lines into or through the inlet locations are completed. 23 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 24 mortar. 25 D. Inlets for Monolithic Drain Pipes 26 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 27 storm drain or after the storm drain is constructed. 28 E. Inverts 29 1. Shape and route floor inverts passing out or through the inlet as shown on the 30 Drawings. 31 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 32 the required additional material with the base. 33 F. Finishing Complete Inlets 34 1. Complete inlets in accordance with the Drawings. 35 2. Backfill to original ground elevation in accordance with Section 33 05 10. 36 G. Finishing Stage I Construction 37 1. Complete Stage I construction by constructing the walls to the elevations shown on 38 the Drawings and backfilling to required elevations in accordance with Section 33 39 05 10. 40 H. Stage II Construction 41 1. Construct subgrade and base course or concrete pavement construction over Stage I 42 inlet construction, unless otherwise approved by the Engineer. CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised December 20, 2012 City Project No. 021 1 1 ii-1920-5 CURB AND DROP INLETS Pace 5 of 5 1 2. Excavate to expose the top of Stage I construction and complete the inlet in 2 accordance with the Drawings and these Specifications, including baekfill and 3 cleaning of all debris from the bottom of the manhole or inlet. 4 I. Form Removal 5 1. Forms used in the construction of "Inlets" which support vertical loads Nvill remain 6 in place at least 24 hours after the concrete is placed. 7 2. Other forms shall remain in place for a minimum time 24 hours after concrete is 8 placed, unless otherwise directed by the Engineer. 9 J. Curing 10 1. Cure all exposed concrete as required in Section 03 30 00. I K. Finishing 12 1. Conform to Section 03 30 00. 13 3.5 REPAIR [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 16 17 18 19 20 21 22 23 24 25 26 3.7 FIELD 10R] SITE QUALITY CONTROL ]NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING A. Refer to Section 33 05 14. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUN-IENTS Revised December 20, 2012 SUMMARY OF CHANGE CAYLOR 5 NIG GROUND STORAGE TANK, WATER, AND DRAINAGE IMPROVENIENTS City Project No. 021 1 1 33 1940- I sTOR\9 DRAIN HFADwALI S. \\ INGWALLS AND SAFETY FND TREAT\IFN'I'S Pctee I of 1 SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safet}l end ti-eatnients 7 B. Deviations fi-om this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -- Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 02 41 13 — Selective Site Demolition 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 31 37 00 - Riprap 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Head\wall - Refer to TXDOT Fort Worth District Details 20 2. Concrete Wina wall - Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYIVIENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall 25 a. Measurement 26 1) Measurement for this Item shall be per each "Headwall" satisfactorily 27 completed as specified on the Drawings. 28 b. Payment 29 1) Unit Price - The work performed and materials furnished in accordance 30 with this Item will be paid for at the unit price bid per each "Headwall" 31 installed for: 32 a) Various pipe sizes 33 b) Various types 34 c) Various number of pipes 35 2) Lump Sum Price - The work Derformed and materials furnished in 36 accordance with this Item will be included in the total ltunp sum price for: 37 a) Various Dipe sizes 38 b) Various types 39 c) Various number of pipes 40 c. The price bid shall include: CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July 1, 201 1 City Project No. 021 1 1 33 49 40 - STORM DRAIN HEAD\\ .=\I.LS. \\ I\G\\ ALLS AND SAFETY END TREATMENTS Pais I of 5 1 I) Constructing, f irinlshing, transporting and Installing the Concrete Headwall 2 2) Connecting to the exlstlllg Structure 3 3) Breaking back, removing and disposing of portions of the existing structure 4 4) Replacing portions of the existing structure to make connections 5 5) Excavation 6 6) Hauling 7 7) Disposal of excess material 8 8) Furnishing, placing and compaction of backfill 9 9) Concrete, as required by DrawInGs 10 10) Reinforcing Steel, if required by Drawings 1 1 1 1) Corrugated metal pipe, if required by Drawings 12 12) Reinforced concrete pipe, if required by Drawings 13 13) Clean-up 14 2. Safety End Treatment 15 a. Measurement 16 1) Measurement for this Item shall be per each "SET" satisfactorily completed 17 as specified on the Drawings. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 will be paid for at tine unit price bid per each "SET" installed for: 21 a) Various types 22 b) Various pipe sizes 23 c) Various number of pipes 24 c. The price bid shall include: 25 1) Constructing, fiirnishing, transporting and installing tine Concrete Headwall 26 2) Connecting to the existing structure 27 3) Breaking back, removing and disposing of portions of the existing structure 28 4) Replacing portions of the existing structure to make connections 29 5) Excavation 30 6) Hauling 31 7) Disposal of excess materials 32 8) Furnishing, placing and compaction of backfill 33 9) Concrete, as required by Drawings 34 10) Reinforcing Steel, if required by Dra\,vings 35 11) Corrugated metal pipe, if required by Drawings 36 12) Reinforced concrete pipe, if required by Drawings 37 13) Clean-up 38 1.3 REFERENCES 39 A. Definitions 40 1. Headwalls - all walls, including wings, at the ends of single -barrel and multiple- 41 barrel pipe culvert structures 42 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert 43 structures 44 B. 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. CITY OF FORT WORTH CAYLOR S MG GROUND STORAGE TANK, STANDARD CONs,rRUC'TION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised hily 1, 2011 City Prgject No. 021 1 1 3349a0-3 STORM DRAIN HEADWALLS. WINGwALLS AND SAFETY END TREATN4ENTS Pane 3 of 1 1.4 ADMINISTRATIVE REQUIREAJENTS [NOT USED] 2 1.5 SUBMITTALS 3 1. Refer- to Section 03 30 00. 4 1.6 ACTION SUB MITTALS/INFORIO4ATION 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] 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Delivery and Acceptance Requirements 10 1. Marking 11 a. Before shipment from the casting or fabrication yard, clearly mark the 12 following on each precast unit: 13 1) Date of manufacture 14 2) Name or trademark of the manufacturer 15 3) Type and size designation 16 2. Causes for Rejection 17 a. Precast units may be rejected for not meeting any one of the Specification 18 requirements. 19 b. Individual units may also be rejected for fractures or cracks passing through the 20 wall or surface defects indicating honeycombed or open texture surfaces. 21 c. Remove rejected units from the project, and replace them with acceptable units 22 meeting the requirements of this Section. 23 B. Storage and Handling Requirements 24 1. Secure and maintain a location to store the material in accordance Nvith Section 01 25 6600. 26 2. Store precast units on a level surface. 27 3. Do not place any loads on precast concrete units until design strength is reached. 28 4. Do not ship units until design strength requirements have been met. 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED lorz] OWNER-SUPPLIEDPRO DUCTS [NOT USED] 33 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 34 A. Materials 35 1. Concrete 36 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 37 2. Reinforcing Steel CITYOF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUN4ENTS WATER, AND DRAINAGE IMPROVEMENTS Revised.lul}l I. 2011 City Project No. 02111 ii-t940--I STOR:\I DRAIN H[ADWALLS, WINGWALLS AND SAFETY END TREATN'lEVI'S Pnec4 of 1 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 2 B. Fabrication 3 1. Fabricate cast -in -place concrete units and precast units in accordance with 4 Section 03 30 00. 5 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 6 cast in place for greater than 30-inch diameters. 7 2. Fabrication Tolerances 8 a. Lifting Holes 9 1) For precast units, provide no more than 4 lifting holes in each section. 10 2) Lifting holes may be cast, cut into fresh concrete after form removal or 1 1 drilled. 12 3) Provide lifting holes large enough for adequate lifting devices based on the 13 size and Nveight of the section. 14 a) The maximum hole diameter is 3 inches at the inside surface of the wall 15 and 4 inches at the outside surface. 16 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 17 layer of reinforcing steel \vhen locating lift holes. 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 [NOT USED] 23 3.3 PREPARATION 24 A. Removal 25 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 26 2. Drill, dowel and grout in accordance with Section 03 30 00. 27 3.4 INSTALLATION 28 A. Interface with Other Work 29 1. Make connections to new or existing structures in accordance with the details 30 shown on the Drawings. 31 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 32 Drawings. 33 B. Excavation, Shaping, Bedding and Backfill 34 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 35 b. Take special precautions in placing and compacting the backfill to avoid any 36 movement or damage to the units. 37 c. Bed precast units on foundations of firm and stable material accurately shaped 38 to conform to the bases of the units. 39 C. Placement of Precast Units 40 a. Provide adequate means to lift and place the precast units. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUNIENrS WATER. AND DRAINAGE- IMPROVENIENTS Revised ,1uiv 1, 2011 City Project No. 021 1 1 3,34940-5 STOR\,I MAIN HEADWALLS. WINGWALLS AND SAFETY END TREATMENTS P;taeS of 1 1) Utilize Sufficient IlUmber of lilting holes to ensure that the Units are not 2 dalliagcd during ht-till". 3 b. Fill lifting holes with mortar or concrete and cure. 4 1) Precast concrete or mortar plugs may be used. 5 3.5 REPAIR 6 A. Occasional imperfections in mallutacture or accidental damage sustained during 7 handling may be repaired. 8 l . The repaired units will be acceptable if they conform to the requirements of this 9 Section and the repairs are sound, properly finished and cured in conformance with 10 pertinent Specifications. I 1 B. Repair spalled areas around lifting holes. 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 [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 Revision Lou DATE I NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH CAYLOR 5 \SIG GROUND STORAGE "DANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July I, 2011 City Project No. 021 11 ,441 10 - 1 ALUMINUM SIGNS AND SIGN POSTS Paac 1 01,9 1 SECTION 34 41 30 2 ALUMINUM SIGNS AND SIGN POSTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.3.b.1 9 2. Added 1.2.A.1.3.2 10 3. Modified 1.2.A.4.b.1 11 4. Added 1.2.A.1.4.2 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 18 a. Measurement 19 1) Measurement for this Item shall be per each sign installed. 20 b. Payment 21 1) The work performed and materials famished in accordance with this Item 22 shall be paid for at the unit price bid per each "Furnish/Install Alum Sign 23 Mast Arm Mount" installed for: 24 a) Various types 25 c. The price bid shall include: 26 1) Fabricating the aluminum sign 27 2) Treatment of sign panels required before application of background 28 materials 29 3) Application of the background materials and Messages to the sign panels 30 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 31 backing strips 32 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 33 support connections 34 6) Assembling and erecting the signs 35 7) Preparing and cleaning the signs 36 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs 37 a. Measurement 38 1) Measurement for this Item shall be per each sign installed. 39 b. Payment CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUiNIENTS NVATER, AND DRAINAGE INIPROVEMENTS Revised November 12, 201 ; Cm Project No. 021 1 1 3441 30-" ALUMINUM SIGNS AND SIGN POSTS Pafle2 of I 1) The work performed and materials furnished in accordance with this Item 2 shall be paid for at the unit price bid for each "Install Alurn Sign Mast Arm 3 Mount" installed. 4 c. The price bid shall include: 5 1) Installing each Aluminum Sign 6 2) Furnishing and fabricating frames, windbeanls, stiffeners, or required joint 7 backing strips 8 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 9 support connections 10 4) Assembling and erecting the signs I 1 5) Preparing and cleaning the signs 12 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies 13 a. Measurement 14 1) Measurement for this Item shall be per each assembly furnished and 15 installed. 16 b. Payment 17 1) Unit Price - The work performed and materials furnished in accordance IS with this Item shall be paid for at the unit price bid for each "Furnish/Install 19 Aluin Sign Ground Mount" installed for: 20 a) Various types 21 2) Lump Sum Price - The work performed and materials furnished in 22 accordance with this Item for various tVpeS shall be include in the lump 23 surn price. 24 c. The price bid shall include: 25 1) Fabrication of signs and posts 26 2) Treatment of sign panels required before application of background 27 materials 28 3) Application of the background materials and messages to the sign panels 29 4) Scheduling utility line locates 30 5) Furnishing and fabricating frames, Nvindbeanls, stiffeners, or required joint 31 backing strips 32 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 33 support connections 34 7) Assembling and erecting the signs and posts 35 8) Preparing and cleaning the signs 36 4. Installing Ground Mounted Aluminum Sign and Post Assemblies 37 a. Measurement 38 1) Measurement for this Item shall be per each assembly installed. 39 b. Payment 40 1) Unit Price - The work performed and materials furnished in accordance 41 with this Item shall be paid for at the unit price bid for each "Install Alum 42 Sign Ground Mount" installed. 43 2) Lump Sum Price - The work performed and materials furnished in 44 accordance with this Item shall be include in the lump suns price. 45 c. The price bid shall include: 46 1) Scheduling utility line locates 47 2) Assembling and erecting the signs and posts 48 3) Preparing and cleaning the signs 49 5. Furnishing and Installing Aluminum Signs Mounted oil Existing Poles CITY OF FORT WORTH CAYLOR ; MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised November 12, 2011 City Pr(*ct No. 021 1 1 31.41 30- 3 ALLIM NUM SIONS AND SIGN POSTS Pa"c 3 01 9 I a. 1VleaSnrement 2 1) Measurement for this Item shall be per each sign furnished and installed. 3 b. Payment 4 1) The Nvork performed and materials firnished in accordance with this Item 5 shall be paid for at the unit price bid per each "Furnish/Install Alum Sign 6 Ex. Pole Mount" furnished and installed. 7 c. The price bid shall include: S I) Furnishing and installing the aluminum sign 9 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 10 backing strips 1 1 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 12 support connections 13 4) Assembling and erecting the signs 14 5) Preparing and cleaning the signs 15 6. Installing Alurninuin Signs Mounted on Existing Poles 16 a. Measurement 17 1) Measurement for this Item shall be per each sign installed. its b. Payment 19 1) The work performed and materials filrnished in accordance with this Item 20 shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole 21 Mount" installed. 22 c. The price bid shall include: 23 I) Fabricating the aluminum sign 24 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 25 backing strips 26 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 27 support connections 25 4) Assembling and erecting the signs 29 5) Preparing and cleaning the signs 30 7. Removal of Signs 31 a. Measurement 32 I) Measurement for this Item shall be per each sign panel removed, each sign 33 panel and post removed, and each sign panel and post removed and 34 reinstalled. 35 b. Payment 36 1) The work performed and materials filrnished in accordance with this Item 37 shall be paid for at the unit price bid per each "Remove Sign" for: 38 a) Various types 39 b) Various configurations 40 c. The price bid shall include: 41 1) Removal of sign panel and post 42 2) Removal of sign panel 43 3) Backtill 44 4) Excavation 45 5) Returning materials to the City as specified in the plans 46 6) Cleaning sign panel if sign is to be reinstalled 47 1.3 REFERENCES 48 A. Reference Standards CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE- IiNIPROVEIMEN"IS Revised November I_11013 Cite Project No.02111 3441 30-4 ALUMINUM SIGNS AND SIGN POSTS P88C 4 oT9 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Standard Testing Materials (ASTM) 5 a. ASTM 13209-07— "Standard Specification for Aluminum and Aluminum -Alloy 6 Sheet and Plate". 7 b. ASTN/1 D4956 — 09e] — "Standard Specification for Retroreflective Sheeting for 8 Traffic Control". 9 c. ASTM A 101 1 / A 101 1- 10 — "Standard Specification for Steel, Sheet and Strip, 10 Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength LoNv- 11 Alloy with Improved Formability, and Ultra -High Strength". 12 d. ASTM B 1 17-09 — "Standard Practice for Operating Salt Spray (Fog) 13 Apparatus". 14 e. AASHTO M 120-08 — "Standard Specification for Zinc". 15 3. Texas N/lanual on Uniform Traffic Control Devices 16 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 17 Transportation, Stcmclarcl Specifications far Construction (ind 11crintencinee of 18 Hivinrars, Streets, crud Bridges. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 01 33 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Shop Drawings 26 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 27 approval prior to fabrication. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING 32 A. Delivery and Acceptance Requirements 33 1. Signs and parts shall be proper]), protected so that no damage or deterioration 34 occurs during a prolonged delay from the time of shipment until installation. 35 2. The Contractor shall secure and maintain a location to store the material in 36 accordance with Section 01 50 00. 37 B. Storage and Handling 38 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 39 edges, and faces are not damaged. 40 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 41 night and day, will be acceptable. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE INIPROVEiNIENTS Revised November 12, 2013 City Project No. 021 1 1 3d-1130-5 A1_UAIINUiM SIGNS AND SIGN POSTS Ptee i of9 1 3. Replace unacceptable signs. 4. Store all finished signs off the ground and in a vertical position until erected 3 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 4 6. Larger signs may be stored outside 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 PRODUCTS TO BE PURCHASED FRONI THE CITY 9 A. Refer to Dra\vings and Contract Documents to determine if airy Items are to be 10 purchased fi-om the City and installed by the Contractor. 1 1 B. Items eligible for purchase from the City include: 12 1. Aluminum Signs 13 2.2 MATERIALS 14 A. Manufacturers 15 1. Only the manufacturers as listed in the City's Standard Products List \,vill 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 B. Sign blanks 21 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy 22 meeting Specifications for 5052H38 as outlined in ASTNI B 209 — 02a. 23 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, 24 dirt, grease, oil, white rust, fingerprints and/or other irregularities. 21 3. Sign blanks shall be degreased and etched according to industry standards and shall 26 have an alodined finish applied per MIL-05541 Class IA. 27 4. The thickness of each sign blank shall be uniform throughout 28 C. Sign sheeting 29 1. Acrylic overlay film 30 a. This film shall be applied to Type I, Type 11, Type IV, Type IX, and other 31 reti-oreflective sheeting for permanent signing. 32 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 33 1170. 34 c. Film shall be: 35 I) Durable 36 2) Transparent 37 3) Acrylic 38 4) Electronic-cuttable 39 5) Coated with a transparent, pressure sensitive adhesive 40 6) Have a removable synthetic liner — paper liner is not acceptable CITY OF FORT \\/ORTH CAYLOR 5 NAG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised November 12. 2013 City Prqiect No. 021 11 ALUNIINUNI SIGNS AND SIGN POSTS Passc 0 of") 1 d. Film colors can include yellow, green, blue, brown, red, and orange. 2 2. Non -reflective vinyl film 3 a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting 4 for permanent signing. The film shall be equal to or better than 3M Scotchcal 5 ElectroCut Film Series 7725. 6 b. Film shall be.- 7 1) Durable 8 2) 2 mil opaque cast vinyl 9 3) Coated with a transparent, pressure -sensitive adhesive 10 4) Have a removable synthetic liner — paper line is not acceptable 1 1 c. Film colors can include yellow, green, blue, brown, red, and orange. 12 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: 13 a. Be combined with other components for permanent signing 14 b. Typically be an unmetallized microprismatic lens retroreflective element 15 material 16 c. Have a smooth outer surface that essentially has the property of the 17 retroreflector over its entire surface 18 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or 19 other preparation for the adhesion to smooth, clean surfaces. 20 d. Be equal to or better than 3M Series 3930 21 e. Be of colors including white, yellow, green, red, blue, and brown 22 4. Super -high efficiency full cube retroreflective sheeting with pressure sensitive 23 adhesive shall: 24 a. Be combined with other components for permanent signing 25 b. Be a super -high efficiency, full cube retroreflective sheeting having the highest 26 retroreflectivity characteristics at medium and short road distances. 27 c. Typically be a microprismatic retroreflective element material 28 cf. Have a smooth outer surface that essentially has the property of retroreflector 29 over its entire surface 30 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or 31 other preparation for adhesion to smooth, clean surfaces. 32 e. Be equal to or better than 3M Series 4000 33 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent 34 yellow, fluorescent yellow green, and fluorescent orange 35 D. Telescoping Steel Sign Post 36 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled 37 Carbon Sheet Steel, Structural Quality ASTM designation A101 I / A101 1- 10. 38 2. Posts and anchors shall cant' minimum certifiable 60,000 psi yield strength. 39 3. All posts and anchors shall be manufactured from raw steel, formed and welded on 40 the corner prior to receiving a triple coat protection of inline hot -dipped, galvanized 41 zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate 42 conversion coating and a cross -linked polyurethane acrylic exterior coating. 43 4. The interior shall receive a double coat of zinc based organic coating, tested in 44 accordance \with ASTM B-117-09. 45 E. Hardware 46 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, 47 washers, lock washers, screws, and other sign assembly hardware. CITY OF FORT WORTH CAYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS \WATER. AND DRAINAGE INIPROVFj1ENTS Revised November 12.201 + Cit} Pigicct No. 0'_111 3a-II '10-7 ALUMINUM SIGNS AND SIGN POSTS Pace 7 of 9 1 2. Use plastic or nylon \washers to avoid tearing the reflective sheeting. 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 FABRICATION 9 A. Sign blanks 10 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are fi-cc 1 I of buckles, \warps, burrs, dents, cockles, or other defects. 12 2. Do not splice individual extruded aluminum panel. 13 3. Complete the fabrication of sign blanks, including the Cutting and drilling of 14 punClling of holes, before Cleaning and degreasing. 15 4. After cleaning and degreasing, ensure that the substrate does not come into contact 16 \vith grease, oils, or other contaminants before the application of the reflective 17 sheeting. 18 B. Sign sheeting 19 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 20 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 21 the sheeting manufacturer. 22 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 23 manner as the sign panel face. 24 4. Minimize the number of splices in the sheeting. 25 5. Overlap the lap -splices by at least 1 /4 inch. 26 6. Provide a i -foot minimum dimension for any piece of sheeting. 27 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 28 transparent fih77s. 29 C. Sign messages 30 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 31 2. Use sign message material from the same manufacturer for the entire message of a 32 sign. 33 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 34 color and reflectivity. 35 4. Prevent runs, sags, and voids. 36 D. Telescoping steel sign posts 37 1. Permissible variation in straightness is 1/16 inch in 3 feet. 38 2. Tolerances are on the outside size. CITY OP FORT \\/OWIT I CAYLOR i MG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Revised November 12. 2013 Citv Proiect No. 021 11 3441 30 -5 ALUMINUM SIGNS AND SIGN POSTS Paec S of9 1 Measurements for outside dimensions shall be made at least 2 inches from end of tube. Nominal Outside Outside Tolerance Dimensions at all Side Corners (inches) (inches) 1 11/12 X 1 '/, ±00.006 1 3/4 X 1 3/4 ±0.000 2 X 2 ±0.005 2 '/4 X 2 1/4 ±0.010 2'/2X2% t0.010 4 5 3. Permissible variation in wall thickness is Plus 0.011 inches, minus 0.005 inches. 6 4. Measured in the center of the flat side tolerance is t 0.01 inch applied to the 7 specific size determined at the corner. S 5. Squareness of Sides and Twist 9 10 11 Nominal Outside Squareness T���ist Permissible in 3 Dimensions Tolerance inches Lengths (inches) (inches) (inches) 1 %2 X 1 '/z t0.009 0.050 1 3/4 X 1 3/4 ±0.010 0.062 2 X 2 t0.012 0.062 2 '/4 X 2 '/4 t0.014 0.062 2 % X 2'/2 ±0.015 0.075 12 13 6. All top posts must be capable of fracturing at the point of connection with a single 14 anchor, when impacted, in such a manner that the piece inside of the anchor can be 15 removed so as to allow the anchor to receive a new top post. 16 7. The shape of all posts and anchors shall be square and straight with smooth tubing 17 welded in one corner with a tolerance that permits telescoping of the nest larger or 18 small size, in 1/4-inch increments. 19 S. All anchors shall be 12 gauge \vith holes that are fiilly perforated 7/16-inch 20 diameter on I -inch centers for at least the top 4 inches of the anchor while being 21 truly aligned in the center of the section. CITY OF FORT NORTH CAYLOR ; NIG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER. AND DRAINAGE IMPROVEMENTS Re\ iscd Noy ember 12. 2013 City Project No. 021 1 1 )441 30-9 ALUMINUM SIGNS AND SIGN POSTS Paec 9 of 9 1 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1- 2 inch centers for the entire length of the post and truly aligned in the center of 3 section. 4 5 3._5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] S 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 1 ] A. Wash completed signs with a biodegradable cleaning solution acceptable to the 12 manufacturers of the sheeting, colored transparent film, and screen ink to remove 13 grease, oil, dirt, shears, streaks, finger marks, and other foreign material. 14 B. Wash again before final inspection after erection. 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 Revision Log DATE I NAME SUMMARY OF CHANGE I 1i?_/13 ( S. Arnold Changes to vinyl film, added sign removal bid item CITY OF FORT WORTH C'AYLOR S i\9G GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Re\iscd Nor ember 12. 20 13 Cite Project No.021 11 34 71 13 -1 TRAFFIC' CONTROL Pafle 1 or5 1 SECTION 34 71 13 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 12.A.1.b.1 9 2. Added 1.2.A.1.b.2 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Installation of Traffic Control Devices 16 a. Measurement 17 1) Measurement for Traffic Control Devices shall be per month for the Project 18 duration. 19 a) A month is defined as 30 calendar days. 20 b. Payment 21 1) Unit Price - The N-vork Performed and materials furnished in accordance 22 with this Item and measured as provided under "Measurement" shall be 23 paid for at the unit price bid for "Traffic Control". 24 2) LumD Sum Price - The work performed and materials furnished in 25 accordance with this Item and measured as provided under "Measurement" 26 shall be included in the total lump SLIM Drice. 27 c. The price bid shall include: 28 1) Traffic Control implementation 29 2) Installation 30 3) Maintenance 31 4) Adjustments 32 5) Replacements 33 6) Removal 34 7) Police assistance dul']ng peak hours 35 2. Portable Message Signs 36 a. Measurement 37 1) Measurement for this Item shall be per week for the duration of use. 3S b. Payment 39 1) The work performed and materials furnished in accordance to this Item and 40 measured as Provided tinder "Measurement" shall be paid for at the unit 41 price bid per week for "Portable Message Sign" rental. 42 c. The price bid shall include: CITY OF FORT \VORTH C'AYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOC'UNIENTS WATER, AND DRAINAGE IMPROVEMENTS Revised Nor ember 22, 201 3 City Project No. 021 1 1 1471 13-2 TRAFFIC CONTROL P ee 2 of, 5 I 1) Delivery of Portable Message Sign to Site 2 2) Message updating 3 3) Sign movement throughout construction 4 4) Return of the Portable Message Sign post-conn list 5 3. Preparation of Traffic Control Plan Details 6 a. Nleasurenient 7 1) Measurement for this Item be per each Traffic Control Detail prepared. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per each "Traffic Control Detail" I prepared. 12 c. The price bid shall include: 13 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 14 longer 15 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 16 (TMUTCD) 17 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 18 4) Incorporation of City comments 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 26 Transportation, Standard Specifications for Construction and Maintenance of 27 Highways, Streets, and Bridges. 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination 30 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 31 implementing Traffic Control within 500 feet of a traffic signal. 32 B. Sequencing 33 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 34 approved by the City and design Engineer before implementation. 35 1.5 SUBMITTALS 36 A. Provide the City with a current list of qualified flaggers before beginning flagging 37 activities. Use only flaggers on the qualified list. 38 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 39 Engineering Division, 31 1 W. 10`I' Street. The Traffic Control Plan (TC'P) for the 40 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Draxwing set. 41 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 42 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 43 Engineer. CITY OF FORT WORTH CAYLOR 5 i1MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE liMPROVEMENTS Revised Noeember 22. 2013 Citv Project No. 02111 347113 TRAFFIC CONTROL Pate 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets. 4 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 6 changes to the Traffic Control Plan(s) developed by the Design Engineer. 7 G. Design Engineer will furnish standard details for Traffic Control. 8 1.6 ACTION SUBMITTALS/INFORNIATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 (\MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 1 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 «VARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 ONN/NER-FURNISHED IOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 17 2.2 ASSEMBLIES AND MATERIALS 18 A. Description 19 1. Regulatory Requirements 20 a. Provide Traffic Control Devices that conform to details shoxvn on the 21 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 22 Device List (CWZTCDL). 23 2. Materials 24 a. Traffic Control Devices must meet all reflectivity requirements included in the 25 TMUTCD and TxDOT Specifications — Item 502 at all times during 26 construction. 27 b. Electronic message boards shall be provided in accordance with the TN/IUTCD. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Protection of In -Place Conditions 34 1. Protect existing traffic signal equipment. CITY OF FORT WORTH C'AYLOR 5 NIG GROUND STORAGE TANK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rc\ ised Nm enibcr 221.21013 Cihv Project No. 021 11 3471 13-d TRAFFIC CONTROL Palle of 5 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not make changes to the location of any device or implement any other changes to 6 the Traffic Control Plan \vithout the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 10 covering, or removing Devices. I 1 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 12 and that retroreflective characteristics meet requirements dtu-ing darkness and rain. 13 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 14 and state laws (by failing to fiu-nish the necessary flagmen, warning devices, barricades, 15 lights, signs, or other precautionary measures for the protection of persons or property), the 16 Inspector may order such additional precautionary measures be taken to protect persons 17 and property. is F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 19 or in conflict with the proposed method of handling traffic or utility adjustments, can be 20 constructed during any phase. 2 I G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance of drivers entering the highway from driveways or side streets. 23 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 24 be erected and mounted on portable supports. 25 1. The support design is subject to the approval of the Engineer. 26 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 28 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 29 approved by the Engineer, to be used for Traffic Control. 30 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 31 turn-ons, street light pole installation, or other construction will be done during peak traffic 32 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 33 L. Flaggers 34 1. Provide a Contractor representative who has been certified as a flagging instructor 35 through courses offered by the Texas Engineering Extension Service, the American 36 Traffic Safety Services Association, the National Safety Council, or other approved 37 organizations. 38 a. Provide the certificate indicating course completion when requested. 39 b. This representative is responsible for training and assuring that all flaggers are 40 qualified to perform flagging duties. 41 2. A qualified flagger must be independently certified by I of the organizations listed 42 above or trained by the Contractor's certified flagging instructor. CITY OF FORT WORTH CAYLOR 5 \MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER.AND DRAINAGE IMPROVEMENTS Rey ised Noy ember 22. 2013 City Project No. 021 11 3471 13-5 TRAFFIC CONTROL Pa,e 5 0(5 1 3. Flaggers trust be courteous and able to effectively communicate with the public. 2 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 3 and follow the flagging procedures set forth in the TMUTCD. 4 5. Provide and maintain flaggers at Such points and for such periods of time as may be 5 required to provide for the safety and convenience of public travel and Contractor's 6 personnel, and as shown on the Drawings or as directed by the Engineer. 7 a. These flaggers shall be located at each end of the lane closure. S M. Removal 9 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 10 and other Traffic Control Devices used for work -zone traffic handling in a timely 1 1 manner, unless otherwise shown on the Drawings. 12 3.4 REPAIR / RESTORATION [NOT USED] 13 3.5 RE -INSTALLATION [NOT USED] 14 3.6 FIELD IOR] SITE QUALITY CONTROL [NOT USED] 15 3.7 SYSTEM STARTUP [NOT USED] 16 3.8 ADJUSTING [NOT USED] 17 3.9 CLEANING [NOT USED] 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 24 Revision Log DATE NAME I SUMMARY OF CHANGE 11/22/13 I S. Arnold I Added police assistance. requirement for when a site specific TCP is required CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS WATER, AND DRAINAGE IMPROVEMENTS Revised November 22, 2013 City Prqiect No. 021 11 APPENDIX GC-4.02 Subsurface and Physical Conditions GC'-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH CAYLOR i MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Rey tsed .fitly 1, 2011 City Project No. 021 11 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK GEOTECHNICAL ENGINEERING STUDY 5.0 MILLION GALLON GROUND STORAGE TANK FINAL LOCATION N. CAYLOR ROAD FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. June 2014 PROJECT NO. 103-13-165-3 vi ENGINEERING, INC. June 9, 2014 Report No. 103-13-165-3 Kimley-Horn and Associates, Inc 801 Cherry Street Unit 11 Suite 950 Fort Worth, Texas 76102 Attn. Mr Sean Mason, P.E GEOTECHNICAL ENGINEERING STUDY 5.0 MILLION GALLON GROUND STORAGE TANK FINAL LOCATION N. CAYLOR ROAD FORT WORTH, TEXAS Dear Mr Mason. 7636 Pebble Drive Fort Worth, Texas 76118 w��v.crnjengr.com Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 13-4822 (Revised) dated May 6, 2013 The geotechnical services were authorized on August 7, 2013 via Standard Agreement for Professional Services between Kimley-Horn and Associates, Inc and CMJ Engineering, Inc. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project_ We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING INC. SCE OF TFl�1 p `P TsxAs FIRM REGISTRAIION No. F-9177 r JAMESP. SAPPINGTO , Iv d , 0 James P Sappington IV, P.E �j� 9'1402 Project Engineerl.*�NSEo.'�� .� Texas�No 97402 ;,' copies submitted (2) Mr Sean Mason, P E , Kimley-Horn and Associates, Inc. Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS 1 0 INTRODUCTION ------------------------------------------------- 2 0 FIELD EXPLORATION AND LABORATORY TESTING 30 SUBSURFACE CONDITIONS -------------------------------- 4 0 FOUNDATION RECOMMENDATIONS --------------------- 5.0 BELOW GRADE CONSTRUCTION ------------------------- 6.0 CONSTRUCTION CONSIDERATIONS --------------------- 70 SITE DRAINAGE ------------------------------------------------- 8 0 SEISMIC CONSIDERATIONS --------------------------------- 9 0 EARTHWORK ------------- ------------------------------- 10.0 CONSTRUCTION OBSERVATIONS ------------------------ 11 .0 REPORT CLOSURE --------------------------------------------- APPENDIX A Plan of Borings ------------------------ Unified Soil Classification System Key to Classification and Symbols Logs of Borings ------------------------ Free Swell Test Results ------------- Pressure Swell Test Results ------- Consolidation Test Results--------- 1.0 INTRODUCTION 1.1 Project Description The project site is located west of N Caylor Road, approximately 250 feet south of Bickmore Lane in Fort Worth, Texas. The project, as currently planned, consists of construction of a 5-million gallon ground storage tank. The tank will be constructed of pre -stressed concrete and will be approximately 120 feet in diameter and 60 feet high. Following the investigation of western and southern locations (CMJ Reports 103-13-165-1 and 103-13-165-2), the final location of the tank has been established immediately south of the existing ground storage tank. The project vicinity and boring locations are illustrated on Plate A. 1, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop recommendations for the type or types of foundations suitable for the project, To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. 1.3 Report Format The text of the report is contained in Sections 1 through 11. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). Report No 103-13-165-3 CMJ ENGINEERING, INC 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by five (5) vertical soil borings. Borings B-2 through B-6 were drilled to a depth of 60 feet using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.A . The boring logs are included on Plates A.4 through A.7 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. The ground surface elevation shown on the boring logs are approximate, as provided by Kimley Horn. The actual ground surface elevations at the boring locations were not surveyed. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split -barrel (split -spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound harnmer that drops a free fall vertical distance of 30 inches, driving the split -spoon sampler into the material- The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each Report No 103-13-165-3 CMJ ENGINEERING, INC. 2 blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the logs. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. Absorption pressure swell testing and free swell testing were performed on selected samples of the cohesive soils. The swell tests were used in determining the expansive soil response of the clay soils. The results of the swell tests are provided on Plates A.8 and A.9. Consolidation testing was performed to identify the settlement response of clay soils upon loading. The consolidation test results are provided on Plates A.10 and A.11. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the borings are discussed below- Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate Report No 103-13-165-3 CM] ENGINEERING, INC. 3 Variable soils were encountered in the borings, consisting of brown, light brown, reddish brown, gray, and light gray shaly clays, sandy shaly clays, silty clays, silty sandy clays, sandy silty clays, sandy clays, and clayey sands. Ironstone nodules and calcareous nodules are frequently present within the soils encountered. Occasional crystal deposits and sandstone fragments are also present. The various clays had tested Liquid Limits (LL) of 26 to 61 with Plasticity Indices (PI) of 15 to 41, and are classified as CL and CH by the USCS. The various clayey soils were generally very stiff to hard (soil basis) in consistency with pocket penetrometer readings of 4.0 to over 4.5 tsf. Tested unconfined compressive strengths were 8,780 to 34,490 psf and tested dry unit weight values were 97 to 125 pcf. Select strength tests failed along slickensided planes, indicating higher in -situ strengths than the tested value. Tan and gray cemented sands are next present in Borings B-3, B-4, and B-6. These cemented sands contain clays seams or layers and are very dense, with Standard Cone Penetrometer (SPT) test values of 2'/ to 5 inches for 50 hammer blows_ These cemented sands are underlain by dark brown, brown, and light brown silty clays and sandy clays containing sand seams. Tan sandstone with occasional cemented sand seams is next present below a depth of 17 feet in Boring B-2. The sandstone also contains occasional shaly clay seams and is moderately hard (rock basis), with TxDOT Cone Penetrometer (THD) test values of 2 to 4 inches of penetration for 100 hammer blows. Tan cemented sands are next present in all borings at depths 11 to 27 feet. The tan cemented sands typically contains clay seams or sandstone seams and are very dense, with Standard Cone Penetrometer (SPT) test values of 2'/ to 53/ inches for 50 hammer blows. Gray clayey shale is present in Boring B-5 at a depth of 44 feet. The gray clayey shale is soft (rock basis), with an unconfined compressive strength test value of 14,710 psf. Gray, moderately hard (rock basis) limestone is next present in all borings at depths of 41 to 46 feet and extends to the 60-foot boring completion depth. The gray limestone contains shale seams and exhibits THD Cone Penetrometer values of 2 to 4'/ inches in 100 blows. Report No 103-13-165-3 CM] ENGINEERING, INC. 4 The Atterberg Limits tests indicate the various clays encountered at this site are active to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. Results of swell testing indicate an extremely high potential for moisture induced volume change from current in - situ moisture contents 3.2 Ground -Water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was not encountered during drilling and the borings were dry after completion of drilling operations. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground -water conditions will vary with fluctuations in rainfall. Fluctuations of the ground -water level can occur due to seasonal variations in the amount of rainfall, site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the boring was performed. The possibility of ground -water level fluctuations should be considered when developing the design and construction plans for the project. Water traveling through the soil (subsurface water) is unpredictable.. This could be due to seasonal changes in the ground -water and due to the unpredictable nature of ground -water paths. Therefore, it is necessary during construction for the contractor to be observant for ground -water seepage in excavations in order to assess the situation and take appropriate action. 4.0 FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed tank. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. Report No 103-13-165-3 CMf ENGINEERING, INC. 5 4.2 Expansive Soil Movements The expansive soils encountered at this site can shrink and swell as the soil moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground -water conditions, paving and many other factors which affect the structure during and after construction. Therefore, the amount of soil movernent is difficult to determine due to the many unpredictable variables involved. The following estimates are based on conditions, as if all recommendations are followed. The soils encountered are considered active to highly active with respect to moisture induced volume changes. As seasonal moisture changes occur, these soils will shrink or swell significantly. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering judgment and experience. Vertical soil movements on the order of 4'/2 inches have been estimated for the clay soils in a dry condition. A concrete ground tank normally tolerates differential movements on the order of 1 inch. The estimated soil movements are based on the subsurface conditions revealed by the boring and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. 4.3 Shallow Spread Foundations 4.3.1 Tank Foundation Desiqn Criteria Reinforced concrete spread foundations or continuous ring foundations may be used to support structural loads for the tank. The allowable bearing capacity given below is based upon spread foundations in the range of 2 to 6 feet in width. We understand 6 feet of cut will be required to establish finished grade (near Elevation 795) for the proposed tank bottom. In order to reduce movement potential to on the order of 1 inch or less, approximately 8 feet of soils below the planned finished grade elevation should be excavated to a uniform depth (near Elevation 787), and replaced with either non -expansive select fill soil or gravel/crushed stone material It is recommended that non -expansive select fill consist of sandy clay/clayey sand with a Liquid Limit less than 35 and a Plasticity Index between 5 and 16. The select fill and/or gravel/crushed stone material should be compacted to a minimum density of 100 Report No 103-13-165-3 CMJ ENGINEERING, INC. 6 percent of maximum dry density as determined by ASTM D 698, Standard Proctor within the recommended moisture range in Section 9.2. Beneath the tank floor, a minimum 2-foot thick stone pad consisting of either flexible base (TxDOT Item 247, Type A, Grade 1 or 2 Stone) or graded crushed rock meeting gradation requirements of ASTM D 448, No. 467, 67 or similar gradation is recommended. The flexible base or graded rock should be placed and compacted as above. Graded stone should be compacted to a minimum of 70 percent relative density per ASTM D 4253 and D 4254. A perimeter drainage system is not required at this site. Continuous spread foundations should be founded at a minimum depth of 2 feet below the lowest adjacent final grade into properly compacted and tested fill soils. The spread foundations may be designed for an allowable bearing capacity of 6.0 kips per square foot. This bearing pressure assumes a factor of safety of three. A modulus of subgrade reaction of 300 psi/in may be used. We estimate long-term settlement on the order of 1 inch and differential settlements on the order of 3/ inch for footings founded within the properly placed and compacted select fill and rock fill pad. It should be noted that this method of soil treatment is presented as an option for the owner's consideration. The designer should be aware that this method will not prevent movement of the soil -supported foundation elements. Placement of structural elements on grade represents a compromise between construction cost and risk of distress. 4.3.2 Spread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Report No 103-13-165-3 CMJ ENGINEERING, INC 7 Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics.. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavations, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.0 BELOW GRADE CONSTRUCTION 5.1 Lateral Earth Pressure 5.1.1 General Below -grade structures must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground -water table. 5.1.2 Equivalent Fluid Pressures Lateral earth pressures on below -grade structures will depend on a variety of factors, including the type of soils behind the structure, the condition of the soils, and the drainage conditions behind the structure. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot Report No 103-13-165-3 CMJ ENGINEERING, INC A of structure height, are presented in Table 5 1.2-1 for a below -grade structure with a level backfill. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall A ground -water level at the finished grade elevation should be used for design of the below grade structure. Pressures are provided for at -rest earth pressure conditions for rigid concrete walls. For the select fill or free draining granular backfill, these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 K2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on -site soils should be used. TABLE 5.1.2-1 Lateral Earth Pressures Backfill Material Excavated on -site clay or clay fill material Select fill, flowable fill, or on -site soils meeting material specifications Free draining granular backfill material 5.1.3 Additional Lateral Pressures At -Rest Equivalent Fluid Pressure (pcf) Drained Undrained 100 110 65 90 50 90 The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge ;Intensity for select b-ackflll materials, or equal to the full vertical Surcharge intensity for clay backfill.. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case -by -case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. Report No 103-13-165-3 CMJ ENGINEERING, INC. ti 5.2 Wall Backfill Material Requirements Granular Wall Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non -plastic. Granular wall backfill should not be water jetted during installation. Select Fill Behind Walls: All wall select backfill should consist of clayey sand and/or sandy clay material with a plasticity index of 16 or less, with a liquid limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture.. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor Density. Flowable Backfill: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. On -Site Soil Backfill; For wall backfill areas with site -excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished us(ng hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor Density. 5.3 Below -Grade Drainage Requirements in order to achieve the "drained" condition for lateral earth pressure for iow-permeability wails (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or to the sump/pump system. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines. Design Report No 103-13-165-3 CMJ ENGINEERING, INC. 10 or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request_ 5.4 Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system is provided, any below - grade structure should be designed to withstand full hydrostatic pressure below the ground -water table (undrained condition). We recommend a water table at the surface be assumed for these calculations For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf. 6.0 CONSTRUCTION CONSIDERATIONS 6.1 Open Cut Considerations The overburden soils present in the excavation may be subject to caving and sloughing and must be sloped or braced in the interest of safety. If sufficient space is available (in relation to any adjacent structures) to provide a stable slope, an open cut can be used. Refer to current OSHA 29 CFR Standards for recommended parameters for use in the design of braced or sloped excavations. If sufficient clearance is not available, then a braced excavation will most likely be required. The appropriate bracing system or shield should be selected by the contractor, and should be configured to withstand the expected lateral earth pressures, and hydrostatic pressures if ground water is present. Trench shoring should be used for excavation to support open cuts located where existing utilities are within a zone extending from the base of the excavation upward at a 1 H:1 V slope. Surcharge loads, such as those resulting from excavation spoils and/or equipment, should be placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations. All vehicle traffic should be prohibited from at least five feet of the crest of the excavation. Excavations should take into account any utilities to avoid undermining these features. The following guidelines are presented to aid in the development of the excavation plans: Report No 103-13-165-3 CMJ ENGINEERING, INC. 11 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation 2. Heavy material stockpiles should not be placed near the crest of slopes. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3, The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable than influenced by ground water or saturation by rain. 7.0 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures, pipe supports, pump pads, slabs or foundations. Positive surface drainage should be provided around the perimeter of the tank. Water must not be allowed to pond near the tank during or after construction, If water is permitted to stand next to or below the structures, pipe trenches, and similar facilities, excessive soil movements can occur. This could result in excessive vertical movements and damage or distortion of the structures or other facilities. Ponding water can result in soil movements exceeding those previously given. A slope of 1.5 to 3 percent should be provided, such that the soil slopes away from the proposed structure, foundations, and excavations. 8.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the boring for the above referenced project the IBC-2012 site classification is TYPE C for preliminary seismic evaluation. MUMMUM14 0211111.7001F.; ".. 9.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative, Report No 103-13-165-3 CMJ ENGINEERING, INC. 12 9.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer, The on -site soils are suitable for use in general site grading. Imported fill material under the structures should be flexible base or graded stone and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris General soil fill material should be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for fill should range from 2 percentage points below optimum to 5 percentage points above optirnum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density,. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with +ham + techInical 'neer. wig„ �� ,� pr ojec� geo.���„ „tea, ongi„��, , Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor Report No 103-13-165-3 CMJ ENGINEERING, INC. 13 and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 9.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On -site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill in Section 9.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 9.4 Excavation Extremely hard sandstone layers or boulders can be present in this geologic formation and pose a risk of excavation difficulty, requiring the use of heavy-duty specialized equipment for removal. As a point of reference, unconfined cornpression strength tests in this material typically ranges from 100 to well over 500 tsf. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Report No 103-13-165-3 CMJ ENGINEERING, INC 14 Height (ft.) Horizontal to Vertical 0-3 1:1 3-6 2A 6-9 3:1 > 9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides.. 9.5 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 9.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 9.7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent Iel It slopes and other areas subject to el l./siol l� VI sedimentation ita liol i� should b provided - '' permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. Report No 103-13-165-3 CMJ ENGINEERING, INC- 15 9.8 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on -site soils, rather than granular materials. A positive cut-off at the building line is recommended to help prevent water from migrating in the utility trench backfill. Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. 10.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions, In the analysis, the geotechnical engineer, must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer, This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. Report No 103-13-165-3 CMJ ENGINEERING, INC 16 11.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings, The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that 'the exploratory 'Dorings ar iropresentative of thee s ubs urfacee conditions thrni inhnuitfhe �in',thaf is a1i --JJ , the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconSider ou'r recommendations where necessary. If there is a substantial lapse of time between submission of Report No 103-13-165-3 CMJ ENGINEERING, INC 17 this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No 103-13-165-3 CMJ ENGINEERING, INC. In LEGEND Boring Loccf,on Approximot-2 Site Boundory �Z I i i 1 B-4 B-2 B-5 PROPOSED GROUND TANK k J M 0 25 50 feet Appro-mote Scole �( FLAN OF BORINGS CM JENGINEERING, rNC 5. 0-MG GROUND STORAGE TANK FLATE N. CAYLOR ROAD 4.1 CMJ PROJECT No. 103-13-165-3 FORT WORTH, TEXAS Major Divisions Grp Sym. Typical Names Laboratory Classification Criteria a 0 M L U) @ � c > — c O 0 c o U @ N U c o @ N O Qi L m U M o C; U) C 0 Z � O @ c @ c a) m f c @ w a) L O > O > L Q @ U) U C o a) V N u) a) a V) c @ p d U O O G C0 @ � L C � @ s m O O w I. VAI GP GM GC SW m NUT SC Well -graded gravels, gravel- @ D60 (D30)1 sand mixtures, little Or no v C ----- greater than 4: Cc= between 1 and 3 fines o DID DID x De0 ) Q U 0 -0 Poorly graded gravels, gravel M E sand mixtures, little or no U) rn En Not meeting all gradation requirements for GW fines `` o a- U @ V U Silty gravels, gravel -sand -silt N Liquid and Plastic limits mixtures N below "A" line or P I > greater than 4 v m w Clayey gravels, gravel -sand- (D p C)i : N Liquid and Plastic limits clay mixtures c o Z a) c above "A" line with P I L greater than 7 E` ...... ............. .... Well -graded sands, gravelly O - (D o m D60 Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols (D30)Z a) E C„= ----- greater than 6: Cc= -------------- between 1 and 3 sands, little or no fines DID D10 x D60 U1 C O U Poorly graded sands; m gravelly sands, little or no -a °; Not meeting all gradation requirements for SW fines (n O o a) O- Q N ---- - --- cn N LO ml U �5 Liquid and Plastic limits Silty sands, sand -silt mixtures a , - cQ below "A" line or P I less U °i 0 0 (n 0 than 4 N Q Q C o 1 J LO o G 'n Liquid and Plastic limits Clayey sands, sand -clay y y y E:— "A" mixtures (D a) N above line with P I a) a) m greater than 7 Q 0 U Inorganic silts and very fine ML sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity 60 Inorganic clays of low to CL Medium plasticity, gravelly clays, sandy clays, silty clays, 50 and lean clays OL Organic silts and organic silty 40 clays of low plasticity x a) b a3n Inorganic silts, micaceous or .y MH diatomaceous fine sandy or silty soils, elastic silts ?n CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silts Pt Peat and other highly organic soils �L 10 4\\� 0 0 10 20 ML aid OL 30 40 50 60 Liquid Limit Plasticity Chart Liquid and plastic limits plotting between 4 and 7 are borderline cases requiring use of dual symbols 70 80 90 100 UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES JGRAVEL �j LEAN CLAY m o • • • • SAND I • • SANDY SILT I SILTY CLAYEY HIGHLY PLASTIC CLAY LIMESTONE SHALE P:ASANDSTONE CONGLOMERATE Shelby Auger Split Rock Cone No — Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained S00S (More than 50% Passing No 200 Sieve) Descriptive Item Soft Firm Stiff Very Stiff Hard Penetrometer Reading, (tsf) 00to10 10to15 15to30 30to45 4 5+ Coarse Grained Soils (More than 50% Retained on No 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand, corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife, cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials and iron oxide are common cementing materials Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No 1 Boring No Project 5.0 Million Gallon Ground Storage Tank 103-13-165-3 B-2 (N. Caylor Road - Fort Worth, Teas -- -- --- - x — j Location I Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 60.0' Date 11-15-13 Surface Elevation Type I 801.0 CME-55, w/ CFA CMJ ENGINEERING INC -, LL N! ! CDi U ()' O ! w Q; CY) G T £ S i o ice! Stratum Description T � . a o V -5 795 0 —10 `x ,r7 7840 : =20— —� —25— — _- 774 0 —30--1 t' : — � f m —40— Xf ` F' � I- UI _ 'r �! -45 : CLAY / SILTY CLAY, brown to light brown, w/ calcareous nodules, very stiff to hard -light brown below 1' -w/ ironstone seams below 3' -w/ gray, crystal deposits, and sandstone fragments below 4' SANDY SHALY CLAY, light brown, w/ ironstone nodules/seams and occasional sandstone fragments, slickensided, hard -w/ gray, cemented sand layers below 14' SANDSTONE, tan, w/ occasional cemented sand seams and shaly clay seams, moderately hard CEMENTED SAND, tan, w/ sandstone seams and ironstone seams, very dense U LU o' 3�u 0 1 0 N> a E U U xi n=' a m E m a o: 'mat-= a.� E j in_cn'�= •o_ �.a 40 4455+ 1 4 5+- 56 19 37 1 45+ —i - 1 4.5 j 51 16 35 : 4 5+ 4.5+ I _L 1 o ALL a �E ) � C C En C} o! a o f I o �c>! J �Ua I 16 19; 17 112 12 — -- 12 119 j 13 122 : 34490 38 j 11 27 1 8 1 120 ! - 9 121 22070 10' ! : I 100/4" 1 1 50/4 1 " ! I 3 : I I I ! I 150/5.75 li ' 1 50/5' 1 °~ 7550 I LIMESTONE, gray, w/ shale seams, moderately hard 0 1 j 00/4 25 of LOG OF BORING NO B-2 Continued Next Page i 4 ! ! I ! I ( i 1 ' 1 I PLATE A.4a Project No Boring No Project 5.0 Million Gallon Ground Storage Tank CIVIJ zNeINeErr, c INC — 103-13-165-3 B-2 N. Caylor Road - Fort Worth, Texas_ Location i Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 60.0' Date 11-1,5 i Surface Elevation Type j 801.0 CME-55, w/ CFA - — --� u- N ii I O ij o O j I - .l= E: o. O LL LL O C j o Stratum Description N LL C N Y N C) U C Q"O i.i 0 W O 3 C > Y O ._ ! to '= N N (6 E (6 -O In C O O - uj G U C E O 00 JJ i d J d C CGU 9 DJ :DUQ. LIMESTONE, gray, w/ shale seams, moderately hard (continued) I I 741 0 I v V UI aI U � N i N I � i I vJ v� O I 1 z ' I 0 m LL J 0 o LOG OF BORING NO J' B-2 i P0012.261 I I j 10012" i I I I I I I I I i PLATE A.4b Project No Boring No , Project 5.0 Million Gallon Ground Storage Tank 103-13-165-3 B-3 I N. Caylor Road - Fort Worth, Texas _ Location ! Water Observations See Plate A.1 I Dry during drilling; dry at completion Completion Completion Depth 60.0' Date 5-6-14 Surface Elevation j ! 800.0 LL Q N Q > �-/1 7950 - 5 2, 7920 10 F - Type - B-53, w/ CFA Stratum Description SANDY CLAY, brown and light brown, w/ ironstone nodules, hard I i SANDY CLAY / CLAYEY SAND, brown, w/ ironstone nodules and iron stones, hard CEMENTED SAND, tan, w/ clay seams and iron stones, very dense _ 7870 j % SILTY CLAY, brown, w/ tan sand seams, hard --15 7835 I- I r — ! I--20- -i ! I , X1 r_.25 1 I i i -- X x 30— — i —35— — x N X —40-- 759 0 I2�1-45 i i mi-50 ! rt O CEMENTED SAND, tan, very dense LIMESTONE, gray, w/ shale seams, moderately hard o1 LOG OF BORING NO AN Continued Next Page CMJ ENGNEErmmG ]\C o io _ LL iz�i O o o ,� . �_In T� w a N LL 3 I to a al- U +.- N .0 X mw 7 Nc U j C �E� Q 0 o a) 0 m .� s E m E I a o o u! c c o o o mar a n���1a , o �c> D-J �c>a - --- 4 5+ 11 4 5+ --T --I- 8, 4 5+ 16 4 5+ 16 — 4.5+ 15 !. 4 5+ 26 11 15 4 97 j r50/2.25" - -- � ! i I ------- I 1 48 20 ! 28 17 102 j i 50/5" i 15 /0275" i 50/4-1 " C-- - -T - 1 50/3.75" I f10 122.751 I 100/2 751 I , III � I I I I � I I PLATE A.4a Project No �Goring No Project 5.0 Million Gallon Ground Storage Tank 103-13-165-3 1 'B-3 N. Caylor Road_ - Fort Worth, Texas Location Water Observations See Plate A.1 _ Dry during drilling; dry at completion 1 Completion 1 Completion Depth 60.0' Date 5-6-14 --- CMJ rNGI\EERI\G INC Surface Elevation Type 800.0 8-53, w/ CFA CD ON 9 fl Q1 C LL O :� Stratum Description v CD 8-0LL N ri a! .V - U N T� C� U c Qa U w l CJ 3 o �cn > -, v,w m m a E; o f X N ) c a o l o �� O o C i w mIZF Gin' ,,ate n � o �U >� c :Ua- o o —� LIMESTONE, ra w/ shale seams, moderately gray, Y hard (continued) ' j I --55— 100/3' i 1 740 0 0 c� UU a N N M C) O ZI Z; K' U i fD I LL o' LOG OF BORING NO B-3 100/2.5" i , I I I � I I I I I Project No Boring No 103-13-165-3 B-4 Location See Plate A.1 Completion Completion Depth 60.0' i Date 5-6-14 Surface Elevation 803.0 Iy u- . 0 1a Q L E F U) I \ Project 5.0 Million Gallon Ground Storage Tank _ N. Caylor Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion i Type B-53, w/-CFA Stratum Description SILTY SANDY CLAY, reddish brown, w/ ironstone / nodules, hard _ 801 0 SANDY SHALY CLAY, light brown and light gray, � I slickensided, hard 5 _ 7920 /f SANDY SILTY CLAY, light brown, w/ tan sand 7900 seams 7890 CEMENTED SAND, tan, w/ clay seams SILTY CLAY, dark brown, uv/ tan sand seams and 15—�� , ironstone nodules, hard / 786 0 I CEMENTED SAND, tan, w/ clay seams, very dense —20— i L _ X 25 X t- - _ X X -30— - � I — —35— - - L I 4 V H (� I - 7595 LIMESTONE, gray, w/ shale seams, moderately hard M 0 Z z 0 —50 0 0I LOG OF BORING NO i 0 W Ij 1 Continued Next Page CMJ ENGINLE-TING I•IC - ; I o i o _ LL C O 0 LL- N (n S z\ m� oo as o o�c'0U c A 3ctL Nm = n' n�' nc!YN �ES C7 0 0�m70 o o:'c_0 c 0 0 mat av> JJ;dJ a J �Ua 45+ 12 --45+— - 16 45+ 10! ! 45+ --- 8' 4.5+ 10 — 45+ I 40}! 14 26 14i ---- -- I � i 4-5+ 1 16 i 117 1 12430 j I I 4.5+ 50/4.1" I L— I i 50/4" 50/3.5" i 50/3.25" 1 I 50/3.5" I 100/2.5" : i 00/2 75. I 47 21 26 19 103 i I PLATE A.5a - ProjectINC- No -- - - -- Boring No -- Project 5.0 Million Gallon Ground Storage Tank CMJ F�<-IN ERING -. 103-13-165-3 I B-4 1_ N. Caylor Road -Fort Worth, Texas Location I Water Observations See Plate A.1 Dry during drilling; dry at completion ! Completion Completion Depth 60.0' Date 5-6-14 1 Surface — Elevation Type _ I - -- I 803.0 B-53, w/ CFA I I LL O N O cLL fl. E E o Uj Stratum Description C u- O 0)o o ll to CY to o o m� U 0 r 3c� c & N> o o —0 o in"IinNi I.o X �, pU Nc,'--_� c Qa 0E� Liu Cu 0 O (4 �— E O E N I O O. C c O O an 0- F- 0-in J J a. J 0- S C-) D J D U Q_ _ f- LIMESTONE, gray, w/ shale seams, moderately j —— hard (continued) — 0 00/4.25-1 —55 I i ! i I ]� 7430 10013" i i I O Z i O ! c� O' o' LOG OF BORING NO i I i I I i PLATE A.5b Project No I Boring No ii Project 5,0 Million Gallon Ground Storage Tank I 103-13-165-3 B-5 N. Caylor Road - Fort_ Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 60.0' Date 5-5-14 Surface Elevation Type 802.0 B-53, w/ CFA : o _0 -0 Io_ Stratum Description -5- 10- -25 --35- o! 801 0 SILTY SANDY CLAY, reddish brown, w/ ironstone nodules, hard _ CLAY, brown, wJ ironstone nodules and crystal 798 0 deposits, hard 791 0 I X SHALY CLAY, light brown and light gray, w/ sand seams and ironstone nodules, slickensided, hard C1\4J ENGINFErING INC -, O c a m N a o Z y c co ti � rno o o m (D V) of 00 a c W o Mtn o m m E m o 0 o c-0; c 00 Elf ,maw aco, 1a= a :5U :D-j: c)o- 45+ ! 14� —� 4 5+ -� -� - 16 -- �45 I 16 45+ 59I 21 38� 17 - 4.5+ f 17 i 4 5+ '! 16 + �- 61- 20 41; - 20 109 8780 � ff CEMENTED SAND, tan, w/ clay seams, very dense -grades light brown and brown, w/ 12- to 18-inch thick light brown and gray sandy clay layers below 18 5' X X i I I X i I X I I i I 1 • 7580 CLAYEY SHALE, gray, soft -� 7560 - ; LIMESTONE, gray, w/ shale seams, moderately i hard : 0 0 LOG OF BORING NO B_5 Continued Next Page � I l -- 50/5.75" 150/3.25"'! 50/4.5„ -— — ! j j� I ---�--- 50/3.5" j 50/4, 25" i - -- I 50/4" : I r 4.5+ I -ii 12 1231 14710- I` I ! i ! i I , -- I i 100/3 5" —t ---------- - - _. PLATE A.6a Project No Boring No Project 5.0 Million Gallon Ground Storage Tank -- CMJ ENGINEERING INC 103-13-165-3 B-5 N. Caylor Road - Fort Worth, Texas j Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 60.0, Date 5-5-14 Surface Elevation -Type - -- - - - - - - - - -- -, - - -- - - - I 802.0 B-53, w/ CFA L 1= N J O 0 -O LL O Q o I� Stratum Description � S . Y x U Q-a W �' > 5_0 �T m N o o c C 00 ix maf-:an Q- U U-I DUD LIMESTONE, gray, w/ shale seams moderately - - ---'— hard (continued) I I I 1 1 --55— r" 25 � I I I • 742 0 � i I Z I, � I I m� of LOG OF BORING NO B-5 Project No I Boring No 103-13-165-3 B-6 Location See Plate A.1 Completion Completion Depth 60.0' Date 5-5-14 LL �. 0 i a); i E al IEl p (01 (n I , Surface Elevation 803.0 Project 5.0 Million Gallon Ground Storage Tank N. Caylor Road - FortWorth, Texas Water Observations Dry during drilling; dry at completion Type CMJ ENGINEERING INC - B-53, wt CFA I Stratum Description CLAY, light brown, w/ calcareous nodules and crystal deposits, hard _ 7980 _ 5 SHALY CLAY, brown and gray, hard r y-y- T�,y I 50/5" i ! i _ I I 20 50/4.5" --� - I 781 0 _ j, j, SANDY CLAY, Tight brown, w/ sandstone seams and sand seams - %f 7780 —25 i ! I 1� 35- r I I N wl—4U7 '1 U _ � I 4' h 7580 o ! of 50- 01 o CD IN r ti ! 00 c .', 0 .�� 7 N� LLtD rno �I a E��; n� oc U� a�� UU c na I O u_ y ai . ...; - x N 0 c U E w ! d 2��' "�;0-E nE m7 00:cQl coo j CC0_o_U) a:ia �U �_Ji �Ua 4 5+ -�— -i 20 - 4.5+ I i I � �- ! 20 1 4 5+ 19 _ _ I 45+ ---i � 4.5+ ! - I i 18 ; jl 4 5+ 1 59 21 3H 17 / w/ ironstone nodules and sand seams below 9' 4-5+ 11 125 ' 13540 —10 793 0 I CEMENTED SAND, tan and gray, w/ clay layers, I ' very dense - - - �I I 15-j ! I _-k 784 0 CEMENTED SAND, tan, very dense CEMENTED SAND, tan, very dense LIMESTONE, gray, w/ shale seams, moderately hard 0! LOG OF BORING NO I B-6 Continued Next Page 50/4" I I i L. 1 50/3.75 100/2 7 PLATE A.7a CMJ vctvEerI-NNcINc Project No I Boring No Project 5.0 Million Gallon Ground Storage Tank 103-13-165-3 B-6 N. Caylor Road - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion j Completion Completion Depth 60.0' Date 5-5-14 !Surface Elevation ---- � Type I I — —! 803.0 B-53 w/ CFA --) — u m o a) 9 a I o CDj o N cLL o Stratum Description z\ �'y O o I' ��'�" _�`� N 1 LL a U)�� 0 o `-'�, Hai �xCa.� C N w O o emu) �'-o ,� m.a�; �E; m E' o_cn =�;a: oa a5 FD 0 C: 2i0i��, C o o — � mar- �Uo LIMESTONE, gray, w/ shale seams, moderately I i hard (continued) -- I 100/3" I I I I 7430 i 10012-5" I I i I I I i I I i j ! i i I I I i LOG OF BORING NO FREE SWELL TEST RESULTS Project: 5.0 Million Gallon Ground Storage Tank N. Caylor Road - Fort Worth, Texas Project No.� 103-13-165-3 Depth Liquid Plastic Plasticity Moisture percent Boring.-p Interval Sample Limit Limit Index Content_% Swell No (ft) Description — - LL - ' PL P! Initial , _ Final B 2 2-3 Clay / Silty 56 19 37 170 21 8 79 Clay B-3 7-8 Sandy Clay 26 11 15 43 4 182 4 00 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.8 PRESSURE SWELL TEST RESULTS Project: 5.0 Million Gallon Ground Storage Tank N. Caylor Road - Fort Worth, Texas Project No.: 103-13-165-3 Boring No.: B-2 Depth: 4 - 5 Feet Liquid Limit: 51 Plastic Limit: 16 Plasticity Index: 35 Pressure (psf) 24,820 17,180 9,540 1,890 970 125 Boring No.: B-3 Depth: 14 - 15 Feet Liquid Limit: 48 Plastic Limit: 20 Plasticity Index: 28 Swell (%) 0.0 0.8 1.7 5.6 9.2 10.2 Pressure (psf) Swell (%) 2,400 0.0 1,750 0.1 1,110 0.3 125 1.3 Boring No.: B-5 Depth: 9 - 10 Feet Liquid Limit: 61 Plastic Limit: 20 Plasticity Index: 41 Pressure (psf) Swell (%) 5,650 0.0 3,710 0.3 1,770 1.6 125 7.6 CMJ ENGINEERING, INC. PLATE A.9 -o ; CONSOLIDATION TEST REPORT 00 10 20 Ndruidi Dry Dens LL PI Sp. Overburden Pe cc Cr Swell Press. Swell e Sat. I Moist. (pc0 Gr. (tso (tsf)(tso % ° 53.8 % 8.1 % 119.7 38 27 2.7 2.51 0.04 0.00 0.408 MATERIAL DESCRIPTION ION USC;S AASi I T O Project No. 103-13-165 Client: Kimley-Horn Remarks: Project: Ground Storage "Tank - N Caylor Rd - Ft. W Location: B-2 Depth 9'-10' CMJ ENGINEERING, INC. Fort Worth, Texas PLATE A.10 CONSOLIDATION TEST REPORT -1.5C -0.7 l 0.00 0.75 1.50 +' 2.25 c U I I j Q I I I I I 3.00 I I j i 3.73 i I I 4.50 � I 5.25 I I i I I I I 6.00 01 .02 .05 .1 e .5 1 2 5 10 20 Applied Pressure - tsf Natural D Dens. S Overburden P Swell Press. Swell Sat. Moist. n(pcf) LL PI Gr. (tsf (M Cc Cr (tsf % eo 102.9 3.51 0.06 0.01 MATERIAL DESCRIPTION USCS AASHTO Project No. 103-13-165 Client: Kimley-Horn Remarks: Project: Ground Storage Tank - N Caylor Rd - Ft. W Location: B-4 Depth 14'-15' CMJ ENGINEERING, INC. PLATE A.11 Fort Worth, Texas GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July 1, 2011 City Project No. 02111 ATTACHMENT 1A Page 1 of 4 F RTOrR-T-H- City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: I Check applicable block to describe prime North Texas Contracting, Inc I PROJECT NAME: I M/W/DBE I X I NON-M//WDBE Caylor 5 Million Gallon Ground Storage Tank, Water BID DATE and Drainage Improvements Dec 11, 2014 City's MBE Project Goal: I Prime's MBE Project Commitment: I PROJECT NUMBER 15 % ( 15.4 % 1 02111 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested -documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned ;offeror agrees to enter into a formal agreement with the -MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or.knowing misrepresentation of facts is grounds, for consideration of disqualification and- will result in the- bid being considered non -responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton. Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime,contractor to a subcontractor is considered Vt tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operators, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 5/30/12 FORT WO TH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and.non�MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate n SUBCONTRACTOR/SUPPLIER T Company Name i Address e M W S Telephone/Fax r B B B E E E Greenscaping 2401 Handley Ederville Fort Worth, TX 76118 817-577-9299 1 X 817-577-9331 Larry Rambo Trucking 501 Allison Lane Fort Worth, TX 76140 817-821-3704 1 X 817-483-2820 J E Guzman Construction 2911 Peachtree Rd Balch Springs, TX 75180 214-309-3955 1 X Detail Detail Subcontracting Supplies M Work Purchased B E Preload Inc. 49 Wireless Blvd, Ste 200 Hauppauge, NY 11788 1 X 631-231-8100 631-231-8881 Alman Electric 7677 Hunnicut Rd Dallas, TX 75228 214-388-1800 1 X 214-388-1818 Johnson County Pipe 800 CR 209 Alvarado, TX 76009 817-783-3444 1 X Landscaping CIP Storm Dollar Amount $3485.00 Select Fill & No. 467 Stone $188,859.00 Supplier & Trucking Manholes, $198,425.00 & Misc Concrete Work Prestressed 5.0 MG Storage Tank $2, 100, 000 . 00 Electrical Work $45,990.00 Reinforced Concrete Pipe $93,155.00 Rev. 5/30/12 ATTACHMENT1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority. --and npn-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate SUBCONTRACTOR/SUPPLIER T Company Name i Address e M W Telephone/Fax r B B E E JLB Contracting PO Box 24131 Fort Worth, TX 76124 1 817-538-2991 Atco Construction 119 Conona Ct Fort Worth, TX 76108 2 X 817-448-8007 817-448-8256 JD's Trucking, LLC 5001 Brentwood St Fort Worth, TX 76112 817-446-2060 2 X 817-446-1811 Industry Junction 1010 Kent Brown Garland, TX 75044 1 X 214-680-9655 n Detail Detail Subcontracting Supplies S M Work Purchased B B E E Asphalt Paving X Overlay Haul HMAC for JLB Cont. Haul raw material for JLB Valves & Fittings (No Pipe Included) Dollar Amount $25,172.00 $1520.45 $2057,71 $271,831.47 Rev. 5/30/12 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers I $ 708,683.63 Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ 2, 214, 7 4 8 .8 4 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 2,923,432.47 .The Contractor will ,not make additions_, deletions, or substitutions to this certified list without the prior approval of. the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result -in debarment` in accord with the procedures -outlined in the ordinance. The contractor shall submit a detailed.explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. r l Authorized 9ignagture VP Title North Texas Contracting, Inc. Company Name 4999 Keller Haslet Rd Address Fort Worth, TX 76244 City/State/Zip Zach Fusilier Printed Signature Andy Nord Contact Name/Title (if different) 817-430-9500 Telephone and/or Fax andy@ntexcon.com E-mail Address 1/5/15 Date Rev. 5/30/12 FORT WORTH ATTACHMENT 1 B Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: North Texas Contracting, Inc. PROJECT NAME: Caylor 5 Million Gallon Ground Storage Tank, Water, and Drainage Improvements City's MBE Project Goal: I Prime's MBE Project Commitment: 15 15.4 Check applicable block to describe prime M/W/DBE I X I NON.M//WDBE BID DATE Dec 11, 2014 PROJECT NUMBER 02111 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. allure to cotnpiete this -form inifs-entirety arrd`be"received by the-ManaWn. Department on or before- 5A0 tri, froe4 01 y.businessdays after bid ogeninci exclusive ofthe btd opening`date; will result>n the bid being;+�onsidered_rion.-responsive: tqlid specifications: „ Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. X Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. X NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Z�„� c � Zach Fusilier Autho ed Signature Printed Signature VP Title North Texas Contracting, Inc Company Name 4999 Keller Haslet Rd Address Fort Worth, TX 76244 City/State/Zip Andy Nord Contact Name (if different) 817-430-9500 Phone Number 817-430-9207 Fax Number andy@ntexcon.com Email Address 1/5/15 Date Rev. 5/30/12 FaRTWORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or -less, then an MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 15 % of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will I received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture I received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID -BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 5/30/12 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH CAYLOR 5 MG GROUND STORAGE TANK, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER, AND DRAINAGE IMPROVEMENTS Revised July 1, 2011 City Project No. 02111 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCTS LIST Approval Spec No. Classsificatio❑ Nlanufacturer NVASTEWATER il'I:mhole Inserts LI-13 \Lmhrl: III,, IT EI-14 Manhole Imaa S"mh We,h•rn Pad•amr-, 1.I-14 \Lmhnlr In,clt \'nil"„-In1lI11 09/21/96 El 14 \Lmhu!a lm.r, lIudmc,iem PacLlne \ Se.Ih. III, 0`1C31% EI-14 :\I,:Itledc II,Y11 ---_ - S"udmc,mn, Pie Von• N. Seal. Inc --- _- Manholes fi Bases/Frame, �C Co\ en/Rernmeular Model No. \hdietu Dnlc, PLntic \lade to Order - 1161,1is \lade tn_urdcr- Phil Ic _ --1.,tes.net - St.mlle„ Steal -relticrl "), - S,,unle„ Steel UPDATED 2 29-2012 National Spec -- \I,mh,dc l`r.unc, .unl (-•:\era \\e,icm Iri Wwk,. B,n,,\ I{i\, ICund,\ 1001 \'ulc.u, linmdn 117811 — Manholes & Bit ses/Fia mes S, Cmers/Slandard (RoundI - — - - - EI-14 \Imlhole I lau,., ant (,., rn-- -- - - \\a„nm Ion \\n,1.,. 131„ S 1I:n, Il+tnnIt, 300'3 -- -- -- --- EI-Ia \Luil,nlr rr,'I" "I,d("'C' --- Mc61nlc\Inm\\n,h,h,e A'4:\\I 1i1-14 - - \.whole I..una, .Ind I •:\era Neenah Colin,, EI-14 \I,Inh:dc l- lame, . In:II :,M ena Vole Il Fnundr\ I31'_ A',I\I A4S _ EI-14 im)-I+dc I -Lunn - and Cm rn Smn,a ('oq,ncnum _--_ - --- -- - \III-I-ldV LI-14 \Ltnhrk I'xil""lid C:n Cr, slgnl.l ( agw,zaion MH-143N - — EI-I1 _--\lanhulc _\tanl,:de l lam:. and (-:ne„ Pnnt-.\-\Inu„on GTS-STU EI-)-1 I"I'lln.md( "'t, 7/'_5/03 GI-14 MmIll"le I:m ,.InJ 1',nel, S,mn-<ioh.nn Pipeline, (Panrm\/n•\u„ RL3]-1?81-S - - - — i.0'. 10 FI-u ::, Di MII Fnr ..'. q,.:;;a ,',rrnn:•,,u \II{1l.iII\\\C \Ill lbiu_ d;W) I I ;.i-I-' +v I,I Mill !: � : ,' <I•n Pnm P;,,,L.,; \III JII \111" W -- - - -- -- nP/PI 1S1-14 +,. I,t\III 1:�: ��,�• - \Manhole\ R Bases/Franz\ R Co\ers/\\ ater'I iLlit S' PIc'SSLire Tight Size lr.un...unl lla rn - P"nt-A-Mml it - --- - Ruuu^ht ., Dnr. EI-1-1 .\I,u,hoe - Frame, anal (-o\r:, _ Ni _ Neenah ----- --- ISI-I4 M,Clho!c liant., .nn!C le" \',dean l-rninh\ _'iJ'_ AsI\I \iz _1' I EI-14 \LI„hole Fc:ntn.n,d l":n:,, _ \\'e,len,Iran\\'orl.,.13n„N.-Rn, R,undr. i1N1-_'JI' ]1 DI., EI-I"1 _ \lanh,de Ir,llnn anJ C:+, cr, -- - McKrile\ Iron \\"nh., Inr - - \\'PA_J.\\I ]1 D:,, U3/IIS/1111 ', FI-I4 \Ienhole FLunr„uW 1\nen .\Czucnt RC-1 )()(I \S7\I \!N '!D,.:. 01/20/01 GI-11 - Manhole I=rang•, ai,+I l'u\en - _-- - - -- Semmporc Indu,trle, 1§,\,ue LtJ 300-'4-23.75 Ring enJ Cm cr -- AS I \I \ !S .'! ULI Manholes \C Bases/Ne\\/Coll loon ell tl 07/13/97 I!rcth,mc llWloph:h,\\,nen,np -_- -----\,:,hl Rne\n RK :Wel,i 1-loa-Seal P-'III ASI"\i D__^"1(1110 1'11 IU/_ AX) - _- Ull,er Iull❑6,rJ D,.un \III Hanlon Cmwma P"•du, I, Dtawmc\'u 15-Ill UX-001 01/'_6/00 Prollle G"'K, 11,:, 1 DWI».\III Pre„ -seal lia,Aet(lrp. _ _'50-1G(i.,,ket 4SI\II-i41/('-Inn SS\Ili- 1/16/99 11D11E_A I.I"h:dc id 1,:,1 me, it Roc I.:JIMI. III, HOPE •\diu,unem l III -I, \:m n,utn oral \Manholes R Bases/New/Precal t Concrete LI-I-{ _\Lu17u,lr. Ihcn:,t l urn retr _ EI-14 \lanhole. l',cca„ (on"'r. - _ - _ EI-IJ \Ianh.de. Vrr,.nt (',:u,t ar -E 11 -- \IH. \ulelc l it ,I sa I Iolnt _- — 09/'3/96 I:I-IJ :\ienhu_Ic_ P,ce,nt Nlanholeti &C Bases/New/Fiher2hlSS T) w2(l— -- P;heral,,„Manhole- --- - H\J", Can dun ('Cip - - -_ Will ('oncme Plpc Cu. Ire - -- ILurnnn l taoncrh G,ffoni-IhIII— Ihn,..ul -C ""Crete Product h10. ,IT P v - --. Fluid CuNummenl. tile Manholes S: Bases/Rehah S\'\Iemi /C cmentltioti,, — -- -- - E1-14 - _\Lmh,le I2eh.,h - _ t41/_3101 EI-IJ \lanhole RChah S\,a•m, Standard Cement Ian: nd,. Inc. EI-I1 _ _p lanhole Rcheh_S„mu„ - ,\P/\I 1'cnn.Jmm - -- -- 4120191 1-1-14 — - :Mmtl,"IC RChah S\,n•m - - - st nme-S_e,rI ti\,1CIt„ _ - 5/1P)I —_ '_ GI -I-{ ::\lanlude RChah S\,Iru, lid\�iripin\lnhnulu:,,e, Manholes K, Bases/Rehah S\,tem\/NonCenlentitioue — — 05/10/96 1-I-14 DL,nholc lh•h,Ib S\,tcnn --__ LI 11-- __ \lanhole Krh,Ih s\,,, nr Sun(""I'l Pipe/New/Cenuifugalh' Ca,t Fiberglass Reinforced Pipe/PUI\'Illei" \,Iodilie(1 Concrete 7/11/1)7 Cent Call l-IhergLl„ -- --__ _ —__- {{oho, Pga•t 7S,\. Inc. 1013 1/0_+ Flu\\b1c ,\"»tech I:SA SPI. Item i AS I \I ( 17.1, --� \S )-\I ("-113 — - As I\I( 11s I)pe FD\\e 3i-01148-001 _ ASI.\i/"171' -- 48 I.D. \lanhole v/ 3_' ('one_ _ \S I \I I' 1-8 All\I l rlo\\tua• \ti 1 \I 3 �> Strune Seal \IS?A RChah S.,,tem - - \IRrepmrpmdu.uo,top nlilmmon \SIM DES I3 Spr,n\\.11I Pohureth•mc Climim_ - \sI\I U(09/1) —\ -- .Ills' -- - „i G, \i ----I loha, Pgn•(Non-Prc„ure) ----\sl\I Ut'_6'/U3-i1 \::,I Intl h, I, ., Prepared 2/29 2012 Page I CITY OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCTS LIST UPDATED. 2 29 2012 Approval Spec No. Classsification Manufacturer (\4odel No. National Spec Size .I:,_]'10 1=it Rn, \-,L, ,: D.nd'r;,rc!,.^-,PL+P P.-,e -- - - - - - ,; : - - ,=; Rr•,::,.re.- P.1,;„ei (',. ,,,:,• t ::.. 1 , ; p : , I,,;I,, ,.. p, �;' �---- , r::, - �� i �� � ,_ - Pioes/New/Concrete - —_ E1_04 Coot,. P,pe. Reinta,red - - - - \\.dl C-n,.Inc 1'q•r (\. Irn AS"I\I (-7(, F1-04 Conc. Pipe. Remlorecd I hdro C, mJun('III :va uwl (-la„III IAG. 5111-licit h77 AST \I C'-6 -- _ EI-Ili Cone Ptpe. RentrorccJ ILur„:n l":,n. rete PI: pduel I _ SI'I Item=9i-\lenhole. 1198-I'Ipe ASI"\I l'76 EI -(Il C'nne Pipe. Ranloreed COn,rcm!'q,r ,\1'Io:ht.L (\; In. ASI\t C 76 Pines/New/Ductile Iron EI-(I6 ,Ductile Iron Pipe Gntun l'Ip, Pn,du.i.-Ca Super Rc•11=rue Du,nla Iran l'rc„ore Pipe_-- :\\\l\':1 Cl iU. ('151 thnl '_a" EI-06 Dunde Iron Pepe \rnencJn Uui1Je Lou !ripe CI' American Fa,nn• Ptpe A\\'\VA CI ItO. CI i 1 1 . R'.l I11' F.14)(I Ductile Iron Pipe 1"ti Pl pc Ind F,nu;dn_ Ca A\V\VA C1i1). C Iii EI-06 Ductile lion l+rpe \id\,III, C,I,I Iron Pipe (':, :\\\"\\'.\Cl ill. Cli1 Pipes/New/PVC (Pressure) I EI-24 DR-14 PVC Pre"me Plpe I§p,ldc lrl,trrlm TV('I'rc„ore Pipe :\R\\A C900 1'1111 1" Pipes/New/HDPE ( Pipe BucstinL/SliplininO ,high-d,n,ih polretlpJene pia• -__ Phdhp, Dn„,•pip,. III, Opo,orc Dunde Puheth, lent, Pipe _ _-- AS I \I D 1'4S X �,Iheh-den,u\,ohethrlene n„ 41 1'Ic\.0 hit, AS \IUI'Jb � -- ----- _ - 'High-de'II... heth\lenepipc ]',,III l'Ipe. ln,- - _ ASIM D_1'_a% _- \----- -_ _ High-d,n,n\ pohrlh)lene pipe CSR Ihdw C"ndurIA"I"llnr S„mm, \ILCIIIIrrell Pipe Enlarecmenl AS I :\t D I _'JS Pipes/Ne\V/PVCI` - - ----- II/(Il/9s GI-11 'PVC Corrug.IteJ Sever [)file(-n,lah('o TInleOan i,e u,n. In.. Cotu,ch A-'_(100 Sever P,pe _- AS"I \I 1-9a9 - A' thin R, EI-}I PVC Curnr•ated Sever Pip, f'p011,1I ICOmp,nn Ilia co_r, AST\I1 949 _a m36'0111\ 41,hp': ("i-<; PVC ('.,.n_ t a C ,e• 1'I•c .: ,;,.'I :,..: ,,,. :; .., ('i 11<R Sl`.1! p; lJ„ EI-_'i PVC Sever Pipe C.m Ie\-huLnulc, AS:\I D 1014 1"Ihru I, EI-'_i PVC Sever Pipe Cerl,m- I red PIfdr1,i, CI'll, AS IAt D30 `4 1"thm Ii" CI-'_i PVC Scuer Pepe \,:pea Mr,"It.taunnp Cmp AST\I D 10:.4. D 1784 .1 \ 8 _ -- _ - EI-25 PVC Sewer l',pe - - J-\I \Luud.uuuus Compem. Ife ASTU DS(l:.t - 4'-111 _ 12C1/97 - EI-27 PVC Sewer Pipe DI,IIIL:IIII L1.1'111, Cugnlraumr SDR-26 Ind SDR-ii AS UM P 759. AST\I 1) 1031 thnl 15 EI-27 PV(' Sewer Pipe l .rir„OI) \\Ion Pipe - _-_ --_ _ - - AS'r\1 F 789 l" Ihru 19" 61-25 ,PVCSrver Plpt, F\tni,uni le:hnnlaem,, lu, AS,pl 1)101; -- K". 10" II/11/98 1 EI -_'S 'PVC Sewer Pipe D1.mu•nd P1,1111., Cag,ul,num SGrtl,it, Sever _Pipe ASI\I 1679 I8'to'_7 EI-28 :PVC' Sever Pipe J-\I \IInuL:.tunm• Iomp.'m In, ASJAI F679 IS - _17" -_ - ! 1/1'/99 _ lip_„) PVC —Fri„ Pq,e Clnneat ('nn,tn;'unn Nn,du. t,. If, eon,e:h PVC Ton, Pipe :\sT>! D 26tiU _ ,' Ihrnn�•n 15' U9C6/91 E100., Clo,ed Profile PVC Pipe 1 em,,,n\, hit I;I'r-- - _ Carlan\ Ilan ILC Uln,e I'mhle- _ -- AST\l179J -- _ ISmJs' 11/17/99 E100-' Cla,ed Praiile PVC Plpe - UI,un0nd l l,1111, C,:Ih,,I,ul:,n ASi\1I8113/F791 Is"to 18" IA I'",4d\\.:;i l ,,},t=:...,.If I,,,`7!:-...: i,_._•.: ._ ' 111-2s PVC' Sever Fitt"18, Ph'tic Trend,. In.c G,I,A,ted PVC Sewer Main Feting, AS rill D 10'4 Pipes/Ne\\'/Ribbed Open Profile Lai2e Diameter _ - -- 09/'_6/91 E100-_' PVC Sever Prpc. Rthhed 1 man -I,\,loll prim I Ian V, pun ILC Clued Proldee Pipe ,, \1 ASI1-679 Is"tolS' 11926/91 EIIIU-_ PVC S,wrr Pr{x•. RrhheJ --_ - E\uuv,nl lIn, _. l_Itvl _Rlh Open Profile Sewn Pipe AS -FM I=679 Is—_'mJS E 100-' PVC Sever Pipe. Ribbed Canmn ! pnu,n TI I rp t'i'�S;v„fl:, Uell \\,!I \,I n.e,1l' IS„rI,,, VI'i ..,., i:, f!I'I; •ware\',I Cr11.1^.wed. - \`I\•f-_:'a '; :r' � .. ,.;. PP ti,,,r I..:,. U:pi;\\ail- -_- - - __ \I 'Ir---- 1='.L. ��\ -_---_�ilae }lP rnl, h: •1 PIT,, - _ Renf,¢nf r,.h.-th, L-n, Plpr r . Pipes/Rehab/CIPP - _- 'Cured u1 Plae, Pepe - _-- In,nun,nn I e\,rL h;r - - _ AS I 1\1 r 1' 16 Ili/Ili/99 �- Cured In Place Pq,e \.mural I IL IIIIIIIl Ciu,1lp C,mamal I mer. ISPI_I Item 427 _- AST\!F-I'_IWl)-iX 13---- -- -_ --- __ - Ili/})/96 Clued In PII\c Pqa� „ , Jnlun•, I'S,\i Re, n, 1, h1 dlnlumr t eJun:Ie h,hncr Terhn0loc, :\S'I'\I F I'_1(, Pipes/Rehab/Fold & Form I "I,I and Funn Pipe Cullum [Ifle 1„I,rn,. In, 1 /ONS F01d Ind Fenn Pope In,nul0nn ic,hnalnur,. Inc In,IndOrn, "Nul'Ipt: AST-\i1--liIU -- 'Foul and Dmn Pipe Alm can PII,,,C Pla,uc,. In, — — _- _ - Dema. Pnrpn,e Onh- L'/(N/0f1 Fold and Fom, Pipe - I1IrAIIIer - - _ IIn Muller PVC \Ilm Pip Inver ASI\1F li(Il. I871. I867 (Ib/119/U 1 Fold anJ Fnnu 1'qa• \Ellie Pgxhnr Corp E S \IcthnJ :\S I \I I -I ill!_ I"-I017 - I'll III IS diannnr Pipe Enlar2ment S\'stem (Nlethod) - -- 'PI\I S„Ictn 1'I\I Carl+aonem I'ohaih, Irnr PI\I Cnrp.l'ncail\\'a,,SJ .\ppn„al 1'rr, nnl,h NIXILI inell S„ien1, \ I, La Co n,uu\uan PnhriM leer _ -- Huu,lon. Te\.I, - - -_- Appto, ed Prc,i ou,h_ I RS S„Icm, Ien,lile„ Rcplacemmfil S„mu _ _ Pakcih, lent, CaLar,. C.mad.I Appru, ell Pra,Iou,I, Pipe Casine Spacers - - I I/111/fL' - - Slrel B.uu1 Cu,mg Spacer, Ad, ancnF Pr ndu,t, .u,J S,,tnn, Inc ('arbun Sled Spleen. \Excel .Sl- 0_'/II1/91 Sleude„ Steel (a,mg Spacer All' LIrllfd PL Jna\ Ind S"1am,, Inc St.unlr„ .Steel Spacer. Nh,drl SSI 01/_"J87 C a,Ing Spacer, CI„Idr \\ aien, a, 6, \Luuh e,wnng Cavn� Sp,ren Pq, '- \", 1"t If '11; -P In.i;: -, -� CON111ES 02/]5/(Q Flk,\, f_rnu,c S,„roil S.umrcnen. Inc SrwrrGanl_AIRS L\Cnunl, Prepared 2'29 2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCTS LIST UPDATED 2-29-2012 Approval Spec No. Classsificulion 19ann1'actmer �40(]IF No. National Spec Size I'/11/uI Lpo\) I ram, \letclick I[fe.h_01uan,f'1Uuscnc, it I \\'ATI:IZ -- Pine\/Val\es ,I Fittines/C'untbination-Ailease r Re - (�Innhu;aunn \u Rrle.nc \.Ihv G\Indu,nlr,.Inr - - Inyum 4u.md \'.,arum \,II\e. ]ir.icl nl; illy \n I'(la,.IS --- �\?I.\ tiI 1"C„ - ('I,nthlnat IN In IF Relc.INC \'al,e FIN lulnple\ \Iuuul.I:funnkT Cr, (tl,i,In \u anJ \'at ruin IF I\e.. \11,Je1 \:, 1/„ I'. � ,.. 1:1-II Ct,mhnuulrin \II Itclea.c\',II\e \'al\ e.Intl Ill lltic I Crap \I'('l)41-17(".= 11i1Fill r: l a%( _ Pipes/Valves fi Fittino�/DIJCllletron Fittines - - - - 61-f 17 Du.flic hon I IIIIIeN St.0 little l'n LI111%. Iln -- MICIL1111I.11 lunu l-Iuns1, \\\\\',\III ?.\(110 - - -fl7/1?/9_ I:1-07 Duaulo inns l-uunc, GI It Pipe Produa ln.('o \ Iva hmuaai Joint Fnmcl. \ FIn: Du.nlc Iran l-unn,�, - - \ir\\'ane/T\let l'Ipe/I'ulr,n i'tillttc, Dl_, I.uln - \lc:h.Inlc.Il lr+Int lltnn��,. sSli (�I.r„1in \\\\\\ - II. - -__-- Ili/11/`II FI-ili D_u:tit: In,n l"nfln,l, -- lint-FLmee sclle,IiPO(Ircicl �Ic4. I'111c lte,n.Ilnt - _ _-_ - _ -- —__ 0- ,,\I11-In IIa�. Slem,t. (',,. ('I.t.,:ill('-l;:\11 Fnftn1� \\\\\\( _ --_ li: 4 a" Ili/IJ/9I FIIO7 - — _--__ DuctJch„n Il,Int Re.fr,Ilnt, __- —_ _ I�,+rJ \Inter l3„� ('r,. - _- l nt-I�I.tn,,: Stine, Ii1111 ("t« Ir-I ,o 1. -- —__-_ -- II/09/fu I.I-11; DuafJc hr,n Jr,Inf lte,n.Ilnt, _ One ltr,h. I_nr One Bolt ltc,tramcJ l,llm lifnll�• \\\Fill ,\(IIIICIIn/("li: J Illy l"' IF I. IfI:"t oil — I1f\\Ir.In I;n \ \:I:: ,a rl� 1'\( It I.,� __--_- _- _1 III/Ili/111 1.I-f 17 \Ic llanta.rl lrllnt Reatncr(il.fnJ, SI�1Ina. Cr+ 11enta Dnc1 �Il. \Ic. h,tnt:,rl lrlun Rc•tf.uncr \\\\\\('ill/Cii: 1'tn11" - - — - .e IS Ic.;:n. toll I'., •:iu.;. I: ,::: ;,.'III.,. \i Pines/Val\'et. I Firtin'ls/Resilient Seated Gate VaINNI - - - - --Rc,Ihcnt \\cJ,•ed(ratc\al,e\k/no Gclr, -- \Iueric.In Fln\\( ontill - sene,'inn DI'velrll-I'a 1( 147 L/13/I L` Rc,Ihcnt\\nboo ;,ae\rka 4mncn Fln,k('r.ntrt,l scric,_S) and Se lc,_'i?(1 \\\'\\It('il; 30flirt 36'. - fIS/3I/9`) IA•,Jtem Ucd,•r G.uc \'ePe -- ---- :\ntcrinm Pine(ano`11 - - \cnc, _'i'l) X_'i_+11sD oa. ln'i> I It" try (ili - -- ,u'.nd'_1" 0i/II/'ry Ita•,Ihellf\\rJ,•c Gatc \'uhr-- - :\Inencin Flov,('„nn„I sefle.'iI(, IND'11-10_11"I _ .\\\Fix If i 1fi"-__ 10/_'1/BII I-1-'( — Rc,lhcnt \\cJ,c G,ne \I,J\e - ,\nx•ncfn lIn\t (",,nfn11 - - - Stine, ?in0 \\\\\,\('ill') -- 1"tn - I'"- 0S/0>/U1 Ne.Ihenl \\ ed, r G,ue \,fha Anlenam Fln\\ Cnnval .1' ,Ivd 11S \1 (Vino \\\ \\ \ l";1 i 41, and 1S" 11511 :Intl I.I-_(, Re,Ihenf\\'"Icle( i.ue y ahe _ :\Inenc,tnA\R(omlymm \mc n,.tn A\' I: Rc,ihcnt scatictl ( I\ AI\\\\_( iilr) 1"10 la'. IIIN 1_I-'1, Ite,rhenf \\eaioa•G.ue Ville :lnrrncun:\\'R (" III till n, '0 Fund .nt,Iller Re,Jlenf scuctl Bate \'uhc RcnncJ\ 1^ I t^ - —_- I.I_'(, Nc,Ihenl scafeJ (i.nc y.Il\a• ', \IXII 1^ I-1- 1:1-_+h Re,IIIenl sc,netl G,ne \',fire - --_ --- _- - .\Iueller(i,. y I-r. 11/0I/')`) fte,Illa•nt\\eJee (I.Ite \',Ihe Mueller ("n senc, \' I,I IS)(,)17I \\bb IF IIN I<," ul/_./II. Nc,Ihew \\ad,�e Gate\ahr-_—_ Mueller('::- sruc•.\';hn lrlr l8-'1'ISD (,°uII .\\\\\\("ai — 11"anJ — -_ - - __ '.t __-_ —_ _ - - - ___—_ \meiler -__ , ___ by t I -_- .. �. � ,. by .... IN nl/'I/In 1.1-'<, Re,Ihenl \\ eat t <],lie \I,J\e - Cln\, \'al I n/0-1/91 Re.thcut\\ cdec(I,tle\'.]he Cho, \',r,ctry 10 Rs ( I\' I sD D 1009; I \\\\\'\(',1- I(," IIFN/99 I-1-`(, Itc,thcnl\\ cdole (title\'ah e ('It„k Vil\c("r, - -_ (lov It\\\al\c IIll D-'Ill I \\\\\\('It li 14 _ - -- -__ _Rebyl aid.maller 441-NIµµ tint \\"CyIer�; ill `�',..-c .\'rite <1> `T-'it! beCkl _--_ _ _ ('k„bibb l _I,-f Iii IN WA4 101—,.rid 36" -— In .. \\. 1I.a . - „v \;I\_1„ I ,,, \.Ii - " -'- ( '� •. 1\ `\ \` \r,'.,_, ill by Ili/il\/9I I:I-_'1, Rc,Illem tieetrd (i.ue \',fire - - Sta\cAhent \',Ihc,X Fitnno, _ \\, \\\t I p 4 11 bit nt. \\T\f .{ lent sc.ueJ G,Itr \'nl\c _ _ --I r S al FotulJn ("I,. -- —p_.ut M,II,,.e.Il -- _ _ - ',u feylurcllt:In, sPl-=" I - _ _ __--_ - 1" to I<I" Pile\/Val\'C, N: Fittines/Rubber Seated Butterfly Valve FI-in Rllhhcl Sc,nti113title IfI \'.II\e limn Pran('If \\\\\ \C if 11 11" - - F.1-10 Rifhhcr IFcd It utter IF IN. ,J\c MuelleI ("a,. it" \\.\ c'-�I IJ aa"- I/I I/9`)_ 1:1-,n _ _ IZuhhcr sc,Ifed ISunettl\ \ uhe Dantn{. V.II\e, (�rI \\\ \\ \ ('-: fU 14";InJ larger --- - - -- ill)/ 1'/0? --- - L I-?n \ ahneut \nmrlcan Bulref \ Vah\c - Valnnmc Vahe and \Luullaautrme C„q, \',Jntatn \mcrft.nt BunafIji IFi e \\\ \\ \ ( -501 rp h, 84 (fial» eel :I:III ,� .. - ----- - - -_-- - _ - - - - --- - - jtFr SantnlinL Station —_- ?/I'/96 N,ttcr Sauq,hnc Sf_till - - \\suet Pin, Bill \\ Fuel Campllny sl.uanl Drill Barrel Fire Hydr:ras - - 111/11I/87 - I=-1-1' -- -- - - - --- - Un l3,tfml Fire lt\thmtt --'- - - ---- --- Afncrr.nrDaflluc \'.d\e ---- - Ura\Film \n. Us. 90-ISe91-I8i60 \\\\\\('-;U2 U?/? I/II 6-i 1' I Un Blind Puc f h draill -- ----- - Amencan D.Irltn _\',like --- - shop Df.nn t, \u 01 1 S791 U\ \\ IN ------ --- - 097111/I7 I -I' Dn IS.IncI i nc II\.ir,u,t ('„rpr,r.If iron shr,p Dr.I„IIt:• No D_-InI`)i \\\\\-\ / -ill' 111/I_'/03 I --I -I' - Un parr:lluc {{\Jr.utt __--CIIIa :\nicnr.fn.\\'f: ('r,ntpan,---- \h1Jel'71111 \\\\\\("-�Il� III/_11/II I: -I -I' _ _ Ur\Barrel lire i{\Jf.utt - ("lok\-C_pr,I an„n 1110y D`IU?i I)_IIJ 1O_ li'II;1 In \")61N I _ Dr\13ib tire 111 n III AnteJ,\',I\e _ Shr,p Df,k n•\, D\117\11\\ if I\ ININ A U 111'- n9/1_1/I7 I' -- Dn Bar fIll 1-Inr 11\Jr,Im --- _ \t \H \'al\c (r,mpan, _ Shop Df nkt Ie No I1170 _ \\\ \\ IF ( �y0_' _ - - s)if it) Dr.I„utip. \'„ (tat+I 111/14/87 [11-I' Df\ B.Incl l lie ll\df.Iut itieller( onilmny, \-1_14/cnfnntvl \\\\\\('-ill' yr p I)TIve In;, I -II-I' BI/li/ti,ti I.I-I` DI, I3,111cl lue li\Jrent Mueller( r,mpilli \-11I Supcl_Cennu l„n `I In \\1\\ 10/119/I7 l I - I' - _ _ Dr\141ne11-Ire 1{\dlant _ U S_ Ill to FounJn _ IN DI.I„It1\r+')hll'ill _ \\\\\,\('-if)`- -- n9/I(,/I7 1-1-1' Dn lialot l ue l l\ drift _.- - \1,urrou, Cr+mp.ut\ \hI:I, Dra\\Ine, \r+. SR7111II1` \\\\\ \( --\`ValCl' F\1)nll l'le ll:l llel'\ __--- ------ - -- — - - IIIInI/11' FI-II-\ I'I.ilM \leer F.I,t 1„re,ful hill \\rlri,,. life. \Icrel]Il+\ I Pla,nctit/ (I)IJ ('lu,. A. 13.(' III11(b' st,\c, Da+uhlil slfap SaJJIe snuth Blan _ q i 17 ('I I.ucJ Drulhle snap SaJJIc - (11/'_(,/I711 ---_ ss 'F.fp1+u,_ SaJJIe I('\I Indu.tric,. life. _ a100 Double B.Ind S\ 1.Idd c "u, i2" tnp, 111/10/01 1:IlbF siddl • 1('.\I InJu,tnc.. Inc. r jwd i appuv it it) l'.. I,Ip\ __" •,:.:IIIc.. \ic.11 P,.. -a; - - - -. ;I\�,1 • - . .I\II - - - - - - — -- ____-- Preparetl 2/29/2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCTS LIST UPDATED 2,25-2f12 Approval Spec No. Classsification Nlanufactorer 14odel No. National Spec Size .;,I :I,. , ,,. , . ., IN f w • �:, It I\ --- l I„ t Polvethvlene Enca,emenl -- - ---- - - - \I,I, :111, - - - - - v ... . .It, TT- Dgelec,_---- - 1)`105/91 Eff I-T I)TV tc rClIccII III leter :\me•Colnp.ln, \It Id l lfln(I Detcctot Check \'Itl,e "\\\'\VAUfill-_--_-___ J"-Itt" I)\/Ili/Ilp - \Iatnenc Dn,e \'cntc.Il I urhmc - --- IIeI,e, - - - — — --- _- _- - \I.t��nctic Dn,e \'enl..tl .l\\'\\':\ (�7171. CI.I„ I 1 - /t' NO"ILS From Onom.tl Standmd Product. Li,t <I> --- Camcr Pipe LU. ..\ho,e-Iti"nppnts•d <,> t,n ca,e t„c,I,cha,l. <Z> ProJud Su,pended I"N� '-1' I lie f ort \vimbi A:djiDep)li ilt I, ccn dc„•fopN:d It, [III a III I/e lle .uhim IT iI rc\IC\\ INT plods I ll,, \I NMI meet theI VITT \\-t�\IT)c!IJc ni , \t:tehlyd Npecl l lc.If iln,-Jdrlil_-in dlr,ttn,ll ui nt+tl plt'I, et,- \\ fell Iet lllur.11 }(, III Pr tilltil, 7=i�I Ills Speciftc.Ilions Iiit ,liccific pnxluct,. are Included .i, past ttt the Con,I r Ili It 111 1 01IfI IN I Dt 1. ul1Ient,. the 1etl IN ;I e;It , Iit the I eCIIIIV I Spect Iwill on „III o, crude the I -on \\ onh itir It Cr Dcp.II McIII ", SI.ulJunl Speclf IC III Vn, and the 1-0n \\ t)I [I \\tiler I III meltI . S1,111d:Ird Pntduel, I.i,t and appI-MaI of Ilie ,pecdic prlulnct, „III IN hard on the Ie, Ins I ,ntc"I• 01 the Technit al tipcett teat It to „het hcl M nor IIle ,peclfic pn,du,l Incei, the I-nn \\'onh \\'.Iter Depan mem". itiond.IN Spe. I l le.iT ton, IIr I, on the Foil \\ 4It I: \\,ttel Department's Sundatd 13mduns Lnt Prepared 2�29t2f 12 Page