HomeMy WebLinkAboutContract 56957__ -_ , , _ � I : n.L �.r 14 _
f. . , � ���� ��
��� ��i
Fll�Oe;f]ECT l�[�z"�JAL
lE'�R
A� L�l�'�rA�'lJ�ll�l�! ��
WATER � SANiTARY SEV{TEI� REPLA.CEMENT
CONTRACT 88
City I�v-o,ye�� 1�10. o�9SS
9V�ter — ��6�D1-06��430-�31035Sb—C�➢fl955-�0]l'7�3
5ewer — ��607-070�430-�3�0350—CO]195�-CO]17a3
Be�sy Price David Coake
Mayor City Manager
� Chz-is Harder, P.E.
Di�ector, Water De�artment
Director, Transportation ar�d Public Warks Uepartrnent
P�ep���� f��°
'Tl�e �i�y �r�' �'ox� ��rth
'�later department
2021
5�' i����
I .�'.. �'1;Y{}I{7 J�Q,�
fvrl�L �°� /.n G L�yrxSYn.�Mvrrywa .
BDS TechnoIa�ies, Inc.
11325 Pegasus Street, Suite 5-215
DalIas, Texas 7523 8
Office: 2l 4.747.2500/ FAX: 2I4.747.25��
�6/2412021
... _ �.
�+��� ���T�i
PROJECT MANUAL
FOR
THE CONSTRUCTYON OF
WATER & SANTTARY SEWER R�PLACEMENT
C�NTRACT 88
City Pro,ject No. 01955
Water -- 59601-0640430-5310350--�C01955-C41783
Sewer -- 59607-070D430-5310350---001955-CQ1783
Betsy Price Da�id Cooke
Mayar City Manager
Chris Harder, P.E.
Director, Water Departmant
Director, Transpai-tation and Pu.blic Warks De.partment
Prepared for
The City of Fort Worth
Wa��r department
�oz�
��'} 1C =�lf .-�.�:�
� r� r �� �,,��n;a�,� _
��
'�.,
BDS Technologies, Ii�►c. 06/24/2021
11325 Pegasus Slreet, Suite 5-215
Dallas, Texas 75238
Of�ce: 214.747.2500/ FAX: 214.747.ZSb7
f� �� �� �� � c���;
C�� ���o�tV�T����.
� �
Standard Construction Specification
Doeuments
Adopted September 2Q11
DO Q� DD
STAIVT]ARd CONS'1'RlJCT1QN SPECIL'ICA'TiON I]UCUMENTS
Pagc: 1 of G
s�c�ioM ao 00 oa
TABLE OF CONTENTS
Division OQ - Gencral Conditions
I.act Revicerl
00 OS 10 Ma a�� and Council Cofnmtinication 0710 1 120 1 1
00 OS 15 Addenda 07/01/2011
DO 11 l3 Invitation to Biddej•s 03/09/2020
00 21 13 [nstruct�ons to Bidders 01/05/2021
00 31 15 En ineer Pro'ect Schedule 07/20/20 I 8
DO 32 15 Construetion P�•o'ect Scl�edule 0712Q/2018
DO 35 13 Conflict of Int�rest Statement D2/24I2420
00 41 00 Bid Form 03/09/2020
00 �F2 43 Prp osal Fa�'m Unit Price 0 1 /20120 1 2
00 43 13 Bid Bond D911 1/2q 17
00 �3 37 Vendor C.nan liance to 5#ate Law Nanresident Bidder 0b127/20l ]
p0 45 11 Bidders Pre ualifications Q7/0 1120 1 1
00 45 12 Pre uaGficatian Stateinent �7/01/2011
OQ 45 13 Bidder Pre ualification A lication D3/09/2020
00 45 26 Contractor Cam liance with Worleers' Com ensation Law 0710 1/20 1 1
DO 45 4Q Minorit /Women Business Enter rise Gnal 01/01/2021
00 52 43 A reement 09/46/2019
00 6l 13 Perfarmance Bond 07/a]/2Q11
00 61 14 Pa ment Bond Q7/01J2031
00 61 19 Maintenance Band 47/0112011
00 6S 25 Certificate of [nsut•ance D7ld1f2Q11
OQ 72 00 General Conditions 03/49/2020
OQ 73 00 Su lementar Conditions Q3/49/2d20
Division 01 - General Re uirements Lasf Revised
OI 11 00 Suinmar of Wo��k 12/20/2012
DI 25 0� 5ubstitution Pracedures 07/01/2011
O1 31 19 Precnnstruction Meetin 48/17/2012
Ol 31 ZD Pro'ect Meetin s Q7101/2p11
Q1 32 16 Construction Pro ress Schedule 07101/201 l
01 32 33 Pi•eeanskruction Video 07/01J201 1
O1 33 00 Subinittals 12f201�D1�
O1 35 13 S ecial Pro'ect Procedures 12/2fl/2012
O1 45 23 Testin and Ins ection Services 03f09/2020
O1 50 00 Tem oi�a► Facilities and Controls 07/Oi/2D11
Ol 55 2b 5tE•eet Use Permit and Modifications to '�raf�c Cant�-ol 07101/20l 1
O1 57 13 Storm Water Pollution Prevention Plan 07/�01/2011
O1 5$ 13 Tem orar Pra'ect Si na e 071O1I2011
O1 60 00 Product Re uic•e�nents Q3/qg/202�}
O1 66 00 ProdL�ct Stora e ai�d Handlin Re uiremenYs 07/01/241 1
�1 70 00 Mo�ilization and Remobilization 11/22/2b16
O1 7l 23 Consta-uction Stakin and 5urve 02/14/2018
O1 74 23 Cleanin 07/01/2Q11
CITY O� FOR1" WORTH WATCR & SRNITARY5EWFiR REPLAC£MEIVT
STANDARD CONSTRUCTiON Sl'ECIFICATIO�i DQCUMENTS CITY PROIEC7� NO. 0 f 955lCONTRAGT 88
Revised T�nuary 5, 202]
00 0o ao
STANDARD COIVSTRUC"I'[ON SPECIFICATION DOCIJMENTS
Pagc 2 of 6
01 77 19 Closeout Re uirements Q7/Q 1/20l 1
Ol 78 23 O eration and Maintenance Dafia 12/2012012
01 78 39 Pro�eck Record l�ocuments 07/01/2011
Technical5pecifications whic�a have been modi�ed by the �nbs�neer s.pecitically for this
Project; hard capies are included isi the Project's Contract Documents
NONE
Division 02 - Existin Conditians
02 41 13 Selective Site Dernnlition
02 41 14 Utili RemovallAbandonment
D2 4l 15 Pa�in� Removal
Date
Modified
Division Q3 - Cvncrete -
03 30 00 Cast-ln-Place Concrete
03 34 13 Cantrp.11ed Law Stren th Mate��iai CL.SM
03 34 1G Concrete Base Material for Trench Re air
03 80 00 Modifications to Existin Concrete Stivctures
Division 26 - �lectrical
26 OS 00 Common Work Results for Electr•ical
2b OS 16 Demnlitinn fpr Electrieal S sterns
26 OS 33 Racewa s and Boxes for Elect��ical S stems
26 05 43 Under round Ducts and Race�+a s for ElectricaJ S siems
Diwision 3I - Earthwork
3i 10 DO Site Clearin
31 23 16 Unclassi�ed Excavation
31 23 23 Borravv
31 24 00 Embarilcments
31 25 00 Erosion and Sediment Conti•ol
31 36 00 Gabions
31 37 00 Ri ra
llrv�s�on si - �:xter�or im rovements
32 O1 17 Perinanent As halt Pavin Re air
32 0 I 1 S `I'em orar As halt Pavin Re air
32 01 29 Concrete Pavin Re air
32 1 I 23 Plexible Base Cou�•ses
32 I l 29 Lirne Treated Base Courses
32 L 1 33 Cement Treated Base Courses
32 I 1 37 Li uid Treated Soil StaE�ilizei•
32 12 l 6 As halt Pavin
32 12 73 As halt Pavin Crack 5ealants
32 13 13 Concrete Pavin
32 13 20 Concrete 5idewalks, Drivewa s and Barriet� Free Ram s
32 13 73 Concrete Pavin Toint 5eala�Its
32 I 4] b Brick Unit Pavin
CITY OF FORT WORT]�I WATER & SANITARY SEWER R�PLACEh7ENT
STANDARD CO?dSTRUCTiON SPECIFICATION DOCUMENTS CITY PROdI:CT tVO. 01955/CONTRACT 88
Revised January �, 2021
0(l U0 DO
STANDEiRq CONSTRU�T[ON SPrCiPICATTON DOCUMEl�iTS
Page 3 pl 6
32 16 i3 Concrete Curb and Gutters and Va[{e Gutters
32 l7 23 Paveme�lt Markin s
32 17 25 Curb Address Paintin
32 31 13 Chain Peilces and Gates
32 31 26 Wire Pences aild G�tes
32 31 29 Wood Fences and C'rates
3�. 32 I3 Cast-in-Place Concrete Retainiil Walls
32 91 19 Ta soiE Placement and Finishin oFParkwa s
32 92 1� I-I dra-Mulchin , Seedin , and Soddin
32 43 43 Trees and Shrubs
Division 33 - Ufilities
33 Q1 30 Sewer and Manhole Testan
33 O1 31 Closed Circuit Television CCTV Ins ection
33 Q3 1D B ass Pun� in oiExistin Sewer S stems
33 D4 ] 0 ]oink Bondii� and Eiectrical Isolation
33 04 11 Co��rosion Control Test Stations
33 04 12 Ma nesium Anode Cathodic Protection S stem
33 04 3D Tein o�•ax• Water Services
33 44 40 Cleanin and Acce tance Testin of Water Mains
33 Q4 50 Cleanin of Sewer Mains
33 QS 1 d Utili Trench Excavation, Embedment,. and Backfill
33 05 12 Water Line Lovverin
33 OS I3 Frame, Cover a1�d Grade Rin s-Cast Iron
33 OS 13.D 1 Frame, Caver and Grade Rin s-Com asite
33 OS 14 �'�Justing Manholes, Inlets, Valve Boxes, and Other Str�uctu�•es to
Grade
33 OS 16 Concrete Water Vaults
33 OS 17 Concrete Coliars
33 OS 20 Au er Borin
33 OS 21 Tunnel Liner Plate
33 OS 2� Steel Casin Pi e
33 OS 23 Hand Tunneiin
33 OS 24 installation nf Carrier Pi e in Casin or Tunnel Liner Plate
33 OS 2b L)tili MarlcersfLocators
33 OS 30 Location of Existin Utilities
33 1 1 OS Bolts, Nuts, and Gaskets
33 1 1 10 Ductile Iron Pi e
33 11 11 Duetile Iran Fittin s.
33 1] 12 Pol vin 1 Chloride PVC Pressure Pi e
33 11 13 Concrete Pressure Pi e, Bar-Wra ed, Steel C linder T e
33 1 l 14 Buried Steel Pi e and Fittin s
33 12 l0 Water Servic�s 1-inch to 2-inch
33 12 1] Lar e Water Meters
33 12 20 Resilient Seated Gate Valve
33 12 21 AWWA Rubber-Seated ButEet-f3 Valves
33 12 25 Connectian to Existin Water Mains
33 12 30 Combitlation Air Valve Assemblies for Po#able Water S stems
CITY OF PORT WORTH WAT�It & SANITARY SIs'WERREPLA,CL:MENT
5TA11DA[ZD CONSTRUCTiON SPECIFICATIQN DOCUMENTS CI7'Y PR(JJEC'T NO. 019�S1CON7'RACT 88
Revised January �, 2021
QO 00 OR
STAN�ARD CONSTRiICTION SPL-.CiT'ICAT{O%1 l7qCUM�,iJ"f5
Page A of G
33 12 44 Fire H drants
33 L2 50 Wate►• 5arn !e Stations
33 12 60 Standard �{ow-off Valve Assembl
33 31 12 Cured in Place i'i e CIPP
33 31 13 Piber lass Reinfnrced Pi e for Gravi Sanitai Sewers
33 31 15 Hi h Densi. Fo� eth ]ene HDPE Pi e for Sanitar Sewer
33 31 20 Ppl vii� l Chlnride PVC Gravi Sanitar 5ewer Pi e
33 3I 21 polyvinyl Chloi•ide (FVC) Closed Pirofil� Gi•avity Sanita�•y Sev�+er-
Pi e
33 31 22 Sanitai Sewer 51i Linin
33 31 23 SanStai Sewer Pi e Enlar ement
33 31 SD Sanitar 5ewer 5ervice Connections and Serv�ce Line
33 31 7p Combination Air Valve for Sanita�� Sewei� Foece Mains
33 39 1� Cast-in-Place Concrete Manl�oles
33 39 26 Precast Cancrete Mar�hales
33 39 30 Tiber lass Manholes
33 39 40 Wastew�ter Access Chamber WAC
33 39 60 E ox Liners for Sanita Sewer Structures
33 41 10 Reinforced Concrete Storm Sewer Pi e1Cul�erts
33 41 11 Hi h Densi Pol eth :lene HDPE Pi e for Storm D�•ain
33 41 12 Reinfor•ced Pol ethlene SRPE Pi e
33 46 a0 Subdraina e
33 46 Ol Siotted Storin Drains
33 46 02 Trench Drains
33 49 10 Cast-in-Place Manholes and 3unction Boxes
33 49 20 Curb and Drn InJets
33 49 40 5torm Draina e Headrvalls and Win alls
Division 34 - Trans ortation
34 41 lQ Traf�c Si nals
34 41 10.0 ] Attachment A— Controller Cabirlet
34 41 10,Q2 Attach�nent B— Contro.Iler S ecifieation
34 41 10.03 Attachrnent C— 5oftware S ecif eation
34 41 i 1 Tem orai Traffic Si als
34 41 ] 3 IZemo�in Traffic Si nals
34 41 15 Rectan lar Ra id Flashin Beacon
34 43 16 Pedestrian H brid Si nal
34 41 20 Roadwa Illuminatinn Assemblies
34 4l 20.� 1 Arterial LED Roadwa Luminaires
34 4 i 20.02 Freewa LED Roadwa Luininaires
34 41 2p,03 Residential LED Roadwa Luminai3�es
34 41 30 Aluminum Si ns
34 71 13 Traf�ic Cnntrol
Tecl�nical Specificafions listecl below are included far Ehis Project by refe�ence and can be
viewedldownln�ded from the City's website at:
h ttp :l/fortwu rthtexas. eovltpwlcontractors/
ar
C1TY OF FORT WDRTH WATTI2 & 5ANITARY SI:WER REPLACEMENT
STr�[�TDARD CONSTRUCTIdN SPECIF[CATIDA[ T]OCl11Y(�NTS CITY PIZOJECT ND. 01955CCO1VTRACT 88
Rcvised )anuary �, 2021
ao ao 00
STAN[]ARU COIVSTRUCTIOiJ SPECIFICrITION DQCUML-N'iS
Page � 01�6
I�ttps://��ss.ft�rt���orthtex�s.��r�IPru i �ctResou rcesl
Division D2 - ExisEin Conditions Last Revised
02 41 t4 Utility Removal/�lbandonir�ent 12/20/2012
Division 31 - Earthworlc
31 ip 00 5ite Clearin
31 23 16 Unclassifed Excavation
31 23 23 BOI't'4W
3 I 24 00 Embankments
31 25 00 E�•asion and Sediment Conteol
31 36 OQ Gabions
31 37 00 Ri�rap
[ 2/2012012
Q 1 /2 812 0 1 3
f} U28124 l 3
q 1/28/2013
I 2/20/2012
I 2/20/20 l2
I 2/20/2012
ll�v�s�on .�l - �;xter�or im rovements
32 Ol 17 Perir►anenr f1s halt Pavin Re air 12120L2DI2
32 O] 29 Concrete Pavin Re air 12120/20I2
32 1 l 23 Flexible Base Couz�ses 12/20/2D12
32 12 16 As halt Pavin 12/20/2012
32 13 13 C.oncrete Pavin 1 2/2 012 0 1 2
32 13 73 Concrete Pavin Joint Seaiants 12l2012�12
32 ] 6 13 Concrete Curb and Gutters and Valle Gutters 10/05/2016
32 17 23 Pavement Markin s 1 L12212013
Division 33 - TJtilities
33 O1 3Q Sewe�• and Manhole Testin 1 212 012 0 1 2
33 0] 31 Closed Cii•cuit Televisian CCTV Ins ectian 031D3/201G
33 04 30 Tem orai Water 5e�vices D71011201 I
33 04 40 Cleanin and Acee tanee Testin of Water Mains 02/0602013
33 04 50 Cleanin of 5ewex• Mains 1212U12012
�3 R5 10 Utili Tt-ench Excavation, Embedmen#, and Backfill 12/12120lG
33 OS 13 Frame, Cover and G�•ade Rin s— Cast l�ron O 1/22120i G
33 p5 22 Steel Casin Pi e ] 2/�OL2012
33 11 OS Bolts, Nuts, and Gaskets 12/20/2012
33 11 11 Duckile Iran Fittin s 1 212 6/2 0 1 2
33 11 12 Pal vin I Chloride PVC Pressare Pi e 11/1 G/2018
33 12 10 Water Services 1-inch to 2-incl� �211 412 0 1 7
33 12 20 Resilient Seated Gate Valve 12/24/2�12
33 12 25 Connection to Existin Water Mains 02/06/2013
33 12 40 Fire H drarts 01/0�/20��4
33 31 15 Hi ..h Densi Pol eth lene HDPE Pi e far Sanitai Se�ver 12120/2012
33 3] 20 Pol vin I Chloride PVC Gr-avi Sanitai 5ewe�� Pi e D6/1�120l3
33 31 �3 Sanitai Sewer Fi e Enlar einent 12/20/2012
33 31 50 Sanitai Sewer Service Connections and Service Line 0412G12D13
33 39 20 Precast Conci-ete Manholes 12/2Q/2012
Di�ision 34 - Trans ortation
34 71 13 Traffie Cont�•ol 11122/2p13
C[TY OF FDRT WORTH WA`l'Ek� & SAN[TARY S�W�R RL-PLACEMLIVT
STANAARD CONSTRUCTTON SPECIPiCA'TION DDCUNI�NTS C1TY PROI�CT NO. 01955ICON'fRAC'C 8S
Kevised ]�nuary S, 2Q2]
oa na oa
STANT7ARI] �OI�STRUCTTQN 5Pl�C1F[CAT10N DOCUM�.NTS
Page b of 6
Appendix
�c-4.o�
GC-4.D2
GC-�..0�
GC-4.0G
GC-6.06.D
GC-6.07
GC-6.09
GG6.2�
�R-O 1 60 00
Avai.lavility of Lands
Subsurface and Physical Canditions
Underground Facilifiies
Hazardous Environmenta] Condition at Site
Minority and Won�en Owned Br.isiness �nterprise Compliance
Wage Rates
Pez-n�its and Ucilities
Nnndiscrimination
Product Rec��iiren�ents
END OF SECTION
CITY O� FORT WORTH WATER & 5ANITARY SC1�I+GR Rrl'LACEM�NT
5"I'ANDARD CONSTRt]GT[ON SPEGI�ICATI.ON DOCUMEAITS CITY PROJEC'f NQ. fl1955/CON'CI�ACT 8S
Revised Ianuary >, 2021
City of Fort Worth,
M1�ayor and
DA7E: 9 �112121
Texas
�ouncil Communicafiion
M&C FILE f�[UMBER: M8�C 21-0801
LOG NAME: 6QSSRC8&GRATEX
SUBJECT
{CD 3, CD 5, and CD 8 and Cp 9) Authorize Execution of a Contracf with Gra-Tex Ufilities, Inc„ in the Amount of $3,894,317.42 for the Water and
Sanitary Sewer Replacement, Confract 88 Project, and Adopt Attached Appropriatian Ordinance
R COMMEf�[DATION:
It is recomrnended that the City Cauncil:
1. Authorize execution of a contract with Gra-Tex LJtilities, Inc, in the amount of $3,894,317.42 #or the Water and Sanitary Sewer Replacements
Cantract 88 project {City Project Na. CD1955); and
2. Adapt the attac�ed appropria�ion ordinance increasing estimated receipts and apprapriations in the Wa#er and Sewer Capital Prajecfs Fund
in ti�e amount of $4,428,725.00 from available funds, for the purpose of funding ihe Water ancf Sanitary �ewer Replac,ements Contract 88
project {Cify Project Na. C01955).
DISCllSS10N:
This Mayor and Councjl Communication (M&C) is to authorize a construction contract for the replacement of deterioraied wat�r andlor sanitary
sewer mains as indicated on the following streets and appropriate additianal alley and easements.
Council Scope
Street Fram To District of
Na. Wark
300 feet east nf
�. Magnolia the Mansfield
Avenue AvenuelE. West 640 feet 8 Sewer
Magnalia Avenue
inters�ctian
Soutt� Main gowie 5treet Berry Street g Water
Street ISewer
South Main Stree# Berry 5treet 760 feet South a Water
ISewer
Mansfield Rvenue F2osedale Street �• Morphy � Water
Street
Alley between
Morphy Street Milano Street Mansfield g ��,�,�er
and E. Magnolia Avsnue
Avenue
Jasper Street Decatur Avenue Weber Street 2 Watar
ISewer
530 feet North,
Easeme�t North �ohn T White �en Northeasf
of John T White Road �p� ���f 5 5ewer
Road Wilcfbriar Court
E
4�0 feet east of
Meadowbrook the Meadowbraok .�300 feet West 4& 5 Sewer
❑rive DrivelMims Stre�t
intersection
Halbert Street Marth Lane Ellis Road 4 Water
ISewer
Easement to the 1,050 feet east,
narth, east and gi 0 feet wesi nf 330 feet
south of 5tone�iew Circle southeast, 800 5 Sew�r
Stonegat� Mobile feet south then
Home Park 940 feet west
In conjunciior� with replacerrient af the water and sewer rnains, 3,350 linear feet of cast iron water pipe wifl be replaced. The projeck was advertised
for bids on April 22, 2021 and April 29, 2a21, in the For� Worfh Star-Telegrarn. On July 1, 2421, the following bids were rec�i��d.
In addition to the coritract amount, $378,634.00 (Water: $187,249,D0; Sewer: $211,385,00); required for project management, rnaterial testing and
inspection, and $'f 55,773.58 (Waier: $69,542.34.; Sewer: $86,23124.); is pro�ided for project contingencies.
The sanitary sewer component of #his projec# is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project wili have
no im�act on the Water Department's operating budgets when completed.
A�propriatians for the Water and Sanitary Sewer Replacements Confract No. 88 projecf are as depicted be[ow:
Fund Ex'rsting Addifional project Total
Appropriatians Appropriatians
Water & Sewer
Capital Projects $O.flO $�4,�28,725.00 $�,428,725.00
�und 560D2
Water Capltal �-
Fund 59609 $3,500.00 $p.00 $3,5p0.OQ
Sewer Capikal
Leg�cy--Fund $2i2,S67.0� $p.00 $149,637.00
59607
ProjactTotal $21fi,367.OQ $4,428,725.00 $4,645,�92A0
�Numbers rounded for preser�tation purposes.
8usiness Equiiy Division: Gra-Tex Utilifies, Inc., is in compliance with the City's Business Equity Ordinance by comrnitting to 17 percent Bus�ness
Equity particiAation on tt�is project. The City's Business Equiry goal on this project is 17 percenf.
The project is (acated in COUNCIL DISTRICTS 2, 4, 5, 8 and 9.
FISCAL INFORMAT�QN I CERTIFICATLOIV:
The Director of Finance certifies thatfunds are a�ailable in the Ur�s.pecified All Funds within the W&S Capital Projects Fund aneE upon appro�al of
the abo�e r�commendations and adoption of the attached appropriation ordina�ce, funds will be a�ailable in t�e W&S Capikal Proj�cts F�nd %r
the SS Rehata Contract 8$ project to support the appraval of the alaove recommer�dations and award of the contract, Prior to any expenditure
being Incurred, the Water Department has the respansibility af verifying the availability of funds.
Suhmitted for City Manager's Office bk �ana 8urghdoff 8018
Driginatina Busin�,ss 41,n]t Head: Chris Harder 5020
Addiiional Infarmation Conkact: ScottTaylor 724fl
I--� N N N N N N N l-s N N
C71 Vl [ll 41I U�i U'1 U7 [/1 4J� [f7 U-I
61 Q] Ol R� O� �] 41 O1 Q1 d] Q1
4 O O C? O O O p C? � O
o Q Q� ��� o o��
N N N N N N N iV N N N
O O O 4 � O Q 4 O O O
V Q1 V rl Ol O1 Ol Ol 61 Q1 Ol
O C7 4 O O O O O O O O
a o o a o o a a o 0 0
.p �P .p .p �+ � .i� .p .p � �A
w w w w uu w w w cu w w
0 0 o a o 0 0 0 0 0 0
w [n ui .P ui cn ln cn �n tn �
V [n H lD (,u UJ W �l �I F+ cD
�A �P H ln I-� I-� W �P �A 1-� ln
O O O O� O O O O O O 41
o� N o w w u, o o N o
F-+ o 0 o cn u+ a N� o a
Q!-• l--� I--+ P O O O C7 F-� F-�
f"] C) n n C� Ci n n C� f�7 C�
� C? O O O O C] C7 d O O
I--� 1-� F-� I--� i-� N l--� Y I--� F� W
lD l� tD 1p CP CD [p �p �p [D �D
�n �n tn cn tn en cn crr cn cn �rr
�n tn ln cn cn cn tr� �n cn tn tn
F-+II-� IH IH I IH IH IY IH F-� �F-��F-�
J J � V J V I V I�I V V V�f
Co Do Da Oo Oo 00 00 00 W CO 04
O O � t7 O {n �P �P O O� O
[�4 � I� I� �� l�4 C�P l�A I� I�
L�4 �
i. .
i!s 'L!} iA ',a ih
i/} N Y O� �� N �
�P 00 Oo lD f{: iu
O � O ln W' Qt
O h7 00 �P s� i O; �
d(n I-� N �� F 1-�
d O O .A i1� O
o c� -�n o o� p �
�m � _-•m �+
b n `� r r r�p v �
,E � � Qi Q1 ^s � �
� � a � � � �
4 D p7 r�o v����
�; n r�
y
O C
�-nt � � � � rt f�D � Q
SJ] �
O� r(/�!. �' � � D
W �'i O � W
00 r�+ 00
n
�N � N I I�N I N
C� O O O
O O O �
W W W �
0 0 o Q
w u�i � �
lfl {n 4J7 U'I
Q O O a
a o o a
F�-' C�/7 � I�1]
�
� m w m
� n �+ n
f� � [7 �
O � t7 �
�f � V 4,,
O p Q �
ff {J� t' 'l/�
N N F� W
i► .P l' c0
J I Cn �1 �I
tFl W iil9 Vt
1M1 OWO ,�}� .Wp
(.I N �1 W
� O O O
w w w w
O � O O
O P O C3
O O O O
w w w w
0 0 0 0
� �
(11 1.17
Q O
0 0
� H � �
l�i� [�i7 t�i� t�ii
F� I-�-' I-N� � iN-�
• �
�
0
G!'f
IJ'f
�
�
GO
�
ci
�
�'
x
5'I
�
�
�
�'
m
N N N N
[n 11't tn [n
[s m m rn
0 0 0 0
0 o a a
N N N N
O d d O
�f V V V
O O O O
O O O O
� .A A �A
W W W W
O 4 C7 Q
(n l71 [l'I 11'I
w w w �
N N w �,
0 o d o
w w cn a
u� v, o �-*
O O O 4
n n n n
0 0 0 0
w N r+ r-�
�o cn � ca
tn u� tn [n
cn Lrr tn vr
0 o a o
k-� Y k-� F-�
V V V V
� W W �
U� �i .Ea O
[6 tp cD 1p
Ca lD W Cp
CD l0 CO lA
CO l0 Cfl lO
�{!F
H N -?
N N `p
f-' � 00
P N #a
Q O q
t? 4 O
O Q O
� O O N
� � � �
�n 6 � f�
`i7 —{ (') O
N "� O �
n r� � r+
� � �
O (n � aq
� � v �
w �' h �C
�; p
h
an��s ia- �
IvIAYOR AND CQUNC[L COMMUN1CATlON (M&C}
Page 1 of I
1
2
3
4
S
6
7
8
9
10
11
12
13
14
15
16
]7
18
19
20
S�CTION 00 OS 10
MAYO.R AND COUNCIL COMMUNICATION (M&C)
END CaF S�CTION
ci�r or roa� woxTi-�
S'I'ANDARf7 CONS"PI2UCTION 5�'EC[FICATION DQCLiM�NTS
Revised July l, 201 I
1NA'i'ER & SAN[TARY SEWER REPLACEMENT
CONTRACT88
C l"f'Y l'ROJ�C�I' NO. 0 t 955
City of �'orl Wo�•tl�
Watet• at�d SaaaitaE•y �eovet• Repiacenient Caibt�•act $$
City P��ojeci Na. C01955
ADD�NDUNi I�fO. 1
R�LEASE DATE: May 17, 2021
�RIGINAL BIE3 RECEIPT DATE: May 2Q 2021
REVlS�D BlD OPENflVG C1ATE: June 3, 2021
I N FO EtMATlOiV TO B f D DEliS:
#�raspective bidc�ers are hereb�+ inforrned that the bid opening clate for the project has been
chartged #o June 3, 2021.
P�ease acf<nowledge receip# ofi6he Addendum in th� bld proposal ancl an th� outsi�Ie of th�
seaied er�uelope.
RECEIPT AC N01fVLEDGEO
CHRIS HARDER, P.E. _
�IRECTOR, WRTER DEPARTMENT
��n �� ,� ��. �
�y: f �- � � ����:�
Tony�hoiola, P.E.
Assistant Director
Water C?epartment Capitai Qelivery
Addendum No. 1
Water and 5anitary 5eu�er Replacemeni Contract $8
City Praject Na. 01955
Cify af I'�i�t Wo�•tl�
Wttter and Sai2itaiy S��er Replacement Co►it�•�ci 8$
City Pzroject iVo. C01955
ADi��NDUM NO. �
�iELEASE DATE: M�y 17, 2D21
�RIGINAL BID REC�iPT DA7E, May 20, 2021
REVI5�D BI[l OPENING DATE:1t�ne 17, 2021
INFORMATION TO BIQD�RS;
Prospective bidders are here�y infoi-rr�ed that the bid opening date for t�e pr'oj�ct has heen
changed ta June 7.i, 2�21.
Please a�knowledge receipt �ft6f�e,4ddendum in the bid prnposal and on the outside of the
sealed enuelope.
RECEiPT ACICNOWLEDG�I�
CHRfS HARD�ft, P.E.
QIRECT�R, WATEP. QEPARTM,EIVT
� � �
Qy: �� �� �' �_ 1t�•�
TanySholdla, P.�. �
Assistant �ireetor
Water Dep�rtm�ent Capital Delivery
Addendum IVo. 2
Waker and Sanitary 5ewer Replacement Contract 88
C'rty Projec# No. 01955
City af I+urt Wc�r•t�a
V4'atet' aud a�9�i#a�•y Sewer Re�lace�taen# Co�atract �8
City ���ojeet Na. C0�9SS
ADD��DUI�I 1�Q. 3
RELEASE DAiE: June 9, za21
flRIG[NAL BID RECEIPT DATE: May 2Q, 2021
RfVESED BlD OPENING RATE: June 17, Z021
INFO(iMA710N TO BIDDERS:
1. Project drawings have been rev�sed removing M-3D4 frorn the pians
2. Questi�ns and Responses concerning this praject are included with this addendum frorr�
the pre-bid meeting and addikional questians s�br�ittsd after the pre-bid.
3. Bid Quantity 5preadsheet has been revised
4. Pave�ent Core Reports have been added
The acfdendum can be accessed from SlM 36fl. The link to the add�nefum .is;
hf�s:lldac�.b360.autod�sk, corn/shares123d234�F-7016-4c6b-�e89-b�28dc7f8et10
Please acknowledge receipt oF the Addendum in the bid �roposal and on the outside ofthe seafed
en�eiape.
REC�IPT ACi<NOWL�DG�[]
1
CHR1S MARb�R, P.�.
�ifiECTQR, WATER b�PARTM�lVT
By: � �, `� �� `' � �
7ony Sholola, p.E.
Assistant Directnr
Water Department Capitaf Delivery
Addendum Na. 3
W�ker and Sanitary 5ewer Replacement Cantract 88
City Proj�ct Na. 01955
�Czty af Fo��t �?Vorth
Wnr�r and 5anita�y �ewe�• Re�Iacerrcent Contx•act �8
C�ty Ps-nject No. C€?1955
ADD�NDUM NO. 4
RELEASE DATE: June 14, 2021
ORIGII�AL BID REC�IPT DAT�: May 20, 2021
f�EVISED BID OPENING DaTE: Jun� �4, Z021
INFQRM,4TIQN TD BICIQ�RS;
Praspective bidders are herehy ir�formed ihat the �id apening date €or the prQject has been
changed to June 24, 2D21.
plsase acknowledge receipt of tf �e Rdd.en�[um in the 6id proposal and on the outsid� nf the
sealed envefope.
RECEIPT ACiCkVOWLEC7GEQ
CHRIS HRRC7ER, P.E.
DIRECTQR,INATER ��P,0.RTM�iVT
�+ - � � �
<�
By; � � �" �. � � r Cr � r.
TOTIjr SI?U'k4IA� �.�.
Rssistana: �irectar
Water q�partment Capitai �elivery
Adcie.ndum Nn. 4
Water and 5anitary Sewer R�placement Contract 88
C1ty Project No. 01955
�.'1� Of FOl'f �41't�i
W�ter ��icl Sar�iiaiy �e�er Re�ts�ce�nent Coute•aci $8
City PxajectNo. C0�9�5
ADDEI�TDUM NO. �
R�LEAS� DATE: June 18, 2021
ORIGINAI. B1D RECEfPT DAT�: May2�, 2021
REVISED BEd QPENING DATE: June 2�}, 2021
IlVFORMATIQN TQ BIDD�I�S:
1, The Bid Prnposal fnrm is hereby revised and replaced in its entirety,
2. In respor�se to questions concerning tMe pauing rehabifi#ation, a Iist of streets are shown
below with rehabilitat'ran meti�od:
�. Jasper Street — �'Ql.
b. Halb.ert Street— P�L
c. S fWlain Stree2—FMOL
d. MansfieEd Av�nue —PO[.
e. Magnoi3a Avenue -- FMQL
Please acfcnowledge receipt nf ehe Add�ndurn in the bld proposai and on the outside of the sealed
enveiope.
RECEIPT ACICNOWI.�DGED
CHR1S HARD�R, P.�.
Dl.RECT9R, WATER DEPARTM�ENT
�
e -� � � r
�
gy; �,� �� wr �. � � ' , i r. � .�,.
onyShaloEa, P.E.
Assistant Rirectr�r
Water l�epartrr�er�t Gapital Delivery
Addendum No, 5
Water and Sanitary Sewer Replacerr�ent Contract 88
City Pro}ect No. U1955
City ai' F'orE'VVot•#h
W�ter a��ci Sanitary Ser�veY• Replaceme�it Contract 88
CYty Pi°ojee� No. C1#1}�5
AJ3D�I�DUM i�i�. 6
RELEASE DATE:1une 23, 20�1
ORIGINAL B1D RECEIPT QATE: IVkay �0, 2Q21
R�ViSED BID OPENING �ATE: July �,, 2021
lNFflftMATIQN TO BIDDERS:
Praspect�ve }�idders are hereby informed tha# the bid opening date for the project has been
cfianged ta July 1, 2021
Please acknowledge receipt oft6h.e Addendum irt the bid prop.osa! and on the ouiside af the
sealeci ertveiope.
R�C 1'ACI<NOWLEDGED
ChfRiS FIARR�R, P.E.
DIRECTOR, W.AT�R q�P R7M�1�7
�r ��� ��� �' � .
Tony ShpEola, P.E.
AsSistan.t Directnr
Water Department Capital Oeli�ery
�
I
�
�
�i
�
Addendum No. 6 1
Water and 5anitary Sewer Replacement Contract 8$
City Project No. 01955
�
City of Fo�•t Wortl�.
RWa#er �tid Sanitary Sew�r Re��IRceme��t Contract SS
Ci#y �roject No, G�1955
�nn�ivnr�n� �vD. 7
RELEASE DATE: June 24, ZD21
ORIGINAL BID R�CEIP7 DATE; Ma�r 2�D, 2a21
REVISED BID OPENIf�G DATE: July 1, 2021
IN�ORMAi'IaN TO 81DaERS:
Z, The Bid Prapasal form is her�by revis�ci and re�laced in its entirety.
�. In res�onse �to quesfiions concerning the paving rehabilitation, a list of streets and
dimensions are shnwn helow vvith rehabifitafian �nethod:
a. lasper Street — poL 153�' x 3D' S1.Q0 SY
b. Halbert Street.— POL 9�3' x�0' 3177 SY
C. S f�t�'iMn St���k —��+10L I���' x�10' 7AQ�l SY
d. Nlan�fieid �vent�P — I'Q! 151!�' u nn' �751 511
e. M�grir�iia Ave���� (IC�roit� t� C�eaO �r�d) —�#v�bL �.S�Q'x 2fi' S�SB
Please acicno�,vfedge �'eceipt of the Addendum in the bid prflposai and on the outside of the sealed
envelape,
RECE[PT ACICN W�.EDGEQ
CHRI5 HARDER, P,E,
�1R:EC7QR, WATER DEP TMENT
. � ��
gy: � � �,�" 1 .',' . ` �
Tony 5holala, F.E.
Assistant []irector
WaYer Qepartment Capitai Qeiivery
Addendurn Na. 7
Water and 5anitary 5ewer Replacemeni Cantract 88
Ciry Praject Nq. Q2955
City of Fo��t '�Vortli
Watei• �isd S€���itt��y �erver Repllcement Coai#�•ac# $8
City Prnject No. C01955
ADDENDUM NO, 8
RELEASE D;4TE; June 29, 202�.
ORIGINAL B�p R�C�IPT RAiE; May 2Q, 2a21
REVlSED BID OPEI�ING �ATE: July 1, 2a21
INFORMATIO�V TD 81€�DERS:
1. The Bid Prapo�a[ farm is hereby re�ised and replaced in its entirety.
a. Changes have been made ta fhe quantities for AspF�alt Wavement Repair
b. Temporary Asphalt Paving Repa[r has be�en added.
Please acknowCedge r�eeipt �fthe Addendum in the }aid praposal and o� the nutside of the sealed
envelope,
RECEIPT ACK�fO1NLEDGED
�
CHRlS HARD�R, P.�.
DIRECT�R, WATER DEPRRTMaENT
'` d �
BY: ,.+� �. c. .. i L �
Tony 5holola, P.E.
Assistant Direetor
Wai�r aepartment Capital [?elivery
Addendurrr No. 5
Wafier anef Sanitary 5ewer Replacement Contraci 88
City ProjeCt No, Q1955
ooi�ti3
INVTTATION TO DIDDEIt5
Pagc 1 nF3
sEc�roN oo ii 13
INVITATTON TO BiDD�RS
RECEIPT �k' BIDS
Due �t� t!�;: �:�)�3€�f4� �nr:�•�Pn��w� c�cclarr�i h}•;!�4 Ci±y nfFn��t Wr,��rh anrl ��ntil the eEnergency
declaratiou_ u� a�r�en4ke�i, 1ti 1'��r•3n€�ry�, sealed bids %r the construction of Wa�er & Sanitaty Sewer
Replacement Contract 88 ("Project") will be received Uy the Ciry of Fort Wo3-th Pw�c��asing
Office until 13fl P.M. CST, Thu�•sday, Iuly ], 2021 as fi3rthee described below:
City oFFarr Wortl�
Purehasiil� Divisi.on
200 Texas �treet
Fai� Worth, Texas 76102
Bids will be acce�ked h��,
1. LTS w�ail �s 11ie ���ic�!•��s al�nv�,
L. B� �{1L1PiL'1', E'l;i��'i: {I; it���id d�:l'tv4r� fi��+�r �i,3��-� =3�� �n Th�irs�l��Gys �snly a1 tnL �{�411F1 ��17:'M
I_��hhy ;�� �.�ty I�Ia�I loc�t#d :t� �f1fa 'f�.x;�.� Stre�1_ f+»•[ Wort�w, '�-ex�s 7610�. A;'�u�4�h«s,��g
De�a�'utke�ti� s��i��� �e� tin.ti xo�ill be �v4ilahl�r ic� a�cc�i �I�� l.�i� ar�il provide a � i���� st:��:ti�ed
r�c���pz; w,r
3. f 1- Ij�� 1,ac�ti�:.r �Ccsi rr�s t� sU;�n,i! tlic l;irJ s�;s �3 �;.iy� �ri �ome n�h�r ti7;G�o �tEr cle�ignaies]
I"Enar�cl�}', �1�i I]�i�I�EI' I11f151 CUl11;9�:� C�lt ��Il!'4;I1+��.11i� C��P{if�113�:I1C �hkiELl� CIISi'C1i:TI ��r{�:Ici��
lic�4Gr� �,t �f I 7-��}:?-�4��= 13� �n�lt� Hif s�p�c��ntGifens It, �n�c� ;, l'uirly��ing Dc}7nr�n74���
em�lo}��� �� tl7c 5c��u}� ��;nrl �.ttb��y at-� kty H�:u! �srti��t�=�1 tlS �C�U ��C\d5 ��a'k�l, I���s,� �Js�rd�,
'Texas 7folil?, u•h�rc EI�� �al�(S} W1I� I�G r�GGav�+� llr�� tllllL�ciate sl����i�,ecl ;iw �,�s4�v�.
Bids will be opened publicl,y and read aioud at 2:00 PM CST in the City Counci� C3�a�l��� �+:7c1
hroaK�c :�[ CE11'Oi1��Y I[Y� SiTE'{�ni ,t��ci Ci=1�' ��iL�li� t4=levi��o�� 44•4}1�I1 ['r1Ci �SC ��C�.SSC� aC
]st��,;r�t:3rtwurtl,��:x�s,�ov�{�n;±. �T'lic gen�ral pvl}fi�: ,�x�ill ��c�� 15t allo�we4i in �a�e �:i[y {.'nu�tctl
Cha���l�:•s,
io� ;�c��3itis�n, iir Gi�� o� r�4�.liv4.ri��:l:t�i�lj7iCi�(i N�L�� �0a'�1F.S I'tso� Ihr E�s'ir��Ci [6 CI1C Psir�l�ur.in� C)Flice,
b�rlclel� si��,3� �-En:�tl ti�e cnni��Ic�c�C 3�ii3f.i ft3rms �+, 11a�� [.;i �y �'rtxics;� r��niti�er »,�G I�,Icr 11���� �:{1Q
��,�n. r,�y �I�e secu�xcl l'i�}� 1�u:�itr�4� rla�' ill�L'1' I I1� I31�� i���iCrlr �IEj{e, �.YC1Utia�e irI 1�si 1'ikt� t1�5�l1i€k�.
dSYL'.
GENERAL DESCRIPTION OF W�RK
The major work vvill consist of the (approximate) following:
WATER:
74 LF 6-inch PVC Water Pipe
4,$28 Lr' 8-inch PVC Water Pipe
4,9D2 LF Trench Safety
WASTEWATER:
3,323 LF 8-inch PVC 5ewer Pipe
1,190 LF 12-inch PVC Sewer Pipe
548 LF 15-i�cli PVC Sewer Aipe
3,680 LF Trench Safety
27 EA 4-faot Manl�o.le
1 EA 4-faot Drop Manllole
CITY DF FOI�'1' WORTFI WATER SANITAR�Y SEWLR REPLACEM�NT
57'ANDARD CONSTIZ[3CTION SPtiC[PICATION DOCl1ML-NT C[TY PROIIiCT NO. D19SS! CONTRAC7' 8$
Tempornrily Revised A�ri] G, 2020 due to GOV[D19 Emergency
0011 13
INVITATION TO BIDDERS
Page Z of 3
2 EA 5-foot Manhole
PAVEIWIENT:
Jasper St�-aet — POL i 530' x 30' S I 00 SY
Hall�et-t 5t�-eet — POL 953' x 30' 3177 SY
S Main Street —FMOL 1 GGG' x 40' 7404 SY
Ma��sfield Avenue — POL 15 I 9' x 40' G'7S 1 SY
Magnolia Avent�e {Kuroki to Dead End) —FMOL 1820 'x 26' S258SY
PREQUALIFICATION
The improver�ents included i�i this project tnust be perfarined by a eontractor vwha is pre-
qualified by the City at the time af bid opei�ing. The procedures for qualif catian and pre-
qualification aa-e outlined in the 5ection 00 2] 13 — INSTfZUCTIONS TO BfDDERS.
DOCUM�NT EXAMINATION AND PROCUREMENTS
The Bidciing and Contract Documents may l�e exatvined or obtained an-line by vis3ting the City
of Fort Vl�oi�th's Purchasing Divisian webs[te at http:/Iwww.fni�tworthtexas.ga�Ipurchasi�7.�/ and
clieking on the link to die advertised project folders on the City's electrnnic document
inanagemenk and collaboi•afion system sifie. The Co.ntract Documents may be downloaded,
viewed, and printed by interesied cantracta��s aizd/or suppliers.
Copies of the Bidcfing and Contract Docwnents may be purchased fi�om Gill Reproga•a}�hics, Inc.
S26 S Main St., Unit � 10, Fort Worth, TX 76144. (817) 529-3900. Email:
fwo��ders cr gillrepro.com
The cost of Bidding and Contract Dncuments is:
Set ofBidding and Contract Documents with ful] size drawings: $ l Op
Sei of Bidding and Contract Documents with half size (af avaiiable) drawings: $ 60
PREBID CONFERENC�
A prebid conference may be i�eld as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDER� at the following date, and time via a we� conferencing application:
DATE: May 13, 2021
TIME: 1:30 pm
Tfa F�ee�id c�anlir�,�t� wiEE �� Irel� c�a�pine via �t ur#h r�mit����ii>>��t��E�lic�t�o7, invit�taor�s will �e
diwlrifat���:c3 diet�:C€y �tt �I�4�s� w;�c� i����c si�i�n��ii<<ci 1-x�3���ssinr�� t�f l�tte���wt i,� �he F,-rr���c� rix rl�� c';ty
Pru��.�� h.�;�ira�er a�rcli�i kl�� il��i�n E=,���,i�Eeer. �i'he �x,-�sta3�u�ic�n �i.•cRM 2Y1 IRMC �rC��i{� C[����Ci'�r1C�
a���l oriy r�ur�4inns ���tl .,.^.swerw ��rcrw�cieil �� �ItW �a•e�,+.+� cu3��c.r�.�ce kvi11 �� i�suLd �s s�a 1�t1t1�°i����3�
ta �hc c71i I�,r ��ad�,
If a prebid canference is not being held, prospective bidders can �-mail quesi i{�r�� t�f ��}�i�:::��::1c i<<
accordance with 5ection 6 ofthe lnstrtictinns to Bidders referenced above t� �Isc 1��;�ject
manager{s} �R rh� e-��a�1 ��rl+�.�:'s��s Iisi�cF be�n�T, F�r�ailecl �E�i�sti���r� k�;]] wu�iict rts "��estiuns En
writing" ail� ti3i ��equi��e��»iit to tnrm�liy n�;�i l cE�ati�iic,n� i, �4S;F�e„Je�]_ I f�tiec�.tisai��,
�ldden�a will I�� IStiU�� �]lJl'S41'chll? fR �I�4' I���tru�-�ic��� tir �iidde!�s.
CiTY'S RiGHT TO ACCEPT OR REJECT BIDS
City reserves Che right to waive irregularities and to accept ar reject bids.
C9�'Y OF FOf�T WORTH WA'fGK SAIVITARY SEW�R I�EPLAC�MEI+]T
STANDARD CON5TkUCT10N SPECIFICA"fIQN DOCUMENT CI7'Y PRO.IECT NO. O1955/ CONTTLAC'C $8
Tem�orarily Revised April 6, 2020 duc ln C�V�Dl9 Emergency
OOII f3
Tt`IVIT11TlON'1�0 f3fpDL-R5
Page 3 n! 3
AWARD
City will awai'd a canteact to ti�e Biddet� presentii�g the lowest price, qualifications and
catnpetencies considered.
INQi1IRiE5
All inquiries re{ati�e to this procurement sl�puld be addressed to the Following:
Attn: Scott Taylor PE, City pf �'ort Worth
Einail: Scott.�'aylor@foi�wai�htexas.gov
Phone: 8 Z 7-392-7244
,�NDIOR
Attn: TaQreed Badmtts, PE, Ph.D., BD5 Tecl�nologies, Inc.
E�nail: t�admus@;bdst�chnologies.com
Phane: 214-747-2500 Ext. 102
ExPREssio� +�� ��v�rrx�F�,���-
Ts� � n�ur� bids��r.�� ;t�-� kti�t us� t�+ �:���. uf any ne:�: i�a�:rrnk,,�ics�, pe.-f;;i�nt tn �I.�is ��rc�;�c� c�r [ite
c,C�1�11�1� �on�i•�?�ncy cJtic�,,o3�i{r:�. as iki3k�ll[ie1f. ::S i� I11.EV !'L'I:iCC lC] 1�3k5 �1:O��C;1. I}kLIL��rS �fE
1s:L'�41r'tiiiy C{ti iill:il3 �:3L�1'�"54J[3115 C3� aI11L'.;•?SR �Il 1��115 �7i's}�4G!'i1itL'llt ll7 I�t� CI�V �'9-s?lel;1 �'�Fi1374;?tl"slf1L1
th� l.�esi��� �'ri�,in����. The �mFiil 5�,,�uI�C ioulu:l� ;�:e L+id�er'� carripanv n,;mr, c��}ntar:; �r�:;r;ca��, �fi,�t
IIYi�IVE�fE3�� 4T1}iIJI �ddr��s r�,�c! j7lnFne a�u�nk,e.�. AI! ��d�nda �w'sll I}e <kisiri��u�ck� ��iEectly t� tltose
��ho 17{�ve ���rc°wse�! s�n in[cr�,�� ILL ��1C �51'i}4'LIf�R1i,fi1R {��c$ }•lill ���cr 1� N�c,st��l �u tl �e C'Ety of Port
Wnrsh's �a��i'tlr;ssi�:� wek��ice at http:l/fortworthtexas.govrpurchasing/
PLAN HOLDERS
To ensure you are I�ept up to date of any nevv inforination pe��tinent to this pz-aject such as when
an addenda is issu�d, dawnlaad the Plan Holder Registration form to yotu• coinputer, complefie
and einail it to the City Pi•oject Manager or the Design Engineer.
The City Project Mar�ager and design Enginee�• are responsible to uplaad the Plans Holder
Registration form to tl�e Plan Hnlders folder in B1M3b0.
Mail your compleied Plan Holder Registration fo.rm ta those listed in iNQllIRiES above.
ADVERTISEMENT DATES
Ap�•il 22, 2021
April 24, 202{
�ND O�' SECTION
CITY DF F�RT WORTH WATER SANITARY SLWTs'A REPLACEM�:NT
STANI]ARD CpNSTRUCTTDN SPECIFfCA710N DqCUIviENT C1TY PR07CCT A[O. 01955! CONTIZACT 88
Tem�ar�ri ly Revised Apri] b, 2020 due to CDV1D ] 9�inergency
�0 21 13
TNSTRUCT[ONS TO BID➢ERS
ra�� i or i o
5ECTION �0 2] 13
INSTRUCT�ONS TO BTDDERS
I. Defined Terms
1.1. Terms used in tliese INSTRUC"CIONS TO BIDDERS, which are defined in Sectio» 0� 72
00 - GENBRAL CONDIT�ONS.
12. Certain additinnal terms used in these INSTRUCTIONS TO gIDDERS have the
meailings indicated l�elow which are applicable to l�oth tl�e singular and plural thereof.
1.2.1. Bidder: Any pe��son, firi3�, pa��tnership, company, association, o�� corporation acting
directly through a duly authorized ��ep��esentati�e, submittin� a bid for performing
tl�e woric eontemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Airy persnn, frin, pa��tnership, compatiy, assQciation, or
corporation acting directly through a duly authorized j�epresentative, subinitting a
bid for performing the wor�C cQntemplated undei• the Contract Docuinents whose
principal place of business is not in the Staie of Texas.
1.2.3. 5uccessful Bidder: The lowest responsible and i•esponsive Bidder to whom City.
{on the basis of City`s evaluation as hereinafter providecl) makes an awaz•d.
2. Copies af Bidding Documents
2.1. Neither City nor Engineer sl�all assume any responsibility for errors or misinterpretations
resulting fi-am the Bidders use of incomplete sets afBidding Documents.
22. City and Engineer in maicing copies ofBidding Docuinents available do so anly for the
purpose of obtaining Bids fo�i� the Wark and da not autho�•ize or confer a license or grant
for any other use.
3. Prequalificafion of Bidders (Prime Contractors and Subcoq#ractors)
3.1. All Bidders and their sul�eonh�actors are required to be prequalified for the warlc ty�ies
requiring prequalificat.ion at the tirrie of bidding. Bids received fi�om cantractors who are
not prequali�ed shall not be opened and, even if inadverkently apen�d, shall not 6e
considered. P�•equalification requirement woi�lc types and documentation a�•e availa6le
by accessing all eequired files tlu�ough the City's website at:
htt��s:/ia�ps. forCw€�ztl�texas, �ovlP��o � ec tRc;s ou�•ces/
3.1. l. Pavirag — Requirements docu�a�ent located at;
l�tt�s://ap�s. fort��ortlltex as. � oviP rn I ectRes ourceslResou rcesP/02%a20-
%20ConstruGtion%2�DpcumentslCo�tractor%ZOPrequalification/TP W°/a?OP�vin�
°1a2QCo��tractn�'°/a20Prec�t�alificatio.n%20Pro�ram/PREQCl/�LII= fCATT_ON%20REQ
UIREM�NTS°io20I= OR%20PAVING"/o2QCONTRACTORS.pdf'
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at;
CI'CY DF FORT WOJ2T�[ WATER & SAN�TARY SEWER REPLACLMT'i�T7
STANDARD CUNS'fRUCTiON SPECIPICATIDN I�OCUMENT GITY FROJECT NO. a1955/CaNTRAC']' 88
Teuipaiarily RevisedlLJpdated ]anuary O5, 2021 due t� CqVID19 �mergency
OD 21 13
INSTRlIC"I'iONS TO RiD[?L-RS
1'age 2 uf 10
htt�rs •I/ap�s.fortwarthtexas. �ovlP�•oj �ctReso uE•ces/TZesourcesP/02%20-
%20ConstrucCian%20Documenis/Contract.�r%20Pre ualification/TPW°/n20R�adti�a
%20and°ln2UPedestrian%20Li hti�1 %2,OPI'� u�lifcation%ZOI'ro ram/STREET°la
20LJGHT"/a20PRE0UAL°�'a20R.CQMNTS.pdf
1,3. Wate�• and 5anitary Set�ver—Requirements dacument located at;
ht� s:lla s.foc•tworthtexas, o�IP�•o'c.ct£�esou�•cesJResourcesl'102°1o2q-
%2DConst►vction%20Docum�aits/Coiltractoi�°a24Pre i�aliticatio��/Water%o20ai�.d%2
DSanita %205ewer°/o20Contractn�%20Pre ualification%20Pro rr�m/WSS°1a2� re
gual%20requirements.Udf
3.2. Each Bidder, unless cur�•ently prequalified, must suUmit ta City at least seveil(7) calenda�•
days prior to Bid opening, the dQcu�n�ntation identifed in 5ection 00 45 1 1, BTDDERS
PREQCJALIFICATIONS.
3.2.1.Submission of and/or queskions related to prequalification should l�e addressed ta
the Ciry cont�:et as provided in Paragraph 6.1.
3.2.2.TE3vIP�RARY PROCET'fili:Fc E�l.;[� 'F'E} c��)VIC7Y I g' r1 f�i���l�r k4�17�f�ti
�iTEC�IJaI1fC�t1S?n Ir:s �xF :,�c� c�utiif�� tlie �ifrre �cr���c! w++l�v:-�• ,, v,�li� �:rn�..•�en}�r {�r�lur
is in ���t�G (�ci�rRl. sta�te, lu�.�E) �incl I�ns ,��1 cEays I}H4I tI14' �xixir�liarn {�1�1he
emerg,e>>�:� c}rd��� �v��k� tk�� fiMrfhe�l rr�,irdti{rrx distc —1,�� ���:� ��n�l niEsnrf�, k�i11 r�;�t ��
autamni�r:�fly �iisc�u�lifi�� f'i�km I�i;Fv�r7� �ite }33�i�ler'� l�i�i on�.*�ec]_ A F3id,�e, m �lii:�
situatiur� xx�ill Etax�e i�s l,i{i [��C�1L[S BCl� I��d aEoa��� an�.l ko�ill l�= hC!«weil � F�tas;^�s�
[Ia�S lrlr,�-w ��I' I�us�nr.s a�n �Ire 5��� ��y} ta �t��r��ix a c�F����rf��e ��r�i;u�ii�c;��as�n
re:�eu��l ��f;��::���c. 1�ailur�. l�+ linrely s�oi�rni�, sx�� s�l�riri�ta€ af ai� inca�a➢p1�G�: �lLG�a�e,
will r�e��i*�� 1hc i�i�lder's l�t�] Giur+-rewJx�itisive_ f�'�he }�requafiiR��ali,�r� r�.��exva]
U1.1�LIF114,?'!iti wllif4V tllE �Gi.jiler �� �usw nu����u7lii�e.c1. lli� hi�l k,+ill l� r�.�td�:�� nrFr;-
r���st�rssivc_ A F3ir.lrlcr n�;nr ��u� uxe 117�s �.xrc�+�:nn k�� �L�k it �7r�[lu�lif��#a�}n �lo-�tu�
gi������� �k�sii ih�34 ���!���:iti +��as i�s ��iac� nf'�l�c c3;��� ���-e.�E�io�rtti��i� �4 Bi�ciPr w��u ���v�s
t01fIC1��7S� lly j�ri-��L1:1I1[aG?LlUIl tiliYi�,lti n�1�Kl �[sII�?+.4' ilCt ti��di�i�+n��l �,�a[�:rGittal�r�v�ew
process,
3.3. The City. resei�ves the right to require any pa'e-qualified conla-actor wha is the apparent low
bidder(s) foi• a project to subinit such additional info��matiqn as the City, in its sole
discretion may require, including but not limited to manpower and equi.p�nent �`eco.�•ds,
infot•mation �bout ]cey personnel to 6e assi�ned to tlle project, and constr�.�ction sched+.jle,
ta assist the City in evaluati��g a��d assessin� tlie ability of the appare�rt low 6idder(s) to
deliver a. quality p�•oduct aud successfully eomplete projects for the amount bid witl�in
the stipulated t�me fi�ame. Based upon the City's assess�nenk of the sub�nitted
infnrmation, a recomm�ndation regaeding the award of a cont�•act will be made to the
City Council. Failure to st�bmit the additional i»formation, if requested, inay Ue grotmc�s
for rejecting the a�aparent low bidder as non-responsive. Affected coi�tractors will 6e
natified ii� writing of a recoin�nendation t� the City Council.
3.4.In addition to prequalification, additional reqi�irements for qualification �nay be required
within various sections Qf the Contract Documents.
CITY OF FOR'I' WORTH WATER & SANI7ARY SEWEiZ R�PLnCEMENT
51'ANI]ARia CONS7'Rl1CTION SPECIFICATIdN DOCUivIENT CITY PR01�CT Nn. 01955/COi�TTRACT 88
TemEsorariky RevisedNpdated ]anuary O5, 2021 due to CDVIDI9 Emergency
0021 i3
TNSTRUCT[ONS TO T�iD➢ERS
Pa�e 3 of 10
4. Exarr►in�tion of Bidding and Contract Documents, Other Reiated D�ta, and Site
4.1. Before sub�nitting a Bid, each Bidder shall:
4.1.1. Exan�ine and carefully study the Coi�tract Dqcume»ts a��d other related data
identified in tl�e Biciding Documents (including "techn�cal data" referi'ed ta in
Paragrapli 4.2. below). No infortnation given by City or any representative of the
City olher than that conta�nad in fhe Contract Docinnents and officially
pram.ulgated addencfa thereto, shall be bind�ng u}�nn the City.
4.l .2. Visit the site to Uecome familiar with and satisfy Bidde�� as to the generaf, local and
site cot�ditio��s that i�ay affect cost, ��•ogress, perforinanc� or furnishii�g of the
Work.
4.13. Cansider fede►•al, state and local Laws and Regulations tliat may affect cost,
pa-og3•ess, perforinance or furnishing of the Work.
4. I.4. Study all: (i) ��eports of explorations a�ld tests af suUsurface cnnditions at or
cantiguous to the Site and all dra�vings of pl�ysical conditions relating to existing
surface ar s�bsurface structures at fihe Site (excepk Underground Facilities) that
have been identified in the Conta-act Doc�unents as containing reliable "tecllnical
data" and (ii) reports and drawings of Hazardous Environmenta] Conditions, if any,
at the 5ite that have been iden#ified in the Cont��act Documents as cantaining
refiaUle "technical data."
4. I.5. Be advised tliat the Contract Documents on file with tl�e City shall constitute all of
the inforination which the City will furnish. All additional informatinn and data
which the City will supply after promulgation of the fo�-znal Cnntract Documents
shall be issued in the foi�n of written addenda and shal� l�ecome }�art of the Cont��act
Documents just as thou�h s�ueh addenda were actualiy written into the original
Contract Documents. No infor�natinn given by the Cit�r other than that contained in
the Contract Doeuments and officially promulgated addenda th�reto, shalf be
binding upon the City.
4.1.6. Perfarm independent research, investigations, tests, borings, and such athea- means
as inay he necessary to gain a complete lcnowledge o.ftl�e conditions which will be
encountered during the consk��ction of the project. On request, City may provide
each Bidder access to the site to conduct such exa�ninations, investigations,
explarations, tests and studies as each Bidder deems necessaiy for submissioi� pf a
$id, B�dder must fill alI �ioles and clean up and restaee the siCe to its for��ler
conditions upon completion of such explorations, investigations, tests and studies.
CITY qF FORT WORTIE Wt1'TEK & SANITARY SEW�R RL'PLACEM��17'
STAIVDARD COIVSTRUCTIDN SPECIFTCATIpN DOCUM�NT CITY PRD,IEC'l' Nd. Ok4551CnNTRACT $$
Temporarily RevisedlUpdated danuary O5, 2021 duc ta COVIDl9 Einer�;ency
nozi i�
nvsrRuc`rtous Ta Binn�rts
Page �1 of I 0
�.1.7. Determine tl7e difftculties ofthe Work and a11 atkending circwnstances affecting the
cost af doing the Work, t�me j'equired for its compietinil, and ol�tain all �nformation
required to malce a prqpnsal. Bidders shall rely exclusively ai�d soleiy upon their
own estimaies, investigation, research, tests, explorations, and other data whici� are
necessaiy for fitll a��d comp{ete infor�nation upon which tlie proposa! is to be l�ased.
It is understood tl�at the su�mission of a pro.posal is p��ima-facie e�idence that the
Bidder has made the investigati�n, examinations and tests herein required, Claims
for additional compensatinn due to �ariations betwee�i conditioils actually
encountered in construction and as indicated in tl�e Contract Documents will ��ot be
allowed.
4.1.8. Promptly notify City of all canflicts, errors, ambiguities or discrepancies in or
between the Contract Docu�nents and sueh ather related docunients. The ContractaE•
s.half not take advantage of any gj�oss errar o�� omission in th� Contract Dacu�nenfis,
and the City shall be perm.itted to n�ake such correctio.ns or interpretations as may
be deemed neeessa�y fot• fulfillment of the intent of the Cnntract Documents.
4.2. Refei�ence is �nade to Seetion 00 73 QO — Supplementaiy Conditions for identification of:
4.2.1, those reports nf explorations and tests of subsu�•face conditipns at or contiguous to
the site which have been utilized by City in prepai•atian of the Contract D�euments.
The 1p.gs of Soil Boi�ings, if any, on the plans are far genera] information nnly.
Neither the City nor the Engineer guarantee that the data shown is repr•esentative of
conditions which actually exist.
�-.2.2. those drawings of physical conditions in a• relating to existing. surface and
subsurface structures (exc.e�t Underground Faciiities} which are at or conti�uous to
the site t1-►at ha�e been utifized by City in preparat�on af the Contract Dacumeilts.
4.2.3. copies of such repoi•ts and drawings will be made availai�le �y City to any Bidder
on request. Those repo�-ts and drawings may not be part of the Co.ntract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.42. af the General Conditions has been identified
and estaf�lis�red in Paragraph 5C 4.D2 af the Supplementaiy Conditions. Bidde�� is
responsib�e for any interpretation ar conclusion drawn �ro�n any "technieal data" o��
any other data, interpretatians, opinions or i�for�natinn.
4.3. Tl�e su�mission oia Bid �uvi11 constitute an incontrovertibie i•e��°eseritation l�y Bidder {i)
that Biddej• has complied with ewe�y requirei��ent of this Paragraph 4, (ii) tl�at witllout
excepGion the Bid is premised upon pei°forming and furnishing the Work rec�uired l�y the
Contract Documents and applying the specific ineaiis, methods, techniques, sequences or
proced�res of construction {if any) #hat may Ue shawn ot• indicateci or ex���essly required
by the Cont��act Docu�nents, (iii) that Bidder has given City w3-itten nntice of ali
conflicts, errors, an�biguities and discrepancies in the Contract Dncurnents and the
written resoiutio»s thereof by City are acceptable to Bidder, a��d �n+hen said canflicts,
etc., have not been resolved tiv'ough the i��terpretations by City as desc��ibecl in
Paragraph 6., and (iv) that khe Contract Docuine�lts are ge�aerally sufficieilt to indicate
and convey understai3ding of all terms and co�3ditions for perfo3•mi�rg and iu��nishing the
Work.
CITY OF PORT WDRTH WATER & SAl�i!"TARY 5�1i+ER REPLACEIVIEN'1'
STAND/�RD COi�TSTRUCT103Y SPECiFICATEON DOCUM�NT C[TY NI�OJECT NO.Ol955ICON"I'RACT SS
Temporarily Aevised/Updated 3�nuary D5, 2021 due tn COVID 19 Emergency
00 21 I .i
ENS"I'RUCTTONS "1'O tiTDDCRS
PageSoflU
4.4. Tlze p�rovisions of this Paragrapi} 4, inclusive, do nnt apply to Asbestos, Pqiychlorinated
biphenyls (PCBs), Peteoleum, Hazardous Waste or Radioactive Material covered by
Paragrapl7 4.06. af ti�e G�neral Co�lditions, unless specifically identif ed in the Contract
Dacun�ents.
5. Availability of Lands for Warl�, Etc.
5.1. Tize lands upon which the Worlc is to be perforrned, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing tfze Work
are identified in the Cantract Documents. All additionai la»ds and access thereto
required for te�nporary construction facilities, canstructioi� equipment ar storage of
»>aterials and equipment to be incorpnrated in the Work a�-e to ue obtained and �aid fo��
by Coniractar. Easements fo3� permanent structures or pern�anei�t changes in existin�
facilities are to ve obtained and paid fot• by City uniess otherwise provided in the
Cantract Documents.
5.�. Outstanding right-of-way, easements, andfor per3nits ta be acquired !�y the City are listed
in Paragraph SC 4.03 ofthe Supplementaiy Conditions. in the euent tf�e necessaty right-
of-way, ease�iients, and/ar perinits are not obtained, the City reserves the right to cancel
the award of contraei at any time befo�e the Bidder begins any conskructian wo►•k or► fhe
p�•oject.
53. The Bidder shaIl be prepared to caminence construction without all executed right-of-
way, easetnents, andlor permits, and shall su6mit a s.chedule to the City ai how
�onstruction will proceed in the other areas of tl�e pa'oject that do not require permits
andloe easements.
6. interpretatinns and Addenda
6.1. All qUestions abaut the �neaning or intent af the Bidding Documents are ko be direeted to
City in writing an or before 2 p.m., th� Monday pi•ioi• to the Bid opening. Questions
received after tl�s day may not be responded to. Interpr-e�ations o�' clai•ifications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Docuulenks.
Only questions answered by formal written Addenda will be hinding. Oral and other
interpretations or clarifications will be without legal ef%ct.
Add�•ess questions to:
City of Fo3'k Worth
200 Texas Street
Fart Worth, 'TX 76102
Attn: Scott Taylor, PE, W�ter Department
�rnail: Scott.Taylo�� r,r7forkwartl�texas.gav
Phone: $17-392-7420
6.2.Addenda may also be issued to modify the Biddin�; Doctiments as d�emed advisable by
City,
CITY OF FORT WORTli WATER & SAI�FITARY SrWER 2EPLACLIvfENT
57'ANDARD CONSTRUCTION SP�.CIFICATION DOCUMENT CITY PRO]�CT NO. 01955/CONTRACT 88
7'emporarily RevisedAJpdated January O5, 2021 due to Cf]VII]E9 E,mergenry
on2� ��
1NSTRlJGTlONS TO BEDD�RS
Page G of f 0
G3. Addenda ar claiifications �nay be posted via the City's e{ectronic doc�ment �nanagement
ai�d callabaration system a[ <h�sert Lrnk to Docurr�ents>.
G.4. A prebid conference may be held at the time and place indicat�d in the Advertisement or
iNVITAT70N TO BIDDERS. Rept�ese�itatives of City will be p3�esent to discuss the
Project. �idders are encouraged to attend and pa��ticipate in tl�e conference. City will
transmit to a�l prospective Bidde��s of record such /-Iddenda as City considets necessaiy
in respoilse to questions arising at the canference. Oral statements may not 6e relied
upon and wilf not be binding ar legally eFfecti�e.
7. Bid Security
7.1. Cacl1 Bid must be accampanied by Bid Bond �nade payahle tn City in ai� amount of fve
{5) percent ofBidde�'s maxitn�m Bid price on forin attaci�ed, issued by a surery meeting
tlle requirements af Paragraphs 5.01 oi the General Cor�ditions.
7.2. The Bid Band of ali Bidders will be retained until the conditions of the Notice of Award
l�ave been satisfied. Ifth� Successfiil Bidder fails to execute and deliver the complete
Agreement within 1 Q days after the Notice of Av�ard, City may considei' Bidder to be in
default, rescind the Notice of Award, and the Bid Bond of that Bidder wiil be farfeited.
5uch foa�feiture sha11 be City's exclusive remedy if Bidder defaults. The Bid Bond of all
other �idders whom City believes to have a t�easonable chance af receiving the award
wilj be 3�etained by City until final contract execution.
8. Contract Times
The num6er of days witIlin which, or the dates by which, Milestones are to be aehieved in
accordance with the General Requirernents and the Woric is to be compl�;ted and i•eady far
Fina] Acceptance is set fo;�tk� in the Agreement or incorpo.rated tl�et•ein by reference to the
attached Bid Farm.
9. Liquidated Damages
Provisions for liquidated daniages are set farth in the Agree�nent.
l0. Substitute and "Or-Eqr�al" �tems
Tlze Contract, if awarded, will be on the basis of rnate�•ials and equipinent described in the
Bidding Documents wid�out consideration af possible substitute or "ar-equal" items.
Whenever it is indicated or specified in the Biddii}g Doeuments that a°substitute" or "ar-
equal" item of material or equipment may he furnished ar used �y Contractor if acceptai�le to
City, application fo�- such acceptance will not be coi�sidered Uy City until aftet- the Effective
Date of the Agt�eement. The procedure for sub3nission of any such ap�licatinn �y Conkractor
and consideration by City is set forth in Par•agraphs 6.OSA., 6.OSB, and 6.DSC. of tlie Genel�al
Conciitior�s and is supplemented in Sectio�� Ol 25 00 ofthe General Requii�ements.
1l. SuUeontractors, Sup�l"rers and Others
C1TY OP FQ[LT WORiH WATER � SA7+31TAEtY 5CWE2 REFLACEMEi�1T
5TANDAC�D CONSTRUC'fION SFEC[FICATION DQCUMENT CI'I'Y YRO.I�CT NO. O195S1CON7'RACT 88
Temporarily Aevised/tlpdated Janu�iy 0�, 2021 due to CQViDl9 Emergenty
no �� i�
i1d3TRiJCTIONS TO $TDDERS
Page 7 of 1 �
i�.]. !�i accordance with tl�e City's Business Equity O►•dinance No. 24534-] 1-2020 tl�e
City has gaals for the partici�ation of minoriry l�usi��ess and/or wometl business
enterpris�s in City contracis. A cppy of the Ordinance can Ue obtained feo�n the
Office of the City Secretary. The Bidder shall submit the Business Ec�uity Utilization
Form, Business Equity 4'rime Conteactor Waiver Forin aiidlor Good Faith Effort
Form with docu�nentation andlar Busi�less Equiry ,Toi��t Venture Fo�7n, as
ap}�rapriate. The Forms in�luding dncuinentatian must �e received by the City na
later tl�a�� 2:00 P,M. CST, on tl�e second Uusiness day aiter the� bid opening date. The
Bidder shall obta�n a receipt fi•om the City as evidence the dneUmentation was
�•eceived. Failw�e to compVy sl�all j�ende�� the bici as non-res�onsi�e.
�usiness Equity Ordinance Na. 24S34-i 1-2Q20
htt�s•11a pps.fortwarthtex as. �ov/Prn j ectResou rceslResourcesP164%20-
%20MWBEINEW°Io�OBi1SIY1�SS°/n20E uitv%�.00rdi�3ar�celOrdinance%2024534-i 1-
2020.pdf
11.2. No Contractor shall be raquired to empiny any 5ubcantractor, 5up�liec, othe�• person
ar o.rganization against wl�om Contracto�• has reasonal�le abjectian.
12. Bid Farm
12.1. The Bid �'nrin is included with the Bidding Documents; additional copies may be
nbtained from the City.
12.2. A11 blanks on the Sid Fonn must be completed by printing in ink and the Bid Pm�m
signed in inlc. Erasures or alterations shall be initialed in ink by the person signing
th� Bid Fnrm. A Bid price shall be indicated far eaeli Bid itenn, alternakive, and unit
p�-ice item listed therain. In the case of optional al.ternatives, the wo�•ds "Na Bid,"
"Na Cl�ange," or "Not Applical�le" may be entered. Bidder shall stat� the p�ices,
written in ink in both woi•cis and numerals, for which the Bidder proposes tn do the
wor�C cantemplated or furnisl� mate3-ials requ�red. All p�•ices shall be written legibly.
In case nf disci•epancy between price in written words and the pi-ice in written
numerals, the price in written woi'ds shall govein.
123. Bids by corpo3-atiar►s shall be executed in the corporate name by the presidet�t n�� a
vice-president oi• other corporat� affice�- accompanied by evidence af authority fo
sign. The co�•porate seal shali be affixed. The corporate add�ess and state of
incorporation shall be shawn betow the signature.
12.4. Bids 6y partnerships shall be executed in tl�e par[ne�•ship name and signed by a
partnee, wllose title must app�ar under the signature accompanied !�y evidence of
authariry to sign. The o.fficial address of the partnership sllall 6e sllown below the
signature.
12.5. Bids by lim�ted liability companies shall F�e execEued in the nan3e ofthe firm by a
member and accompanied by evidence of aukhority to sign. The state of forn�ation of
the firm and the offcial address of the f►•m shall be shovrn.
i2.6. Bids [�y individuals shail shova the Bidder's name and offcial add��ess.
CITY OF FDIZT WORTH VJATER & SANETARY SEWER k�YLACEMEI�'f
S.TA?YDARD CONSTRIICTION SPrCII=ICATION 170CUML-lVT CITY PRU,ILCT NO. O1955lCON'I'KACi 88
Te�npararily Revised/Up.dated 7anuary O5, 2021 due to COVIDI9 Emergancy
0�2] i�
1NSTRUCT{ON5 TO B[DQE125
Page S of 10
12.7. Bids by joiilt ventures shall be executed by �ach joint venture in the manner indicated
on the Bid Forns. Tl�e official address of the �oint venture s11a11 l�e shown.
12.5
12.9
All names shall be ryped oi• printed in i��k below tl�e signature.
The Bid shall contain an ackilowled�e�nent of t�eceipt of al) Addenda, the numbers of
which shall Ue filled in an the Bid Form.
i 2.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.1 I. Evidence of autho3�iry to conduct business as a Nonresident Bidder in the state of
Texas skiall l�e provided in accordance vvith Section 00 43 37 — Vendor Compliance
to Skate Law Nan Resident Bidder.
13. SuUmissinn of Bids
Bids shall be submitted on the prescribed Bid Form, p�-ovided with the Bidding Documents,
at the time and place indicated in the Advertisement ar INVITATION TO BIDD�RS,
addressed to Purcliasing Manager ofthe City, and shall be enclosed in an opaque seaied
envelope, marked with the Ciiy Project Number, Project titIe, the name and address of
Bidd�r, and accompanied �y the Bid security and other req�ired documents. If the Bid is sent
through the mail or other delive�y system, the sealed envelope shall be enclosed in a separate
envelape �vith the notation "BrD ENCLOSED" on the face of it.
I4. Moditication and Withdrawal of Bids
14.1. �ids addressed to the Purchasing Manager and filed with the Purchasiiig Office
can�lot be withdrawn prio�• to the time set fo�- bid opening. A request for withdrawal
must be made in uvriting Uy an appz•opriate document duly executed in the manner
that a Bid must be executed and delivea•ed to the place wheE�e Bids are to Ue submitted
at any time prior to the opening of Bias. Afte3- all Sids nnt requested for withdrawal
are opened and publicly read aloud, the Bids for whict� a withdrawal rec�uest has been
properly filed may, at the aption of the City, be returned unopened.
I�.2. B:idde�s may rnodify their Bid by electronic communication at any time prior to the
tii��e set far the closing of Bid receipt.
l S. Opening vf Bids
Bid� �vill 6e opened and read aloud ���blicly at the place whez�e Bids are to be submitted. An
abstract o.f the an�ounts of the base Bids and majoE• alternates (i�a��y) will be made availa�le
t� Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
Akl Bids �vill remain subject ko acce}�t�nce fp�- t17e time �eriod s.��cified fot• Notice of Award
and executian and deli�eiy of a co���plete AgreeEnenC by Successful Bidder. City may, at
City's sole discretion, release any Bid and nul�lify the Bid security prior to khat date.
17. Evaluaiion of Bids and Award of Contract
CITY OF FORI' WORTI-I WATER & SANfTARY SEWER K�PLACEMENT
51'AI1I]P:R[? CO1V5'CRUCTION SPECIFfCATIQI+l DOCUM�I�T CITY PROJECT 1V0, 01955/COIVTItAC7� 88
Tempm�arily Aevised/Updated Ianuary Q5, ZU21 due tn COV1D 19 E.mergency
(SD 21 l3
T�IS7'RUC7'IOI�iS TO BTDDERS
Page 9 of l0
17.1. City i�eserves t11e ri�ht to reject any or all Bids, includi►sg without limitation tl�e rights
to reject aE1y or all nonconforEning, nonresponsive, unbafanced or conditional Bids
and to reject the Bid of �ny B�dder ir Ciry �elieves ihat it �vould nok be in the best
interest of the Project ta malce an avvard to that Bidder, whether because the Bid is
nat responsive ar the Bidde�• is u�rqualified or of dou�stful financial ability or fails to
meet any other pertinent standaed or criteria established l�y City. City also reserves
the right tn wai�e informalities not involving price, contract time or changes in the
Work w�th the Successful Bidde�•. Disc�•epa�scies between ihe multiplicatian of units
of Wark and unit priees will be 3•esol�ed iiti favor of tYae uniY p3•ices. Disc�-epancies
between Che indicatec� sun� of any columE� of figures and the eorrect sum thereof wfll
be resol�ed in favnr of tl�e correct suin. Disc�-epai�cies between words aiid fi�ures
�ill be resolved ii1 favor oFthe words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Biddei• is an interested paiiy to any litigation against City,
City or Bidder may I�ave a claim against the other• or be engagecf in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidde�• has uncompleted work which in the judgment of the City will prevent nr
hinder the prompt completion of addikional work if awarded.
17.2. City may consider the qualificatians and experience of 5ul�contractors, Suppliers, and
other persons and organizations prn�osed for those portions of the Work as to which
the identity of Subcontractors, Suppliers, and other persons and o�ganizations niust
be suhmitted as pravidec� in the Contract Docu�nents or upon the request af the City.
City also may consider the operating costs, maiirte�lance requii�ements, pei�formanca
data and guarantees of n�ajar iterns nf mater3als and equipanent proposed foj•
incot-poration in the Wor1c wl�en such data is required to be subinitted prior to the
Notice of Award.
17.3. City may conduct such investigations as City deems necessaty to assist in the
evaluation nf any Bid and to establisll tk�e responsibility, qualifications, and financia]
abitity of Bidders, proposed Subcontractors, 5upp�ie�-s and ather persans and
arganizations to p�rform and furnish the Work in accardance wit� the Contract
Documents to City's satisfaction within the p�-escril�ed time.
17.4. Contractor shali perform with his awn orga�lization, work of a value not less than
35°!o af the �alue e»�braced on the Cpntract, unless otherwise app�•oved Uy tl�e City.
17_5. If the Contract is to l�e awa�•ded, it will �e awarded to lowest respo�asiUle and
responsive Bidder whose eWaluatian by City indieates tl�at the award will be in tl�e
best interests of the City,
17.6. Pursuant to Texas Government Code Chapter 2252.Op 1, t1�e City will not award
can#ract to a Nanresident Bidder unl�ss the Nonresident Bidder's bid is lower than
ti�e lowest bid submitted by a res�onsi6le Texas Bidder by the same ainaunt that a
T�xas resident bidder would be required to underbid a Non�-esident Bid�ier to obtain a
com}�aj�abfe contract in the state in which the npnresident's �rincipal �lace of
business is located.
C1TY flF Fa1ZT WORTH WATLR & SANITAAY S�;WER i2LPLACEMGNT
5'CAN�ARD COiYSTRiJCTION SI'EG1=ICATION �OCUMI:AfT CfTY PROJECTNO. 01955ICONTRACT 88
'Temporarily Re�isedAJpdated ]ar�uary D�, 2021 due to COV[Dt9 rmergency
oa2� i3
iNSTR!!C7'lOiwTS TO BIDDLRS
Pagelnofl0
17.7. A co�ltract is not awarded unti] forn�►al City Council authorizatio�i. lfihe Cont��act is
to be awarded, C.ity �ill award the Contract within 90 days afte�� the day of the Bid
o�e��i��g unless extended in writing. Na ather act of City ot` othess w�ll constitute
accepta��ce of a Bid. Upon the contractnr awa�•d a Notice of Award wiif be issueci by
the City.
17,7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties For�n 1295 and tl�e form must be submiited to the Project Manager
befaE•e t�ie cpntract wilf be presented to the City CounciL The %rm can be
ohtainec� at litki�s://w��w.�tl�ics.state.tx.�s/d�tnlfor�ns/l_295/1�9S.�df
] 7.8. Failure or refiisal to comply wikh the requiren�ents may result in R�ejeGtion of Bid.
18. Signing of Agreement
18.1. When City issues a Notice af Award to the Successful Bidder, it wili be accompar►ied
by the required num6er of unsigned counterpai'�s of the Agt•eernent. Within 14 days
#he�•eafter Contractat• shall sign and deliver the required number of counterparts of t11e
Agree►nent ta City with the rec{alred I3onds, CeE�tificates af Insurance, and all other
required documenta#ion.
18.2.
� 8.3
Failure to execute a duly awarded contact may suUject the Cont��actor to penalties.
City shall there.afte2• deliver one fuiiy signed counterparC to Contractor.
�ND O�' SECTIOIY
CITY OF FORT WORTH WATER & SANtTARY SGWER REPLACGMENT
STANDARD CONS'fRUCTION SFEClPICA7-IDN I]OCUMEN'!' CITY PROl�CT NO. U19SSICpNTRACT 88
Tempora�•1y RevisedlUpdnted ]a�iuniy 0�,'?021 due ta COVTgl9 �mergency
OQ31 1�-0
�NG[NEER PRO.iECT 5C3IGl�[7L�
Page I of 10
s�cT�oN on �i is
ENGiNEER PROJECT SCHEDULC
PART1- GEN�RAL
1.1 SUMMARY
A. Section Inclt�des:
i. General requirements for tl�e preparation, submittal, updating, status reporting and
tl�anagement of the Engineer's Pcoject Schedule
B. Deviations from #his City of Foi�t Wac'th Standard Specification
1. No�1e.
C. Related 5pecifcatio�i Sections include, but are not necessai•i1y limited to:
1. Division l— General Requireinents
D. Purpose
Th� City of Fort Woi•th (City} is committed to delivering quality, cos.t-effective
infrastructure to its citizens in a timely �nanner. A key taal to achieve this purpose is a
prope�•ly structured scliedule with accurate updates. This supports effective monitoring
of progress and is input to critical decisian rnaking by the project managez throughout
the ]ife af the project. Data fi•om tlae updated project schedule is utilizad in status
reporting #o various levels of Yl�� City c3rganizatian and the citizenry.
This document catnplements the City's 5iandard Agreement to guide the Engineer in
preparing and submitting acceptable schedulas for use by the City in projeet deli�ery.
Tl�� expectation is the perfarmance of the work foilows the accepted schedule and
adl�e�•es to the contractual tii�neline.
The Engineer wi11 designate a qualiiied representative (Project Seheduler) respansible
for developing and updating ihe scl�edule and preparing stat�is ��epnrting as required by
the City.
1.2 PRYC� AND PAYM�NT �'ROCEDURES
A. Measurenlent and Pay�r�ent
1, Woi•k associated with this liem is considered parC of professional services and
E��gineer will be compensated in accoedance with the schedule of rates..
2. Non-compiiance witll this specification is grounds for City to withhol� paymeni of
the Engineer's invoices until Engineer acllie�+es said corripliance.
1.3 REF�R�NCES
A. Project SchediEles
Each project is represented by the City's mastez• project schedule that encampasses t1�e
entire scope of activities envisioncd by the City to properly deliver the work. When the
City epntracts witl� an En�i��eer tq �Serform engineering and design seivices, the
�ngineer �vi11 develop and maintain a scl�edule for tl�eir scope of work in alignmez�t
CITY OF FOItT WORTH WATER & SANI'CARY S�WER R:�PLACGMGNT
STANDARD SPEC[FICATION C[TY PRO]ECTND. 019�S1CUNTRAC7' 88
Revised .�ULY 20, 2018
OQ31 15-0
ENGINEER PRO.IECT SCHE�ULL
Page 2 af 10
with tlle City's schedule requirements as defned herein. The data and information of
each suciz scf�edtile will be le�eraged and becnine integrai in the maste�� project
schedu�e as deemed appropriale by tl�e City's Project Control Specialist and approved
by the City's Project jW[anager.
Master Project Schedule
T1�e maste�� project schedule is a haiistic rapresen#ation of the scheduled activities
and �nilestones for tl�e total project and bs Critical Patl� Methad (CPM) based. The
City's Project Managej� is acc.ountable foi• oveisight of the de�elop�nent and
maintaining a master pa�nject schedu]e for each project. When the City conti•acts far
tl�e desig�� andlar consnvetion of the project, the master project scl�edule r�will
i��co�porate eleinents of the Design and Construction schedules as deemed
appropriate by fhe Ciky's Pi�oject Conkrol 5pecialist. The assigned City Project
Cantro� Specialist creates and maintains the master ���aject schedule in P6 (City's
scheduling software).
2. Engineer's Scl�eduie
The Engineer is responsible far developing and maintaining a scl�edule for the scope
af theii• contractual requireinents. The Engineer wili issue ar► initia! schedule for
review and acceptance by the City's Projec� Cor�tro] Specialist and the City's Project
Manager, as a baseline schedule for Bngineei's scope of work. Engineer will issue
c�.���rent, accurate updates of theix' schedule (Progress 5chedule) to the City at tlze end
of �acl� mQnth throughQut the life of their wo�•k.
B. Schedul� Tiers
The City has a pm•tfoiio of projects that vary wide3y in size, eamplexity and content
reqUiring diffe�•ent sclleduling to effectively deliver each project, The City uses a
"tiered" approach to align the praper schedule w�th the criteria far each project. The
City's P1•oject Manager determines tl3e app�npriate sclledule tier for each pz-aject, and
includes that designation and the associated requii•ements in the Engit�eer's sco.pe of
work. "�he following is a summa�y of the "tiers".
I. Tier 1: S3naii Size and Sha�� Duration Project (design not requi�•ed)
The City develo�s and ma�ntains a Master Project Sclledule for tl�e p�'oject. No
schedule submittal is required from Engineer. City's Project Contrpl Specialist
acquires any necessary schedule status data or information tl�rough discussions with
the a-es.pective party on an as-needed basis.
Tier 2: 5ma11 Size and Slioi� to Medi�un Duratian Project
The City de�elops and maintains a Master• Project Schedule for the project. The
Engi�ieer ide3�tifies "start" and "finish" milestone dates on key elen7ents oftheir work
as agreed with the City's Pc•aject Manager at tl�e kickoffoftheii� waz-]c effoi�. Tl�e
Engineer issues tp [he City, updaCes to tl�e "start" and "f nish" dates for such
tnilestones at the end of each montli tl�roughout the life o�their work on the projeci.
3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Dw'atian
Tl�e City develaps aild i�aintains a Maste�� Project Scheduie for the p��oject. The
Engineer dev�laps a Baseline Sck�edule and inaintains the schedule of their respective
scope of work on the project at a level of detail (gene�-ally Leuel 3} and in aligninent
CITY pF FORT WORTH WATER & SAiJITARY SEW�R REPLACL-MENT
STAN!]ARD SPECIF]CAT[dN CITY PRO.IEC'C NO. 01955/C0�lTRACT 83
IZevisa� .IULY 20, 201 S
no3� is-o
ENGWECR PRO.�EC"f SCH�DULE
Ppge 3 of 10
witl� tl�e WBS structure in Section ].4.H as agreed by the Project 1�9anager. The
Engineer issues ta the City, ttpdates of tlleia' respective scliedule (Progress Schedule)
at the end of eac� inonth throughaut the life of their work on t11e project.
C. Scl�edule Types
Project deliveey for the City utilizes two types of schedules as noted lleiow. The City
develops and maintains a Master• Frojeet 5chedule as a"baseline" schedu]e and issue
monthly updates to the City Project Mana�e�' (end o.f each month) as a"prngress"
scl�edule. T11e Engineei• prepares and sulamits each schedL�le type listed below to fi�lfill
their cnntractual requii•ements.
1. Baseline Sc1�Edule
The Engineer develops and subinits to the City an initial schedule far their work in
ali�nment with this specification. Once reviewed and aceepted by the City, it
becomes the "Base�ine" schedule anel is the basis against which all pro�ess is
�neasured. Tlle 6aseline schedule wi11 be updat�d wriien there is a change or addition
ta the scope of work impacting the duratzan t�f the work, and only after receipt of a
duly authorized amendment issued by the City. In khe event prpgress is significantiy
behind schedule, ihe City's Project Manager �nay autho��ize the updating ofthe
schedule to facilitate a more pa•actical evaluation of progress. An example of a
Baseline Sci7edule is pro�ided �n Specification 00 3I 15.1 Engineer Project
5ehedule — Baseline Example.
2. 1'ragz•ess Schedule
The Engineer updates their scliedule at the end of eacn mantl� to represent the
pro�ress achieved in tl�e work whicl� includes any iinpact froin authorized change�
in the work. The updated sclnedule �nust accurately reflect the current status of the
work at that point in time and is referred to as the `°P�'Qgress Sef�edule". The City's
Pro}ect Manage�� and Project Controi Specialist revie�us and accepts eac11 progress
sehedule. In tl�e event a progress schedule is de�med not acceptable, tl�e
unaceeptable issues are identified by the C.ity wiihin 5 wa��king days and the
Engineer must provide an acceptable progress schedule within 5 working days after
reaeipt of non-acceptance natification. An examgle oi a Progz•ess Sclledule is
provided in Specification 00 31 15.2 Engineer Yrojeet Schedule -- Progress.
Exa►nple.
1.4 CITY STANDARD SCH�DULE R�QULR�MENTS
T11e followi.ng �s an ��erview af the inethodalogy for developing and maintaining a
schedule %r delivery of a project.
A. Scl7edule Frainework
T11e schedule will be based on the defined sc�pe of work and fQllow the {Criticai PatE�
Methodology) CPM method. The Engfneei•'s schedule will align with khe requirements af
this specifcation and �e resource lorrrled to reflect their plan for execution. Dverall
schedule dut•ation will ali.gn with the contractual requi�'ements foe t1�e respeeti�ve scope of
wnrk and be reflected in City's Maste3• Project Sehecfule. The Project Number and Name
of the Project is required on each scl7edule and must Enatch the City's project data.
C[TY OF FQRT WC3RTH �'JATER & SANI'fARY S�,VUEK REPLAC�NiENT
STANDAA� SPECIF[CP.TION CITY PRO.TECTNO- 01455lCONTRAC"{' 88
Reviscd .IUL,Y 2R, 2D18
0031 IS-0
ENG]1VEER PRO.IEGT SC11C:13ULr
Pagc 4 af I 0
B. Schedule File Name
Al{ schedules submitted to tlre City for aproject w�11 have a f�e name that begins with tl�e
City's praj�ct tzumber followed by the rzame af the project fallowed by 6aseLirae (if a
baseline schedule} or the year a�u! mn�zilz (ii a�rogress schedule), as sho�n belo�v.
� Baseline Schedule File Name
�orinat: City+ Froject Number Project Name Baseline
Exa�nple: 101376 Nort11 Montgomery Street HMAC_Baseline
o ProgressScheduleFileName
Format: City Project Numbez'_Projeet Name YYYY-MM
Example: 101376 North Montgomery Street HMAC_20] 8_bl
o P�•oject 5chedule Progress Narrative l�ile Name
Fo�•mat: CityP�'ojectNutnber ProjectNarne PN YYYY-MM
Exainple: 101376 North Montgomery Street HMAC_PN 2018_O1
G Schedule Templates
The Engineer will utilize the relevant sections fram tlie City's templates provided in the
City's document managernent system as the basis far creating their respective pj•oject
schedule. Specifically, the Engineer's sch�dule will aiign vvith the layouk ofthe "Design"
and "ROW & Easement" and "utility" sections. The templates are identified by type of
project as noted below.
� Arterials
� AWiation
o Neighborhaod Streets
� 5idewalks (later)
o Quiet Zones {later)
� Street Lights (later)
� Intersection Impra�ements (later)
� P��•ks
� 5toi7n water
0 5t�-e�t Maintenance
o Traffie
• Wat�r
D. Schedule Calendar
The City's standard calendar fo�� sehedule development purpases is based on a 5-day
woa-lcwee[t and accounts for the City's eight standaz-d holidays (New Ye��s, M.artin LutEter�
King, Memorial, Ir�dependence, La�or, Tllanksgiving, day after Thanlcsgiving,
Cl�ristinas). Tlre Engineer wil3 estaE�lish a sclaedule calendar as pa�t af t1�e schedule
devekapment p►•ocess and provide to the l'►'oject Control Special ist as gai�t of ihe basis fo�'
tl�eir schedule. Variations betwe�n tl�e City's calendar and the En�inee.r's calenda�' n�nst
be resolved prior to th� City's acceptance of their Baseline pz•oject schedule.
E. WBS & Milestane Standards for Schedule Development
The scope of wo�•[c to be aecomplished by the �ngineer is represented in the schedule �n
the form of a Work Breakdown S.tructut•e (WBS). Tl�e WBS is the b.asis far the
CfCY O�' FORT WOC�TH WATER � SANITARY SEWEIt R�.PL.ACEMENT
STANDAItD SP�C�PICATfO1V C]TY PIt03L-CT NO. D1955lCON�'RJiCT 88
Revised JU4Y 20, 20l8
oa3� js-a
EhiGING�IZ PRO.I�C7' SCHEQL31.�
Page 5 of 10
development of the schedule activities and shall be imbedded a��d depicted in rhe
schedule.
Tlje following is a sui�inary of tl�e standards to be fallowed in prepa�•ing and �r�aintaining
a schedule far p�•oject delivery.
1. Engineer is required to utilize the City's WBS structure and respecti�e project type
template for "Desigr�", "ROW &�asements" and "Lltilities" as shown in Sectian
1.4.H below. Adcfitional activities may be added to Levels 1- 4 to ac�o�nnzodate t13e
needs of the arganization executing tlie work.
2. Engineer is required to adhere to the City's Standai•d Mi.lestones as shown in �ection
1.4.I below. Engineer wvill include additional mileston�s representing intermediate
delivzrables as required t� accurately reflecfi the wnrk.
Schedule Activities
Activities are the discrete elements of work t13at inake up the schedule_ Tl�ey will be
organized under tlie umbrella oithe WBS. Ac#ivity descriptions shnuld adequately
describe the activi#y, and in same cases ti�e extent of the activity. Al] activiiies are
logically tied with a.predecesso�• and a successar. Tl�e only exception to t1�is rule is for
"project start" and "project finish" milestones.
The activity duration is based on the physical amouni of work to be pecformed for the
staied activity, with a m�imum d.uration of 20 wnrking days. If the work fo� any one
activity exceeds 20 days, break that actidtty dawn inerementally to achieve this duration
constraint. Any exception to khis requires review and acceptance Uy the City's Pro�ect
Control Speciajist.
G. Amendment
W11en an Amendment is issued hy the City, tl�e impact is �ncorporated into the previously
accepted baseline schedule as an update, ta saine to clea�•fy show impact to the projeci
timeline. The Engineer submits this updated baseline schedule to the City for review and
accept�nce as descriUed in Section 1.5 belaw. Updated baseline schedules adl3ere to �e
following:
i. Time extensions associated with appraved contract modifications are lim.ited ta the
actual amaunt of time the praject activifies are anticipated to be delayed, unless
otlaerwise approved by the Program Mana�er.
2. The updated baseline schedule is suba3�itted by the Engineer within ten worlrrlays
after receipt of the Amendinent.
3. The changes in lo�ic oa' di�i�atipns approved by tl�e City ai•e used to analyze the impact
of the change and is included in the Amendm�nt. The coding for a new acti�+ity(s)
added to the scl�ed��le dL�e to the A�nendment includes iha Atnendment num6er in the
flctivity ID. Use as many activities as neecied to accurately shaw the work of the
Ainendment. Revisions to tl�e baseline schedule are no# ef%ctive until accepted by
tl�e City.
H. City's Woi-]c Breal�down Structure
CITY OF FOR'1' VJORTH WA7'ER & 5ANITARY SEWCR REPLACF.MEIVT CITY
STANUARD 5PL-ClF1CATION YItOJGCT NO. 0195�/CONTRACT 88
Revised ,IULY 20, 20l S
Ofl3] IS-D
Ei�IG1NECR PRO.IEC`l' SCFiL-QULE
Page G of ld
WBS Code WBS Name
x7�XXXX Project Name
XXXXXX.3D Design
XXXXXX.3Q.10 Design �ngineer Agreement
XXXXXX.3Q.20 Conceptual Design {30%)
XXXXXX.30.30 Preliinina�-y Desig�� (60°!0)
XXXXXX.30.40 Fina1 Design
XXXXXX.30.50 Environmental
XXXXXX.30.60 Yermits
XX�XXX.30.60.10 Perinits - Identificataon
XXXXXX.30.60.20 Permits - Re�iew/Apprpve
XXXXXX.40 ROW & Easements
XXXXXX.40.1Q ROW Negotiations
XXXXXX.40.20 Condemnation
XXXXXX.70 Utility Relocaiion
XXXXXX.70.10 Utility Relocation Co-ardination
XXXXXX.80 Constructian
XXXXXX.80.81 Bid at�d Award
XX�XXX.$0.83 Const�'uction Execution
XXXXXX.8�.85 Inspeetion
XXXXX�.80.86 Landscaping
�:XXXXX.90 Closeout
XXXXXX.90.10 Construction Contract Close-out
XXXXXX90.40 Design Cantract Closeout
I. City.'s Standard Milestones
The following milestone activities (i.e., important events on a project that mark critical
p�ints in ti�ne) are of particular inte��est to the City aild must be reflected in tlte prpject
schedule for ail phases of work.
Activitv ID
Design
3020
3040
3100
312Q
3150
3164
3170
3220
3250
3260
3310
CITY OF FORT WOR'I��
S"I'A3�lQRRD SPECIFICATiON
Revised .IULY 2U, 2(1 ] 8
Ac#ivity Name
Award Design Ag��eement
Iss.�Ee Notice To Praceed - Design Engineer
Design Kick-off Meeting
Submit Canceptual Plans to Utilities, ROW, Traffic, Parics, Storm Water,
Water & Sewer
Peer Review MeetinglDesign Review i�eet'rng {technical)
Conduct Design Public Meeting #1 (required)
Conceptua] Design Camplete
5ubmit Freliminary Plans and 5pecif�cations to Utilities, ROW, Traf�c,
Parks, 5torm Wate�-, Water & 5ewer
Conduct Design Public Meeii�lg #2 {required}
Prejiminary Design Cotnplete
Subirtit Final Design to Utilities, ROW, T'��affic, Parks, Stoiin Water,
Water & Sewer
WA"�ER & SANI'l'ARY SGWER REPLAC1:tvI�i�I7"
CITYPRd.fECl NO. O19551CClNTRACT&8
aa3i �s-a
�NGINEER PROIECT SC[-IEDU[.L
i'age � oi' I �
3330 Cond��ct Design Public Meeting #3 (if required)
3360 Final Design Coinpiete
ROW & Easements
4000 Right of Way Start
4230 Right of Way Complete
Utility lZelocatinn
7DQD Utilities Start
7I20 Utifities Cleared/Co�nplete
Con�struction
Bid and Arvard
811Q Start Ad�ej-tise�nent
8150 Conduct Bid Opening
8240 Award Consiructian Contract
Construction �xecution
8330
$350
8370
$540
9134
91Sfl
9420
1.5 SUBMITTALS
Conduct Consfi'uction Public Meeting #�4 Pre-Canstructian
Construction Start
Substantial Completion
Construction Completion
Notice of Completion/Green Sheet
Construction Contract Closed
Design Cantract Closed
A. Schedule Subrnittal & Re�iew
The City's Praject Manager is responsible far reviews and acceptance nf the Engineer's
schedul�. The City's Project Control Sgecialist is responsible fnr ensuring aiignment of
the Engineer's baseline and pro�►-ess schedules with the Master Project Scl�edule as
suppor-t to the City's Project Manager. Tlle City reviews and acce}�ts ar rejects the
schedule within ten warkrlr�ys of Engineer's. submittal.
Schedule Format
Tl�e Engineer will submit each schedule in two electronic fot7ns, one in native file
format (.xer�, .xml, .mpx) and tl�e second in a pdf fo►'mat, in the City's document
management system in the locatian dedicated for this purpose and identified by the
Project Manager. In the event the Engineer does not use Pz'imavera Pfi or MS Project
for scheduling purposes, t11e schedLile information must be submitted in .xls or .xlsx
forinat in coinpli.ance with the sample layout (See Specification 40 31 15.1 Engineer
Project Scheduie Baseline Exainple), including activity predecessors, successars, and
total flaat.
2. Initial & Baseline Schedule
The Enginees' will de�elop their schedule far their scope of wark and submit their
initial schedule in elect�•onic form (in the �le formats noted al�ove), in #he City's
document �nanageanent system in tl�e location dedicated far this purpose watliin ten
warlcrl�ys of the Notice ofAwr�rrC.
The City's Project Manager ai�d Project Control Specialist review this initial schecfule
to cietermine alig��i�nent wit.h the City's Msster Project Schedule, including format &
CITY 0� F[lRT WOTiTH WATER c& SANITARI' SEWEIi WPLAC�Nf1:N`i'
3'CANDARi] 3f'EClFICATION CITY PRO]ECTI+�Q. 01955/CONTIL4CT 88
Revised 3U[rY 20, 2018
pD3l IS-0
i:NGINCER PRO.II;CT SCHEIJULE
Page 8 of 1D
WB5 stE��cture. Following the City's review, feedbacic is provided to the Engineer for
tlleir use in finalizing their initial schedule and issuing (ivitlri.�z,�ve warlrrlays) their
Baseline Seheciule for final revi.ew and acceptaiace by tl�e City.
3. Pro.gi`ess ScE�edufe
Tl�e Engineer will u�date and issue tiseir project schedule (Progress Schedule) by the
Irrst day of eaclt mol�tlr throughout the life of their work on ti�e project. The Proga�ess
Schec�ule is sut�tnitted in electronic form as noted above, in the City's docu�nent
�nanagement system in tl�e location dedic�ted fo�• this purpose.
T�le City's Araject Control team t-evieuvs eaci� Progress Scll�dule f.or data and
infonnation thak su�port the assessment of the update to the scl}�dule. In the ev�nt
ciata or infarmation is missing or incomplete, tl�e Project Contrals Specialist
communicates dire�tly with the En�inee�'s scheduler for providing same. The
Engineer re-submits tlie cot-�•ected Pragress Schedule withira S worlrclr�ys, fallowing the
submittal process nated al�ave. Ti�e City's Project Mallager and Project Control
Specialist review the Engineer's progress schedule for acceptance and to monitor
pet•fa•mance and progress.
The following list of items are required to ensure proper status infoi7nation is contained in
the Progress Schedu�e {See Speciiication 00 31 15.2 Engineer Project �cl�edule Progress
Example).
� Baseline Start date
o Baseline Finish Date
o % Complete
o F'ioat
� Activity Logic (dependencies}
� Critical Path
� Activities added or deleted
o Expected F�nish date
e Variance to the Saseline Finish Date
S. Monthly Engineer Status Repcsrt
The Engineer submits a written status report (referi•ed to as a progress narratiue) at the
end of each rnontl� to accompany the Progress 5�hedule subinittal, using the stauadard
format provicied in Specification QO 31 15.3 Engine�r Project 5chedufe Progress
Narrati�e. The content of the Monthly Engineer Status Repo.i� should be concise and
corr�p�ete ta:
o Reflect the cur►•ent status of the work for tlte �•e}�orting peripd (including actual
acti�ities started and/ar completed dui-ing the repoi�ting period)
� Explain va�•iances fi-om the basefine pn critical path activities
• Explain any potentia] schedule conflicts o►• delays
o Describe recovec•y plai�s where appropriate
o P�•ovide a summary forecast of the work tn be achieved in tl�e next reportir�g period.
C. Suk�mittal Process
� Schedules and Monthly Engineer Status Reports a�'e submitted in Buzzsaw follawing
tlle steps outlii�ed in Specifiication 40 32 15.4 ��lgineer Project Sclledule Sub�nittal
Process.
CITY OF FO.R'T WORTFI WA'CER & 5AIVITARY SCWEIt REPLACEM�NT
STANDARD SPECII�ICAT[p7�f CITY PRO]CCT IVQ. O1955lCOl+lTRJ�CT SS
Revised .IULY 20, 201$
p031 ]�-0
ENGWEEA PRO,IEC']� SCHL-DULf
Page 9 af 1 D
• Once the project has been completed and F'inal 1�cceptanee has been issued by the
City, no furtl�ei• pi•ogress schedules or monthly status reports are required fram tf�e
Englneer.
I,b ACTION SUBMITTALS/INFORMATIONAL SUBMITTA�S [NOT US�D�
1.7 CLOS�OUT SUBMITTALS [NOT USEDj
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
I.9 QUALITY ASSURAIVC�
A. "I'he pej•son preparing and revising the �ngineer's Praject Schedule shall be experienced
in the preparation af sehedules of similar co�npfexity.
B. 5chedule and supporting documents addressed in this Specification shall be prepared,
updated and ��evised to accurately reflect t1�e pe��foi•mance of the Enginee�•'s scope of
worlc.
C. 'The Engineer is r�sponsible for the quality af all suhmittals in this section meeting tl�e
standard of care for the consti•uction inc�ust�y for similar projects.
1.10 D�LI"VERY, STORAGE, AND HANDLING [N4T USED]
I.11 FIELD [SIT�] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
1.13 ATTACHMENTS
Spec QO 31 15.1 Engineer Project Schedule Baseline Example
Spec 00 31 15,2 Engineer Projeci Schedule Progress Example
Spec 00 31 15.3 Gngineer Praject Schedule Pro�ress Narrative
Spec 00 31 15.4 Engineer �'roject Schedu�e Submittal Pracess
PART 2 - PRODUCTS [NOT US�D]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Cl"1'Y OF PORT WORTH WATE.R & SANITAC�Y SEW�R RL-PLACEM�iJT
3TANDA1tD 5PI:C[PICATION Cl'fY PROJF�CT IVD. �1955/CONTCiAC'T 88
Re�i sed ,l ULY 20, 2U I 8
(1Fl 31 i 5 - 0
GNG WEEI2 PRO.ICC'I' SCH�DULE
Page l0 of 10
C1TY OF POIZT WORTI-i WA']'ER & SAIViTARY SEWGR REPLACEM�T
STAIVDARD 5P�CIFICATION CITY PRaJCC7' [�f0. 019551C"ONTRACT 88
Revised JULY 20, 2018
0032 ]5-0
COi�ISTRUCTION PROGRESS 5CEiE�UL�
i'age ] of I!3
SECTION 00 32 l5
CONSTRUCTION PRO.�ECT SCH�DUI.E
PART l. - GENERAL
1.1 SUMMARY
A. Sectian Includes:
l. General requirements for the prepa�atio��, sul�Enitkai, updating, status repo�'ting and
management af the Constructian P�•oject 5chedule
B. Deviations froin tl�is City of Foi�t Worth Siandard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division l— General Requirements
D. Furpose
The City of Fort Worth (City) is co3nmiiied ta delivering quality, cost-effective
infi•astructure to its cicizens in a timely i�anner. A key too] to aehieve this purpose is a
properiy structured schedule with accurate updates. This supports eff�ctive inonit�ring
of progress and is input to critical decision making by tl�e p.roject manager throughout
the life af the projeat. Data fram the updated project sehedule is utilized in status
repor�ting to various levels of the City organization and the citizenry.
This Document comp}ements the City's Standard Agreement to guide tl�e canstruction
contractor (Contractor) in greparing and submitiing acceptable schedules for use by the
City in praject deiivery. The expectation is the perfo3•mance of tl�e work follows the
accepted schedule and adltere to the conb•actual timelin�.
The Contractor will designate a qualified representati�e (Project Scheduler) responsible
for d�veloping and updating the schedule and preparing skatus repoi�ting as required by
the Cify.
1.2 PRICE AND PAYMENT 1'ROC�DURES
A. Measure7nent and Payment
i. Wqrk associated with #his Item is considered subsidia�y to the various ite�ns bid.
No separate pay�nent wili be allowed for t1�is Ltem.
2. Non-co�-npliance with this specification is �n-ounds for City to wit{lhold payment of
the Cantractoe's invoices �u�til Contractor achieves said compliauce.
1..3 ItEFERCNC�S
A. Project Schedules
Each project is represented 6y City's master project schedu}e that encoinpasses the
entire scope of activities envisioi�ed i�y the City to propei�ly deliver tl�e worlc. When the
Ciiy coniracts with a Contractor to perform construction of the Work, the Contractor
CITY OC FORT WORTH WA'i'ER & SANiTARY SrWER KE{'LACEMENT
STANDAIiLj SPECIPICATIUN CI'Tl' PROILCT NO_ 019551CUNTRACT 88
Re�ised IULY 2�, 2D18
003215-0
CONS"1'RiJCTION PROGRESS SCHL•AUL�
Page2afl0
wiil develop and inaintain a scl�edule fo�� their scope af work in alignment with tl�e
City's standard schedule requi�•ements as defin�d k�erein. The data and ���forination of
each siich schedule will be leveraged and beeame integral in the master project
scli�dule as deemed appropriate by the City's Pt•oject Contral Spe.cialist and approved
by the City's Praject Manager.
1. Master Projeet Schedule
The inaster project sclledule is a holistic representation of the scf}eduled activities
and milestones far tl�e total project. and b� Critical F'�tl� Method (CPM) based. The
City's Project Manager is accauntalale for oversight af tl�e develo�ment a►-�d
maintaining a master project schedu{e foi• eacll project, When the City cantracts fo��
the design and/or construction ofthe project, tf�e master p��oject schedule wiil
incorpoz•ate elements ofthe Design and Consteuction schedules as deei�led
appropriate by the City's Project CptttrQ] Specialis.t. The assigned City Project
Control 5pecialist creakes and mai��tains tlie master project schedufe in PG {City's
scheduling software).
Cons�vction 5chedule
The C�ntractor is responsible for deveioping and maintain�ng a sclyedule for the
scope of the Contractor's canh�actual requu-ements. 'Cl�e Contractor will issue an
initial schedule fo�• review and acceptance by the City's Praject Control Speciaiist
and the City's Project Manager as a baseline schedule far Contt�actar's scope of
work. Contract�r wiil issue current, accurate updaies of their schedule (Progress
Schedule) ta the City at the end af each manth tl�'aughout the life af their work.
B. 5chedule Tiers
The CiTy has a portfolin of projects that vary widely in size, complexity and content
reqviring different scheduling to e�ftectively deli�er each project. The City uses a
"tiered" a��proach to align the proper sc�edule with the critei•ia for each project. 'I'he
City's Project Manager determines tl�e appropr�ate schedule tier fni• each project, and
includes tllat designation and tl�e associat�d requireinents in tl�e Contractor's senpe of
work. The fallowing is a surrimary of the "tiers".
]. Tier 1: Small Size and Short Du�'a#ion Froject (design not required)
The CiCy develops and maintains a Master Praject Sched«le f.oz� tl�e pro�ect. No
schedule subrriittal is r�quired from Contractor. City's Project Control S�ecialist
acquii'es any necessary schedule status data or inforination ti�rough discussions with
the res�aeetive pa��ty on an as-needed basis.
2. Tier 2: Sinall Size and Short to Medium Du►•ation Project
The City develops and maintains a Master Project 5chedule for the pro�ect. The
Contractor identifies "start" and "finish" milestone dates on key elezl�ents of their
work as agreed with the City's Project Manager at the lcicicoif of ik�eir wo�•k eifor.t,
The Cantractor issues to the City, updates to the "starN' a�d "finis}�" dates for sucl�
milestones a# the end of each mnnth tlaeoughout tl�e life ai their worlc on tkle project.
3. Tier 3: Medium anci Laa�ge Size and/or Coinplex Prajects Rega�-dless of Duratinn
The CiTy develops and maintaiils a Mast�r Project Scl�edule for tlje project. The
Contractor develops a Baseline Schedule and maintakns tl�e schedule of their
respective scope of wor.k on the praject at a le�el of detail (generally Level 3) and in
CITY OF F'(?RT WOIt'I'H WATTlR & SANTTARY SEWTR REPLACEMENT
51'1�NDARA SI'ECIPTC�ITION ClTY PROJECT Nn- 01955/CONTRAC'� 88
Revised JULY 24, 201 S
oo3zis-a
CONSTRUC�170N PROGIt�.SS 5CI-CGDUL�
Page 3 of lfl
ali�n3nent with the WBS struct�u•e in Section 1.4.I-I as a��•eed by fl�e Projeet Manager.
The Cantractor issues ta tl�e City, updates af theii• res�ective schedule (Progress
Schedule} at the end of eacl� inonth throughotrt tlie life of their wot•k on the proje�t.
C. Scl�edule Types
Project deliveiy fo3� the City utilizes two types of sck�edules as noted below. The City
develaps and maintains a Master Projeet Schedule as a"baseline" schedule and issue
mo3�thly updates to tl�e City Project Manager (end of each montl�) as a"progress"
schedule. The Cantractor prepares and submi.ts eacl� schedule type to iulf 11 their
contractual requi�'ements.
1,4
1. Baseline 5cl�edule
TY�� Contractor develops and submits to the City, an initial sel�edule fot- their sco.pe
of work in alignment with this specification. C�nce reviewed and accepted by the
City, it becai�7es the "Baseline" schedule and is the basis against whicl� all �rogress
is measured. The baseline schedule will be updated when ther� is a change or
addition to the scape of work impacting.the duration of tl�e work, and only after
receipt of a duly authorized change order• issued by the City. In the event progress is
significantly beliind schedule, the City's Project Manager may authorize an update
to the bas�iir�e schedule to faeilitate a rriore practical evaluation of progress. An
exat�ple of a Baseline Sch�dule is provided in Speei#ication 00 32 i S.i
Cpnstruction Project Schedule Baseline Example.
2. Progiess Schedule
The Contractor updates theiz' schedule at the end of each month tn represent the
prQgress achieved in the r�vork which includes any impact froin autharized changes
in the work. The updated schedule 3nust accuratety reflect tl�e eurrent status of the
work at that point in time and is referred to as the "Prngress 5chedule". The City's
Project Manager and Project Contro] Specialist reviews and accepts eacl� progress
schedtiile. In the event a p►'ogj•ess scl�eduie is deemed not acceptable, the
unacceptable issues are identifed by ti» City within 5 working days and tlie
Contractor must provide an acceptable pi•ogress schedule within 5 working days
after reeeipt of non-acceptance notifieation. An example of a Progress Schedule is
provided in Specification 00 32 15.2 Consh�uction Pi•oject Schedule 1'rog�•ess
Exa3npie,
CITY STANDARD SCH�DULE REQU�REMENTS
T11e fol�owing is an oveiview oftl�e metliodology for de�eloping and maintaining a
schedEEle far delivery ofa.project.
A. Scl7edule Framework
The schedule will be based on t11e defined sco}�e of work and follow t17e {Critica! Path
Methodology) CPM mekl�ad. Tl1e Contractor's schedule wili align witll the �•equirements
af this specifieation and will be eost loaderl to reflect tl}eir plan foa• execution. Overal]
schedule duration will align with the contractual requirements for the respective scope of
work and be reflected in City's Master Project 5chedule. The P�•oject Nun�ber and Name
nf the Frnject is required on each sehedule and must match the City's project daia.
B. Schedule File Name
C1TY OF PORT WURTH WATL-R & SAN1ThTiY SLWGR 1ZEPL.ACGiv1ENT
STANDARD SPECITI�A'1'lON CITY VROJL-CT ND. 0]9551CON7RACT SS
Revised .fULY 20, 20 ] 8
0032I5-0
CONSTRLiCT[ON PROGi�ESS SCE3�DULG
Page 4 of lfl
All schedules submitted to the City for a project will have a file na�ne that begir�s with the
City's projeet stu��ber fo]lowed by the �rrrn�e of the projecf fallowed by G�rseline (if a
baseline schedule} or tl}e yerrr• arzd mo�atlz (if a progress scE�edule), �5 5IlOWi1 1}ElOW.
Baseline Sclaedule Fife Naine
Forma#: City Proj�ct Number Pra�ect Nafne Baseline
Exampfe: 141376 North Montgomery Street HMAC_Baseline
� I'ro�ress 5chedule File Name
Fot•mat: City Project Number_Project Name YYYY-MM
Example: i 01376 North Montgo�l�ery Street HMAC_2018_Ol
� Project Sclledule Pragress Narrative Fi9e Name
Fo�•inak: City P�•oject Nuinber_Projecfi Name PN YY YY-MM
E�ampie: � 01376 No�-t1� Mnntgoinery Street HMAC_PN_2018 O1
C. Schedule Tempiates
The Cantractor will utilize tl�e relevant sections from the City's templates provided in the
Ciry's document rnanageinent systetn as the basis for creating tlzeir respective project
scheduie. Specif caLly, the Contractor's schedule will align with the layout oPthe
Construction seetion. The templates are identifed by type af project as noted below.
� Arterials
� Aviation
o Neighbothood Sb•eets
� Sidewalks (laterj
� Quiet Zones (later)
b Street Ligl�ts {later)
o Inte;rsection Im�ra�ements (later)
o Pax'ks
� Stai•m water
� Street Maintenance
o Traffic
• Water
D. Schedule Calendar
The City's standard calendar far sci�edule develop�»ent }�ueposes is based on a 5-day
workweek and accounts fot� the City's eight standaed holidays (New l'ears, Mai�.ii1 Lukher
King, Memarial, Indepe�idence, Labor, Tlaanksgiving, day aftei• Thanksgiving,
Ch�-istmas}. The Contractor wil.l establisl� a schedule calendar as part of the schedLile
development pracess and provide to the Ai•oject Gantr'o] 5pecialist as p�� of the basis foi•
their schedule. Variations betweeri the City's calendar and the Cont�•actor's calendar
must be resolved p�•io�• to the City's acceptance of their Bas�line piroject schedule.
E. WBS & Milestone Sta��dards for 5ch�duie Development
T11e scope of work ko be accoinplished by the Cont3•actor is represer�ted in the schedule in
the forni of a Wark Breakdawn Structure (WBS). The WBS is the basis for the
development of tl�e schedule activikies and shall be imbedded and depicted in the
schedule.
C�'CY OF POR'I' WORiH WATER & SAIVITARY SEW1.:R REPLACEMENT
STANDt�RD SPECIrICAT]ON C[TY PRDJECT NO. (119551CQNTRACT 8$
Reviscd ,IULY 20, 2016
aasz�s-o
CqNS'C[tUCT[Ql� PAOGIiESS SCHEDUL�
Page 5 oF 10
The foliowing is a sLunmary of the staj�dar•ds to be followed ir► preparing and maintaining
a schedule fa� �ra�ect de{ivery.
Contractnr is required to utilize the Ciiy's WBS structu��e and respective project type
template far "Construction" as shown in Section 1.4.H below. Additionai activities
�r�ay l�e added ta Levels 1- 4 ta accommodate t11e needs af the arganization executing
the work. Specif cally tl�e Canti•acto�• wil] adtl activities unde�- WBS XXXXXX.80.83
"Const��uctinn Execution" that delineates the activities associated with the various
coinpone��ts af the warl�.
2. Cantraetot• is required to adhe�-e Co tl7e City's Standard Milestones as shown in
Section 1.4.I be�ov,�. Cont�•aeta3• will include additional �nilestones representing
intermediate delivei�ab.les as required to accui•ately �°eflect tl�eir scop� of vuork.
F. Sehedule Acti�ities
Acti�ities are the discrete elernents of wo.rk that make up the schedule. They will be
organized under the utnbreffa of the WBS. Acti�ity desc�•iptions should adeq�ately
describe tlie act�vity, and in same cases the exteni of the activity. A11 activities are
logically tied with a predecessor and a succasso3•. The only exception to this rule is for
"project statt" and "project finish" milestnnes.
Tl�e activity duration is based on the physical a�na�mt of work to be performed for the
stated activity, with a m�imum duraiion of 20 working days. If the work for any one
activity exceeds 20 days, break that activity down incrernentally to achieve tl�is duratian
eonstraint. Any exceptian ko this requires review and acceptance by the City's Project
Control Specialist.
G. Change Orde�'s
When a Change Qrder is issued by the City, the impact is inco►•porated into the previously
aeeepted baseline schedule as an update, to clear.ly show impaet to the �roject timeiine.
The Conii•actor submits this updat�ed baseliile scl�edule to the City for revievw and
ac�eptance as described in Section 1.5 be]ow. Updated bas.eline schedules adhe�•e to the
following:
1. Time extensions associated with approved contract modificatio�s a�•e limited to the
actual amour�t of time the project ac.tivit�es are anticipated to be delayed, unless
otherwise approved vy the P�•ogt•am Manager.
2. The �'e-baselined scl�edule is submitted l�y the Contractor witl:in ten wor•kdays a�ter
the date af receipt of the approved Change �rder.
The cl�anges in logic o�� durations approved by the City are used to analyze the iinpact
aitlle cl�ange and is included in the Change Qrder. The coding far a new aciivity(s)
added to the schedule for tk}e Chan.ge Order includes the Change Order nu��ber in the
Activity ID. Use as ma��y activ�ties as needed to accL�rately show the work of the
Change Order. Revisions to the baseline schedule are nnt effective unti! accepted hy
the City.
H. City's Worlc Breakdown Str4rcture
C1TY OF FORT WORTFI WA"l ER & SANfTARY SEWL•R REPLACSMLNi
$TANDAR� SPECIFICATION CITY PROJECT ND- 0195�/CO�ITF�ACT 8$
Revised JULY 20, 201 S
oa3z �s-a
CO3�lS'CRLJCTIOAi P20GIt�SS 5CI-i�DiJL�
Page 6 oF 10
WBS Code WBS Name
XXXXXX Project Nanne
�XXYXX.3.Q De�ign
XXXXXX.30.10 Design Can#ractor Agreement
�XXXXX30.20 Conceptuai Desig�i (30%)
XXXXKX30.30 P3•elimiiia�•y Design (60%)
XXXXXX.30.40 Final Design
XXXXXX.30.50 Envil•onmentai
XXXXXX30.b0 Pea�mits
XXXXXX34.60.1 D f'e�•tnits - Identif cation
XXXXXX3Q.60.20 f'ermits - ReviewlApprove
XXX�X.�40 ROW & Easements.
XXXXXX.4Q.10 ROW Negotiations
XXX?�XX.4Q.20 Condemnation
�;XXXXX.70 Utility Relocation
XXXXXX.70.10 Utility Relocation Co-ordination
�;XXXXX.SU Canstruction
XXXXXX.80.8] Bid and Avward
XXX�XX.$0.83 ConstrucYion Exeeution
XXXXXX.$0.85 Inspectian
XXXX.XX.80.86 Landscaping
�X.90 Closeout
XXXXXX.90.1Q Ca.nstrucfion Cont�'act Clase-out
XXXXXX.94.4Q Design Contract Closut�e
�. City's Standard Milestoi�es
The fnllowing inilestone activities (i.e., importat�t events on a praject ti�at mark critical
points in time) are af partieular intei•est to the City and must be reflected in the project
schedule %r all phases of work.
Aetivitv ID
Design
3020
3DG�0
3100
3120
3150
3164
3170
3220
3250
3264
C1TY OF FOR'I' WOitTH
STANAARD SPECIFICATiON
Reviscd JU4Y 20, 2018
Activi Name
Award Des�gn Agree��ent
Issue Notice To P�•oceed - Design Engineer
Design Kick-off IVleeting
Submit Conceptual Plans tn lJtilities, ROW, Traffic, Paa�ks, Stot�m Water,
Water & Sewer
Peer Review Me�ting/Design Review meeting (ieclu�ica])
Cond��ct Design PL�blic Meeting#Z {required}
Conceptt�al Design Complete
Subrrait Prelimina�y Pians and Specificakions to Utifiiies, ROW, Traffic,
Parks, Sform Water, Water & 5ewer
Conduct Design Public Meeting #2 (required)
Pre]i�ninary Design Com}�Iete
WA`{'ER & SAIVITARY 51�W�.R R�PLACE3vf6NT
C1TY PRbJEC7 NO- 419551CDNiRACT 88
003215-0
CONST[tL1C3�ON 1'iZOGRESS SCHEDULE
Page 7 of 1 D
331D
3330
3360
Submit Final Desig�l to Utilities, ROW, Traffic, Parks, Storm Water,
Water & 5ewer
Conduct Design �ublic Meeting #3 (if required)
Fir�al Design Camplete
ROW & Easements
4000 Right of Way Start
4230 Ri�ht of Way CompVete
[Ttility Relacation
7400 Utilities Start
7i20 Utilities Cleared/Co►nplete
Constructipn
Bid and Award
81 l0 Sta��t Advef-tisement
8150 Conduct Bid �pening
8240 Award Construction Contt�act
Construction Execution
833Q Conduct Construction Public Meeting #4 Pre-Construction
8350 Construction Start
$370 5ubstantial Coinpletion
8540 Construetion Coingletion
913Q Notice o.f Completion/Gz'een Sl�eet
9150 Construction CQntract Closed
9420 Design Cnntract Closed
1S STIBMITTALS
A. Schedule Submitkal & Review
The City's Project Manager is ��esponsibfe for �-eviews and acceptance ofthe Contractor's
schedule. The City's Project Cont�•ol Specialist is responsible for ensuring alignment nf
the Conti•actaz''s baseiine and progress schedules with the Master Projeet Schedule as
support to the City's Praject Manager. TI1e City revie�vs and accepts or• rejects the
sched��le witlain ten workrtr�ys of Contractor's submittal.
1, Schedule Format
The Cantractor will subinit each schedule in two electronic faz'�ns, one in nati�e file
format {.xer, .xnzl, .mpx) and the second in a prlf format, in the City's document
mana.gement systetn in the lacation dedicated fo�� this purpose and identified by the
f'raject Manager. In the er+ej�t t1�e Contractor does not use Primavera P6 ar MS
Project for scheduiing pur}�oses, the scl�edule inforinatian must be submitted in .xls or
.xlsx fo�'mat in compliance wit1� the satnple �ayout (5ee Speciiication 00 32 115.1
Constrtiction Prpject 5chedule Baseline Exam�le), including activity pred�cessors,
successars and total flaat.
2. Initial & Baseline 5cl�edule
The Contractar wil] davelop th�ir scl�edule for their scope of work and submit their
initial sc��edule in e.lectronic farn� (in Ehe file formats noted al�ovej, in the City's
document manageilient system in t.he Vocation dedicated for tl}is purpose witlrin tera
1��rkrlays of the Notrce ofAwarrl.
CITY OF FORT WORTIi WATER & SANITARY SEW�.Tt RT'PLACEMEhIT
5TANDARQ SPEC[f1CATIQN CITY PRO]ECTNO. 01955lCONTRACT RS
Re�ised IULY 20, 2078
on3a�s-o
CONSi'RUC"�[ON PTtOGRESS SCH�DULL
Page 8 o.f l0
TI�►e City's P�-oject Manager and Project Contral Speeialist review this initial schedule
to deter�nine alignment with the City's Master Project Schedule, including fot-mat 8c
V�BS structure. Follavving the City's z-eview, feedUack is pravided to the Contraetor
for tl�eir use in finalizing their i�}itial schedule and issuing (witltila five workda��s) their
Baseline Schedule for final reWiew and acceptance by the City.
3. Pi�ogress Scl�edule
The Contractor will update and issue their project schedule (Progress Schedule) by tl�e
Cast rlay of er�ch »rontla throu�hout the life oftlieir work on the project. The P��ogress
Scl�edule is submitted in efectronic form as ��at�d ehove, in the City's document
7nanagement system in the 1pcation dedicated for this purpnse.
Tl�e City's Aroject Cantrol team re�iews each Pro.g��ess Schedule far data and
inFor�nation that support the assess3nent of the update to the schedule. In the ev�nt
data or infor�natian is inissing. or inco�nplete, the Project Contrnls Specialist
co�nmunicates directly witla ti�e Contraetor's scheduier fot-praviding same. The
Contractor re-submits the cor•rected Progress Scheduie wiihin 5 svorkclays, following
the submittal process nated above. The City's Project Managei� and Project Control
Specialist 3•eview the Cant3-actor's progress schedule fo�• acceptance and to monitor
pe3�fQrmance and pi'ogress.
The following list oi iteins are required to ensure pj�oper status information is
contained in the Progt'ess Schedule.
p Baseline Start date
� Basekine Finish Date
� % Co�ttplete
o Float
o Activity Logic (depend�ncies)
� CY'itical Path
� Activities added or deleted
� Expected Baseline Finisl� date
� Variance to tlje Baseline F`inish Date
B. Monthly Const�•uction Status Repart
Tha Cont�'actor submits a u+�•itten status report (referred to as a prog�'ess narrative) at the
end of each month to accompany the Progress Schedufe submittal, using the stanciard
format pravided in Specificatian 00 32 153 Cnnsta•uction Praject Schedule Pro.gress
N.arrative. rf'he content of the ConstrucLion 1'roject 5cliedule Pz•agress Narrati�e should
be concise and complete to:
o Reflect the curi'ent status of the wor•k for the reporting period (including actual
activities staried and/or comPleted during the repoi�ting period)
� Explain variances fi�om il�e baseline an critical path activities
� �xplain any pokential schedule conflicts or delays
� Describe recove�'y plans where apprapriate
o I'i•ovide a sumina�y foreeast of the work to be acl�ieved in ti�e next reporting �e��iod_
C. Submittai Process
C1TY Or ['QFtT WUI2TH W�17'ER & SANI'1'ARY SEWER REPLACEMENT
STANDARD SP£CTrICATTdN CITY PROJL-C7' ND. 019�51COA!'I'RACT 68
Aevised JULY 20, 2015
on3z is-n
CON3i'RUCTEON PEZOGRESS SCFTEDUI.E
Page 9 nf 10
Sclledules and Monthly Construction Status Reports are subinitied in Buzzsaw
following tlie steps outlined in Specification QO 32 15.4 Construction Project
Schedule Submittal Pracess.
Once the praject izas been coinpieted and rinal Acceptance has been issued by the
City, no filrtl�er progress scl�edules or construction status repo�`�s are required fi'om
the Contractor.
1.6 AC'�ION SLISM�TTALSIINFORMATIONAL SUBMITTALS [NOT USED]
1.7 CT�05EOUT SUSMITTALS �NOT US�D}
1.8 11�IAINT�NANC� MAT�RIAL SUSMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising tl�e Contractor's Praject Schedule shall be
expez�ienced in the preparation of scheduies of simila�• co�nplexity.
B. Schedule ar�d supparting documents addressed in this Speci�cation shall be prep�•ed,
updated and revised to accu�•ate�y reflect the performance ofthe Gontractoi's scope of
work.
C. The Contractoi• is responsil�le for the quality of all submittals in this section meeting the
stai7dard of care for th� const��uction industry for similar pro3ects.
1.10 DELIVERY, STORAG�, AND HANDLING [NOT US�D]
1.I1 FI�LD [SITE] CONDITIONS [NOT USED]
1,12 WARRANTY [NOT US�D]
1.13 ATTAC:HMENTS
Spec OQ 32 15.1 Construction Project Schcdule Baseliue Example
Spec OQ 32 15.2 Construction I'ro3ect 5chedu�e Progress Exampla
Spec 00 32 15.3 Construction Project Schedule Progress Nar��ative
Spec 00 32 15.�4 Construction Project Schedule Submittal Praeess
PART 2 - PRODUCTS [NOT i1SED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
C17'Y OF FORT W�ftT1 f WA'CER & SAiV[TARY SL-.WER REPLACEME3�fT
STANDARD SP£Ci�1CAT10N CITY PRQ]ECT NO. 61955/CON"I'iZACT 88
Revised JULY 20, 2018
ao3zis-o
CONSTRUCTIOiV PROGRLSS SCHEDUL�
Page I � �f 10
�1TY Or F'ORT WORTI [ WATER & SAN]TARY SEWi',R REI'LACEMENT
STANDARb 5PL-C�FICAT[ON CI`CY PRDJECT iV0_ 01955/CPNTRAC7' 88
1Ze��ised JULY 2U, 2018
aa 3s i 3
CONP'L]CT OP INT6REST A�CIDAViT
Page I of Y
S�CTION 00 35 13
CONFLICT OF 1NTEREST STAi'EMENT
Each bidder, offeror or respondent ta a City of Fort Wo��th procurement is required to complete a
Conflict oF lnterest Questionnaire or certify that one is current and on file witl� the Cit�
Secreta�y's Office �ursuant to state 1aw.
ff a member af the �'oi�t Worth City Co�.tneil, any one or moj•e of the City Manag�r or Assistant
City Managers, or an agent of the City who exercises dis.creti�n in the plannin�, recommending,
selecking ar contracting wifih a bidder, offeror or respondent is affiliated with your company, ther�
a Lqcal Governtnenk Oftficer Conflicts Disclosure Stateinent (C15) may be required.
You aee urged to consult with caunse! regarding the applicahility of these forms and Loca1
Governtnent Gode Chapter 17b to your co�npany.
The referenced forms may be dpwnload�d from the links provided be�ow.
littps://www.ethics.state.#x.usldatalfar3r►s/conflict/CI _,pdf
htt s://www.ethics.state.tx.usldatalfax•mslconflictlCIS. df
[� CIQ Form is on iil� with City 5ecretary
� C3Q Fnrm is being pj•ovided to the City 5ecretary
❑�i
0
CIS For►n does not apply
CIS Form is on File with City Secretary
� GIS �'orin is being provided to the City Secretary
B�DDER:
_r....-- �- ll�.Ll �� I.E, ti:ti."..' BY: ,.��i[ n 1�G' S./ _ a�u..�^-
_ i -i �.1�5
Com�any (Please Print)
�
'� � Signat�zre: f/��� '
Address
. � ��i t iw� �n,. .��'C % C f jJ�% Title: -
CitylStat IZip y (Please Print)
�ND OF SECTION
C[TY O�' FQRT WQRTl-[ f��A7ER & S�NIT,�IR1'S'E1T�F.R It�PLACEh�ENT
STANI7ARD CdNSTRUCT103d SP13C[%1CATION D(?CUM�4VT5 CLTP PROJL'C'TNO. 019SSICONTRACT 88
Revised Fel�ruary 24: 2Q2fl
00 4i 00
Blp FbRM
Page 1 oi 3
TO: The Purchasing Manager
clo: The Purchasing Division
200 Texas Stteet
Ci�y of Fort Worth, Texas �6102
FOR:
City Praject No.: 1955
sEcrioN oa a� on
BID FORM
Water and 5anitary 5ewer Repfacement Contract 88
UnitslSections: Unit 1- Water Improvement
Unit 2 - Sewer Improvement
1. �nter Into Agreement
The undersigned 8idd�r proposes and agrees, if t1�is Bid is accepted, to ent�r into an Agreement with City in the form
included in khe Bidding Documents tn. perfo.rm and turnish ail Work as specified o.r indicated in the Cantraci Documents
for tFie Bid Price and within the Contract Time indicated in this Sid and in accordance with the other terms and conditions
af the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the ENVITATION TO BI��ERS and
INSTRUCTlONS TO BI�DER5, inckuding wikhout limitation those dealing with the dis}�asition of Bid Bond.
22. Bidder is aware of aH costs to provide the required insurance, will da so pending contract award, and will
pro�ide a valid insurance cer#ificate m�eting all requirements within 'f4 days of notification of award.
2.3. Bidder certiFes that this Bid is genuine and nat made in tha interest of or on behalf of any undisclosed
indi�idual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organizat[on, or corporation.
2.�1. Bidder has not directly or indirectly induced or solicit�d any other Bidder to subm9t a false or sham Bid.
2.5. Bidder has not soficited or induced any individual ar entity to refrain from bidd'+ng.
2.6. Bidder has not engaged in corrupi, #raudulent, collusi�e, or coerci�e practices in eompeting for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any khing of �alue fikely to
in�luence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentiona! misrepresentation of fac[s made {a} ta influence the
bidding process to the defriment of Gity (b} to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competikion.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or witho�t
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competiti�e
levels.
CITY QF FORT WORTM
STANDRRd CONSTRUCTION SPECIFICATION DOCIJM�N75 00 41 6U Bid Pro.posal Workbook.xls
Form Fievisetl March 9, 202�
00 41 nn
81� FORM
Page 2 of 3
d. "coercive practice" means harming or threatening ta harm, directly or indirectly, persons or their
property to influence their participation in tine bidding process or affect the execution of the
Gvntract.
3. Prequalificat{on
The Bidder acknowledges that the following wnrk types must be performed only by prequalified contractars and
subcontractors:
a. �I�t w�rk typc h.ere r�E �pace
b. tF�# worlc IVpe h�r� or 5pe��
c. L�sf worlr iyp�e h�re �r sp�C.�
d. a, ist w�uk iype ftiere n� ��ar�C
4. Time of CompietFon
4.1. The Work will be complete for Final Acceptance withir� �� �f�aqr� days after the date when tF�e
the Contract Time commences to run as provided in Paragraph 2.03 ot the General Conditions.
4.2. 6idder accepts the pro�isions of the Agreement �s to liquidated damages in the event of failure to com}�lete
the Work {andlor achievement of Mileskones} within the times specified in the Agreement.
5. Attached to this Bid
The follawinq documents are attsnhed ta and made a part of this Bid:
a. This Bid Form, 5ection 00 41 00
b. Required Sid Bond, Section OQ 43 13 issued by a surety meeking the requirements of Paragrap�
5.01 of the General Canditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to 5tate Law Non Resident Bidder, Section 00 A3 37
e. MWBE Forms (optional at iime of bid)
f. Prequalification 5tatement, Section DO 4S 12
g. Conflict af Interest #��-v+�-Si�ter�e� �t, S.ection 0� 35 13
*If necessary, CIQ or CIS forms are t4 be provided directly to City Secretary
h. Any additional documents that may be required 6y Section 12 of the Instructions ta Bidders
6. Total Bid Amount
6.1. Bidder will complete the Wor1� in accordance with �he Cantract Documents for the foilawing 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 sigrnng t�is propasal that the total bid amount entere:d below is
CIIY OF FQR7 WORTH
STANI7ARD GQNSTRU.CTION SPECiFICATION �OCl1MENT5
Form Revised March 9, 2020 0� $1 00 Bid Prnposal Workhook.xls
aa ai oa
��o FORnn
Page3of3
subject to veri�ication andlor mndification by muktiplying the unit bid prices for each pay item by the respective
estimated quankities shown in this proposal and then totaling al1 of the extended amounts.
6.3. �valuation af A{ternate Bid Ikems �use this if applicable, otherwise delete>
Tvtal Base Bid tuse this iF applieable, oiherwise deEete. $D.QQ
Rfternate Bid <use this if applicabla, otherwise delete> $0.0�
del:ete>
delete�
Total Bid
Z Bid 5ubmitkal
This 6id is submitted on
�Sc�nih D3y, Yr:ar
Respectfulky s br�ifted, �
ey: ''� � .
(Signature}
Pri�t_�d.i�me Her�
(Printed Name)
,fn
Title: � ill� }f��:
Company: Cur���s�,{,y hl�r�5� l�ere
Address: A�idrevs I I��t
Ad�Jra ,s HBf� uC �S�3�C�'
C;�1y, ��I��Ev 7..1�� �4[Ik} I��Ee
State o.f Incorporation: Ska#� He�e
Email: Yo��r F�n�il Acid� �ss f lai�
Phone: Y�ni� Phonr Nliml�e� l�ete
�
�
EI�iD OF SEGTION
C1TY OF FQRT WORTH
STAN�AR� CDNSTRUCTlON SPEC]FlCAT1C)N D�CUMENTS
Form Revised Marc�i 9, 2o20
$0.00
$D.00
$0.00
hy the entity named below.
�
00 41 d0 Bid Proposal Warkhook.xls
�►.�,e.v���l vr� � e . �o �tj
��.�:1.+,��Jw►, �c]. 7 f�l�
A�Z���.�..� w
orparate Seal: � °' $ Pn i�
965 Technofagiea
17325�€'egasus.SUeaL Suile &215
Oellu,Texa6 75236 ��,.� �Y7�� S �1 , 1 , �� 5 �� .
�ti � � lA_.C.i�l�1.�
i�IhN �.qy�fFa��'�rlm
hi�latL 44afudr,�v�rJkrnvumeul
G�1"J I�ru�.� i rlu� 871155
HrJ L}{'�,
:,tneis+�ri'..i':, i,1'�i7�iso555.i
L-;sv�l�h'i�-!�2�; P2�7lFAl{L7!�[37
B�5 Terhqologias
1 t325 Aegasus Slreet, Suile 5-2i5
ba;[as,7exas 75236
4�mf �is4 �� F arl Wo�ih —
Prol��.c wal�r 3�o,�er Ropl�cunanl
UFyp �rojc�r fl�_. 41'%S'�
yFd iFn�e;
�it5+'bf P,U�eCL IdU.. F'2'sa'fU�l'�J569�
yf,iFn�Rru;atlrya P25.y.5U�ii�Sp,ry
Unit 2 - Sanitary Sewar
IBidlLs! l[ertl � � I�S�aclfiralioa I Unil Bl� al7ANTITY UNFf pRICE 91O VAW E
�. 9idtlsE 1[em No. Dascdplian Saclian No.
00 43 13
BID 80N�
Page 1 of 2
SECTiaN 00 43 13
BI� BONI]
KNOVU ALL BYTHESE FRESENTS:
ihat we, Compan.v Name Here , known as
"Bidder" herein and �ureay Name !�lere a carporate surety
duly authorized to do business in the State of Texas, known as "Surety � herein, are held and firmly bound unto th� City
af Fort Worth, a municipal co.rporation created pursuanf to th� laws of Texas, known as "Gity" herein, in the penal sum
of five percent (5%) of Bidder's maximum bid price, in lawful money of the Unifed 5t�tes, to be paid in Fort INorth,
Tarrant County, Texas far the payment of which sum we11 and truly to be made, we bind oursel�es, nur heirs, execukars,
administra3ors, successors and assigns, jointly and severally, firmlq by these presants.
WHEREAS, ihe Principal has submitted a bid or proposal tn perforrrr Work for the following proj�ct
de.signated as (�raject �lame
and Limits Here)
NOW, THEREFOR�, the condition o# this obligation is such that if the Cily shall award
the Gontract far the foregoing project lo the Principal, and the Principal shall satisfy all requiremenis and conditions
required for the execuiion of the Contract and shall anter into the Contract in writing with tF�e City in accordance with the
terms of such same, then this obligation shall be and 6ecome null and void. If, how�:v�:r, the Principal fails io execute
such Contract in accardance with the terms af same or fails to satisfy ail requirements and conditions required far the
execution of the Contract, this bond shall t�ecome the property of the City, withaut recourse of the Principal andlor
Surety, nat to ex�eed the penalty hereof, and shall 6e used ta compensate City for the difference hetween Principal's
total bid amount and the next selecfed k�idder's toial bid amount.
PROViDED FURTHER, that if any legal action be fil�d on this Bond, venue shall li� in Tarrant County,
Texas or the United Stafes District Caurt far the Northern aistrict of Texas, Fort Worth Divisian.
IN WITNESS WHER�OF, the Principal and the urety �rave SIGN�fr} and SEA D this instrument by
duly authorized agents and officers on this the � day of �/� �res t, =' ,�02�.
. �
ATTEST: ]/f,� ��� ' . .l
/ "t�.�r� � �
Wiin�ss.as to Principal
CITY QF FOftT WORTH
STANOARD CONSTRLJCTI�N SPECIFICATION QaCUPAENTS
Form Revised 24171109
PRI�CIPAL:, , r �
f . i ' t R
�
BY: • - u �.
5ignature
! •
��a �^ �
Name and Ti e
40 41 00_00 43 13_O1142 43_pE143 37_00 A5 12 00 35 13_Bid Proposal Work600k.xls
noaa is
B10 BOiJD
Aage 2 0( 2
� , � L_l. � ,y ���.�d _ � •
' �1
At#ach Pouv�r of Attorney {Surety} for Attorney-in-Fact
Address:
SURETY:
HaKford F�re Insurarice Company
BY: � `
5ignaEure
Rhande Welfs, AHamey-In-Fact
E�am� and litle
f�dd��55; 700HighlanderBlvd#3A0
Arlingion, Te�ws 78g15
1'elephone Number: ai7a��-is�a
"iVote: If signed by an officer of fhe Sufefy Company, there must he on file a cerfified extract fram Ehe by laws
showing fhat #his p�rsan has autho�iEy to sign suc� o6ligakian. If Surety's physicel address is diffaranf from
its mai[ing address, both must be provided_ The date of the hond shal! noi be priar ta the date the ConEract is
awarded,
END OF SECTION
c�n oF FOR-r woarH
STAFV�AR� CONSTRUCTION SPECIFICATfON DDCUMEN7S
Farm Revised 20171 i�g 00 41 DO 00 d3 73_00 92 43_00 43 37_0� 43 12_00 35 13_Bid Propesal WarScbook Xls
�
�� V P J�� �� ����JL�.1. � ��
OFrect lnquirles/Clafms to:
T�I� HARiFqR❑
BOND, 7-12
pne Hartfard plaza
Hartford, Cnnneciicut 06155
8and.ClaimsCa�Eheha rtFord.com
cafL• 889-256-3468 oriax: 850-757-5835
KNOW ALI. p�R50N3 BY 7Fi�SE PRES�NiS 7HAT: Agency Name: INSURTCA INS M,i�1+7AGEI+�ENT NET43pRTC
RgeRcyCode: 45-51U067 �
,� — - -
0 MarL#ord Fire Cnsurance Company, a cusporation duly organized tmder the laws of Uae Stake oiConneetice�t
� HarEfard Casuaity Insurance Company, a corporation duly organizedunder the iaws oiYhe State ofLtidiana
XD Hariford AcciHent and Indemnity Company, a cargoration duly oroani�Pd undar the laws ofthe SEafe ofCannecticut
� Hartford lfr�derwriters lnsurance Company, a corporafion duiy orgaaized �nder the laws ofthe State of Connentieut
� Twfn City �t�e insurar�ce Com�any, a corporation duly organizad under the laws of t6e State of Indiana
� Hartford Insurance ComA�ny of Illinois, a corporati�n duly aKgauized under fhe laws oftltc Stata oPlllinois
Q Hartford Ins[�rance Campany of the Midwest, a corporation duly organized �nder the laws of the State oF Indiana
Q Hartfard ��surance Company nf ihe Soutiteast, a corpora�iaa duly organized under rhe laws of the Ska#e oiFlorida
�av9ng tE�eir home ofFice in Hart�ard, Connect�cut, (herei�a�fer c41lecfiuely referred ta as tine "Cor��anies") �o hereby make, oonsfftufe and appolnt,
up ia the amaunf af Un7. imited :
i7'IM BARR� ROGF.�'17 REDDENF� FZHONAA WELLS! 3,2,USST�'LL BOARI7 0�' ARL�NGTpN, `I`2X3S
their true and IawEul Attorney(s)-Tn-Fact, each fn their separate capacify if more than one is nar�ed abave, ta sign its nama as surety(ies) ar�ly as
delineateci abave qy �, and fo executa, seaf and acknowledge any �nd a1l bonds, unHertakings, contracts and other uvr[#fen instruments in the
nature thereof, on beha[f of ihe Companles 3r� their business of guarantesing khe fidefiky of persons, guara�teeing the pe�Pormance of contracts and
executing or g�aranteeing bonds and �ndertakings r�quirsd or permitfed in any ac�lons or proceedings allowed by lavr.
In Wftness Whereof, and as aukharixed by a Resol�tion of the Board of �irectors of the Companies a� May 6, 2�16 fE�e Companies have�
caused fhes� presents to be signed �y its 5e�ior Vice Presidenf and ifs co�porate seals to be fierefa a�ixed, du[y atfested by ifs Assistant
Secretary. Further, purs�ant #o Resolution of the Baard of aireators of k�e Companies, ihe Companies hereby unam5iguo�siy af#irm #hat they are
and w1El be 6ound by any mechanfcally appliad signafures applied tn th€s Fower ofiAttorney.
yy'i�ltW °ur'"r !`ftEs.` a `0j� "ti'�.
�� � �x .,,rr � � �,s�i...�,,�vs
.�tr1ar : i�ee�nt�rri�' s ���Aia �•` �ix�envta�k� r�? �rpr�oM
� gq,s.' ��"' � a� L4E7 9 r PQ� • e i�. �
a �.� , , •i • . � �riliaohtr�� ° �qra+�F s.* i9�'4 �€�� IDq4 tt g �
v:' .I+ rr .. ..d`ti �. '�,,. , �,J'�� i� �F�, �979
�� * + i �ir14 .� 4��WSN�+ ��'Ip �y'�1� • �'4�I#ei y il����` Y 'ti:�;,?„'
Jahn Gray, Rss(stant Secretary
5TATE OF COMNEC�fiCUT
� ��, Hariford
COEINTY OF H,4R7FOR�
�
M. Rass Fisher, Senfor Viae President
On t�3s 5th day af.fanuary, 2098, before me persanally came M. Ross Fisher, to me knov�n, �rho 6e'sng by me d�ly swom, did depase and
say: fl�at he resldes !n the Caunty of HartFord, Staie of Cannacticut; #hat he is the Senior Vice Presidenk of tha Campanies, t[ie earparations
d�scri6ed in a�d which executed tE�e above fnstrumsnt; tE�at he knows the seals of the said corporatians; fhat the seals af�xed to tha said
insframent are such eorporate seals; tf�at they �vere so affiixed by authori�y af the �aards of Directors af said corparations and that he signed his
name ther�fo by lilce authority.
' KF RT
~r� � . .�
� �, %.
CERTIFIGRTE
I, t�e undersfgned, Assisfant Vice President of t�e
copy af khe Power af Atiorney execu#ed by said Compa�les,
Signad and sealed at the City of Hartfard.
.,�4��� ��r .
S�
r �Y� • �� �. '�
�,� ��
+ : ,...,ts�
���'� �lZ�.s.d�
i€sthEeen T, Iv[�ynazd
Notary PabIIa
My Cammissian Hxpires.July 3l, 242E
Campanies, �p H�REBY CERTI FY fhat the a6ave and faregoing Is a true and cflrrect
which is stil� in full fosce efFect[�e as of �� _� -''�.Qa,�
*�,p t rs q 1 ��� +w
` "'�,�,rr �� �vw �� g
rf,4Slt/IMl�1/P � L���T` yY�,,, - a�%' qoLr ii
� 1967 „i 6 r t q �� �5 r �y
T i?RlteliEY'`; �. l�DI,EE�b �r4 t0i4f � to44 �g �9t4
.r �, ,. 1} .��5.�•a.��»,.+��: ��� 4
';:,:���ti• . �,��«„e,�• -..,.,+• �_�
��
K�vin Heckrr�an, Asslstant Vlce Presid�:nt
FOA ^Rl&
IMPORTANT NOTICE
To obtain infarmation ar make a comptaint:
Yau may contact your Agertt. .�
You may call T#�e Hartfard's Consumer Affairs f�a[l-free telephone num�er for informa�ion or to
rnake a compla�nt at:
1 n8Q0-451 �6944
Yau may contact the Texas peparfiment of lnsurance ta abtain infprmation on compa�ie�s,
eoverages, rights, or complaTnts at:
1-80aaz'�2-3439
You may wrife t#�e Texas Qepartment of fnsurance:
�.0. Box1491p4
Aust�n, TX T8'794-9�09�
Fax: (542) 49D-1007
Wei�: www. �di. texas. av �
E-mail: ConsumerPro�ectr�n@td_r.texas.�ov
PREMfUM OR CLAIM D15PUTE5:
5houid you have a dispute concerning your premium or about a claim, .yo�r s�auld co�ttac� t�e
(ager�t} (company) (a��nt or tf�e company} first. !f the dispute is not resolved, yau may cor�tacr fihe
Texas Department of ]nsurance,
ATTACH YH15 NOT1C� TO YOL1R POLiCY:
Thi� not�ce is for information only and does not become a part or cond�tion af the at�ached
docr�ment.
.Irx�z7s-1
pD 43 37
VEN�OR COMPLIANCE TO STAYE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON R�SIDENT BID�ER
Texas Go�ernment Code Chapter 2252 was adopted for the award of contracts to nonr�sident bidders. This
law provides that, in order ta be awarded a contract as low bidder, nonresident bidders (out-af-sta#e cantractars
whose carporate offices or principal place o# business are outsid� the State of Texas) bid projscts far
construction, improvemen#s, supplie5 or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount tha.k a Texas resident bidder would be required to underbid a no.nresident bidder in
order to obtain a comparable contract in the 5tate which the nonresidenk's principal place of business is located,
The appropriate blanks in Section A must be filled out by all nonr�sident bidders in order ft�r your bid to meet
specifications. The failure of nonresident bidders to do sa will automatically dis.qualify that bidder. Resident
bidders must c�eck the bax in Section B.
A. Nonresident bidders in the State of �1.�#v He;e a� f3lank . our principal place of business,
are required to be °!� He�e percent lower than resident bidders by 5tate Law. A copy of the
statute is attached.
Nonresident bidders in the State of �late H�re or �Sarrk , our principal place of business,
are not required to underbid residenf bidders.
B. The principal place of business of our campany or our par�nt company or majority owner is
in the State of Texas, �
BIDDER:
Company f�ame Here
Address Here
Address Nere or Space
City, State Zip Code Here
By: Printed Narne Here
� /� � � . �� �Y
(Signature)
Title: Title Here
Da#e: ' ''' ti = 7 /
�ND OF SECT�ON
GIl'Y OF FORT WQR7H
STRN[]AR� CO3VSTRUGTION SPECIFIGA710N DOCLIMENFS
Fo�m Revised 2U110627 DO 41 00_QO 43 13_00 42 43_OU A3 37_0� 45 12_00 35 i3_Bid Proposal Workbook.xls
Q045{1-1
BIDD�IZS YR�Qll11LIPICATIONS
Page 1 of 3
0
S�CTION 00 45 11
z BIDDERS �'REQUALIrICAT101�15
3
4 i. Summary. All cant►•actors a3�e required to be prequalified by tl�e City prior to s�ibmitting
5 l�ids. To be eligible to bid the cantractor mL�st sut�mit Sectian 00 45 12, Prequalifcation
G 5tatement fo3� the work type(s) listed with thei3• Bid. Any contractor or subcontractor wi�o is
7 not prequalified foi' t11e work type(s} listed must submit Section 00 45 13, Bidder
8 Prequalification Applicatian in accardance with the r�quireinents belaw.
9
10 T11e prequalification process will establish a bid limit based an a technical evaluation and
11 financial anaIysis of the contractor. The info.rmation �r�ust be subinitied seven (7) days priar
!2 to the date of the opening of bids. For example, a contractor wishii�g to s«bmit bids an
13 projects to be opened on the 7th of April must �1e the informatian by the 31 st day of March
14 in o�•der to bid on ti�ese projects. In order to expedite and facilitate the approva! of a Bidcfer's
IS Prequalification Applicatian, the foliowing must accompan�r the submission.
16 a, A complete set of audited or reviewed financial statements.
17 (1) Cfassified Ba�ance Sheet
1 g (2) Income Siatetnent
lg (3) Statement of Cash Flows
20 (�4} Sta#ement of Retained Earnings
21 (5) Notes to the Financial Statements, if any
22 b. A certified copy ofthe fii��n's organizaiional documents (Corporate Charter, Articies
23 of Incorporation, Articles of Organization, Certificate of �'ormation, LLC
24 Regulations, Certifica.te of Limited Partnership Agreement).
25 c. A completed Bidder Prequaiification Application.
z� (1) The firm's Texas Taxpayer ldentification Number as issued by tl�e Texas
27 Cnmptroller of I'ublie Accounts. To obtain a Texas Taxpayer identification
Zg number visit Yhe Texas Comptroller of Public Accaunts online at the
29 following web address www.window.state.tx.us/ta.x er�nit/ and fill out the
30 application to apply far your Texas tax 1D.
3 l (2) The firm's e-1nai1 address and fax iiumber.
32 (3) The firrn's DUNS number as issued by Dun & Bradstreet. Tl�is number
33 is used by the Ciiy for required repoi�fing on �'ederal Aid projects. The DUNS
34 �umber may be obtained at www.dnb.co�n.
3S d. Resumes reflecting the co��stz'uction expej�ience of the principles of the firm fo�• firms
3G submitting their initial p�'equalification. These resumes should include the size and
37 scape of the work performed.
38 e. Other information as requested by the City.
39
�0 2. Prequalifieation Reqtrirements
41 a. Ffrrancial StaFer��ents. Financial state�r�ent sub�nission must be pi•avideci in
42 accordance with t11e following:
43 (1 } The City requires tl�at the origi��a! Financial Staternent or a certified co�y
44 be submitted for eonsidei•ation.
CITY OF FORT WOKTH WA7TR & 5AN1T'AItY SGWER REPLACENIENT
STANDARD CONSTEiUCTION SPEC:IFICAT103V DOCUME1�iTS CpNTRACT 88
ltevised ]uly 1, 2U1 I GTY PRQ,Ik.CT NiO. 019�5
00 45 I f- 2
BI�DERS PREQUALIFICAT'lON5
Page 2 of 3
� (2) To be satisfactoiy, the finaneial statements must be audited or reviewed
� by an indepe��dent, certified public accoLmting firm i•egistered and in
3 good standing in any state. Cut'rent "�e�cas stat��es also require t11at
4 accauilting finns performing ai�dits or �•eviews on bt�siness entities witl�in
5 the State of Texas be properly licensed ar registea•ed witl� tl�e Texas 5tate
� Board of Public Accountancy.
� (3) The accounting firin sl�ould state in the audit report o�� review wl3ether
g tl�e contracfor is an individual, co.3�poration, or liinited liability company.
9 (4) Financial 5tatements �n��st be �resented in l].S. dallars at the cucj•ent rate
� p of exchan�e of the Balance 5heet ciate.
11 (5) The City will not recogr►ize any certified pL�bkic accouniant as
�� indep.�z�d�nt who is not, i.n fact, independent.
13 {b) Ti�e aecountant's api��ion on the financial statements af the contracting
14 company should state that the audii r�r ��eview lias been conducted in
} S accordance with auditing standards generally accepted in t11e United
!6 States of America. T1�is must be stated in the accounting firm's opinion.
17 lt should: (1) expt'ess an unqualified opinion, or (2) express a quaiified
l g opinion on the state�nents taken as a whole.
19 (7) `I'I�e City res��'ves t13e rig]Zt to require a new state�nent at any tune.
�p {8} 'I'he financial statement �nust be prepared as of the lasx day of any month,
21 not more than one year old and rnust be on �ie with tlie City 16 manths
2� thereafter, in accordanee with Paragraph i.
23 (R) The City wi11 detennine a contractor's b.idding capacity for the pw'poses
24 of awarding contracts. Bidding capacity is detej-mined by multipiying the
25 positive net working capital (working capita] = current assets — current
26 liabilities) by a factoa' of l 0. Only those statements reflecting a positive
27 ne# wot'king capitai position will 6e conside�•ed satisfactory far
�g prequalification purposes..
29 (10) In t11e case that a bidd�ng date falls v,�ithin the time a ne�v financial
30 staternent is 6�in� prepared, the pre�ious statement shal] be updated with
31
32
33
34
35
36
37
38
39
40
4I
42
43
4�}
�45
proper ve�'ificatEon.
b. Bidder Prequalificatzor� Application. A Bidder Frequalificatian Application tnust Ue
su.b�nitted along with audited or reviewed finan�ial statements by firms wislling to be
eligible to bid on all classes of construction and maintenance projects. inco�nplete
Applications wil! be rejected.
(1) In those schedules where khere is noth�ng to report, the notatio.n of
"None" or "NIA" shauld be inserted.
(2} A i-�inimum of fve {5) refei'ences of related work must be pravided.
(3) Submission of an equiprnent scl�edule wl�ich i�idicates ec�uip�nent under
tl�e cont�'ol of the Contractor and wl�ich is reiated to the type of wark far
which the Contactar is seeking prequalifieation. Tl�e schedule must
in�lude the manufacturer, ttlode] and generai co�mnon description af
eac1� piece of equipme�t. �lbbreviations or meails of describing
equiprnent atl�er Chan p�'ovided a6ave will nc�t be accepted.
�6 3. Eligibility to Sid
47 a. Tl�e City sl�al� be the sole judge as to a cont�•acto�'s preq�talification,
48 b. Tl�e City may reject, suspend, or modify any pi�egualification far failure by ihe
q9 conta�actorto demonstf•ate acceptable financial ability or perfoi•tnance.
50 c. The City �uii1 issue a letter as to tl�e stat��s ai'the prequalific.ation approval.
C17'Y C7�' FQRT WORTH WA'l'ER 3c SANITARY SEWEF2 REPLACEMCAlT
STANDARD COAISTRUCl'lON SFEC]rICA770N IJdCUME3VT'S CONTRACT SS
Revised .1uly 1, 20! 1 C[TY PRO.fECT NO. 01955
Ofl4511-3
[3]➢dERS PRGQUEILIPICAT]ONS
Page 3 oC3
l d. lia contractor l�as a valid prequalification letYer, the contractor will be eligibfe to bid
2 the p�•equali�ed work types until the expiration date stated in the lettec•.
4
g END OF S�CTION
CITY OC FOR'T WORTH WATGR & SAiJ{TARY SEWER Tt�.PLACEM�NT'
STANDARD COMST�tUCT1QN SPfiCITICA7"ION D.QCUMGNTS CONTRACT 88
Revised Tuly l, 20l I C1TY P�ZQTGCTNO. 01955
aaas iz- �
PltEQUALIFICATfQN STA'{'EMENT
Page l oC 1
2
3
4
S
6
7
8
9
10
I]
i2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
S�CTiON 00 �45 12
PREQUALIFiCATJ4N STATB1vIEN`I�
The undersigned hereby certif7es that t�e contractors and/or subcontractors described in
the ta61e above are currently prequalified for tl�e work types listed.
SYDDER:
�'��,�' i � i ( I�
Corn�any
y ) r� • r ���
A dress
�� I .._.
�(/L C{ , a n � �'
CitylStat Zip
/
�y: �l�.tl� c� � �'�-
(Please r' )
. i
Signature:
Title: {Jlo� _
{Please Print}
Date: � Z �� - L y�r
CND OF SECTION
C1TY OF FORT WORTI-I
5"fAN]]AR� CONS'I7tUCTIaN SPrCIrICA"TfON DOCUM�NTS
Itevised ,fuly l, 2�0] 1
WAT'ER & SANITARY SEWC'R REPLACEMENT
CQNC[U1CT 88
CITY I'RO.I�CTNQ. OC955
Eac17 Bidder for a City procuremei�t is requi�•ed to co��plete t��e infarmation belaw by
identifying the p.requaiified contractors andlor su�contraetors wljom tl�ey intend to utiiize for tlle
major wo3•k type(s} listed.
�`�R�` �V ��`H
Date of Balance Sheei
SECTIQN 0� 45 13
BII7DER PREQUALIPICATION APl'LICATION
Name under which you wish to qualify
Post Office Box
Gity
Mark only one:
lnd�vidual
Limit�d Partnership
General Pa�'fiership
Carporation
Liinited Liability Com�any
5tate Zip Code
Stt'eet Address (required) City �tate Zip Code
( ) � )
Telephone Fax Email
Texas Taxpayer identificatian No.
Federal Employers Identifcation No.
DLJNS No. (if applicable)
MAIL TH15 QUESTIONAIRE ALONG WITH FINANCiAL STATEMENTS TO:
CITY OF FORT WORTH TEXAS
1000 T'HROCI�MORTON STREET
FORT WORTH, TEXAS 76102-b31 ]
AND MARK THE ENV��.OPE: "BIDD�R PREQUALIFICATION APPi,1CATTUN"
p64513-2
B1Dd�R PR�QUALIHICATION APPL�CAT[ON
Paga 2 of B
BUSINESS CLASSIFICATION
The follawing sho«Id be completeci in oz'der that we may properly classify yolu� iir�n:
(C1�eck the biock(s) wl�ich a�'e applicable — Bloek 3 is to �e left blank if Block i andlar Block 2 is
cl�ecked)
� Has fewer than 100 employees
and/nr
� Has fess tlzan $�,Ob0,40Q.OQ in annual gross receipts
OR
� Does not ineet t11e criteria for b�ing designated a smal! business as pravided in Section
200G.Q01 of the Texas Gavernment Code.
The elassificat�on of your ficm as a sma11 or Iarg;e business is not a iactar in determining eligibility to
becaine prequalified.
MA30R WORK CATEGORIES
Water Department
Auguz' Boring - 24-incl} diameter casing and less
Augvr Boring - Greater than 24-ineh diameter casing and greater
Tunneling — 36-lnches — 60 —inches, and 350 LF o►' less
Tunneling - 36-Inches — 6Q --inches, ar�d greater t11an 350 LF
Tunneling — 56" and greater, 35a LF and greater
Tunnelin� — 66" and greater, 3Sa LF or Less
Catl�odic Protection
Water Distribution, Development, 8-inch diameter and sinaller
Water Distribution, Urban and Renewal, 8-inch diameter and sinaller
Wat�r Distribution, De�elapment, 12-inch diameter and sraaller
Water Distribution, Urban and Renewai, l2-inch diameter and smaller
Water Trar►smission, De�eiap�nent, 24-inclles and s�naller
Water Transmission, UrbanlRenew�al, 24-inches and smaller
Water Transmission, Development, 42-inches and sinaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Tz�ansmission, Development, All Sizes
Water T�•ansmission, Urban/Renewal, Ai{ 5izes
Sewer• Bypass Pu�nping, 18-inclies and smaller
5ewer gypass Pumping, I$-inches — 3b-inches
Sewer Bypass Pumping 42-inclles and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and snlaller
CCTV, 1$-inches and smaller
CCTV, Z4-inches anc� smaller
CCTV, �2-inches and sinaller
CCTV, 48-inches a��d sir�alier
CITY OP FORT 11rORTH WA'CER & SANITARY S£WIiR ILEPLACCMEIVT
5'1-ANDARD CONS-CItUC'I'ION SPECIFICAT[DN DDCUMENTS CON7'RACT 88
Itevis�d December 20, 2012 CITY PRO.I�CTNO. Q1955
oaasi�-3
�IDllER PREQUALIFICATIOi�I APP3.TCAT{ON
Page 3 oF S
MA�OR WORK CAT�GORI�S, CONTINU�D
S�ewer C1PP, 12-incl�es and smaller
Sewer CIPP, 24-inches and smaller
5ewer CIPP, 42-inches and sinailer
Sewer CIPP, All Sizes
Sewer Collectiori System, Develop�nent, 8-inches and smailer
Sewer Callection Systetn, Urban/Renewal, &incl�es and sma3ler
Sewer Collection System, Deveiopmej�t, i2-inches and s�nalier
Sewer C.of�ection Systetn, Urban/Renewal, 12-inches and smailer
Sewer Interceptors, Deveiapment, 24-inches and s�nalle�•
Sewe�� Inte�•ceptors, UrbanlRenewai, 24-incl�es and smaller
Sewer Iilterceptors, De�elopment, 42-incl7es and smaller
Sewer Interceptors, Urbanl'Renewal, 42-inches and s�naller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, UrbanlR�newal, 48-inches and smalie�'
Sewer Aipe Enlargement 12-inclles and smaller
Sewer Pipe Enlargeinent 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 2�4-inches and srnaller
Sewe�• Cleaning , 42-inches and smaller
Sewer Cleaning , Al] Sizes
Sewer Cleaning, 8-inches and sinaller
Sewer Cleaning, 12-inches and smai�er
Sewer Siphons 12-inches ar less
Sewer 5ipl�ons 24-inches or less
Sewee Siphons 42-�nches or less
Sewer Siphons All Sizes
Transportafion Public Works
Asphalt Pa�ing Const►•uctian/Reconsh'uction (I,ESS THAN 15,400 square yat'ds)
Aspha�t Paving Const.ivction/Reconstruction (15,000 square yards and GR�ATER)
Asphalt Paving Heavy Maint�nance (UNDER �1,00O,OOQ)
Asghalt Paving Heavy Mainten.ance ($1,400,000 and OVER}
Concx'et� Pa�ing Constructian/�econstruction (LESS THAN 15,D00 square yaa�ds)
Co�icrele Paving Consfruction/Reconstruction (15,000 square ya�'ds and GREATER}
Roadway ar�d Pedestrian Lighting
CiTY OF FORT WORTH WATER & 5ANITARY SEWFR R�PLACGMGN'C
STANDARD CONSTRIJC'fION SPEGFICATION DOCUNiL-IdTS C������ ��
Revised �eceml�er 20, 2012 CCI'Y P120JLCTNO. D1955
60 d5 13 -4
BIDDER PRBQLIALIF[CA'I'ION APPLICATiON
Page 4 of 8
!�
T ie4 Amnni'i1Pllt Vl111 �n nnt nwn laut whicl� is availabie by renting
name?
List p�-evious business
3. How many years of experience in
had:
canstruction work has your organizat�on
(a) As a General Conta-actor: (b) As a S�b-Contractor:
�ri���.,� ,�.•.�Lo�+� t,a� .t,,,,r �,-6ar,;�arinn cnrnnleied in Texas and elsewllere?
r..�...� p....�.,.,.., ......, � �_- --a--------- •
CLASS LOCATION NAME AND DETAII.,�D
C�NTRACT OF DATE CITY-COUNTY- ADDRESS O�' OFFICIAL TO
AMOUN`I' WORI� COMPLETED STATE WH�M YOU RE�'ER
�'1� fOC�Uall�lllg O(11� S110W WOT'K �7EIIOI1IleU SI[l�C iu�� a�a�ci���iu.
S.Have you ever failed to complete any work awarded ko you`?_
If so, where and why?
6.Has any afficer o�� owne�- oFyour organization ever been an afficer of anotlier ot•ganization that failed to
complete a contract?
If so, state the name oitlle individual, othe�� organization ancf reason.
7. Has a��y officer or owner of your organizatio�� ever failed to complete a contract executed in llislher
name?
If so, state tl7e name af the iiidividual, name of owner and reason.
C1TY O� f'ORT WQRTH WATER & SAlV1TARY SCWER R�t'LACEtv1F:h1T
STA�fDARD COIVS'f�tUCT1�N SPCGFlCAT1C7N DDCUM�N"1'S CON7'RACT 88
]tevised llecetnber 20, 2012 CfTY P1�a.lECT NO. 01955
2. Ho�v many years 11as �rour organization been in b«siness as a genei'al cont�actar under your pi•esent
OOAS ]3-5
BIDDER PREQUAL[I'1CATIQN APPLICATION
Page 5 0l"8
S. In what ather lines of business are you financiaily inte�•ested
9. Have you ever perfonned any work for the Ciiy?,
If so, when and to whom do you ref�r?
10. State naines aild detailed addresses of all pt•oducers fi•om vvl3am you liave purchased principal
n,arprials rlin•in� fhe last thj�ee vears. �
12. What is the construction ex}�erience of the principal individuais in your organizat�on?
PRESENT MAGNITUDE
POSITiON OR YEARS OF AND TYP� OF IN WHAT
NAME OFFICE EXPERIENCE WORK CAPACfTY
13. If ai�y owner, officer, director, or stockholder aFyour firin is an employee pf the City, or shares the
same l�ousal�old witll a City einployee, please list the naine of the Caty emp3oyee and tl�e relationship. In
addition, list any City employee wl�o is the spouse, cllild, or pa�•ent of an owner, officer, sto.ckholder, or
directot• who does not live in ti�e same househoid but wl�o receives care and assistance fi•oin that person as
a direct result af a doc�imented medical condition. This includes fostei• child3-en or those related by
adoption ac• ma��riage.
CITY OF FOItT WORT}[ WATER & SANI1'ARY SEWER ItEPLACGMENT
STANDARU CONSl'E�UC�'fDN SPEClF1CA'I'ION dOCUMENTS CONTRACT 88
Revised �ece3tlUer 20, 2012 C[TY PRO.fECTNO. 01955
1 i. Give the names of any affiliat�;s or relatives cui�-ently debarred by the City. Indicate your relationship
to tl�is person ar finn.
QO 45 l3 - 6
BIDl]CR PRLQUALIFICAT[ON APPLICATEON
Page fi of 8
CORPORATION BLOCK
Ii a corporation:
Date of jnco��poration
Charter/Pile No.
President
PARTNERSHIP BLOCK
If a �artnership.:
State of Organization
Date of oz'�,anizat�on
Is partnership general, iimited, or re�stered 1im�ted
liabilit� pat�tnership?
Vice Presidents
Secretary
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
Siate of Incorporation
Date of organization
�'ile No.
Officers at' Managers (witl� tit�es, if any)
File No. (if Lirnited
Partnersl�ip)
General PartnerslOfficers
�,imited Pa►'tners (if applicabie)
Individuals aufhorized ta sign for Partnership
Exce.pt for lisnited partners, the individuals lisfed in the blocks abave are �resumed to have full
signature authority for your firm unless atherwise advised. Slnonld yon wish ta grant signature
autharity for addit�onal individuals, please attach a certified copy of the enrparate resolution,
corporate minutes, partnership agreemenf, power af attoruey or other legal documentation which
grants fhis authority.
CITY OF I�OR'1' WOEtTH
STANDAILll CONSTRLICI'IOIV 5l'ECIPICAi'lON DOCUMENTS
CZevised Dece�nUer 20, 2012
WATER & SANI'i'ARY S�WER R�PLACEMCNT
CONTRACT$S
CITI' PRO.IEC'I-NO. O1455
�D4513-7
BIl]DER PRE.Ql�A1,1fiCAT[ON APPL[Cn7'lON
Page 7 af S
14. Equipment
TO'I'AL
6ALANCL�SH�ET
ITEM QUAN�'I'j'Y ITEM DESCRCPTION VALU�
1
2
3
4
S
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
34
Various-
TOTAL
_ �n a �F.. «.a
Similar types flfi eqLnpment may ne �umpea iogeuier. �� yUu, �i�iii iiaa ui�ic �„uu �.. �yr.,., ..,. ..yH.Y.......,,
you may show these 30 types and show the j•emaindet' as "various". The City, by allowing you to slzow
o»ly 30 types of equi�ment, resei�es the right to r�quest a complete, detailed list of all your equipment.
The equipinent list is a r•epresentation of equipment under tf�e eonteal of the firn� and which is related to
the Cy�e of work for wklich the firin is seeking qualification. lr� t1�e deseription include, the manufacturer,
illOdOi, and general common description of each.
C1TY Qr !'aRi' WURTH WAT"�R & 5AN['fARY SEWER REPI.ACEMT:'NT
STANC}ARD CnN5TRlJCT10N SP�CIFlCA7'IOIV D(3GUMENTS CDNTRACT 88
Re��iscd Decem�er 20, 2D12 CITY PROTGC'I' NO. 01955
anas i3-s.
F31Ufl�R PREQUALII�ECAT[QN APPLICATION
Page S oE 8
SIDD�R PREQUALI�ICATION AFFIDAVIT
STATE OF
COUNTY O�`
The undersigned hereby declares that the fo�-egoing is a true statement of the financial condition of the
entity l�erein first nained, as of the date herein first giuen; tha# this state�nent is for the express purpose of
inducing tlie party to whorn it is submitted to award the subtnitte�� a eontract; and tl}at the aceauntant wl�o
prepa�•ed the balance slleet accompanying this repo�-t as well as any deposita�y, verador oj• any ather
agency I�ex'ein named is hereby autllarized to supply each party uvith any information, while this statement
is in farce, necessafy to verify said statemant.
, being duly sworn, deposes and says that
he/she is th� of , tlie entity
described in and which executed th� foregaing statement that he/she is familiar with the books of il�e said
entity showing its financial conditian; tliat the foregoing financiai statement takej� f:rom the books of ihe
said entity as of the date thereof and t11at the answers to the questions of the foregoing Bidde.r
Prequalification Appl'tcation are correct and true as afthe date oftinis afFdavit.
Fii•in Name:
S ignatLu•e:
Sworn to befo.re me this
day of i
Notary Public
Natary Public must noY be an officer, director, or stockholder or relative thereof.
C17Y QF FO[LT WOR'TH WATER & SANiTARY SEWER R£PLAC�M�NT
5'CANI]A2D CONSTRUCTION SPECTFICATION DOCUMEtVTS CONTKACT 8$
Revised Dccernber 2(i, 2012 C1TY PROJ�CT NO, 0 i 955
00 45 26 - l
CDNTI2ACTOR CO[vII'LIANCE W[TI�I WQftKCR'S COMPGNSATION LAW
Page 1 of 1
2
3
4
S
6
7
S
9
10
l �
12
13
14
1S
16
�7
is
19
20
21
22
23
24
25
26
z�
28
29
30
31
32
33
34
35
36
37
38
39
�o
SEC'I'ION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S C�MPENSAT[ON LAW
Ptn•suant to Texas Labor Code Sectian 406.096(a), as amended, Contractor cei�iifies tliat it
provides worker's compensation insurance caverage foa� all of its ernployees em�loye�f on Ciiy
Project No. 02213. Cont►•actoi• Fuifiher certifies that, pursuant to Texas Labor Code, Seetion
406.Q96(b), as a�nended, it will provide to City its subconti•actor's certi�cates ofeompfiance witl�
warl�er's compensation coverage.
CONTRACTOR:
f. .r• `� .�
c�,- � e�� i► I'� c- -,� �. By: r," h 1 0�n r►�•
Coinpamy {P ease P�int) �
i
�
t�� �a� -- ' _�`
O G Signatttre: C� ��
Address
��' l Gr. e -�600 � Title, f� �/� t
I hcT
^City/Sta IZip (Pleas� Print)
THE STATE �F TEXAS
COUNTY OF TARRANT
§
�
B ORE ME, the u et•sign d authority, on this day personally appeared
' � ,.� , known to �ne ta be the persan tvhose name is
subscribed to tlle fore oing instrument, and acknowiedged to me that he/she executed the same as
the act and deed of r- G " for the purpases and
consideration tl�erein expressed and in the capacity tl�erein stated.
I��.
G1VEN D�R MY HAN� AND SEAI, OF OFFICE this �-�
NoJr�t��r� , zo1.
GFt�G HiJGI]AFfL, SR. '"
My �Iotary ID � 12816E1988 �
�res February 1, 2022
�ND O�' SECTIQN
CITY �F FORT WORTH
STANDARD COiVSTRUCTEON SPECIF[CATlON DOCUMENTS
Revise�l July l, 2al I
day of
and for the 5tate of Texas
WA�"ER & SANITARY SEW�R REPI,ACrMENT
CONTEiACT 88
C1TY PKOJECT 3�fQ. O1 y55
00 45 Afl - l
Business Lquity Or�inance S€�ecificatinns
Page 1 oC3
SECTION DO 45 40
'�'l�.�i!'i'l'f�'�'. i„'�' ����":���.��(iN {� (��i'T�)-1�1�
� J �Liusiness �quity 5pecifications
APPLICATiON OF POLICY .
If the tatal dallar value of the contract is greater than $100,ana, then a Business Equity goal is ap�licaf�le.
A Business Equity Firms refers to certi�ed Minority-, andlor Women-, owried Business Ent�rprises
(M/WBE).
10
11 POi.ICY STAT�MENT
12 It is the �olicy of the City of Fort Worth ta ensure the full ai�d equitable pa��kicipation of Bl�siness Equiry
13 Firms whe� applicable, in the procurement of all goods and se�vices. All requi��ements ar�d regulaiions
14 stated 'rn t1�e City's cuerent Business �quity Ordinance No.24534-11-202Q apply to t1�is bid.
15
16
17
18
19
zo
2I
22
23
24
zs
26
27
28
MBE PROJECT GOALS
The City's MIWBE goal on this project is I7°fn of fhe total bid value of the contract (Base bid applies to
Parks and Commur�ity Servrces).
COMPLIANCE TO BID SPECTF�ICATIONS
On City contracts $100,OQ0 or moj•e where a Business Equity Goal is applied, offerors are required ta
comply with ihe intent of ihe City's Business Equity Ordiilance by rneeting or exceeding the abov� stated
goal iht�ough one of the follawing methods: 1. Business Equity subcontrac#ing participat'rnn, ar; 2.
Comanercial useful functian services �erformed by the Business Equity Prime to cunnt towards tlie
goal, ot•; 3.. Combination D� BUSMIII'S5 Equit� Prime services and L'usiness Equity suhcontracting
participation, or; 4. Business Equity Joint Venture participation, or; 5. Good Faifh E�fort
documentation, o�; 6. Prime Waiver documentation.
29 SUSMITTAL OF R� UIRED DOCUMENTATION
30 The Utilization Plan shall be due at the time specified in Che solicitation. "I'lie applicable documents must
31 be received by tkte Purc�lasing Division, within the time allocated, in o�•der for the entire bid to be
32 considered responsir�e to t11e specif cations. Th� offerer sha�l EMAIL the Business Equity documentation
33 to the assigned City of Fort Worth Project Manager or Depai�tment Designee. Dacuments are to be
34 received no later than 2:00 p.m., an the second City business day after �he bid opening date,
35 exclusive of the bid opening date. A iaxed eopv will not be acc.epted.
36
37 The Offeroa- �r�ust subinit one of the following documei�tation:
�8 1. Utilization �nrm, if the goal is met or exceeded,
39 2. Gaod Faith �ffort �'orm and Utilization Form, ineluding suppnrting cfocun�entation, if
40 paa-ticipation is less than stated goal, nr no Business Equity p.articipai�on is accomplished,
41 3. Pri�ne Contractoa- Waiver Fo�•m, inc.luding sup�ortie�g documentation, if the Offeror will perfot'm
42 all subcontracting/supplier oppartunities,
43 4. Jainf VenCure Form, if gaal is met or exceeded witf} a laint Venture.
44 T11�se forms can be found on-line at:
45 Business Equity Utilizatipn �'ai•n�
46 i►ttps://�►�s.fo9'twol'tl�te�;as.7q�„ v/Pt•ajectResoua'ceslResourcesP160%2_0-
47 %20MVi7BE1NEW%2{1Business"/o2aEquity%200rdi�ancelBusii3ess°/a20Equity°/o2ltltiliz�tion%o20Form.
4$ �
CITY OF FOIt7' WpTtTH WATEIt SA.NITARY SELHER REPLACEM�N7'
S'IANDARD CONSTRUC7']ON SP�CIFFCATION llOCiFiv1L=T�1T5 CI'1�Y PROdECT NQ. O19»/ C�N'1'AACT 88
Revised 7une 9, 2Ql 5
OU45�0-2
Business EquiryOrdinancc S�>ecificatiuns
Page 2 af2
8usiness Equity P��itl�e Co�3tractor Waivei• Form �
htt s:f/a s.fortwortl�texas, ov/Pro'ectResourceslResout•cesP/60°/a2D-
%20MWB�INEW%20BtEsiness%20�' uit�°/o200�•dinailce/F3usiness%2D� uit %20Pt•iine%2QCont3�ackar
%2�Waiver. df
7 Susiness Equity Goad Faith Effort Form
8 htt s:lla s.fortwortl7texas. ov/P��o�ectT�esourceslFtesourcesP160%2Q-
9 %20MWBEINEW%o24Business°/a20E uit %2QOrdinanceBusiness°fo20E �iitv"/420Gooci°/n2QFaith%20Ef
] 0 fort%A20Fa�•En. df
11
12
13
14
15
36
17
18
19
2p
21
22
23
24
25
2G
Business Equity ]oint Ventu�•e Form
l�tt s:lla s.fortruor-thtexas. ovlPro'ecfiRes�ticceslResourcesP/60°/a20-
°fo201V��B�(N�W%20Business%20E ui °fn200�•clinal��eSt�sl�3ess%20E uit %20Joint°1o20Ventu�•e. df
FAILURE TO COMPLY WITH THE CTTY'S SUSINE55 EQUiTY ORDINANCE WIL� RESULT 1N
TH� BID BEjNG CONSIDERED NON-RESONSI�E TQ SPECIFICATxONS.
�'AxI.[TRE TO SUBMIT `I'HE REQUIRED BIIBINESS EQUTIY DOCUM�NTATiON WILL RESULT 1�1
THE BID BEING CONSiDER�D NON-RESP�NSIVE. A S�COND FALLURE WILL R�SULT IN THE
OFFEROR BEI�'G DISQUALIF'IED FOR A PERIOD OF ONE Y�AR. THREE Fr1ILURES IN A FIVE
YEAR PERIOD WI�.L RESULT IN A DISQYlALiFICAIT�N PERIO� UF THRE� YEARS.
Any Questions, Please Contact The Business Equity Div'rsion at {817j 392-2674.
END OF SECTION
CITY 0% FOR7' WQATH
STAI+lDARD CON5T1tUCT1qN SF�CIPICA7"]ON DOC[]MENTS
Revised ]une 9, 2615
WATER SANITARY SEW�R R�PLFICEMEN'1�
CI'i'Y YI20JECT NO. Ol 9551 CqN7'RACT 88
aoas�s-�
ADp�NDA
Pagc 1 of !
7
2
3
4
5
G
7
8
9
10
11
12
13
14
15
16
17
18
I9
20
S�CTION 00 OS 15
ADDENDA
�ND OF SECTIaN
C[TY OP FORT WORTH
STA1+II�ARD CONSTRUCTION 5PEC1F1CAT103�1 DOCUMEIVTS
Revised Juiy l, 20I ]
WkT�F2 & 5�1NITARY S�WER R�PLACEMEIV'C
CpN'fRACT 88
C]TY PRDdECT l�iQ. 01955
tltiJ 5243 - 1
Agre�mont
3'sge l ��r g
��cTio� �a �z �s
���������
�I� A�REEPv1E1*1T, �uthorized �in �+�11�12Q21 is i�nxd� 1�y :�nd ��YWe�n t!�¢ �:ty �f l��+t
���Pttti, � Texas h�me ru1� ml�nicinAlity, aetin� �y r�,n� [hrough i;� ��1; authari�ed �itw 1:'�an�er,
("�itv"l, �nd �Gra� Tex'dltilities_inc, ��,+.horized to ti� !1z�siness �� �;e;sR�, �ctin� �y �nd ttzrn�gh
i;s duly suthvrized rrepresentative, ("Contracwr"j. �iEy and G:nntractar r�a,y�ointly be r�ferred t�
as F'arties.
CY� l�rid C4IIh'PICtUC, in convieler$tio� �f Eh� �rnutua� c���n�tttS h�reinaf�er �e± ��rth, ��ree �s
i'���a�Ws:
Arr ticie �1. '�'��R�
�ontractar xlxal� �omplete �lt �!n�lc �� a;ne�ified �r nndicat�d i:1 the �'�ntract ���u�tt�e�tts �or tise
l�rniecl I��fiifed h�r�iu.
��rticle �, �'RO.IECT
'Ti�� project €'or �..�±ch t��.� 1�4TOT!C �nder th� C��ntract �#�;;,»�n#s r:�v l�w 1.�� 4�uhnin �r �T11j+ fl F�i� 4.�.
gen�rally describec! as ��llows=
�ater � �ar�ieu� .�'erver �teplacemenl �G'antra�� �#lU3_5T`M- �'
�c� ���� ,�o. �rsss
,� �??d� 3. ICr1�A�T` 1Pi2i['.F
�+*y a�rees tc� �ay �ontrac;tor }or �arformanc� �� t�� l��rk in �acordance w�*h xhP C�ntract
�pocuments an �mount, �� �..�xent i�unds, of Three 1VYi�lion. Ei�ht Pundred �Iinetv �+our
']Chaasand, Thrr�e �Iuuc�rec� Sevente�n ]Do1lat�s � fortv two eents , �,�3,594,�I � �27. Contraet
�rice �nA� b? ?�justed by change orders dujy authopized b�+ the �n!'�+es.
A wticle �. �CO1tfTRACT 'TI:1+vIE
d. l � i��l ��re�t�,riee.
"�'�e �Af�rk ;hall �+� �ompYete f^C r1Ilal �G�entaneg �!ti�in �'SU �SyS R#'ter w!:P c�ate ��v!�:�n th�
���ntract Ti;?�e commenoes to rsrt, ��s �rovided r� P�ra�graph �.[� :�f � te G�n�ral C��ncliticsn�,
alus any ��tension t�eredf a1l�wed in �cca�nee with A��*i�:i� �,� o� the �cnertal
Co�nditions.
4:? Q�iquidated Damages
Cat�.tractar re��sgnizes tkt�t rame is c�f the esse�nce for ;.omple�ian of Milcsin�t�. �f any. �e::�
ta achieve lrrnal �ecaptan�:e of the Wark �nd ���+ �nd EF�e puhYia 'vvill �u��r �r��n lt��s r�f
u�� i� t�� �N�rk us �u�t cam�leted v�;±�en ii�+a iim�rGl snecifie� %� r�ra�ranh 4.1 �!��V�.'1"h�
�'or!TM�ctor �tc� r�co�;nizes the delays, expC�lse ��d �Jiif_fYaulllies in�+nRY��I in proving i� �
�e�al �roceeding, t�±� actual �s��s su�#`ered Iby trhe �itv iF the Wnrk �s not c�mplctte;d �n
,r,me, R�coYdit�gly, �nstead �f rec�uiring any ::��r!� proof, C�!''?raGtpr �3grecs �hat as
ii�uidated d��?�a�es i'�r ��i�y �but �?�t Es a�enalty), C.�ntr��tor ��h811 �oay �#Ev Six
�undp¢d '�'h��°ty ���il�rg �$630.�0� fo,� �A�h ��y anai e:XpYr�s ��t�r �!�� rime spcci�iea ii�
l��r��raph 4.1 �Lr Fu.^.�� AC��pt�11Ce Untjl fha: C;ity uc�,L�s the �inal L�rr�Y' Cf %4��r�t&11C�,
CI i 1' L'�F F�n:�?' �u�JRT�i
sTnyra��ia �»s�rr�uc�r��*� sP�c.�r�tc��r�arr G��: �.��rr�s
R�vtsed a ] 123f1D21
��h_;�!'f �r'.^y[:l ��!!l�iN�
�f+r}r�'� �rqJec! ��'lNf7hP�'�
�� 57 Q3 . �,
�e,reunent
Paga i ai 6
,e►.r�t�cle �. �O�iTRACT �aCiT1�1EF1TS
� _ � �CINTF� r �;
r�. '��F �`�il�'1'aCt �)hcurrfetlCS 1���71G�1 C�'iF;n1'i5E Chc� �nrirg g�rrpm�,rit j��Ptwppr� [`��r �nri
�^,�ntrstS.�OC G;�nr.ta;rnlI1� l'!?� �C7T�t �nn5151 ���lE ��i1nV1+jl3�;
l. �'i11C ff1�I'EBXi1�F1L,
�. �,�#aeilment� ta ti�is A�,x�e�ment:
a. 13id .�'c.rrn
1� Proposal ]Fcarm
�.� �l'endor ��t!��Sliancetn Srat� L.A+:� �or�-�i.esid�nt f�i�3�Pr
�� �r�s�uatiificatiun Statemeni
�� �tat� �n� FPr�eral c��cument� (�;raject ape�iftcJ
L�, ��,�rr�nt ll'_revailing';��ge 1[taL� ��bie
c. ��surgnc� r�.�-OR.D ��'^:�rs)
�. 4'avment F3ond
�. ��1'�OI71T$nc:P �QTlt�
f, �aintenance �ond
�, E��wPr nt '�ltr+???�ir �O1' ;.i7C �OIl�S
[�. �'Jarfccr's �a�m�pensatio« A�davii
i. h�fB� ancilnr �SBE Utilization �r*m
�, �enC'.Ya� �nnr�it;cJAS�
�. �ixnDieC11�11t8Y5� �Ondltifiin$.
:.+_ �}�ecificativns �peci�oal�y �ade � �arl �f Lh� �nn�;t �Qol�mo�its by att�chment
�r, uf noI ��achec�, �:� l;��n�pOtStBd bJf Pefer�naa and ���Grrtsed �!� ��e 'i able ��
��Ji1tGI1tS O��t�?� P'`O�CC1�3 �cyntrac# �1oG�mcnts,
�+, �ISWiri�S.
+, Aeiclenda,
$. '�O�utnentatio�t ;:�tamot�?� b� ��ntractor pri�r tA'�o�iee �� Aw�r�,
�3. ThA Fo�lowit��, whick� onay be u�a�i�ered r�r icfiued P��r ��!P �ffe�#1V$ �ate �� �h�
Agreemen# �nd, if issued, �CC4]'!10 �::1 !??G^?�orsted p81� C}� l�!ie l':.*�nC['2,C1 �L�ryCRi11ei1tS:
�, htnrjc� ta� Proce�d.
Lro, Fi�1d �7rd�rs,
C, ��lRi1�C �:'�eT4.
d_ �tter �f Final Accept�ncc.
�lrtiele 6. :niTAEI'vi�Ti�'ICA'�IaN
�.1 dC�ntractar s�W��r�nts ��d ���°ees xr� i�rleme�lfy, Lhnld 1�aw�niesa �nt# d�fe�►�, �: �r� �rw,�
�xpense, t�e cixy� M�r u�ircers, �ervaats �nd �rnployeea, �r�� ��d �i�ai�st �ny �r.� �1
�laims u�ing ���t �ry�. or �IIeged to �rise khut �!f, 4he war�k a�.d seYwic�s to �TM �p�r�a�med
�,y the cU�tracto�, 4*a uf�tcere, �gents, employees, subcant�actors, 9icensea �r iu�itees
�ndee ehis rantraci. �'hi� f�ndennni�cati�n�visio� is s�ecificall intended #n �r erate
�.md 4�e �fEfecti�e �even ii' it is allesed or�roven that a!1 or same of the dama�es bein�
�ou�iht were caused, in whale or ir� parrt, bv anv act+ om�esion or� ne li ente of the ci .
'�his indem��ty proviaian is inteaded to i�tclude, witiiouf limitation, G:��emnit9 F�r
��st�, �xnenses and 1e�a1 %es incupred by the city in defendia� a�sinst suct� claim� ��d
�a��ang �P �efiinns.
�1Tv �F FORT WORT'r1
S'f.3fVDARD CCSN5TIiL1C'i'iON SfrECiE1C�lTQDN �C�CI ��R'�T5
}?�vis�d 1 �?i3l2pzl
�;;?���!'i �141�1L'CI i1:.'�:la�
�1r�ser! �r�r/rct,1'leit�herf
O�w?dl-:1
,� �ment
pgQe 3 nf 6
�,�:� �ontractor covenants nnd ��rees to Ga�demn�lfy �nd hold har�less, �# �i� +e��s u�xn��e,
the citv, �#� a�fic�ri�+ �Y:�;���t�s and ��*+;�laYees, �FYnm ,a�ld ��alns�i �T�lV �IId '�� lass, ��uz�ge
�, �es�rnctioq o� uropert;Y of tH!` �:�7 a�risin� ���t �f; �r �]1e�ed tc� aFls� ��t �f, �the �Urk
��� ap�-,v�ces ta � per�ormed hy �the n:ontractar, e*s 4�eera� �nenits, �mplovees,
subcaatrractors, i�C�"f��P.Y.R o* i�vitees e!nder �+!+is eu�traat. ''fhis iindemnii'ication
,�rrnvisiun is s eci�icaliv �ntended �a �oAe�atc and e�ei%Ctive �even ii :t is alle��d or
proven that all or sflme oithe datnat�es bein� �oa�hi were caused, in wbole ar in�tatrt,
4� an� a�ct, omission or� �e 1� ence o� the city.
�y-ririn �. pyiTSC.'T.1.Y���4Y�+ CH7,�S
'� . I T�t�'r�s.
'�erms t�s�� ±n ��!is A�reement �,��1i!`-h 9IiC ���ned 'an �rt�c�P k �f �hC �'reneral G�ridl�iqns �;��YI
�arre C�e m��nin�s Nndicate�i in t!:� �aneral(:onditions,
7.2 Assi�nmr;nt of C�ntract.
�'I�is Agreem�nt, inc)�;din� �ll �f t17e C�T�[:at,�t Q'�+�1�mCntS m�y nal b�: �ssi�ne� by ii�c
�.�ntraetor �.�;thn��r ltha ac�vt�nc;ed e�clpr�ss 'wr��+.�n cansertt o�' ihe liitv.
7."� �,uccessnrs ,3n� Assi�ns.
�i:v and ��ntractor �aah binds ;�tseif, �rq �artners. successors, ��R�¢ � �nd E��al
renresentativ�s to t�e �.�:e* �partY 1,�Pt�, ��n ���ect to a�i L�+.•Pnants, agreements �nd
�b�ig�.tions c��?'ained i�n ¢he Ct�n�.x'sat ��::umants.
�'.4 scverahilitylNon-'W�iver t,�� �laims.
Ar� �ro�r�sian �r �Sl'1. {}� �.1''Pr (,'{�iltL'�CI �nr.�me:ntl �iCi� t0 �.."'Y C!!'lcnriStltlltlUn€YI, '�;^!� �T
unenforce�ble L; a tn»!'! nrt cnmpetent. uurisdiction ShaCl b� �ieemed stricken, and �11
rr�mainit��, �3ravisions r�hall �antinue �; �e s��id flnc� ��inciin� upon �aCity and �:antractar_
r�r1� i¢1i111°� �f t.`�kj+ O? ��nnYr3C[OP t0 1TISISL 'I]�CSOl] l'!�� �7��1'�DIIi18IIGB 4F �i� L�i711 t'JT �rnvicin!1 ��"
�.his �l�rcement a�r �o �xercise �:�y right �anted ]��r�in shall nol �onstztute � �vaiver ofCity"s
�r �,nntrRctnr's resa�ctive right, ;� �nsic� ���on �pnropriate �erForm�nce �r �� «��e1't �?''}r :iLrh
Y'1�ht �^ ��.y ru#�,�g �ccasirin,
�.� �SOV�rrtln�'�.,?�!' a:?i1 ��: I]11C.
�his +4�r�om�nt, ir�cludin� �il ;,f t6�e Ce�t!�ct Docurnents �s performable in tlte �tat� of
�'��tas. Venu� s!�»ll be Tsrr�n� ��+,�nryr T?x�s, �* the lJ::�tPf� ,�'#FIT�$ �7:�L7'lC� �,n»1_'L fG�r thn
�+�lizr�hern dlstrici cf Texas, i�nrl 1j14rrh �i+�'isiort,
7.6 A�lthnt�it� t4 "�7a:i,
�ontractor shatl attach tvidence �if authoriiy i� �+�n ��reement i� �gned by sarneone tither
�l7an �he �ujy �uthari,�ed fii�natory �ithe ��ni�actar.
'�.� AIL'�!;-s�[7UI'017f1&t1017 C'��1]nrlg,
!n t�e �Vent M3� �untfs or �d�sufficient �n�s L*e �ppropriated 1ry 1G±t,y �n �::� ��s�a] �e�1QIS {�nr
�nv payments �ue �!�Yeunder, �ity �:ll notify Vendor of such ��currence �nd this
Agrc�ement �hA�1_ termin�te q�ri th� Iast aay �yf the i�i�ca� �5eriod fo�r �vh�ch �,npropriaLions �ure
Tlr�lv�d *:�+'.r�±nut �enaYtY or e�spens� tn Cj��y Of �n� l�nc� �i:'�a�so�ever, e�k�ep# as ra t1�e
pat�ions �� th � p�ymenis lieYein a�gr�ed +�pon far whiah f��ds have been �ppropri�ted.
EiTY G�F gnaF WQ�TH
STANDA�€i]��STCtEJCT10N �PF..rIFICAT[�N L1��1.r,y�V1'S
R���Fed 1i?�'�021
�J';?ser! f'!•:trec�r `�^r;rrf
�l:;.n:7l�a'n;eecr 1't:t:th�r�!
fiD ;3 d3 - 4
Aerc�tern�nk
P�ge 4 ��f 6
�,� �pr�hii,it►��t � n ��r!rraats "�ith Companies 1Boycotting ?�srael.
��ntractnl', qktliess � afl�e ptaUri�toi, eck�no�wtedges �!?At rn �rr�rdance witl� �h�.pter �7 k a��
�tiY 'Y'QX� �'rc�vernment C���ie, ii C�ntractor F�as �� vr r�oro fu�l tim�-emplo5+ces �nd �Eue
wnt�4rflct tfalue is �� ��Ji�00 o�r n�ore, lf�e C�ty is prohibitec� from enterin� or�ta a ca�ntraci }�:th
��am��any �or goods �r ��rvices L*!1e�� i.he �nntrac# �,�ntair�s a written wer?fGation t��m th�
�:�mqan,y tt�at iT: (1) does noi iooyeotl, israel; snd ��� :�+iil �!nt bo_ycott ��rae1 �1�?rin� �,�y� �er,rr�
r+f fihe c�ntract. "i`in� terms `°�Qycatt ls��c1" an� ``'cnmpany" �shall have thw rneanin�s
�aorihed S^ t�nSp C�'Tms jfl Ser_,�1pn $08.i�n� af ti�e Tex� Go�ernm�nt C�de. � signin� eN��
�ontract, �ontraetar ser�_fi_ey �hhai ��•ntrractnr'� �i��atn�e �pravidea w*�itten
w�w�#ication to the sG�l� #hat i�` i hapter ��il+ '��xas �GoveYnmen� ��+�g �rp9ies,
�antr�ctor:ll) does �!�i �inyGotL l�srsel} t�.?�d 4�?) �+v�l! �Rt 3ao3��o�t �t'�el �e��'ipg �h�• �ern�
pf t�e +r��fract.
7.�? I�:'ahibitian an �nycottin� �r►er�y �o�;sanies•
{��,ritractor �ekn�wtec#��s th�t in �e��rdance with �h�oter 2274 �of th� "Ftixas ����rntraent
C����,(a� �dd�� k�y Acts �+?� k. �7th l,eg., i?.5., �.8. l3, � 2�, t�a �i�� is prohibited �rom
enlieYin,� sato a cantract �vr �nods or �ervicos �Maf l�as ���1u� �� '�1€1a:�DOQ C�r imnre� +��,ich
�'.'3lG 1�0 �]8tt� q;'�QI�Y �]' y�81'��y �fU�:�l �lu�ilC {��:nr15 Uf l�i; ���}+, v�'i::� a C�r!?PaIiY {�4Vli�+ 1��]T
�xrore �ull-tim� �rr�ployees) un➢ess t�e c�nTxs�t c�ntains ��Lritten �rerification f� �+m 1:�e
�ompany �i�at i±; (];� t1Pes not I��JYcatt �ri�r� cnmpanies; 4nd �2) t,v±!! Rot ��ycotl �n�r�y
C+,'.!^�73i11E3 �s�rin� #j�l� �'�1'nl Af ���� cvntract, �'h.�`. �i?'T�S "�7�VC0� �n�r¢V ��mpany,� $^�
"�p�nnRnV'� h��� 4�he �e�ruing asGrib�d t� i1�ns� ���m15 L�v �:�'!an$er 2�,�4 of th� `�'�xss
�*�verrameni Cnri� ��s ��ded �+y erts 2�1� 1� 87th l.�g., R.S., 5,�3. ] 3, ��). �'n t��� +eYt�:n#
t!�at Gha�ter ��9� af ihe �ove�°nme,u! �ade ia �pplics�le t� t6i� 4�reement, by
���ning ��is .��reement, �nntractor �ertifiea �h� 1�1.�nteact�r'9 �i�nature �providea
�'rri�tten weriflc�tiun tq #�e �ity ths�t �antractor: {Y} r�oea ��t k*�vcati en�'r�
��mpanies; ��nd ��i �rill not �buycott enet'�y �e^mpanles ,�u�ing ;the #Grm uf 4�i9s
A_�recrnet��.
7.1 D l�rrihlbltlori Oil �iscrimlYlail017 A�,�1n5f �'!?°?�►nl �nd 4*nrnunitian Yn�tvstr'i�s_
�nntrut,cnr �cknuv►ri�d�es �hart excepi �s oTherwise �ravided �hy Chgpter ��'�� v� �t!?e �Cexa�
�ua�arnment �ude �as s�ide� I�v �4�ts ��21. u7th L.cg-, R,�.. �S.B, ]�, � 1�, tl�� �i�.y i�
p�rahibit�d �r�m �ntering �nt� � ���„rr�:t �'�r �;avds c;� �ervices t�a4 has a v�lue �f ��lLO,fIUD
or ¢nare o�hY�h �++i�� M� p�aid �'ho€�y c�r �pe.cfly i�'�t� publi4 �'�nds o!' #�?e �itrx VSiiL�i B C�+!?!D�I1�
�yy:t(� ir� �� ��� �fi�lf_rsm� e,mpYo_yeBsj k�n��ss t�!� C;?ntract ti�ntRins � wriLten veri_fi.cr�tion
�;�?,� thp c��*�,p�ny th�t i�. (1} dWYs nat �i�ve a p��c+:c�, �'iww+, g�;�anc�, �r �+P�Ltivc tf�at
�iscriminates ��ains�t a t�,�?a*!+n �nti�ty �* f�re�rm Erade ���nciation; ��i3� {�) �.•i?a r.�#
�iccrimgn�te �urin� 4�±P ��*m ��,f th� �QntraGt against � i�;,�-Aa7n tintity �r �rearn] Trade
�.SSOClatii3'II. �C tCrm$ "aivr.r1I11Y118��,�, `��iPrSlii� �11T3�'} 0'S� �`f*�aTTn ��'A��e �so�iation"
ht�ve the mcaning ��r_.r�hed ta *hose i�erms �y C�R�ter ?274 �? �a�� `1'exg� Cov�rnment l'�ac�e
��as �c�c��� hyy m�cts :?021, �7th �..a�.� 1�.�,, �.�. 19, § t�l. To �t�ae rxtent �.h�t �hapter iry74
of tie �ave�°nment �ode �� �nulicable t� t?�� A�reement, L�y $a�ni�� �his A.�reement�
C�ntractar ��rtifies 4h�t +C�ntr�etar's sig++�t�*� p!°�vic�� ��'+ttcn ����i�"ica.tion to t�ep
4rStY 1�IF�� �.'��tra�tn�= ��� �neg IIDt D1�VC � ��'BCLIC6� �rolicy, �uidsnce, �r �is°ectiv� �h�t
discrirninat�s againat ��irearm e�tity �� f�Paw� tw��� �canciati►on; s�nd (�} �vell nat
���criminate again�t a�irrearn� �ntity �* f rear�n �rad� rassaciaffan �u�ing �he term cf
�hi� p►�reement.
�;.ITV (]iw GI1RT ��fZTj-Y
STANDALiE1 CaN3TRUCT1Dr, gpFCl����'T!ON ��E1!+'1F1�!T�
H,rised il/?312021
f1r,��,•1 �krqietf ,1y:a,z j
�'l+aserl �rr�iea ,Vw.,,�n.�r�
U� ,� d3 - S
AgteCmenl
[�a�e $ c+f h
7, l � �mrn��ration �ati�nA�i�r ��.t.
Cqntrt�ctar :.�hAl� ���r�fv the �dentity end �ptoYm�nt c:ti�ibility t�� i:s �m��o�yees wh�
��er%rm ����k �nder tt+as r'��eement, ir��!�ding +��?!?pl�iin� 4"h� Fm�oloyment �-�igibility
�'�rif ��ri�n Fa�n {l-t?�, Ltpon � 4��est by C:ity, C'ontrac#c�r shAll a�arovide li�iy �uith copi�s of
�!! �-� f�+�s �nd supparting eligibifity ��r„mentation %r e�►ah ��*!ploY�� �t'�� ��*�o�,t�s
�work !�nder t�!±s Agreement. +(:ontraetor ;,=!�:al� ��hP,�. �n a9] f cderal �nd �tA#e laws ,�5 xN�il as
�Qr�hy;sh �ppropriate proeedures 9??� _r.nntmC5 gJ t�18,t �"�0 :�;�nruces w�tx u� �P�ormed �+y �ny
C�ntra�tnr �*nploy�e ►u�?� us E��t le-�aily �IiQibl� �� pe�Form �„�h :�rvicPe.
�OFdTRA�TdR 5���, l�i]DE1VI1�1FY �'[TY A�TD ��LY) ICiTV I[��LIE s�
�t?�� p1�TY PEI�ALTIES, �I���Ti,�TiES, ClR Lncc�S �LTE �`O VYflLA'Trn�?S +OF
'�"�5 ]PA�tAG1�NI� ��' +C�?1�'TRA+CTOR, �n�'TRACT�R'S =�MPL�YEES,
�1J�Cc�1�TT�CTOR�, A�G��'I'�, +L�� �y[~i�:�ii�F,E�. {�vt.y, �pon �:�r#tten �o+.;t,� ��s
�ontractor, ,�haYk t�ave the r�oht �� �anrnediatel� terminatE this A�rreemcnt E�r ��:��ati�r�s x��`
[f�is Pro�ision l�y �o?±tractrnr,
7. � � �o T[�ird-Party ��n�ticiari�s.
'�'his ��'eement gives :na �rights ur inene�rits t� an�one �Th�r than ahe C'r'ty ff.�+� t�'�� ��ri�.+'�tor
�n� rhere are na it!ird-�art;+ �aPnrvfr.?arieg,
?.?3 lt]n �ause ��f Action A�ainst �n�is�cer.
CaniTactar, ��s s„h��ntrac�rs �rsd �[�uipment �:::� mater'Ia1S'�unpllCiS �i5 �Xle � RC.�'-YECT €�:' th�i�
S��,rAti�ef �ha1l t;yainr�;n r.� �ire�Z �,,,ai�inn �s�inst th� Eri��[►eer, NtS �rf�ce_r.� ��nnitYVtesr �11��
��hcon�acto�rs, �or �nv �!�im �eisin� �ut �f, �n ��nncction ��vi�h, [+r �s�lting �T�m the
�n�uin�erin� s��wic.es performeci. ���y 'the �ity will f�e the l�eneftcittry vf' any u*�dertaicing by
i�� �r,ein�r_ T��e �aresencs or duti�s c�f th� �n�ineer's persannel �3 ��c,n�t�l�tian s��e,
�i'i1G��'I�i � G"11-SItC f��rP,;�P.nTs�ti�F�� C?T Oit}leTWlS�� L�� f!�f P,??:c3 ��1� �Q]�lI1CC1' b'f 1{�i �a�r54I1::��
it± �.ny +w. �v rvsponsibfe fc+r thc�so s�uties th�t bafnng �a the �ity �ndlar ��1�� ��t�'s �+nstructian
�n�ctors u�* ��'her �ntiti�s, �ri�J ci� �ot rey;�v� l'�7e C�nglTliCttol3 CnntY'aCtOPB �1' �ny n��rh�r
Gt�ti1� O� Lhe�,ir ��7�]�rQtinn�5 �titi�ip�r an� r�gFnrscihifi�tir.9s 1f1C11lt�LR�, �'�i! il�I �li�!l�F.� XOs ���
tionstruction m}th�ds, �meaxys, t+��hniques, a�c(uences, sr�d pracadures Reacssary f�+r
c��,rr�inating and wor!'!pleting �R� ��ortions �f th� r�nstruct�ion �,�ur!; sn ���P�lance tivith th�
�Contract �aGuments and a�y �es�t#h o: �!�'ty �rr:r_.alltiCWnS [��u11'�[� L�Y SL�h vnn�t�ctia�n
�+ork. �"F►e IEn�ineer a�sad i�s ��rs�nr�el C'��v� nc� a+�f�+r,rity k� exercisc any �.�ntrol 4ver a.ny
�ncrr�,rtin�y �u^::rC[�* o�i L►t��t' L':7�9I�' l?:' t!::lf ��}]i0j�ees iri C4iln��rlori Wl*� thPir {�rofk �r
�ny hesith or s�fet�r precautions.
C?TY �'F fC':''I WL�RTi'1
JTANDAI{D CO:�::� �RiIC:TIQ� 4PF!'.IFTf'ATICIIV �SG�Ci Y�"� �NT�
IRevtscd 1 E12312tl2C
�f�;.cnxe f'r'f:yi^:� �rlt7�c�
��k'�!? {�lC;%nr2 ���r.�Jlh¢!'J
0o sz a3 - e
M1greernent
p��e d of 6
!N W iTN�SS �1V1E-�RSOF', City �nd � ontractor �ave ���rh eY��xted f�his ;�gteement tn l�e
4ffective �s t�f the d�t� s�kher_.r�1�Cd �y the C;itv's desi�ttatetl r�ssisCant �;±y Man�g�r �"�'.ffectiv�
Date "}.
l:.o!�traet[�r; � E°#i� ��.J[ �'�J �"�'1 � � � � � .
�y: �� +�,�
�� �_ � � -
�i�nature
�
r��tr �,� ,�S
(1Printed Name)
—�� -
T'�"�tlP
��e,� .��� ,
A�iciress
�r�� � ��� . �� ���r�f
e;��st �iz�p T
1 � �,��'� � �°
Dat�;
�+±� �� Fo!? �Il��rh
��-� 1�� '
, . � V„ 4��
T�s��►a F3ur�uhda{�'
,A,ssistan#, [yt� ]1+Tan8ger
,la,� '.:, s�.�J��
�ate , ,
A ��'„stt �1 � � _ _ � `.
r+� � f' + f � : r �' �r �}�, � .
,;_ ,...;=_=�--. —
I��anr� Gflodall, �ity ��crctary �.�� �
(5e�!)
Nl�C'; L L -178U 1_
L��te: o ��1121`2021
L��rm 1295 �o.. i'-(�� 1-793108
Car�traci ��T�vliance M�n���r;
]3y sign'rng, I�cknawlt�dge �h�t i am thc paPsan
r�pansible £or the s�nonitorin� and
�riminigtra$inr� ipf tI]iS CnI??!�Gt, t!�cluding
e�surin�, a3.1 peYformance �.nd reporlin�
reau�irernents.
Jrl�'!i)L ��-qYi..fAl', l7G
. .. W � a .
.suot� Taylor, P. E.
Pt��e�� li�an�g��r
/�}�prnve� t:s #� �'�rm �r.� Le�atity:
�
I�rn�gl�s VL'. ���Ck
�r. Assistant �ity ,��.rr�rn�y
��
�.
}�PPf�l7V{4l. ft�r'-�11ViMF:Ni]��:
�hi!5�'�n'n,rA ��urdr.r
-, .__._.6. ...�__. -.. '"
�hristapher Harder, P. E. �
Elipeetnr, 'Ui�$iSF L�narti�tBI�C � � ,
� �-
�ITY �F ��???�"WARTF3 }I, s.P+•r f�+•��ecr 1'u,r:. J
gTqlunp�+,r7 e_CyI�.N�C'f'R[ICTYnN :�P�CIFICAS'ION �,iQ�UNlEAfTS ��11.5'i'1'J J��Yii��l .��;?!�r{
fi.�yiREd � �Ii�2:SVGL
Bnnd #4fiBC5HP4390
40G] 13-1
PCRfQRMANCE �OND
Pagc i of 2
I
2
3
4
5
G
7
TIi� STAT� OF T�XAS
COUNTY OF TARRANT
8 T�78t We, Gza-Tex Utilities, [nc,
BECTION Op 6113
PERFQRMANCE BOND
�
§
§
KNOW ALL BY THESE PRESENTS:
9 "Princlpal" hOrQin 8nd HartFord Fixe Insurance Company
known as
a COC�l01'di6
1 o surety(sureties, if more than ane) duly auihoriaed to da b�tsiness in the 5kate of Texas, known as
11 "Surety" herein (whether ane or more), are held and firmly bound unto the City of Fort Worth, a
12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
Three Million E,ight Hundred Ninety $aur Thousand Three
� 3 5Ut11 Of, Hundred Seventeen Dollars and .42 tents Duilars
!4 �$ 3,aaa,3i�.az �, �awful money af the United Stakes, to be paid in �'ort Wqrth,
15 Tarrant County, Texas for the payment af which sum we11 and truly to be made, we bind
1G ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
17 firmly by these presenrs.
I S WHEREAS, the Pri�cipal has entered into a certain written contr�et with the Ciry
19 awarded the � day af ����Irll,r' _, 24� which Cantracs is f�ereby referred to and
20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment
21 labor and other accessories de�ned by law, in the prosecutivn of the Work, includir�g any Changa
22 Orders, as provided fnr in said Contract designated as Water & Sanitary Sewer Replaceme�t
23 Contract 2UQ3 STM-C, City Project No. 42213.
24 NOW, THEREFORE, the condition of tl�is dbligatian is such that if the s�id Principal
25 shall faithfully p�rfor�n it ob[igations undei• the Contract and shal� in all respects duly and
2b faithfully perfotm the Work, including Change Orders, under the Contract, acenrding to the plans,
27 specifications, and contract documents t�erein referred to, and as well during any period of
28 extension of the Contract tltiat may be grant�d on the part of the City, tl�en this obligation shall be
29 and beeome null and vo'sd, atllerwise to remain in Full force and effect.
30
31
PROVIDED P'URTH�It, that if any legal action be filed on this Bond, �enue shall lie in
7"arrant County, Texas or the United StaSes Distriet Court for ti�e Northern District ofTexas, Fort
32 Warth Division.
CITY OF k'OR7' WORTH W A�'EI� & SANl7ARY SEWGR RCPLACENiE�IT
STAN[IARD CONS'�RIJCTIAN SP�CIFfCAT10N WCUMENTS CON'1'RAC'i S&
Revised July 1, 201 I CiIY PRf)1EC1' N0. 01455
0661 13 -Z
PERFORiV�ANCE BOIVD
Page 2 of2
t This bond is made and executed in compliance with the pt•ovisio�s of Chapter 2253 ofthe
2 Tex.as Go�ernrnent Code, as amended, and all liabilities on this bond shall be determined in
3 accnrdance with the �Sra�isions of said statue.
4 IN WITNCSS WHEREOF, the Principal and the 5urety have SiGN�D and S�ALED
5 this instrument by duly authorized a�ents and officers an chis the �Z�d day af
6 November 24 21
� _
7
8
9
to
�i
12
13
14
is
1G
I7
LS
19
2D
Zt
22
23
24
2S
26
Z�
28
29
�fl
3�
32
33
34
35
36
37
38
39
40
41
42
43
44
45
ATTEST:
.+
�1 �,•-;= � ' - -��`.�_ .
(Principal) Secretary
ti 'i
� ' , ' �� _ �, � `1
Witness as to Principal
Witn ss as to rery
PitiNCIPAL:
Gra-Tcs Utilities, Tnc.
BY:��� � ��
Signature
i'�� ��1 S: /Ca�;,�...�, J:P.
Name and Titie
Address: P•o. sox 7ao
Adington, TX 76004
SUKETY:
Hartford Fire Insurance Company
BY:` 1 --
Signature
Rhonda Wells, Power of AtEorney
Name and Tit1e
Add�e55' ��Q �&�and Blvd., Suite 346
Arlington, TX 76015
TelephoneNumber: 817-471-1sio
*]�lote: lf signed by an officee of the Sureiy Company, ti�ere �nust be an file a certi�ed extract
from tlzE by-laws sliowin� that tliis person ltas autl�ority ta sign such obligation. If
Surety's ph�+sical adcfress is dif�erent from its mailing address, bath must be pro�idsd.
The date af the bond shall not be prior to the date the Gontract is awarded.
CITX �F fORT WORTFI WATER & SANIiAItY SCWCR REPLACEiNENT
5TANDAitD CONS'i'ItCfCT10N SPECIFIC/1"I'lON bQCUMENTS CONiKAC7 $8
Revised July I, 2A1 I C[7'Y PROlCCT N0. 01955
�� Y �' �� �� ����.�..�1 `� ��
L7irecf lnqufrlss/C(afms to:
TH� HARiFORD
BOI�d, 7-12
One Har[Ford p[aza
HartFord, Cpnnecticut �6155
BoncE.Claims fheh rtforH.com
cafl; 898-26&-3488 prfaX: 86fl�757.gg35
KNOV41 ALL PER30NS 8Y THESE PRES�I�T5 THAT: Agency Name. INSURI�A rN9 MANAGEMENT LYE'I'WORK
Agency Code: 46-51.U067 �
Q Harfford �'rre Insurance Company, a corpora�an duly organized under the laws of the State vf Conneaticut
0 Hariford Casr�alty Insurance Company, a corporation dufy orgaFnized under the laws of the State of Fnd�ana
0 HarEford Acc[dent and [ndemnity Company, a cor,poratlon duly orgsn�d tiuder the laws ofthe 5tate of Gonnecticut
� HartFord Llnderwriters Ensurance Cornpany, a corporadon duly organized undar the laws af khe Sfate of Connec[icu#
� 7win Gify Fire Insur�nce Comp�ny, a corpvration duly arganized under the faws vf ibe 5tate af Indiana
� FEartfordfnsuranceCampanyofllfino9s,aeorporatiandulyorganizedunderthelawsoftheStateofIilEnois
� Fiartford It7st�rance Cotrtpany of the Midwest, a corporat�on duly organized undcr fhe Iaws aFthe State oYIndiana
Q HartFord �nst[rance Gnmpany af the Sout�east, a aarporatioa duly organized under the laws oftbe Statc ofFlorida
inaving iheir home ofFice in Ffarfford, Connecf(cui, (hereinafter collectively referred to as the "Companies") do hereby meke, constitute and appoint,
up fo fhe amaunt af Un].i.ma.tad :
JIM H�t, ROG�Ft R�DUEN, RHONDA WELLS, RIT58�LL BaARD of AR.I,TNG`Y'ON, 'T`eKas
their tru� and fawful Atiarney(s)-in-Fact, each in iheir separate capac[ty if more than one is na�ted a�ove, ta sign its name as sureiy([es) only as
delineated above by �, and to execuEe, sea[ and acicno�vledge any and all bflnds, undertalcEngs, contrac6s and other wrif�en instrvmenYs in the
nature thereaf, on behaff of fhe Campanies in their husiness of guaranieeing the fide;liiy aE parso�s, guarantee�ng the performance nf contracts and
executing ar guaranteeing bonds and undertakings required or parmfited fn any acFions or proceedings aflowad by law,
In Witness Where�f, and as autharized by a Resolufior� of the Board of Directors of ti�e Com�an�es on May 6, 2015 ti�e Companies have �
caused these presents ta be signed by its 5enior Vles President and its corporafe seals to 6e �herefo af�ixed, duly attested by its Rssistant
Secretary, Futther, pursuant ta Res�]ufion of th� Board of [7ire�tors of the Companies, fhe Companies hereby unambiguously affirm that ihey are
and will he bo�nd by any mechar�ically applfed signatures app[i�d io this Power of Affarnay,
�yy.'i!ltjV` G�Y � �����51��rYrF� � �,tr� .y;��
,�1� '�f- Y '�
@f„o��;r .,`+ � ''r��S9d7�sif � �8�}� a +� ��l� L"Ya:4 t��
g n i
+w ,� !,�sarrd�tvs/ ,� ° rapAM} �`�' i9R 4 C�i�' tOF 4 i�'� n i�
� � � �'qk rriy`" "` }� � ;`� :''•� ��� , ��„D7fi
f 4 ��� ;s bu.� rk :rk� � '�a �li�o� �riul� � �
,inhn Gray, Asslstant Secretary
S7�ii� OF CONNECTICUT
Cbll Ef7Y OF H,4F#.7�0 Rp
� ss, Hariford
�
M. Ftoss Fisher, 5er�lar Vlce President
Dr� fhis 5ih day of January, 2018, bafors me persona[ly came M. Ross Fisher, to me lcnnwn, who befng �y me duly sworn, did depose and
say: ihat he resides in the Gounty o� �EartFord, Stafe of Cannecticut; that he is the 5enior Vice Presfdent af the Companies, Ehe corporafions
described in and wf�ich execu#ed the above instrument; ihat he icnaws the seals af the safd carporations; that fhe saa[s aff�ced ta ihe said
ins�rument are such corporate seals; �hat they were sa affixed i�y aafharify of ti�e 6oards of D9reetors of said cvrporations and that he signed his
name tf�areto Gy like autharity.
'��xT �
` - ���T ��� �y"��,'-�
.; �. �:
Kathleen T. Maynud
• . — Natary Pubtic
CERTIFfCRTE My Cammissioa Fa�pires Ju[y 31, 2021
I, #he undersigned, Asslstanfi Vice Presidenf af the Companies, �0 N�RESY CERTfFY that the aboUs and foregoing Es a true and correct
copy af the Power ofA�tomey executed by said C.ampanies, which !s sti[I in f�tlE force efFective as of �a�/ ��,.�.,_,,�-� ��.,(
Signed end saaled at the City of Ha�€ord.
����ki ,S t+ *a,`=i•'�•`,+�. ` � 'a'�
�r� "' � ol�4Ses7�� a �4�!'" �a�'°'�� !a�"""��i �
ir �isi�' � .� � *� '�°`s�rehl5 �„ � �ERiiR=' ''i's�Lf.�`' ��� ,(D7� �` � �� �9i$
� * s .�,1`t�� qy . iy..,; r� � � t,, ..„. .� ��+.��
���..r 'eea� rR r 3�� • A'.�«ryo 4 ����t�. �: .
/� -�'/Lvv
Ke��n Heekman, Assfstant Uce Prasident
P4A3016
Bond #4bBC5HP4390
0061 f4-1
PAYh1ENT RONb
Pngc I of2
�
2
3
4
S
6
7
THE STATE OF TEXAS
COUN'�Y OF TARRANT
s�cT�orr oa 6i ia
PAYMENT BOND
§
§
§
8 'fhat we, Gra-Tex Utilities, Tnc.
known as
Hartford Fire Insurance Company
9 "Principal" herein, and � a
10 cnrporate surety {sureties), duly authorized to do business in tlte State of Texas, known as
I 1 "Surety" herein (whether one �r �nore), are held and firtnly hound unto the City of Fart Worth, a
!2 municipal corporation created pursu nt to #h, e laws nf the State a�Texas, knqwn as " tty" herein,
'I'�ee Million Eight Hundred Ninety Pour Thousan�Three
13 �C1 til� penal 5U[ll 0� H�p r. Seve n Dollars and .42 r.ents D0��8I'S
14 �� 3,894,317.42 , lawiul money of the United States, to be paid in Fort Worth,.
IS Tarran# County, Texas, for the payment of which sum well and truiy be made, we bind oursei�es,
16 our heirs, executors, adrninistrators, successars and assigns, jaintly and severally, firmly by these
i7
�s
19
ao
21
22
23
24
presents:
WIiEREAS, Principal has entered into a certain written Cantract with City, awarded the
1� day aF QC�p �jpY , 20 �+ , which Contract is hereby referred to and
[nade a part hereof for all purposes as if fully set forth herein, to furnish ail rnaterials, equipment,
labor and o#her accessories as detined by law, in ttse prosecution of the Work as provided for in
said Contract and designated as Water & Sanitary Sewer Replacement Cantract 2003 STM-C,
City Profect No. 022I3.
NOW, THEREFORC, THE CONDITION OF THIS OBLIG�4TiON is such that if
25 Principal shall pay alf monies owing to any (and all) payment bond benefsciary (as d�fined in
2b Chapter 2253 of the Texas Government Code, as amended} ir� the �rosecution of the Work under
27 the Cantract, then tF�is obligation shall be and become null and void; other►vise to remain in full
28 force and effect.
z�
30
31
32
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Gavernment Code, as ainended, and all liabilities on this bond shall be detertnined in
accordance witli the pravisions nFsaid statute.
KNOW ALL BY THESE �'RESENTS:
CI't'Y QF FORi VVORTFI WATER & SANiTARY SEW�R ItEPLACEivI&NT
STANDARD CONSTRUCTION SPI:CIrICAT10N DOCUM�iVTS CONTRACT 88
Revised luly !, 2011 CITY hROl�CT Nb. 01955
aabi �a-2
PAYMENT ROND
Pa� 2 af2
1 IN WITfVESS WHEREOF, the Principal and Surety iiave each SIGNED and SEALED
2 this instrwnent by duly authorized agents and afficers on this the 2�n� day of
3 Nove�nber 24 21
,
4
PRINCIPAL:
Gra-Teae Utilities, Inc.
ATT�ST: BY: f'/I���/� d �� �--�
Signature
i i��, /
� .{ 1 � r� lf�._ ^ ���«i�iis � _
(Principal} Secretary
� 1 v 9�]l��_'�t _� s �y-' '-'�`_ _
Witness as to Principal
/? ,�
�l' ��'�� �S . ���C�.�.r-.�/•
Name and Title
Address: P•o• �Q� 7oa
Arlin�tan, TX 76Qp4
SURETY:
Hartford Fire Insurance Com an
AT"i`EST: BY:' � �1.� � '
Signature
Rhonda Wells, Power-of-Attorney
(Sucety) Secretary
G /� j'
Wi ness o urety
5
G
7
8
4
IO
m
12
Name and Title
Adciress; �Q� Highland Blvd., Suite 34�
Arlin�ton, Tx 76015
Teiephone Number: 8��-`��1-181Q
Note: If signed by an officer of fil�e Surety, there must be on file a Certified extract from the
bylaws showin�, that this person has authority to sign such ob�igation. If Surety's phys4c�f
address is different from iks mailing address, both rnust be provided.
The date of the bond s�tall not be prior to the date the Contract is awarded.
END OF SECTION
CI7"Y OP FORT WflRTFI WATER 8c SANiTARY SEWER REPLACEMENT
STANDARDC�hlSTRUCTION SPCC[E�fCATION DOCUMENTS CONTRACT88
Rcvised July l, 201 I C1TY PitOIECE NO.O1955
Bond #46B�CSHP4390
0061 i4- I
iuIAIN'fENANCE BQND
Pugc i af 3
�
2
3
4
5
6
7
xHE STATE OF TEXAS
COUNTY OF TARItANT
sECTYON oo �i 1�
MAINi'ENANCE SOND
§
§ KNOW ALL BY THESE PRESENTS:
�
Gra-Tex Utilities, Inc.
a That wc
Hartford Fire Insurance Company'
9 '`Principa!" herein and
l0
11
12
13
14
15
16
17
k110WI1 AS
a corparate surety
(sureties, if more tiian o�te) duly authorized to da business in the Stace of Texas, known as
"Surety" herein (whether ane or more}, are held and firmly bound unto the City of Fort Worth, a
municipal corporation created pursuant to the faws of fihe State af Texas, knawn as "City" h�rein,
'Three Million Eight Hundred Ninety Fnur Tho�sand Three
ln t�1e 5u1t1 Of u,,.,�rP� cP��n�Pn IInllars fira d7 ran4c Dollars
���3,894,317.42 _�� �awful money of khe lJnited States, to be paid in Fort Worth,
Tarrant County, Texas, far payment of which sum well and truly be macte unto the City and its
successors, we bind oursel�es, nur heirs, executars, administrators, successors and assigns, jointIy
and severally, firmly by these prese�ts.
18
l9 WHE�tEA5, the Arincipal has entered into a certain writtea� cantract with the City awarded
2D the� day of �� �'��I►�(�Y , 20�,, whiah Contract is hereby
21 referred to and a made part hereof for aii purposes as if fully set forth herefn, to furnish all
22 materials, equipment labor and ather accessaries as defined by law, in the prosecution aFthe
23 Wark, including any Work resultErag from a duly authorized Change Order (cnl�ecti�ely herei�,
24 the "Work") as prov'sded for i� said contract and designated as Water & 5anitary Sewer
25
�
z�
Replacement Cantract 2003 STM-C, C.ity Pro}ect No. 02213; and
WHEREAS, Arincipal b9nds 9tselfto use s�ch materials and to so canstruct the Work in
28 accordance with the plans, specifcations and Contract Documsnts that the Work is and will
29 remain free from defects in materials or workmanship far and duri�g the period of two (2) years
30 after the date of Final Acceptance of the Wark hy the City ("Maintenance Period"); and
31
32 WHEREAS, Principai b�nds it$elf to repair or recanstruct the Work in whale or in part
33 upon receiving notice froin the City of tlie need tl�erefar at any time within the Maintenance
34 Periad.
CITY pF fpRT WOItTH WATER 8c SANITARY SEWER ItEPI.ACEI►�I�N1'
S7'AI�pARD CONSTRUCT[Oi� SE�CCIFICATION DOCUM�NTS CONTRACT86
RevisedJuly I. 201 f CITY PItOJECT NO. 01455
U�61 19-2
MAINTL'•lVANCG BQN�
I'agc 2 af 3
I
2
3
4
s
G
7
8
9
1Q
II
iz
13
14
1S
16
17
18
14
20
NOW THEREFORE, th� condition af this ab�igation is such that if Principaf shall
rernedy any defeetive Work, for which timely natice was provided by City, to a completian
satisfactory to the City, then this o6ligation sha11 become nuil and void; othen.vise to remain in
full fotce and effect.
1'RQVIDCD, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed d�fective Work, it is agreed that the �ity may cause any and all such defective Wark to
ba repaired and/or reconstructed with all associated casts thereof being barne by the Principal and
the Surety under this Maintenance bond; and
PRO'VIDED �'�TRTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarra.nt County, Texas or the United States District Court far the Northern District of Texas, Fort
WorCh Division; and
PROVIDED FURTHER, that tt�is o6ligafton shall be continuous in nature and
suecessive recoveries may be Mad hereon far successive breaches.
CITY OF I�OIi'1' WUR'i'E1
5TA]VOARA CONS"fRUCTfd]+f 5PECIFICA'f[OiY DOCIIMf.•NTS
Reviscd luly I. 20 i I
WATER & SANITARY S�WER RGnLACEMEN'f
CONTRACi86
CITY PROJECI'N0.01955
OQ6119-7
TvlAfhfi'ENANCE BOND
Page l of 3
I IN WITNESS Vi►H�REOF, the Principal and the 5urety have each SlGNED and SEALED this
2 instrument by duly authorized agents and affcers on th9s the 2��d day of
3 November 2� Z1
�
S
G
7
8
9
10
I1
�2
i3
14
15
1G
17
��
19
Za
21
22
23
2�4
25
26
27
28
29
30
3l
32
33
34
35
36
ATTE5i: r�
�r ' ry i�
(Principa ) Secretary
�� '�� �� �''� �, ,�
Witness as ta Principal
ATTES"C:
(5urety} Secr tary
�i / ` S
Wime s as to S rety
P[�1N�PA�:
ra- ex tilikies, Inc.
�
BY: �� �' � , ��
Signature
�,�,>/ ,� `� ��%
.��� w-F^
Name and Title
Address: P� �� ��� ��a
Ar ington,
SURE"FY:
Hartford Rire Insurance Com an
BY: �-�
3ignature
Rhonda Wells, Fower-of-Attorney
Name and Title
Address: �a� Higt�lander Blvd. Ste 34D
r rngtan,
817-471-1810
Telephone Numbcr:
37 *Note: If signed by an afficer of the Surety Company, there must be on file a certifisd extract
38 from the by-laws showing that this person has authority to sig� such obligation. If
39 Surety's physical address is different from its mailing address, bath must be pro�ided.
40 The date af the bond shall not be prior to the date the Cantract is awarded.
4i
CCfY OI� r01�T WORTFi WATER & SANITARY SEWER REPLACEMGN7
STAI�DARD CONSiRUCTION SPECIFiCATION QOCUMENTS CONTRACT 88
Rcviscd July L Z011 CiTY PRO�ECT NiO. �f955
( �' ,i- , �� �, �' , �',• 1
! ; �� ,
, ; 4',
1Jirecf lnquiries/Cfafms fo:
7H� HARTFO[ip
son�ti, r-� z
One Hart€ord Plaza
Hartfo�d, Conneaticut46i5�
Bont[.ClaEms ihehartFord.cam
Ga1f: 888-286-3488 orfa�c; 96p-757�5835
KhlOW ALL PERSDNS BY 7H�S� FR�SEN75 i"HAT: Agency �Eame: INSLTRTCA II3S MA1�iAGEMENT 1VETWORK
_ _ _ __ Agency Cade: 46-5I0057 �
— � -
.��.�
0 HartFord Fire Insurance Cornpany, a cor�nra�ion duly organized under the laws ofthe Stata of Connecticut
� HartfordGasualtylnsuraneeCampany,acorporationduIydrganizeduudarthelawsofthe5taieafIndiana
� FiartFard Accide�t and I ndemnity Company, a corporafian duly organized under the laws o£the Stata of Counecticut
� FEartford Ut7derwriters insuCance Comp�rly, � corporadon duly organized under the laws ofthe State of Co�cnectisuE
Q Twin Clty Fire Insuranee Campany, a carparation d�ly o-rganized under the laws of the State of Indiana
0 HarEtord f nsurance Co[npany of Illinois, a cnEporation duly arganized under the laws ofthe State of l�lino9s
0 Harttford Insurance Ga[npany of ihe NEidwest, a corporatian duly organized vnder the lavvs of the State af Indiana
� Hartford Insurance Gompany of the Southeast, a ckrporatlp�c duly arganized under the laws of the State of EEorida
having their hame office in Har[ford, Connecticut, (h�reinaffer col[ecfiveiy referred to as the "Cor�pantes") do hereby make, consfituie and appa3nt,
up to fhe amount of 'Unlimited :
JIM SARR, ROGER REDDEPi, RHO�iQA wELLS, RU58E�,L BdARD of .�kRI,�NGTONr Texas
iheir true and �awfu! A#tomey(s)-in-Fact, each in titeir separate capaciEy if mare than one is named above, to sign its �ame as surety(les) o�Ey as
de�ineafed above by �, and to execuie, seal and acknowfedge any and aEl bonds, underfakings, cor�fracts and other v4rri#fan lnstrumenEs [R the
nafure fhereof, an �ehalf of i�e Campanies ir[ thefr 6�sir�ess of guaranteeing Ehe fidelity of persons, guaranteeing tha perFvrmance oP eantracts and
executi�g or guaran#eefng bonds a�d undertakf�gs required or perm[tted In any actions or p�viceedings allawed by ]aw,
�n Witness Whereof, and as authorized By a Resalution of the Board of Directars of the Companies on N�ay 6, 24�5 the Companies have
caused these presants to �e signed 6y its 5enior Vic� President end its corporate se�ls to be •herafa afflxed, dufy atiested dy 1#s Assistant
Secretary. Further, pursuant to Resalut�on oP fhe Board of Directors of the Companies, �he Campanies hereby unambiguously affirm fhaf fhey are
and wflf be 6ound by any m�;chanicalfy applisd signatures appiied to this Power of At#orney.
��}'IT7Yt'v . 7pPits°�' t! }�tit�s r �*ir .
aY' � "''•.'%I. �i �a� .�"`"i���
p� r� �R?��Utirliui�s f s���iz � a fs+��-'+ ��
�� 4+�� � � �� ISS7�p � f� y � {�. * - s +� i '�:�_ �
�,�qy� � �`.. +`'ic�rihl�J1.` � �+e�NbiM �+.#�"a: f��F '�S� �� 7 8 ?�- . � �979
i' 4 e�k.��{e �,yw.�• '�iy�F i°kr�;� � �`'�a'i�at4+y ������
4F t7yw,., �
��Z.
Jahn Gray, Asslsfant Secretary
STATE OF COMt��CTICEJ�'
CQIJNTY OF HARTF4RD
� �5. Ha�Ifarcf
�
M. �toss Fisher, Ser�iarVlce president
On th€s 5th day af Jan�ary, 201 S, before me persanally came M, Ross Fisher, ta me known, wha heing by me duiy swarn, d9d depose and
say: t�af he resides fn the Couniy of �iarfford, Stafe of Conneck€cui; that he is the 5enior Vins PresideRi of t�s Gompanies, the carpor�tions
descri�ed �rt and which axecutad fhe a6ove instrttment; that he knaws the sea[s of t�e sa[d corporations; tFiat the s�als affixed to the said
instrument are s�ch corporate seals; ihat they wera sa affixed by au#horify of the Boards pf directors of said car�orafions and that he signed his
name there#o by I[ke aufF�orlty.
• � ar a�,.
�� '� � 1
s� �� ° '�c��y�.,� !l icu,�cY..t.�
� �u,yft' �. � v
ifathleen T, MaynazH
• . Nokary Public
CEF2TiF[CRTE My Ctimmissioq Expices 7uly 31, 202!
f, the undersigned, Assfstanf Vice President af the Companfes, �O HEREBY CERT[FY #hat the above and foregoing is a true and correci
copy of tha Power ofAttorney execuied f�y said Cam�anies, whPch Ps stllE in fu11 force efFectfve as of �..-a�/ ���� �p a,(
Signed and se�led at #he City of Harfford.
a�� � �a�r � x�,',crsti+f ���'"'ir,. �K"+y.
r w ° �a�r�ufGS� s�4�Bi" �4� e'?]� 4e���s
� �.o � i Y66'! �� r f����a e �- f
.yf�� RtpLi � }� •'�� . { !`°asvet��v�Iy � rtyl�lt� �:t ��`��m�e } lD 4 fra �2 79i4
'�M • ' i�s� �r •+ '"f„4^ r.��i�' �' i„�'a';"..w .$ '��� f
t �'h.p,.•srtq +eesa� r,� �� s � �., ��una hnu�' �.y
/y -�v Lvv
Kev n Heckman, Assistant Vice Pres[deni
POA3018
STAl�DARD GENERAL CONDITIONS
OF THE COI��TRUCTZO�T CQl�TRACT
cri�v or ron•r wor��
STANDARI7 CONSTfZLICT[ON SP�CIrCA1'[ON DOCUN]L:NTS
Revisian: Dac�nl�er2l, 2012
STANDARD GENERAL CONDITIONS OF THE
CONSTR�[.�CTION CONTRACT
TABLE UF CONTENTS
Page
Article 1 —Definitions and Terminology ..........................................................................................................1
1.0 S Defined Terms ...............................................................................................................................1
1.02 Ter�ninolQgy ..................................................................................................................................6
Arkicle2--- Preliminar}+ Matkers ......................................................................................................................... 7
2.01 Copies of Documents ....................................................................................................................7
2.02 Carninencement of Contract Time; Notice ta Proceed ................................................................ 7
2.D3 Sta�tingthe V�orlc ..........................................................................................................................8
2.04 Before Starting Construction .......................................................................
2.Q5 Preconstruction Conference .........................................................................
2.06 PublicMeeting .............................................................................................
2.07 Initia! Acceptanc� of Schedu.les ...................................................................
................................ $
................................ S
................................ 8
................................ S
Article 3— Contract Docun:�ents: Intent, Amending, Reuse ............................................................................ 8
3 .O 1 Intent .............................................................................................................................................. 8
3.Q2 Reference Standards ......................................................................................................................9
3.03 Reporting and Resolving Diserepancies .......................................................................................9
3.04 Amending and Supplementing Contract Documents .................................................................10
3.05 Reuse of Docum�nts ...................................................................................................................1 �
3.QG Electronic Data ............................................................................................................................11
Article 4— Avai�ability of Lands; Subsurface and Physical Conditions, Hazardous Environmental
Canditions; Reference Points ...........................................................................................................11
4.01 Availability of Lands ..................................................................................................................11
4.02 Subsurface and Physical Conditinns ..........................................................................................12
4.03 Differing Subsurface or Physical Conditions .............................................................................12
4.04 Underground Facilities ...............................................•--...................................,.........................13
�.05 Reference Points .........................................................................................................................14
4.Q6 Hazardous Environmental Condition at Site ..............................................................................14
Article5 --Bonds and Tnsuranc� .....................................................................................................................16
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 Perfol'mance, Payinent, ai3d Maintenance Bonds ....................................................................... lb
S.fl3 Certi�cates of Insurance .............................................................................................................16
5.04 Contractor's Insurance ................................................................................................................18
5.05 Aceeptance of Bonds and Insurance; Option to Replace ...........................................................19
Artiele 6 — Contraetor's Responsibil�ties ..................................................................................................�----.19
b.01 Supervision and Superintendence ...............................................................................................19
crry or roR�r waR-rH
STANTJARA CaNSTRLJCTI[7N SPECIFCATION DOCUMENTS
Reuisian: Daeemk�er21, 2D l2
6.02
6.Q3
&.04
6.05
6A6
6.07
6.08
G.09
6.10
6.11
b.12
6.13
6.14
6.I5
6.16
6.17
6.18
6.19
s.z�o
6.21
6.22
6.23
6.Z4
Labo�; Working Hours ................................................................................................................20
Services, Materials, and Equipment ...........................................................................................20
ProjectSchedule ..........................................................................................................................21
Substitutesand "Or-Equals" .......................................................................................................21
Concerning Subconh-actors, Suppliers, and Others ....................................................................2�4
WageRates ..................................................................................................................................25
PatenkFees and Royalties ........................................................................................................... 26
Pennitsand Utilities .................................................................................................................... 27
Lawsand Regulations .................................................................................................................27
Taxes...........................................................................................................................................28
iJse of Site and Other Areas ....................................................................................................... Z8
RecordDocU.inents ......................................................................................................................29
Safetyand Protection ..................................................................................................................29
SafetyRepresenfative ..................................................................................................................30
Hazard Coirununication Programs ............................................................................................. 30
Einergencies and/or Rectificatian ............................................................................................... 3d
Submittals .................................................................. .................................................................. 31
Continuingthe Wark ................................................................................................................... 32
CantractQr's GeneraI Warranty and Guarantee ..........................................................................32
Indemnification......................................................................................................................... 33
Delegation of Professional Design Services ..............................................................................34
Rightto Audit .............................................................................................................................. 34
Nondiscriminatian............................................................................... ................................. ....... 3 5
Article7- Other Work at the Site ...................................................................................................................35
7.01 Related Work at Site ...................................................................................................................35
7.02 Coordination ................................................................................................................................36
Article$ - City's Re�ponsibilities ................................................................................................................... 36
8.01 Cammurucations to Contractor ...................................................................................................36
8.02 Furr�ish Data .............................................................................................................................._. 36
8.03 Pay When Due ............................................................................................................................36
8.04 Lands and Easements; Reports and Tests ...................................................................................36
S.OS Change Orders .............................................................................................................................36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations an City's Responsibilities ....................................................................................... 37
8.08 Undisclosed Hazardous Environineiltal Condition ....................................................................37
8.09 Coznpliance with Safety Pragram ............................................................................................... 37
Article 9- City°s Observation Status Durir�g Construction ...........................................................................37
9.01 City's Project Representative .....................................................................................................37
9.02 Visi#s to Site ................................................................................................................................37
9.03 Authorized Variations in Work ..................................................................................................38
9.04 Rejecting Defective Worl� ..........................................................................................................38
9.05 Determinations for Work Yerformed ..........................................................................................38
9.06 Decisions on Requiremea�ts af Cont�•act Documents and Acceptability of Work .....................38
CI'I'Y OF FORT WORTI-[
S"T'ANDARD CONSTRIJC'I�iQN SP�CIFCATIOFY DOCUFVIE�ITS
Revisia�i' Deeem6er21, 2012
Article 10 - Changes in the Work; Claims; Exn-a Work ................................................................................ 38
10.01 Authorized Changes in the Wark ...............................................................................................38
10.02 Unautl�orized Changes in the Worlc ...........................................................................................39
10.Q3 Execution of Change Orders .......................................................................................................39
IQ.04 Extra Work .................��----.........................,.................................................................................39
lO.OS Natification to Surety ..................................................................................................................39
10.06 Contract Ciaims Process ,.-� .........................................................................................................40
Ai�tiele l I-Cost afthe Work; Allnwances; Unit Price Wark; Plans Quantity Measureiment ......................�1
11.01 Cost of the Worlc .........................................................................................................................41
11.02 Allowances .....................................................................••----�..,...................................................43
I1.03 UnitPriceWork ..........................................................................................................................44
11.04 Plans Quantiky Measurement ......................................................................................................45
Article 12 - Change of Contract Pt•ice; Cha�ige of Contract Time .................................................................46
i2.01 ChangeofContractPri�e ............................................................................................................46
12.02 Ghang� of Contract Time ............................................................................................................47
12.03 Delays ..........................................................................................................................................47
�1.rtic�e 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective WorEc ......................48
l3.01 Notice of Defects ........................................................................................................................48
13.02 Access ta Work ...........................................................................................................................48
13.03 Tests and lnspections ..................................................................................................................48
13.04 Uncovering Work ........................................................................................................................ �9
13.05 City May Stop the Wark .............................................................................................................49
13.06 Carrection or Remo�+al nf Defectiv� Work ................................................................................ 50
13.fl7 Correction Period ........................................................................................................................50
13.08 Acceptance ofDefective Work ...................................................................................................51
I3.09 City May Correct Defeetive Work ............................................................................................. 51
Article 14 -Payments to Contractor and Completion ....................................................................................52
14.01 Schedule of Values ...................................................................................................................... 52
14.02 Progress Payments ...................................................................................................................... S2
14.Q3 Contractor's Warr�nty of Title ................................................................................................... 54
14.04 Partial Utilization ........................................................................................................................55
1A�.OS FinalInspection ...........................................................................................................................�5
14.06 Final Acceptance .........................................................................................................................55
I4.07 Final Payment .............................................................................................................................. 56.
14.08 Pinal Cnmpletion Delayed and I'artial Retainage Release ........................................................ 56
I4.Q9 Waiver af Claims ..................................................................................................•----................. 57
A�ticle 1�- Suspension of Wark and Terjnination .............................•..........................................................57
15,01 City May Susp�nd Work. ................_....................................................................,......................57
15.02 City May Terminate for Caus� ...................................................................................................5$
15.03 City May Terminate For Convenience ........................ .. 60
Artic�e lb -Dispute Resolution ......................................................................................................................bl
16.01 Methods and Procedures ............................................................................................................. 61
CITY OF FORT WOATH
S'PA�TDARD CONSTRUCTION SP£C[FCATION DOCUMENTS
Revisip�r Decem6er2l, 2012
Artie.le 17 — Miscellaneous .......................................................................................
17.01 Giving Notice .......................................................................................
17.02 Co�nputatioil of Times .........................................................................
17.03 Cun�ulative Remedies ..........................................................................
17A4 Survival ofObligations ........................................................................
17.05 Headings ...............................................................................................
...................................... 62
,.. .................................... 62
...................................... 62
, ...................................... 62
....................................... 63
....................................... 63
C1TY OF FpRT WORTE-I
STFINDARD Ca�ISTRU.CTION SPECIPCATIdN DdCUM�N"CS
Revisinj�: Deceml�er21, 2612
uo �z ao - i
Genera] Cnnditio�3s
Page 1 nf 63
ARTIC;LE 1— DEFINITIONS AND TERMINOLOGY
1.01 De�ned Terms
A. Where�er used in tliese General Conriitions or in otlie�• Contract Doeuments, the ierms Listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting genc�er shall include the mascu�ine, fe�ninine and netrter. Said terms are
generaliy capitalized ar written in italics, but not always. When used in a co�zfext consistent with
the definition of a listed-defiiled terin, the terin sl�al! llave a meaning as defi�led b�low whether
capitalized or italicized o�• otherwise. In addition to terms specifically defined, teri�ns wit1� ia7itial
capital letters in the Cantract Doeuments include refer�nces ta identified arkicles and par•agi•a�hs,
and the titles of other dacuments or forms.
1. Addenda—Written or graphic ins�uments issued priar to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Doct�ments.
2. Agreement—The written. instrument wl�ich is evidenc� of the agreement between City and
Contractor covering the Worlc.
3. Application for Payment—The fonn accept�.hle to City wl�ich is to be used by Cdntractor
during the course of the Wark in requesting progress or final payments and which is to be
acca�npanied by such supporting documentation as is rec�uired hy the Contract Docuinents.
4. Asbestas Any material that eontains more than ona percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the ZJnited
Sta�es Occupational Safety and Health Administration.
5. Award — Authorizatiori by the City Council for the City to enter into an Agree�nent.
6. 13id—The affer oi• proposal of a Bidder submitted on the prescribed forin setting fo�fih the
priees for the Worlt to be performed.
7. Bidder—The indi�idual or entity who submits a B'rd directly to City.
S. Bidding Documents—The Bidding Requiretx�ents and the proposed Contract DQcuinents
(including all Addenda}.
9. Biddmg Requiremsnts—The advei�isement or Invitatian to Bid, Instructians to Bidders, Bid
security of a�ceptable form, if any, and the Bid Form with any supplements.
10. Business Day — A business day is defined as a day that the City conducts norinal business,
geilerally Monday thro�igh Priday, except for federal nr state holidays observed by the City.
l 1. Buzzsaw — City's on-line, electronic document inanagen�ent and collabo�alion systei�.
12. Calendai Day — A day consisting of 24 hot�rs ineastired fron� m�d�iight to the next midnib4lt.
CITY OF FORT WORTI [
STAiV17ARD COIV5TRi1CT10N SPECIFCATIOtV DOCUMENTS
Revisic�n: Dec�nber2l, 2012
0072fl0-t
General Conditious
Page 2 of G3
13. Change O�de�—A doeument, which is pcepared and approved by th�e City, which is signed
by Cantractor and City and authorizes an addition, deletion, o.r revisian in the Worlc o�• an
adjusfiment ii� the Contract Priee or the Contract Time, issued on or after the Effective Date
of the Ag�•eement.
14. City— The City of Fort Worth, Texas, a home-rule �nui�icipal corg�oratio��, authorized and
chartered under the Texas State Statt�tes, acting by its governing body tl�rough its City
Manager, his designee, or agents authorized under his behalf, each of whieh is required by
Cnatter to perfori� specific duties with responsibility for �inal enforce�nent of the contracts
involving the City of ro�t Warth is by Charter vested in the Cit� Manage�• and is the entity
with whom Confractor has entered into the Agr•eement and for whom the Work is to be
performed.
15. City Attor�ey — The officially appointed City Attorney of the City of Fo��t Waith, Texas, or
his duly authorized representati�e.
16. City Council - The duly elected and qualified go�erniilg body of the Cit� of �art Worth,
Te�as.
17. City Marrager — The officially appoinied and authorized City Manager of the City of �`ort
Worth, Texas, or his duly autharized representative.
1$. Co�tract Claim A demand or assertion by City or Contractor seeking an adjust�nent of
Cailtract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A d�mai�d for money or services by a third pariy is nat a Cantract C�aii�.
19. Contracf—Tkie entire'and integrated written document beLvveen the City and Contractor
cancerning the Work. The Contract contains the Agreexnent and al1 Contract DocLiments and
supe.rsedes prior negotiations, representatians, ar agreements, whether written ar oral.
20. Can�ract Documents—Those items so designated i�� tlle Agree�nent All items jisted in the
Agreeinent a�•e Contract Documents. Approved Submittals, other Contracta�• submitfials, and
the re�arts and drawings af subsurface and physical conditions are not Contract Documents.
21. Contract Price--The rnoneys payable by Ci#y to Contractor for completion of the Work in
aecordance with the Contract Dacuments as stated in the Agi-eeineni {subject to tlae
provisinns of Parag�-aph 11.03 in t1Ze case of Unit Price Work).
22. Co�rtract Time The nuanber of days or th� dates stated in the Agxeement ta: (i) achieve
Milestones, if any and (ii) complete the WorIc so that it is ready for Final Acceptance.
23. Contracto�^- The irldividual or entity with wliam City has entered into the Agreemer�t.
24. Cost of t�re Wo�k—See Paragraph l 1.(}1 ofthese General Conditions for de�nition.
ci� o� �orc��� wonTx
STANDARD CONSTRl1CTIaN SPECIFCATIO[�I DOCUMENTS
Revisian: Ikcen�ber21, 2012
Q472QD-1
G.eneral Cnnditinns
Page 3 of 63
25. �arnage Clain�s — A den�and fnr inaney ot ser�vices a�•ising fi•om the Praj�ct or Site fi�oin a
tliird pai�ty, City or Contractoi• exclusive af a Contra�t Claian.
2b. Day ar day — A day, unless otherwise defined, shall mean a Calendar Day.
27. Dire.ctor of Avic�tior� — The officially appointed Director of the Aviation Department oF the
City of Fo��t Warth, Texas, or his duly appointetl representative, assistant, or agents.
2$. Director of Pa1^ks and Canamunity Ser°vices — The officially appointed Directo�• of the Parlcs
and Convnunity Se��vices De�artment ofthe City oFFort Wo��tl�, Texas, or his duly appointed
representative, assistant, or agents.
29. DirectoY of Plannang and Development — The officrally appointed Director of the �lanning
and Development Department of the City of Fort Warth, Texas, or his duly appoinied
representative, assistani, or agents.
30. Director of Transportr�tion Pu.blic Yijorks — The of�cially appointed Director of the
Trarisportation PubIic Warks Deparhraent of the City of Port Worth, Texas, ar his duly
ap�ointed representative, assistant, ar agents.
31. Director of YYater Department — The off cially appointed Director of the Water Depai�tment
of the City of �ort Worth, Texas, or his duly appointed representative, assistant, ar agents.
32, Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scape, extent, and character of the Wark to be per�ormed by
Contractor. Submittals are not Drawings as sa defined.
33. Effective Date of the Agreement—The date indicated in the Agreement an which it becoines
effective, but if no such date is indicated, it means tl�e date on which the A�reement is signed
and deli�ered by the last of the two parties to sign and dejiver.
34. Er�gineer—The lic�nsed professianal engineer or e�gineering �ir�n registered in the State oi
Texas perfortning professional services for the Cit�r.
35. Extra YYork — Addifiional �uarlc made necessary by changes or alterations of the Gontract
Docu�nents or of quantities or for othe�• x•easons fai� which no pt•ices are provided in the
Coniract Dacu�nents. Extra worlc shall be part ofthe Worlc.
36. Field Order — A written order issued by City which requires changes in the Wo.�•k but which
does not involve a change in tl�e Contract Price, Contract Tinle, or the intent of the Engineei•.
Field Qrders are paid fi'oin Field Order Allowances incorporatec� inio the Co��tract by fund�d
work type at the time af award.
37. Fanrxl Acceptartce — The written notice given by the City to the Contractaa' that the Worlc
specified in the Conti-act Documents has been cot��pleted to the safiisfaction of the City.
erry oF roRT worzTH
STANDARD CONSTRUCTION 5PECIFCATIbN DOCUMENTS
Itevision: DecemUer21, 2Q12
DO 72 00 - 1
General Conditions
I'age 4 of G3
38, �'inal Inspectivrr — Inspection carried out by the City to ve�•ify that the Contractor ltias
completed the Work, and each and every part or appua-tenance thereof, fully, erltirely, and in
confoj-�nance with the Contract DOcuments.
39. Ge�ter^al Requirem.ents Sectians of Division 1 of the Cantract Documents.
40. Haaa�dous E�avi�nnnaental Condition—Tl1e presence at the Site of Asbestos, PCBs,
Petroleun�, Hazardous Waste, Radioactive Material, or other n�aterials in such quantities or
circumstances that may present a substantial danger to persons or pi•opei-ty ex�osed tnereto.
41. Haza�^dous Waste—Hazarcious waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the fedeial waste regul�tions,
as amended from time to time.
42. Laws c�nd Regulations--Any and all applicable laws, rtiles, regulations, ordinances, codes,
and orders of any and all governrn.ental bodies, agencies, authorities, and courts having
jurisdiction.
43. Lierrs—Charges, security interests, or eneu�nbrances upon Praject funds, real property, or
persona� property.
4�. Majar fter�a — An Item af vvorlc included in the Cantract Dacuments that has a total cost equal
to ar greater than 5% of tItie original Contract Price ar$25,400 whichever is less.
45. Milestone A principal event specifed in the Contract Documents relating to an intermediate
Coniract Time prior to Final Acceptance of the Work.
46. Nolice of Award The written notice by City to the Successful Bidder stating �hat upon
timely campliance by the Successful Bidder with tlte conditions precetient listed therein, City
will s.ign and deliver the Agreement.
A�7. Notice la Proceed—A written notice given by City to Cantraetor fixirig the date an which the
Contract Time will caanrnence to run and on which Contractor shall start to perfoi:m the
Worlc specified in Contract Dacuinents.
48. PCI3s—Palychlorinated biphenyls.
49. �etroleum Petraleum, including crude ail or any fraction thereof which is fiquid at standard
conditions of temperature and pressure (60 d.e�-ees Falv�enhe.it and 14.7 pounds per square
inch absolute), such as oil, pe�toleum, fiael oil, oil sludge, oil re�use, gasoline, lcerosene, and
oil mixed with other non-Ha�ardaus Waste and crude oils.
50. Plans — 5ee de�nition of Drawings.
C1TY QF FORT WORTFI
STANDAItI? C41�STRUC7"I�N SPGCIFCATION DOCUMEhiTS
Revision: �nl�er21, 2D ] 2
aonoa-�
General Conditians
Page 5 ofG3
51. Prajeet Schedule A schedule, prepared aild maii�►tained by Cnntractoa•, in accardance with
the General Requirements, describing the sequence and duration of the activities comprising
the Cantractor's plan to acco�npfish tlie Work within the Contract Tin1e.
S2. Prnject The Worlc to be performed under the Cor�tract Dacuments.
53. P�oject Representative—The authprized rep��esentative of tlie City w11a will be assigned to
the Site.
54. Public Mseting — An annaunce.d meeting conducted by the City to facili�afie pUblic
partieipation and to assist the public ii1 gainizlg an infarmed view of the Project.
55, Radioactive �Iaterial Sou�•ce, speciai nuclea�•, or b.yproduct material as defined by the
Atomic Energy Act of 1954 (42 U5C Section 2011 et seq.) as amended from tiine to time.
56. Regulat� Working Hours — Hours beginning at 7:00 a.m. and endir�g at 6:00 p.an., Monday
thru �'riday (excluding lega� holidays).
5'1. Sarr�ples Physical examples of �raaterials, equipment, or workmanship that are
representative of some portion af the Work and whicl� establish the slandards by vvhich such
portion ofthe Work will be judged.
58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals ar�d the time �equirerr�ents to suppoi�t scheduled perfot�nance of related
construction activities.
54. Schedule of Values—A schedule, prepaced and maintained by Contractor, allocaiing portions
of the Contract Price ta various portions of the Work and used as the basis far reviewing
Contractor's Applicati�ns for Payment.
60. Site Lands or areas indreated in the Contract Documents as being furnished by C�ty upon
which the Work is ta E�e performed, including rights-of-way, pe���nits, and easements for
access thereto, and such other lands fiarnished by City which are designated for the use of
Cor�h•actor. �
61. S`pecifications—That par�t of tlle Conti°act Docu�llents consisti�lg of writtiell reguirements for
materials, equiprnent, systeins, standards aa�d worlananship as applied to the Worlc, and
certain adininistrative requireinents and pi•ocedural rnatters appIicable tl�ereto. Specifications
may be specifical�y made a part of the Contract Docume��ts by attaehment ar, if �ot attachad,
may b� incorporated by reference as indicated in the Table of Contents (Division 00 �0 00)
of each Project.
62. Subcorrtracior—An individual or entity having a direct contz•aet with Contractor or with any
othe�- Subcontractor for• the perfo�•mance of a part of the Work at the Site.
ciry or roRT waR�
S"1'ANDARD C4NSTfZLiCTIOiV Sl'ECIPCATIDN DOCLFNE�TS
Revisian: De�nber2l, 2012
00 72 OU -1
Gei�eral Conditinns
Page 6 of G3
63. S'uUr�aaitals—Ail drawings, diagra�ns, illusti•ations, schedfiles, and other data oi• infor�nation
which are specifically pt•�pare.d or assembled by or for Contractor and submitted by
Cont�actor to iilustrate some portian ofthe Work.
64. Successful Bidder—The Biddei• sub�nitting the lowest and �nost respansive Bid to whom City
makes an Award.
65. Supe�•inte�dent — The cepresentative af the Coi�tractor wl�a is available at all times and able
to recei�e insh•uctions fi•om the City and to act far the Contractor.
66. Sup�alerrzentary Ca�ditions—That part af the Contract Documents which amends or
supplements these General Conditians.
67. Supplrer—A manufaeturer, fabricator, suppiier, distribUto.r, inaterialznan, or �endor having a
direct contract with Cantractor or with any Subcontz�actar to furnish materials or equip�nent
to be incocpoz�ated in the Worlc by Cantraetor or Subcontractor.
b$. U�rdergraund Facilities—All underground pipejines, condvits, ducts, eables, wires,
manholes, vaults, tanks, tunne�s, or other such facilities pr attachments, and any encasements
containing such facilities, inoluding but not limited to; those that cqnvey elect��icity, gases,
steam, liquid petz�oleum products, telephone ar other communications, cable television,
v,r�.ter, wastewater, storm water, othe�• liquids or chemicals, ar traific ar other control systems.
b9. Unit Price Wark—See Paragraph 11.03 of these Gener�l Cond'ttions for definifiion.
7Q. Weekend Worki�ag Hou�s — Houi•s beginning at 9:00 a.rn. and ending at 5:00 p.m., Saturday,
Sunday or legal 1loliday, as appro�ed in advance by the City.
71. YYork The entire constructian or the various separately identiftable parts thereof required t4
be provided under the Contract Documents. Work includes and is tlle result of performing or
praviding all labo�•, services, and documentatian necessary to produce sUc� constz•uctioii
including any Ghange �rder ot• �'ield Order, and fu.rnishing, installing, and incarporating all
materials and equipment into su.ch construction, all as required by the Contract Documents.
7�. Warking Day -- A working day is defined as a day, nat including Saturdays, Sundays, or legal
l�olidays authorized by the City for ca�ltz•act purposes, in which weather or other conditions
nat under the control of the Contractor will permit the per#'ormance of the principal unit of
work underway far a contir►uous period ofnot less than 7 hours between 7 a.m. a.nd 6 p.m.
1.02 Te�sninology
A. The words and terms discussed in Paragraph 1.02.B through E are �Zot deizned but, when used in
the Bidding Requireinents or Cantract Docu�nents, have the izldicated �neaning.
B. I�te�rt of Certain. Terms or Adjectives:
c�T-r or ro�7' waRTH
STA7+I�ARD CONSTRUCTION SP6CIFCATIOIV DOC[JMENTS
Itevisinn: Tkcariber2 [, 2Q E 2
oa �z ao - t
CreneraF Conditions
Page 7 of 63
The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of lilce effeck or import to auth�rize an exercise af jLidg�nent by City. In
addition, the adjectives "T'ea50llal�Ie�" "suitabl�," "acceptable," "proper," "satisfactory," or
adjectives of like effect or i�nport are used to describe an action or deterinination af City as to
the Wo�•k. It is intended that siicl� exercise of professional judg�n.ent, aetion, or detej�mination
will be solely ta evalu�te, in general, the Work for compliance with the inforinatian in the
Contract Documents and with the desigi� coi�cept of tlze Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specifie statement indicating
otherwise}.
C. Defective:
1. The word "de�ective," when �nodif�ing the word "Work," refers to VJork that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform ta the Coiltract Docu�nents; or
b. d�es not meet the require�x►ents of any applicable inspection, reference standard, test, or
approval referred to in the Contract Doeuinents; or
c, has been dama�ed p�•ior ta City's �vrit�en acceptance.
D. Furnish, Install, Perfa�m, Provide:
l. Tne vvord "F�arnish" ar the word "Install" ar the word "Perform" or the word "Provide" or
the word "Supply," or any coin.bination or sit�nilar directive or usage thereof, shall mean
fiarnishing and incorpora#ing in the Wor1c including all nec�ssary labor, materials, equipment,
and everything neeessary to perform the Worlc indicated, unless specifically limited in the
contextus.ed.
E. Unless stated otherwise in the Contract Dacurnents, words ar phrases that have a well-Icnawn
technical or canst�•uctioi� industry ar trade �nearaing are used in the Confrac# Docuinents in
accordance with such recognized meaning,
ARTICLE � — PRELIMINARY MATTERS
2.01 Copres of Documents
C.ity shall furnish to Contractor one (1} ariginal executed copy and one (1) electronic copy of the
Contraet Documents, and four {4) additiai�al capies of ihe Drawings. Additional copies will be
fu�•ilished upon request at the cast of reprodtiction.
2.02 Cor�zme�cement af Contraet Trme; Notice to Proceed
The Contract Time vvill comtnence to run on the day indicated in the Notice to Proceed. A Notrce to
Proceed n�ay be given at any ti�ne within 14 days afler the Effective Dat� oithe A�reeinent.
C1TY OF FORT WORTFI
STANDARD CONSTRUCTION SPECIFCAT1p1+! IIOCUM�NTS
Revisian: I7�e�nUer21, 2012
oo72ao-i
General Cpnditions
Page 8 oFb3
2.03 St�rr�l.ing the Work
Cni�fractor shall start ta perfor�n the Work on the date wl�en the Contract Time coinmences to x-un.
No Worlc shall Ue dane at C1ze Site prior to the date an whicll the Contt-act Tirne commences to run.
2A4 13efore Stc��li�g Co�tst��uctzon
Baselir�e Schedul�s: Submit in accorda�7ce witll the Contract Docujnents, and prior to stai�ting t11e
W orlc.
2.05 Preconstructro� Confererrce
Before any Warlc at the Site is stsrted, the Contractor shal! attend a Preconstruction Conference as
specified '[n the Contract Documents.
2.Qb Publrc Meetfng
Contractor may nQt mnbilize any equipinent, materia�s oi' resources to fhe Site prior to Contractor
attending the Public Meeting as scheduled by the City.
2.07 Irritial Acceptance of Schedules
No progress payment shafl be made to Conn•actor until aceept�ble schedules are submitted to City in
accordance with the Schedule Specificatian as p�•Qvided in the Contract Documents.
ARTICLE 3— CONTRACT DOCUNIENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contraet Doc��inents a�•e complem.entary; what is required by one is as binding as if required
by all.
B. It is tl�e intent of the Contract Docurnents to describe a functionaIly complete project (or parC
thereof} to be constructed in accordance with the Contract Dacuinents. Any labar,
documentation, ser�ices, materiais, or equipment that reasonably may be inferrer� fram the
Contract Documeilts aj- fro�n prevailing custam or trade usage as being requi�-ed tfl procfuce the
indicated result will be p�•ovided whether or not speeifical�y called for, at no additional cost to
City.
C. Clar•ifications aild interpretations of the Cnntract Docutnents shall be issued by City.
D. Tl�e Specificatians may vary ii� fori�, forinat and style. Some Specification sections may be
writfi�il in varying degrees of streamlined �r declaratiae style and some sections may be
relatively nart•ative by comparison. Ornissiai� of such WOPCS5 and phrases as "the Contractor
shall�" "IIl conformity WIf�7," "a5 SIlOWriS" bY "aS 5�5eCifled" are intentional 111 5ti1'ea1111117e[�
sections. Omitted woj°ds and phrases shalI be supplied by i��ference. Similar types of provisions
rnay appea�• in various parts of a section or articles within a part depeiiding on the forir�at of t1�e
CITY OF FORT WpRTH
STANDARD CQIYSI'RUCTIDI+I SP�CIFCr1TIO1V DOCUMEIVTS
2evisian: D�c�nl�er21. 2012
aanoo- i
General Condilions
Page 9 af 63
s�ction. The Cant�•actor• shall not take advantage of any variation af form, format ar style iii
malcing Contract Claitlls.
E. The cross �-eferencing of specification seetio��s under the s�abparagraph lleading "Related
Sections ir�clude but are not necessarily liinited to:" atld eIsewhez•e within each Specification
sectioil is provided as an aid and cor►r�enience to the Coi�tractar. The Contractor shal� nat rely on
the cross referencing provided ai�d shall be respansible to co�rdinate the entire Wot•k under the
Contract Documents and provide a complete Project wliether or not the cross referencing is
provided in each section or vvhether or not the cross refej•encing rs complete.
3,02 Reference Staradards
A. Standards, Specifications, Codes, Laws, and Regulations
Refe.rence to standards, specifications, manuals, or cades Qf any technical society,
organization, or assaciation, or to Laws or Regulations, whether such reference be specific or
by i�nplication, shall mean fhe standarci, speci�cation, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the EfFective Date of the t�greement if there
wei•e no Bids), except as may be otherwise speci�cally stated in the Cantract Doeuments.
2. No provision of any such standard, speci�cation, manual, or code, or any instruct:ion of a
Supplier, shall be effec�ive to change the duties or responsibilities of City, Contractor, or any
of il�eir subcontractors, consultants, agents, or e�nployees, from those set forth in the Contract
Dacuinen#s. No such pro�ision or instr�action shall be effective to assign to City, or any af its
ofFieers., directors, rnembers, partners, employees, agents, consultants, or subcontractors, a��y
duty ot� autharity to supeivise ar direct the perfannance of the Worlc or any duty ar authority
tn undertake responsibility inconsist�ni with the pro�isions of the Contract Documents.
3.�3 Reporirng and Resolvang Discrepartcies
A. Repo1•tirrg Disc�epancies:
Cont�actar's Revietiv of Contract Documents Before Starting Work: Before underkaking each
part of the Work, Contractor shall carefully study and compare the Contraet Doct�ments and
checic and �erify pei-�inent figu.res therein against all applicable field measurements and
co��ditions. Contractat• shall promptly report in writing to City any conflict, error, atnbiguity,
or discrepancy w�hich Coniractor discovers, ar has actual knowledge of, and shall obtain a
written interpretation or clarification fi-om City before proceeding vvith any Worlc affected
thereby.
2. Cant��qctor's• RevreV�� of Col�tt°acl Docu�er�l.s Dtcring Pe�for�naa�ace of Work: If, du�'ing the
performance of the Work, Contractor discovers any ca�flict, error, a�nb'rguity, or discrepancy
�ithin the Contract Docuinents, or hetween th� Contract Docuinents and (a) a�zy applicable
Law or Regulation ,(b) any standard, s.pecification, manual, ar code, or (c) any instruction of
any Supplier, th�n Contractt�r sllall promptjy r�port it to City in writing. Contracto�- s11a11 not
proceed wit11 the Wor1c affecied thereby (except in an emergency as required by Pacagraph
c�� oF FORT war�rr-i
57'ANDARD CONSTRUCTION SI'ECIPCATi01V DOCU1�IEl�T3
Revisiou: Decemlxr2l, 2D 12
0072OU-t
General Canelitions
i'age 10 of63
6.j7.A) until an amendrnei�t or suppfetnent ta the Co�ltract Documents has been issued by
oi�e ofthe tnethods i��dicated in 1'aragraph 3A4.
3. Contraetor shall nat be liable to C.ity for failure tc� repoit any conflict, error, ambiguity, or
discrepancy in the Co��tract Documents unless Contractor had actual knnwlecfge ihex-eof,
B. .Resolving Discpe,�aneies:
Except as may be otherwise specifically stated in the Cantract Documents, the pro�isions of
the Canti•act Docum�nts shall take precedence in resal�ing any conflict, error, ambiguity, or
cEiscrepancy between the provisions oi th� Contract Documents and the provisions of any
stancfar•d, specification, manual, or t11e instru.etian of any Supplier (whethe�• or xiot specifica�iy
incflrporated by refere�lce in tl�e Cantract Documents).
2. ln case of discrepancies, figured dimensions shall ga�ern over scaled dimensions, Plans shall
govern over Specifications, Supple�nentaty Conditions shall govern aver General Conditians
and Specifications, and quantities shown on the Plans shall go�rei•n over those shown in the
proposal.
3.04 �4mending and Supplemerriing Corrtract Doeuments
A. The Cann•act Documents may be amended to prov�ide for adciitions, deletzons, and revisions in
the Work or tQ mod�fy the terms and conditians thereof by a Change Ord�r.
B. The reguirements nf the Contract Documents may !�e supplemented, and minar �+ariations and
deviatians in the Worlc not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
l. A Field Orde�•;
�. City's review of a Submittal (subject to the pravisians ofParagraph 6.18.C}; or
3. City's r�vritten interpretation or clarification.
3.05 Reus� af Dacurner�ts
A. Contractor and any Subcantractor o�- Supplier shall not:
l. have or acqui�•e any title to or ownership rigl�ts in any of the Dt•awings, Specifications, or
ather documents {or copies of any thei•eo fl preparec� by or bearing the seal of Engineer,
including elect��onic media editions; ar
2. reus� any such Drawings, Specifications, other dacuineilts, or copies thereof on extensions of
the Project or any oti�er project witl�out w��itter� consent of City �.nd specific written
verif cation or adaptation by Enginee�'.
C1TY QF FORT WORTH
STANDAIi� CO�15TRUCTION SPi.:CIPCA'1`[ON �OCU1++1L-NTS
Revision: llece�nl�er2l, 2012
40720D-1
General CondiEions
Page I 1 of 63
B. The pi-ahibitions af this Paragraph 3.05 will survive final paytnent, ar termination af the
Colltract. Nothing herein sha11 preclude Contract�r fratn retaining copies af the Coiltract
Documents for record purposes.
3.06 Electt�onrc Data
A, Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
ta Contractor, or by Cont�-actor to City ot• Engineer, that inay be reliec# upoxl are limited ta the
printed copies included in the Coniract Documents (also known as hard copies) and other
Specifications referenced and located on the City's Buzzsaw siie. Piles in eleetronic media
fox•mat of text, data, graphics, or other types are furnished anly %r the can�enience af tl�e
receiving pa��ty. Any canelusifln or information obtained or deri�ed from stiich electronic files
will be at the user's sale cislc. If there is a discrepancy between the eiecttonic f les a�1d the hard
copies, the hard eapies govern.
B. WI1en transferring documents in ejectronic media for�nat, the transferring party ma�es no
representations as to long terin cornpatibility, usability, or readability of documents resulting
from the use of software application packages, ogerating systetns, or coinputer hardware
differin.g frorn those used by the data's creator.
ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDI'I`IONS;
II�ZARDOUS ENVIRONMENTAL CONDITIONS; REI+'�RENCE POINTS
4.01 Availability ofLands
A. City shall furnish the Site. City shall notify Cantractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractar must cornply
in performing the Work. City wi11 obtain in a timely mann.er and pay for easements for
permanent structures ar permanent changes in e�isting facilities.
1. The City has obtained ar anticipates acquisition of andlor access to right�af-way, andlor
easements. Any outstanding right-of way andlor easements are anticipated to be acquired �n
accordance with the schedule set forth in the Suppleinentary Conditions. The Pro�ect
Schedule submitted by the Contractor in aecordance with the Contraet Docuinents must
consider any outstanding right-of-way, andlor easements.
2. The City has nr anticipates re�no�ing and/nr relocating utilitias, and obstruetions to the Site.
Any outstanding removal or relocation of utilities or abstructions is anticipated in accot•dance
with the schedule set focth in the Supple�nentary Conditions. The Project Schedule submitted
by the Contiactor in accnrdance with the Cont�•act Documents m.ust consider any auts�andin.g
utilities ar oUstructions lo be re�noved, adjusted, and/or refocated by others.
B. Upon reasonable written request, C.ity shall fu�•nisl� Contractor with a current skatement of record
legal title and legal description ofthe lands upon which the Work is to be perForrned.
CITY QF FORT WbRTI�I
57A1��Alt1] CDiVSTRUCT[OlV SPECIFCATION DOCUM�N'I'S
Revision: aeee�nber2l. 2012
oa �z na - i
General Condilians
Page l2 Qf G3
C. Contz•actar shall pravide far all additional lands and access tllereto that may be required for
construetion facilities ar starage o�materials and equipEnent.
4.02 SuUsurface and Physiea� Corrditio�as
A. RepoNts ar�dDrawings.• Tl�e Supplementaiy Canditions identify:
1. those reparts known to City of explorations and tests of sUbsllriace conditions at oi°
conti�uous to the Site; and
2. those drawings known to City of physical canditions relatin�; to existing s�,u�face or
subsurface structUres at the Site {except Underground Facilities).
B. Linxited Relianee by Contracior� an Technical Data AuthoNize.d.� Contractor may rely Upoia the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are nat Cantract Docurnents. Such "technical data" is identified in the Supplementary
Conditions. Contracto�• may not �nalce any Contt'act Claim against City, or any of their afficers,
directors, inembers, pa��tners, employees, agents, eonsultants, or subcontt•actars with respect to:
1. tlae completen�ss of such reports and drawings for Coritractar's pw�pnses, including, but not
liinited �o, any aspects of the ineans, �nethods, techniques, sequences, and procedures of
canstruction tn be employed by iContractor, and safety precautians and programs incident
thereto; or
2. other data, intea•pretations, opinions, and iniarmation contained in such repo�•ts or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclus�on drawn from any "technical data" or any such
othe�� data, interpretations, opinions, or inforrnation.
4.03 Diffe�ing Sul�su�face or Physica2 Conditio�rs
A. Notice: If Cantractor believes that any subsurface ar physicaj conditian that is uncovered or
revealed either:
1, is of such a nature as to establish tl7at any "technical data" on which Contraetor is entitled to
rely as provided in 1'aragraph 4.02 is �naterially inaccurate; or
2, is of such a nature as to require a change in the Conn°act Docume�ts; or
3. cliffers materially fi•om. that shown ar indicated in the Contract Docu�nents; or
�. is of an unusual natu�•e, and differs materially from condiiions ordina�•ily encountei-ed and
generally recognized as inherent in wark of tlle character �rovided for in the Cont�•act
Dacuinents;
CCCY OF FORT WdRTi-1
Sl'ANDAAD CONSTRUCiIOhi SP�CIFCATIOIV DOCUM�NTS
Revisia�r Decc�u6er21, 20 i 2
D4 72 q0 - I
General Corcditions
Page 13 of 63
then Contractor shall, promptly after becaming aware thereof and before furtl�ter disturbin� the
subs�irface or pl�ysical conditions or performing any Wor1c in connection ther�with (except in an
ei�ergency as required by Paragraph 6.17.A}, natify City ii1 writing about such co.ndition.
B. Possible Price and Time Adjustments
Contractor shall not be entit�ed to any adjustment in the Cor�traci Price or Coniract Time if:
1. Contractor knew of the existence of such conditions at the tixr�e Contracioz• anade a final
commit�nent to City with respect �o Contract Price and Contract Tiine by the submission of a
Bid or beco�ning bound under a negotiated contracfi; or
2, the existence of sueb condition could reasonably l�a�e been discovered or revealed as a result
of the examinafiion of the Contract Doc�aments or the Site;. or
3. Cnntractor failed to give the written notice as required by Paragraph 4.Q�..A.
4.04 Underg�ound Facilities
A. Shown or Indicated.• The infortnation and data shown oc indicated in the Contract Docurnents
with respect to exisiing Underground Facijities at or cont'rguous to the Site is based an
informatian and data furnished to City ar Engineer by the owners of sucli Underground
Facilities, including City, or by others. Unless it is otherwise expressly ptovided in the
Supplementary Conditions;
1. City and Engineer shall .not be respansible for the accuracy or cot�pleteness of any such
inforinatinn or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility foc:
a. r�viewing and checking all such information and ciata;
b. locaiing all Underground Facilities shown or 'rndicated iii the Contract Dacuments;
c. coordination and adjustment of the Work with the ownecs of such Unde�-g�•ound
Facilities, i.ncluding City, during consti°uctioii; and
d. the safety and protection of all such Underground Pacilities and repairing at-►y datnage
the�•etQ �•esuliing fi-o�n the Wor�C.
B. Not Showrr or �ndicated.•
1. lf ai1 Underground Facility wl�ich conf�icts with the Worle is uncovered or �•evealed at or
contiguous to the Site which was not shown or indicated, or noi shawn or indicated with
reasonable accuracy in the Cantract Docu�nents, Cantractor shall, promptly after becoming
aware thereof aqd before fii�-t11er disturbing conditions affected thereby ar perforinii�g any
C[T�' pF FORT WOR"l"H
STANDARD COT�STRUCT{dN SPECIFCATION DOCUMEtJTS
Revision: I7ecemUer21, 2012
Ofl 72 U0 - 1
General Condilions
I�agc 14 c�f 63
Work in connectian therewith (exce�t in an e�1�e�•gency as required by Paragraph 6.17.A),
identify tlle owne�• o.f such Unde�•gro��nd Facility a�ld �ive r�otice to that owner and to City.
City rwill review the diseovered Uiiderground Faeility and determine the exteilt, if any, to
�vhich a change may be required in the Co�ltract Docunzents to reflect and docuinent the
consequences o� the existei�ce or location o� the Underground Facilifiy. Conh'actor shall be
responsible for the safety and protection of s�ch discovered Underground Facility.
2. If City canc�udes that a change i�� the Contract Docurnents is requireci, a Chan�e Ordei• may
be issued to reflect and documeni sUc11 consequences,
3. Verification of ��cisting utilities, sttvctures, and service lines shall include notification of all
utility companies a nn�i�imum of 48 hours in advance of construction ineluding exploratoiy
excavafion if necessary.
4.Q5 Reference Points
A. City shall provide engineering surveys ta establish re%rence points for constructian, wvhich in
City's judgment are necessary to enabie Contractor to proceed with the Wor�C. City will provide
const�•uction stake.s or other custoinary inethod of marking to establislt line and �rades fo��
roadway and utility consh�uction, centerlines and benchmarks for bridgewnrlc. Contractor shall
protect and preserve the established reference points and p�-operty monuments, ai7d shall make no
changes or relocations. Contractor sha11 report to City whenever any reference point or prope�rty
monument is lost or destrayed or requires relocation because af necessairy changes in grades ar
iocations. The City shall be responsible for the replacement or �•elacation of refer�nce points or
property inonuments not carelessly or willfully dest�•ayed by the Contractor. The Contractor shall
notify City in advance and vvith snfiicient time ta avoid delays.
B. Whenev�r, in the opinion of the City, any reference point or monument has been carelessly or
willfu�ly destroyed, disturbed, ar j•e�noved by the Contractor or any of his employees, the fuli
cost for ceplacing such points plus 25% wiIl be charged against the Contractor, and tl�e ful�
amount will be deducted from paymen.t due the Contractor.
4.06 Hazardous Eravironmer�tal Co�rdition at Site
A. Repw�ts and D�awings: The Supplementai•y Conditions identify those reports and dratwings
]cnown to City relating �o Hazardnus Enviromnental Conditions that have been identified at the
Site.
B. Limited Reliance by Coniractor on Tech�riec�l Data Authorazed.• Contractor inay rely upan the
accuracy of the "technical data" contained in such reports ai�d drawings, but such reports and
dt•awi��gs a��e not Cont��act Documents. Sucl� "tecilnical data" is id�ntified in tlle Supplemealtary
Co�ditions. Contractor may not 3nake any Cantract Claim against City, or any of their officets,
directors, members, par�ners, employees, agents, consultants, o�• subconfiractors u,rith respect to:
1. ti�e completeitiess of such repoi�ts and drawings inr Conhaetar's purposes, including, but r►ol
lim�ted to, a�y aspects of khe ineans, methods, techniques, sequences and �rocedures of
CI7Y OF FORT WORT[ I
STAI�lDA[tD CON571�UC"CION SPECIPCA'I'IOiV L�OCUMEN'T'S
Revisian: Doceml�er2[, 2�12
0072Q6-f
General Condilions
Page ] 5 of G3
construction to be em}�loyed by Co��tractor ai�d safety �recautians and pro�•a�ns incident
thereto; o�•
2. other data, interpretations, apinions and inforn�ation contained in stich repoits or shown or
indicated in such drawings; or
3. any Contractor intei-pretatio�i of or conclusion drawn fi�om a�1y "teclinical data" or any such
other data, interpre�ations, opinions or information.
C. Contraetor shall not be responsible far any Hazardaus Environmental Candition uncovered ar
revealed at tlae Site which was �ot shown or indicated in Drawii�gs or Specifications or identified
in the Cantract Documents to be within the scope oF the Work. Contractor shall be responsible
for a Hazardous Envi�•anmeiltal Condition created with any materials brought to the Site by
Contractor,. Subcontractoi°s, Suppliers, or anyone else far wliom Cnntractor is responsible.
D. If Contj•actnr encounters a Hazardous Environmental Condition or if Contractnr or anyone for
whom Contractor is responsible creates a Hazardous Enviranme�tal Conditian, Conta•actoi° shall
i�nmediately: (i) secure or otherwise isolate suCh coildition; (ii) stap all Wark in connection with
such condition and in any area affected thereby (ex�ept in an emergeney as required by
Paragraph 6.17.A); ar�d (iii) notifjr City (and promptly thereafter confirm such natice in writing).
City may consider the neeessity to retain a yuali�ed expert to evaluaie such condition or tal�e
corrective action, if a�y.
E. Contractor shall not be required to resuine Work in coni�ection with such condition or in any
afifected area until after City has obtained any required permits related thereto and deliver�d
writ�en notice to Contraetoa•: (i) s�aecifying 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 rnay be resumed.
F. If after ��eceipt of such written na#ice Contractor does x�ot agree to resuine such Warlc based on a
reasor�able belief it is unsa:fe, or daes not agree to resume such Work under such special
conditions, then City may order the partion of the Vl�ork that is in the area affected by such
condition ta be deleted from the Worlc. City may have sucl� deleted portion of the Work
performed by Ci�y's own forces or others.
G. To the fullest extent perrrlittecl by Lrnvs and Re�ulations, Co�atractor s�rall inde�n� and hold
hr�rmless City, from and against all claims, costs, losses, and darraages (incl.udir�g but �ot lirraited
to ai7 fees artd charges of engineers, architects, L7llOY1?2,}1S, and oth�r professior�als arad all couYt
or a�'Uilratinn or other dispute resolution costs) aNising out of or relating to a�Ia�tr�dous
Envir^on�ae�tal Conditiora created by Co�rt.ractor or Gy anyvne for� whom Cant� AetoY is
resparrsible. Nothin� in this Paragraph 4.O6.G shall obligate Cnntraetor to ir�demnify any
i�adividual or eniity fi•om and against ll�e consequet�ces of that individual's or entity's ow�
negl igence.
H. Tl�e provisions Qf Paragraphs 4.02, 4.03, a�1d �.04 do not apply to a Hazardous Enviranmental
Condition uncovered or revealed at the Site.
CITY OP FORT WflIt7'H
STP.iJDARD CONSTRUC'i'[ON SPEC]rCATION DOCUMEiVTS
Re�isioii: December2l, 2012
aa �z nn - i
General Conditions
Page l6 of G3
ARTICLE 5— BONDS AND INSURA,NCE
S.QI �icensed Sureties and Insurers
Ali bonds and insurance requir�d by tlle Contract DQcunlents to be purchased and maintained by
Cantractoc shall be obtained froin surety or insui'ance compai�ies that are duly licensed or authoriz�d
in the State of Texas to isstie bonds or insurance policies for the limits ayid coverages so rec�uired,
Such surety and insurance coinpanies shall also meet such additional requiren�ents and q�alifical:ions
as may be provided in the Suppleinentary Gonditio�ls.
5.02 Per, for�marace, Payment, and Maintenance BoMds
A. Coniraetor s11a11 furnish performance and payi�lent bonds, in accorda.r�ce with Texas Government
Code Chapter 2253 qr successor statute, each in an amount eqUal to the Cont�•act Price as
securiiy for the faithful performance and payment of all of C.ontractor's obligations under the
Conta•aet Doeu�nents.
B. Conh•aetor shall fiarnish maintena.nce bonds in an amount equal to tl�e Contract Price as securjty
to protect the City against any defects in any portion of the Work described in the Contract
Docuinents. 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 preseribed by the Contract Documents e�cept as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as a��e named in the list
of "Companies Holding Certificat�s of Autho�'ity as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 57Q (amended) by the Financia�
N�anagement �eivice, Surety Bor�d Branch, U.S. Depar4n�nt of the Treasury. Al! bonds signed
by an agent or attorney-in-fact must be accnrnpanied by a seated anci dated power �f attorney
which si�all shaw that it is efFeetive on the date tl�e agent or attorney-in-fact signed each banci.
D. If the suxety on any bond fur�ished by Contr•actor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the require�nents of
Paragx•aph 5.Q2.C, Cantractor shall pro�nptly notify City and shall, within 3fl days after the ev�nt
giving ris.e to such notification, provicie another bond and surety, both of which sha11 comply
with the requirements of Paragt•aphs 5.01 and 5.02.C.
5.Q3 Certificates oflnsurance
Cantractor shall del.iver to City, w�ith copies to each additional insuj•ed and loss payee id�ntified E11
the Suppjementary Conditions, certifcates of insura»ce (and atlier evidenee nf rilsurance reQuested
by City or a�ly Qther additional insux•ed) which Contractor is required to purchase and maintain.
l. The ce�tificate of insurance shall docuanent the Ciry, and aIl identified entities named in the
Suppleinentary Condr.tio�ls as "Additional Insured" on all liability policies.
CITY OF FORT WOR'i'I-[
57'A�+lDARD CONSTRUCTlON SYECIFCATiON DOCt]MEPTTS
Revisia�x I7eeeanl�r2l, 2012
bQ 72 �0 - I
General Conditians
Page 17 of 63
2. The Con�ractor's general lia�iiity instirance shall include a, "per p�•oject" oi- "per location",
endorsemej�t, wllich shall be identified in the cei�iificate of insucance provided to the City.
3. The certificate shall be signed by an agent authorized to bind co�ex•age on behalf o.i tlie
insli.ced, be complete m its enti�•ety, and show co�nplete insurance carrier names as listed i��
the current A.M. Best Property 8F. Casualty Guide
4. The insurei°s for all policies must be licensed aiid/or app�oved to do bus.iness in the State of
Texas. Except fo�• wo�'kers' compensation, all insurers mt�st have a minimu�n rating of A-:
VII in the current A. M. Best Ke� Rating �uide or have �•easoa�ably equivalent financial
strength and solvency to the satisfaction of fZisk Manage�nent If t11e rating is belo� that
required, written approval of City is rec�uiz�ed,
All applicable policies shall include a Waiver of Sub�•ogation {Rights of Recovery) in favor
of the City. In addition, tl�e Ct�ntractor agrees to waive all rights of subrogatian against the
Engineer (if applicable), and each additional insured identified in the Supplenlentary
Canditions
6. Failure af ihe City to demand suc� certificates or oiher evidence of fuII compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
prQvided shall not be eonstrued as a waiver of Contractor's abligation to maintain such lines
of ins.urance coverage.
7. If insurance policies are not written for specified covea•age limits, an Umbrella or Excess
Liability insura�ce for any diffe�'ences is r�quireci. Excess Lia6ility shall follow form of the
primary coverage.
Unless otherwise stated, al� rec�uired insurance shall be written on the "occurrence basis". If
coverage is underwcitten on a claims-made b�sis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate af insura�lce s11aI1
state that the co�erage is claims-made and the retroaciive date. T�e insurance coverage shall
he maintained for the duratian oi the Contract and for three (3) years follawing Final
Acceptance provided under the Contract Docuzr►ents or for ihe warranty period, whichever is
longer. An annual certificate of insurance submitted ta the City shall e�iden�ce s�ach
insurance co�erage.
Palicies shall ha�e no exclusions by endorsements, whioh, neitl�er nullify or a�nend, the
required lines of coverage, nor decrease the liix►its af said coverage unless such endorsements
ai•e approved in writing by the City. In the ev.ent a Contraci l�as been bid or e.xecuted anei tl�e
exclusions are detei�nined to be unacceptab�e or the City �desires addikional iiisuran.ce
coverage, and the City desires tlle cont�'actar/engineer to obtain such coverage, the contt•aet
price shall be adjusted by the Gost of the premium for such additiona! coverage �lus 10%.
10. Any self-insured retention (SIR), in excess of $25,OOQAO, affecting requ.ired insurance
coverage sllall be appraved by the City in regards to asset value and stocicholders' equity. In
C1TY OF FORT WORTH
STf1NDARD CONSTTtl1C`CION SPECIF'Cr1TIdAi DOCUMEhfTS
Revisiou: Uecen�lxr2l, 2012
06 72 00 - 1
General Conditions
Page ] S of 63
lieu of t�-aditionai insurance, alte�7�ative coverage maintained tl�rougll insurance pools or risk
retention gj•oups, 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
frst-dollar basis, mtist be acceptable to and approved by the City,
12. Ciry, at its so.le discretion, resetves the right to review the insurance r�quireinents and to
make reasonable adjL�stinents tfl insurance covera�e's and tlleir liinits when deeir�ed
ilecessary and prudent by the City based upon changes in statutoiy law, court decisio�� ar the
elaii�s history of the industiy as well as of the contracting paity to the City. The City shall
be requi�-ed to pi°ovide prior notice of 90 days, aild the insurance adjust�nents shall be
incorporated intfl the Work by Change Orde�•.
13. City shall be entitled, upan written request and without expense, to receive copies of policies
and eildorsemertts thereto and may �nalce any reasonable requests f.or de�etion ar revision or
rnodifications of particular policy terms, conditio�ls, limitations, or exclusions necessary ko
canfarm the palicy anc� endorsetnents to the requirem�nts of the Gontract. Deletions,
j•evisions, or madifications shall not b� required where policy prav�sions are established by
law or regulations binding upon either party o�� the underwritei• on ar�y such policEes.
14. City shall nat be responsible far the direet payzr�ent of insurance prernium costs for
Contractor's insuranee.
5.��4 Cantractor's InsuNance
A. YYo�kers Compensation arrd Employers' Lia6r.'li .ty. Contractor shall purchase and maintait� such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Worlcers'
Compensation Act (Texas Labor Code, Ch. �Ob, as amended}, and minimu�n liinits for
Employers' Liability as is appropriate for the Work heing performed and �s w�ll provide
protection fi•om claims set for�h b�low which inay arise aut of or result from Contractor's
perfarmance of the Worlc and Cont�•actar's other obligaiions under the Contract Documenks,
whether it is to be performed by Contractor, any Subcontractor ar Supplier, aj• by anyoize directly
or indirectly employ�d by any of them to perfarni any of the Worlc, or by anyone far whose acts
any of them may be liable:
1. claims under worlcers' compensation, disability benefits, and other siinilar eanplayee benefit
acts;
2. claims for damages because of bodily injury, occupational sicictless or disease, or deatll of
Contractor's �mplayees.
B. Cal�amercial General Liability. Coverage shala include but not be limitec� to covering� liability
{bodily injuiy or propet-ty damage} arising from.: premises/operatians, independ�nt cnntraetors,
products/cainpleted operations, personal injury, and liability undec an insured contract. Insurance
shal� be prnvided on an occut'rence basis, and as cajnprehensj�e as the current Insurance Services
Oifce (TSO} pojicy. This insLirailce shall apply as primaz•y insurance with respect to any other
CI7Y DF FORT WORTii
STANfJARD CONSTRUC110N SPECIPCATION DOCUMENTS
Revisian: Decembec2l, 2012
0072pD-1
General Cpnditions
Page 19 uf 63
insvrance or sel� insurance p�•ograms afforded to tl�e City. The Commercial General Liability
polic�, shall have no exclusions by endorsemeiits that would alter of ntillify premisesloperatians,.
prQducts/completed operatians, co.ntractual, persoilal ii�jury, or advertising injury, wnich are
narinally contained with the policy, tulless the City approves suclz excltisions in writing.
For constructior� projeets that present a substantia� coinpleted operation exposure, tl�e City inay
req�rire th� contractor ta maintain completed operations co�erage for a minimu�n af no iess than
three {3) years following the completio� of the project {if ideiitified in the Supplernenta�•y
Conditions}.
C. Aulorrrol�ile Liabilrty. A commet•cial bt�sii�ess auto policy shall provide coverage oi�► "any auto",
defined as autos awned, hired ai�d non-ow�led and provide inde�nnity foi• clainls for da�nages
because bodily injuiy �or death af any person and or property damage arising out of the work,
maintenance or use of any mntor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of th�rn to perform any of tlie V4'ark, or by anyane
for whose acts ai�y of them rnay be liable.
D. Rail� aad Protective �iabi7ity. I� any of the vvork or an� warranty worlc is within the li�nits of
railroad rigllt-of-way, the Contractor shall cornply with the requirements identi�ed in the
Suppjementary Conditions.
E. Noti�cation of Policy Ccrncellation: Contractor shall immediafiely notify City upon can.eellation
or ather loss of insurattce coverage. Contractor si�all stap work Until repiaeement insurance has
been procured. There shall be no fiime credit for days not worked pursuant ta this section.
5.05 Aeceptance r�f Bonds a�rd Irrsu� ance; Optio�a �n Replace
If City has any objectio� to the covei•age afforded by or other provisians of the bonds or insurarjce
required to be purchased and maintained by the Co�tractar in ac.cordance with ArticIe 5 an the basis
of non-conformance witl� the Contract Dacuments, the City shall so notif� the Cantractar in writing
within 10 Business Days after receipt of the certificaies (or other evidence reguested). Contractor
shall pravide to the City such additional information in respect of insurance provid�d as tlle City may
reasor�ab.ly request. If Contractar does not purchase or maintain all af the bonds and insurance
required by the Contract Documents, the City shall notify the Contractar in writing of such failure
prinr to the stat-t of the Work, a�' af such failure to �naintain prior tn any cI�ange iz1 the ��equired
covet�age.
ARTICLE 6 — CONTRACTOR'S RESP�NSiBXLYTIE�
6.Q1 Superwision c�nd Sup�rintende�tce
A. Contractar shall supervise, inspeet, and direct tlle Wa�lt competently and efFicientiy, devoting
s�ch attention thereto and applying sueh skills and expei-hise as may be necessary to perform the
Work in accordance with the Cnntract Docu�nents. Cantractor shalI be solely res.ponsible far the
tneans, methods, techniques, see�uences, and procedures of construction.
CiTY C7F' FOR'I' WORTH
STANDi1RD COAiS`CRi1CT10N SPECIFCATION DOCUMCNTS
Revisiun: Deceinberzl_ 2q12
aa�zoo-t
General Conditions
Page 20 oFG3
B. At all iimes during the progress af the Wnrlc, Coi3tractar shall assign a corn�etent, Ezl�lish-
speaking, Su�erintendent who shalI i�ot be replaced without wr�tten notice to City. The
Superintendent will be Contractor's represeniative at the Site a��d shall have airthority to act on
behalf of Contractor. A11 co�nmu�lication given to oi• received f'rom the Superi�ztendent shall be
binding on Contractor.
C. Contractor sha11 ilatify the City 2.4 hours prior to rnoving aE-eas dur•ing the sequealce of
construct�on.
6.02 Lavor; Y�orking Hours
A. Can�iactor shaf! provide co�npetent, suitab�y qualified personnel to perfoim constru.ction as
r�c�uired by the Ca��tract Docui3zents. Co�ztractor shall at all ti�nes maintain good discipline and
arder at the Site.
B. Except as otherwise reyuired for the safety or protection of persans oi� the Work or propeifiy at
the Site ar adjaeent thereto, and except as atherwise stated in the Contract Documents, all Worlc
at the Site shall be pez-farmed during REgular Working Hours. Co�tractor will not permit the
perforinance of Work beyond Regular Working Hours or for Weekend Worlcing Hours wiihout
City's written consent {which will not be unreasonably withheld}. WriCten request (by letter ar
electronic ca�nmunication} tn perforin Work:
1. for beyond Regular Working Hours request must be anade by naon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made hy noan af the pt•eceding Thu��sday
3. for legal holidays request must be made by naon two Bvsiness Days prior to l-he legal
holiday.
6.03 Service�s, Mater^ials, and Equipr�aerat
A. Unless otherwise specified in the Contract Docuinents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transpnrtation, eoilstruction equipment
and maehinery, tools, appliances, fuel, power, light, heat, teleplione, water, sanitary facilities,
teinporaiy facilities, at�d all ot�er faCilities and incidentals necessaiy for the performance,
Contracto.r required testing, start-up, and completion of the Work.
B. All materials and equipment incnrporated into the Worlc shall be as specifed or, if not specified,
shall be of goad quality and new, except as otherwise provided in the Contract Documents. Afl
special warranties and guarantees required by the Specifications shall expressly run to the be�efit
of City. If required by City, Contractor shall furnish satisfactory evidence (including repoi�ts of
required tesYs) as io the source, kind, and c�uality af materiais and equipment.
c�� ar roRT woRrt�
STANDARD COiVSTEZUC'1'lON 5P�C1rCAT[OIV DOCU�vIEN'1'�
Revisian: �.ceinber2l, 2D12
oo�zoo-�
General Conditioits
Page 2 ] uf' 63
C. All materials and ec�uipinent tn be i�leorparated into tlYe Vdorlc shall be stored, applied, installeci,
coi��lected, erected, protected, used, �cleaned, and conditioned in accordance with instx•uctians o.f
the applicable Supplier, except as other�vise �nay be provided in the Cont►•act Docu�nents.
D. All itexns of standa�•d �quipment to be incorporated into the Work shall be the la�est modei at the
time aibid, ui�less otherwise specified.
6.04 P�oject Sehedule
A. Contractor shall adhere ta the Praject Scheciule established in accordance �vith Paragraph 2.07
and the General Requirements as it �nay be adjusfed fi•oi�1 time to time as provided below.
1. Cantractor sl�all submit to City for accepta�lce (to the extent indicat.ed in Paragraph 2,07 and
the General Requirements) proposed adjustments in the Project 5chedule that will not result
in changing the Contract Time. Sueh adjustinents will cninply with ar►y provisions of tlie
Genej•al Requix•ements applicable thereta.
2. Contractor shall submit to City a montnly Pa•oject �ehedule with a inonthly pragress payment
far the duration oithe Contract in accordance with the schedule specification O1 32 16.
Proposed adjustrnents in the Project Schedule that will change the Contract Time shall be
submitted in accordance with k.h.e reqUirements of A��ticle 12. Adjust�nents in Contract Time
may only be rnade by a Change Qrder.
b.05 S'ubstitutes at�d "�r-Equals"
A. Whene�er an item of i�aaterial o�• equipment is specified or described in the Cantract Documents
by using the name oi a proprietary itein ar the name of a p.aY�ticular Supplier, the specification or
description is intended to establish the ty�pe, functior�, appearance, a��d quality required. Unless
the specification or description contains or is fallo�ved by words reading that no like, eqli.ivalent,
or "or-equal" item or no substitution is permitted, other items of mate�-ial or equipment of other
Suppliers inay be submitted to City for review under the circumstances described belaw.
"Or^-Equal " Iteraas: lf in City's sole discretioiz an itein af material or equipment proposed by
Cont�•actor is �u�►ctianally equal to that named and sufficiently si�nilar so that no change in
�•elated Woi•lc will be required, it may be considered by City as aj� "or-equal" item, in which
case review and appraval of tlle proposed itenl may, i�i City's sole discietian, be
acca�nplished without complianee with some ar all of the requireine��ts for approval of
proposed substitute items. For #he purposes of this Paragraph 6.OS.A.1, a proposed item of
material or equipment wilI be considered functio.naIly equal io an item so named if:
a. the City determines that:
1) it is at �east equal in materials of construction, quaiity, durability, appearance,
strength, and desig�l characteristics;
C3�'Y OC �lJ12'f WORTH
STANE]Al2T] CONSTRUCTI03V SPECIr'CA'170N DOCUMENTS
Revision: Ckceinber2l, 2012
00 72 DO - f
Gencral Crniditions
Page 22 af 63
2} it wiil reliably per�orm at least equally well the iunctinn and achieve tl�e results
impqsed by the desig3� concept af the co.mpleted Project as a functioning whoje; and
3) it has a proven record of performance and availability of resp.onsi�e se�•vice; and
b. Contractor c�rtifies that, if appraved and incnrporatec� into the Wor�C:
l) tlaere will be no increase in cost to tf�e City or increase in Contract Time; and
2) it will co.nform substantiajly to the detailed i°equire�nents of the item najned in fhe
Contract Docu�nents.
2. Substitute Items:
a. If in Cit�'s sole discretion an item of material or equipment p�•oposed by Cantractor does
not q�.ialify as an "or-equal" ite�n under Paragraph �.OS.A.1, it may be subnnitted as a
proposed subsiitute item.
b. Conh�actor shalI submit suffici�nt inforination as pra�ided below to allow City to
determine if the item of material or equipment proposed is essentially equivaleni tr� that
raamed and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will nat be accepted by City from anyane other than
Cantractor.
c. Contractor sYzall �nake written application to City for review af a pcoposed substitut� item
of material or equipment that Cantractor seeks to furnish aj� use. The appIication shall
comply with Section 01 25 00 and:
1) shal� ceriify that the propased substituie itein will:
a) perform adequately the functiotls and achieve the results ca�led foi• by the general
design;
b) be sitnilar in substanee to that speci�ec�;
c) be suited to the sa�ne use as that specified; and
2) will stale:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractoi•'s ac'hieveinent of final completion on tiine;
b} r�l�ether use of the proposed substitute item in Yhe Wo�-1c wiil a�equire a change in
any of the Contract Dacuments (or in the provisions of any other direct contract
with City far ather work on the Project) to adapt the design to the proposed
substitute itei��;
C1TY OF FORT WORTH
STAN�ARD CONSTRUCTION SP�CIFCATION DOC[7MENTS
Revision: Decetnhec21,2012
00 �z oo - �
General Conditions
Page 23 nf 63
e) wheth�i� incorporatian o.r use of tlle praposed substit��te item ii1 connection vvith
the Work is subject to payrnent af any license fee or royalty; and
3) wifl identify:
a} all variatioi�s of tlie proposed substitute item fi•om ihat specified;
b) a�ailable engineering, sales., maintenance, r•epair, and replacement services; and
4} shall eontain an itemized estirnate of al] cosis o�• credits that will cesult directly nr
indirectly from use of such substit�ite item, includ�ng costs of redesign and Damage
Claims of other cont��actars affected by any resulting change.
B. St�bstitute Canst�uction t1�'ethods o�^ �rocedu�e.s: jf a specific meat3s, �nethoci, technique,
sequence, or proceduz•e of coilstruction is expressly required by the Contract Docu��ents,
Contractor inay furnish or utilize a substitute means, method, techi�ique, sequence, or procedure
of construction a�praved by City. Contractor shall submit suff'icient inforination to aIlow City, in
City�'s sole discretian, to determine that the substitute proposed is equivalent to that expressly
caIled foc by the Contrac# Doeurnents. Contracto�� shall make written applicaiian to City for
re�iew in the same mannar as tk�ose pro�ided in Parag��aph 6.OS.A.2.
C. City's Evaduation: City wiIl be allowed a reasonable tune within which io evaluate each
prapdsal or submittal made pursuant to Paragraphs 6.a5.A and 6.OS.B. City t�nay require
Contractor to furnish additional data abaut the proposed substit�ate. City will b� the sole judge of
acceptability. No "or�equal" or substitute will be ordered, installed or utilized unti� City's review
is complete, vvhich will be evidenced by a Change Order in the case oi a sUbstitute anci an
accepted Submittal for an "or-equal." City will advise Cantractor in w3-it.ing of its detei�nination.
D. Specaal Guarantze: City raay require Contractor to furnish at Contz•actor's expense a special
perfonnance guarantee, warratlty, or other surety with respect to any substitute. Contractor shall
indemnify anc� hold harmless City artd a�yo�re di�ectly a�^ indirecfly employed by them frnm and
agcrinst any and all clain�rs, damcages, losses ar�d expen.�es (including attor^neys fee�s) arising out
o f the use of subsiituted mate�-ials or eguipTn�nt..
E. Caiy's Cost Reimhursemer�t: City will recot•d City's costs in evaluating a substitute proposed or
submitted by Contractor pursuar�t to Parag��aphs 6.OS.A.2 ai�d 6.OS.B. Whether or nat City
appra�es a substitute sa propased or submitted by Contractor, Conta•actar may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be requ.ired to
reimburse City for the charges for xnalcing changes in the Contract Docuxnents (or in the
pravisions of any other direct contract w.iYh Cily) resuiting fi-om the acceptance of each proposed
substitute.
F. Contraetor's Exper�se: Contractor shall provide all data in suppa�t of any prnposed substitsate or
"or-equal" at Contractor's expense.
CITY QF FpRI' WO1tTH
5TAI�IDAEZ� C{31V5'CRUCTIOIV SPECTFCATIOi�I DOCi1MENT5
[tevision: �ecanbcr21,2012
OU720.0-1
Genera{ Conditio��s
Page 24 of 63
� i�
G. City Sul�stitut,e Reilnbursemerrt: Costs (savings. or chat'ges) att�'ibutable to acceptance of a
stibstitute shall be incorporated to the Contract by Change Order.
H. Tinae Extensiorrs: No additional time will be granted for substitutions.
Corrcerrri�g Subcontrac�ors, Suppliers, arrct' Ot.hers
A. Contracto�• stlall perfaj•m with his own organization, work of a value not less than 35% of the
value e�nbraced on the Coi�t�•act, Liilless otllerwise appt•oved by the City.
B. Co.z�tt•actor shall not employ any Subcontractor, Supplier, or other individual or enfiity, wheth�r
initially or as a replacement, against �hom City may hav� reasonable objection. Contractor shall
not be required tQ em�loy a�iy Suhcontractor, Supplier, or other individual or entity to furnish or
perforn� any pf the Work against whom Contracio�- has �'easonable objection (�xcluding those
acceptable ta City as indicated in Paragr-aph 6.06.C).
G The City may frorr� time to time require the use af ce��tain Subcontractars, Suppliers, or ather
indi�iduals or entities on the project, and will pravide such requirements in the Supplementary
Conditions.
D. Business Dive�-sily �'nte�pr�ise Ordinance Compliance: It is City policy to ensure the full and
equitahle participation by Nlinority and Sinall Business Enterprises (MBE)(SBE) in the
procurement of goods and ser�ices on a eontractual basis. If the Cantract Documents provide foa•
a MBE and/or SBE goal, Contractnr is required to comply with the intent of the City's Business
Diversity Ordinance (as amended) by the following:
l. Contractor shall, upon request by ihe City, provide compiete and accw•ate infor�natian
regarding actual worlc perfarined by a MBE and/ar SBE on the Cbntract at�d paytnent
therefor.
2. Contractor wiiI not inake additions, deletions, or substitutions of accepted MBE without
written consent ofthe City, Any unjustified change or cieIetion shall be a material breach of
Contract and may result in debarment in accordance with the procedures ou�lined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit ai�d/or examination of any baoks,
recards, ar files rn the possession of fhe Cant��actor tl�at �vill substantiate the actual warlc
performed by a�i MBE and/or SBE. MaYerial misrepresentation of any nature may be graunds
for tern�ination of the Contract in accordance with Paragraph 15.Q2.A. Any such
misrepresentatia�l inay be grounds for disqualification of Cantractor to bid on future
canti{acts wit11 the City for a periad af not less tllan three y�ars.
E. Contractor shall be fully responsible to City for ail acts and omissioi�s of tl�e Subcontractors,
Suppliers, and nther individuals ar entities pei-�or�ning o�• Furnishfng any of the Work just as
Contractor is respansible For Cnntractor's own acYs a�d OITIL5510115. NOtlllll� in the Contract
Dacunlents:
C:I7Y OF FORT WpR�'H
STAND�RD GQNSTIZUCTION SPCCIFC�1'I'lON DOCUMGIVTS
Revision: Daccinber2l, 2012
aa�zoo-i
General Cnnditions
i'age 25 nf G3
1. shall create for tl�e benefit of any s��ch Subcnntra�tor, Supp�iet•, ar other indi�idual or en#ity
any contractual relatiansliip betweei� City a�1d any sueh Subcnntraetor, 5upplier or other
individual or entity; nor
2. sha11 create any obligation on �11e part of City to pay o�• to see to the paym�nt of any moneys
due any such Subcontractor, Supplier, or othe�• individual or e�tity except as may otherwise
be r�quired by Laws and Regulatians.
F. Co�ltractor shall be solely r�sponsihle for scheduling and coordinating the INork of
SUbCbiltl'7C�Oi'S, Su�pliers, and other individuals or entities performing or furnishing any of the
Wark under� a direct or ii�direct contract with Conlractoa•.
G. All Subcontractors., Supp[iers, and such other individuais or entities perfa�tning or fi�rnishing any
ofthe Wo.rlc shall communieate with City through Contractor.
H. All Work perforined for Cont►•actar by a Subcontractor or Supplier will be pursuant to an
apprnpriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor ar Supplier to lhe applicable terms and condit�ons of the Contract
Doctrments for t�e benefit of City.
6.07 Wage Rates
A. D�ty to pay Prevcrilang Wage Rates. The Contractor shall comply with all reyuirements of
Chapter 2258, Texas Go�ernn7ent Code (as amended), including the payment of not less than the
rates determined by the City CoUncil of the City ofFort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing �age rates are included in t�]E5� Contract
Documents,
B. Pendit� for° Violation. A Contractor ar any Subcontractor who does not �ay the pre�ailing wage
shall, upan demand made by the City, pay to ihe City $60 for each worker employed for each
calendar day oz• part of the day that the worker is paid less than the prevailing. wage rates
stipulateci in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuani to Texas Go�ern�nenl Code 2258.023.
C. Complaints of Violatfn�s ct�ad City Determination of Goad Cause. On receipt of informatian,
includirsg a eomplaint by a worEcer, concez°ning an alleged violation of 225$.423, Texas
Go�ernment Code, by a Co�itractor or Subcontractor, the City shall make an initial
defermination, before the 3lst day after the date the City �•eceives the information, as to whether
good cause exists to believe t11at tlre violation occuri•ed. The City shall notify in writing the
Contractor or Subcontractar and any affected worker af its in�tial det�rmination. Upon the City's
determination that there is good ca�ase to believe the Contracto�• or Subconiractoi� has violated
Chapter 2258, the City shall retain t1�e full amounts clai�ned by the claimant or elaimants as the
diff�rence between wages paid and wages d�ie under the prevailing �age rates, sUch amounts
being subtracted from successive progress payments pendi��g a finai deterinination of the
violatian.
CI7Y QF FORT WORTH
STAN�ARD CQNST72lICTIbN Sl'ECIFCATION DQCUMEAlTS
Reaision� Dc�en7l�er21, 2012
ao�zoo-i
Gencral Conditions
1'age 26 oF 63
6.08
D. Aj�bitratio� Requi� ed zf Vlolation Not Resolved An issue relatii�g to an alleged violatioi� of.
Sectio�� 22S8.Q23, Texas Government Code, izacluding a penalty owed to the City or an affected
warlcer, shall be sLib�nitted to binding arbiiration in accordance with the Texas General
Arbitration Act (Ai�ticle 224 et seq., Revised Statutes) if the Contt•act�r or Subcontractor ai�d any
affected worlcer does not resolve the issue by agreement before the 15th day aft��• the date the
City makes its initial deteilnination pursuani fo Paragraph C abave. If the pei�sons required to
arbitrate undei- t11is section do not agz•ee on an arbih•ato�� before the 1 lth day after th� date that
arbitratioi7 is required, a district cnurt shali appoint a�i arbitrator on the �etitio�� of any of the
persons. The City is not a party in ti�e arbi#ration. The decision and award of the arbitrato�- is
final and bii�ding on all parties and may be enforced in any coui�k of eompet�nt jurisdiction.
E. Records to be 14�a. intairred. Th� Contractor and each Subcontractor shaIl, for a period af three (3)
years following the date of acceptance of the wor�C, maintain records that show (i) the name anci
occupation of each worlcer einployed by the Contractor in the construction of the Woric p�•a�ided
fo�• in this Cont�-act; and (ii) the actual per diein wages paid to each worket•. Tlze records sha�l be
open at all reasonable haurs for inspection by the City. The prov�sions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
requirements of Ci�apter 2258,
Texas Govei-nnment Code.
payrall period, whicheve�• is less, the
e Contractor has cainpIieci with the
F. Progress Paymerafs. With each prog�-ess payment or
Contractor shall submit an affidawit atating that t�
G. Posting of Wage Rqtcs. The Conh�actor shall post prevailing wage rates in a cons.picuous place at
all titnes.
H. Subcn�atractor Compliance. The Contractor shall include in its subcontracts andlor sha.11
otherwise require aIl of its Subcontractors to comply with Paragraphs A through G abo�e.
Paterrt Fees anc�Royalties
A. Contractor shall pay all license fees and ��oyalties and asstame al� costs incident to the use in the
performance of the Work or the incocporatiai� in the Wark of any inventi.on, des.ign, process,
product, or device which is ti�e subject of patent rights or copyrights liefd hy others. If a
p�rticular invention, design, process, product, or de�ice is specified in the Contract Docuinents
for use in the pe�•fo�•mance of the Wark and if, io ihe actual knowfedge of City, its use is subject
to patent i•ights or capyri�hts calling for the payment of any license fee or royalty to others, the
existence of such rights shall be disclosecf by City in the Contract Documents. Failure of the City
to disclose such informatiazl does i�ot relieve t11e Contracta�' fra�n its obligations to pay far tlie
use ofsaid fees or royalties to others.
B. To the fullest extent pers�aittec� Uy Lati>>s and Regulations, Cantractor shall indemnify and hold
harn�less Crly, fi�on� arrd ag�rinsf all clairMs; costs, losses, arrd dansages (incl.udang but not lrmiied
to all fees and charges af engirreers, cr� chltects, attorneys, and other� pt�ofessiona�s and a1.I cau�t
or a�bitration or otk�er dis�ute resolartion castsJ arr.'sing out of ol^ r�elating to any infi^ingemenl of
patent 1^ights or� cnpyrights incadent to the use in the perfoNmance of the YYork or resuiti�g frorrr
CI"FY OF FORT WORTl1
STr1NdARI] CONSTRUC7'[Oh1 SPECIrCATIQI�! DOCUMENTS
Kevision: Deceinber2l, 20 ] 2
aoazoa-i
Cenera] Conditions
Page 27 of 63
Che incot poration in the Work of any inve�tton, design, process, p�oduct, or device nol specified
ir� the Contract Docun�errts.
6.09 PeT��aits and Utilities
A. Contl°actor obt.ained pe�mits c�rtd licenses. Contractor shall obtain at�d pay far all construction
permits aiid licenses excepl those prar�ided for in the Supplementary Conditions or Cantraet
Docuir�ents. City sl�all assist Contractor, when necessary, in obtaining sueh permits and lieenses.
Contractor shall pay all govern�nental chat•ges and inspection %es necessary foj• the prasecution
of t1�e V�ork which are applicable at the time of opening of Bids, or, if theie are no Bids, oi� the
Eifective Date of the Agreeinent, except for perjnits provided by the City as specified ir� 6.09.B.
City shall pay all cl�arges of utility ow�lers for connections for praviding permanent serviee to the
Wa3-k.
B. Ci1y obtained perrrait.s and licenses. City will obtain and pay for al! permits and licenses as
provicied For in the SupplementaZy Canditians or Contraci Documents. It will be the Contractor's
responsibility to cariy out the provisions of the per�nit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Gnntractor is responsible for obtaining
clearances and coordinating with the appropriate regulaiory agency. The City will not reimburse
the Contractor for any cost associated with these reguirements of any City acquired permit. The
following ate permits the City will abtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Co�ps of Engineers Per�nits
3. Texas Con��nission on Environmental Quality Permits
4. Railroad Company Permits
C. Outs�anding r�ernar.'ts 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 ii� accnrdance with the Contract Documents must consider any outstanding
permits and licenses.
6.1 Q Laws and Regulaiions
f1. Contractor shall give all notices required by and sl�all co�nply with all Laws and Regulations
applicable to the perforttrance of the Work. Except where otherwise expressiy i°equired by
applicable Laws and Regulafiions, the City shall not be respoi�sible for nlonitoring Co�itractor's
eompiiance witlz any Laws or Regulations.
B. lf Cont�-actor perfo�ms any Vi�ork ]rno�ing or having reason to know that it is contrary to Laws or
Regulations, Contracta�• sllall bear all claims, costs, losses, and da�nages (inclutiing but not
liinited to all fees ai�d chaeges of engineers, architects, attorneys, and other professionals and all
Cl'IY OF BORT WORTH
STANDARD CDI�ISTALiCTIOiV SP�C]NCATION DOC[1tv1ENT5
Revisinn: DccemUec21. 2012
OU7`L00-]
Geiiera! Conditions
Page 28 af G3
c�ur�C o�• arbit�•ation oi• other dispute resolution co�ts) arising out af ar relating to such Worlc.
�Iawever, it shail not be Contractor's responsibility to inal�e eertain thai t�e Specificatians and
Drawings are in accorcfance with Laws and Regulations, but tllis shall nat relieve Contractar of
Cont�-actor's abligations under Paragrap113.02.
C. Changes in Laws or Regulatiflns not knawn at the time of opening of Bids having an effect on
the cost or time o� perforinance of'the Wot•k may be the subject of an ad�ustment in Contract
P��ice or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization w�ich qualifies far exemption pursuant to
Texas Tax Cade, Subchapter H, Se�tions 151.301-335 (as amended), the C�ntractar may
purchase, rent or lease all materials, supplies and equipinent used or cansumed in the
performance of this contract by issuing to his supplier an exemption cet�tificate in lieu of the ta�
said exernption certificate to co�nply with State Compb•aller's Ruling .D07. Any such exemption
certi�cale issued to the Contractor in li�u of the tax shall be subject to and shajl comply with the
pro�ision of State Compt�•oller's R�ling .011, and any other applicable rulings pertaining to the
Texas Tax Code, Subchapter H.
B. Texas Tax p�rmits and information may be obtaiz�ed from:
l. Comptroller ofPUbiic Accounts
Sales Tax Di�ision
Capitol 5tation
Austin, TX 78711; ar
2. http://www.window.state.ix.�sltaxinfo/tax%rms/93-forms.html
fi.12 Use of �'ite and Other A�-ecrs
A. Linritation or� Use of Sate and Othe� A�eas:
Contractor shall confine construction equipment, the starage of materials and equ.ipment, and
the operations af wo�•kers to the Site a�1d at-hec areas permitted hy Laws and Regulations, and
shall not ui�reasonabIy encumber the Site and other areas With construction equip�nent or
other znatej•ials or equipment. Contractor shall assume ful� responsibility for any ciamage to
any such land or area, a�• to the owne�• or occupant thereof, or of any �djacent land or areas
resuiting frain the performance of the Wark.
At any time wh�n, in the jud�fnent of the City, the Contractor I�as obstructed oc closed o.r is
carrying on aperations in a portion of a st��eet, right-of way, or easemeni greater than is
necessary for praper execution �f the Work, the City may r�quire the Contractor ta finish the
section on which operations are in progress before wot•k is cnminenced on any additional
area of tlle Site.
ci-r� or ranr warzrH
STANDARD CONSTRUC�'IQN SP�CIPCA`f[Ql+l DOCUMEN'CS
Revision: Dece�nl7er21, 2D12
DO 72 OU - 1
Genera] Co.nditions
Pagc 29 oT G3
Shauld any Da�nage CIaim be made by any stzch ovuner oj� occupant because of the
petforittanee of the WQrk, Contractar shaIl pramptly a�te�npt io resolve the Damage Claiin.
�. Pursuc�at to Pc�ragraph 6.21, Cantractor• shall �ndemnify ar�d hold harmless City, from arrd
agai�ast alI claims, costs, losses, and damctges arising out of or relating to any clatm or
actaon, legal aN equitaUle, br�ught by any such owner or occupant agcri�tst Ctty.
B. Re:moval af Deb��is DT�LYlT1g P2YfOYY11CdYlC� of the Wo�k: Dct.x'ing the progress of the Work
Contractor shall keep the Site and other areas free from accumuIatioi�s of waste materials,
ttiibbi�l�, and other debris. Remo�al and disposal of such waste rnaterials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Mai�lenance Cleaning: 24 haurs after wriiten notice is given to the Contractar that ihe
clean-up on the job site is proceeding in a i�lanner unsatisfactory to the City, if the eontractor
fails to correct the unsatisfactory pracedure, tHe �ity may take such dia•ect actian as the City
deems apprapriate to con-ect t�e cl�an-up deiiciencies cited to tlie Coi�tractor ii3 tl�e writien
notice (by letter or elect��onic co�nmunication), and the costs of such direct actian, pl�as 25 °/n of
5UCI7 COStS, shall be deducted from the monies due or to became due to the Contractnr.
D. Final Site Cleaning: Prior to Final Acceptance of the Woc•k Contractor shall clean the Site and
the Work and make it ready fo.r utilization by City or adjacent properly ovv�7er. At the completion
of the Work Contractor shall remove frorx� tlae Site all toals, appliances, construction equipnnent
and machinery, and si�rplus materials and sha11 restore to original conditio.n or better all prop�rty
disturbed by the Work.
E. Loading Struchrres: Contractor shall not load nor pennit any part of any structure to be Ioaded
in any manner that will er►ciangej� the structure, nor shall Contractor subject any part of t�ie Wor�C
ar adjacent property to stresses or pressures that will endanger it.
5. I 3 Recot'd Documents
A. Contractor shall maintain in a safe place at the S'rte or in a place designated by the Contractor and
appraved by the City, one (1) record copy of all D�•awings, Speeifications, Addencia, Change
Orders, Field Orders, and written interpretations and clarifications in goad arder and annotated ta
show changes inade during eonstruction. These reeard documents together with all approved
Samples and a eountej�part of all accepted �ub�mittals will be available to City for reference.
Upon conapletian of the Work, khese record docuinents, any operation and il�aintenance tnaiZuals,
and Subillittals wil] be deli�vered to City prior to �'inal Inspection. Contractor sh�ll include
accurate locations for bu�•ied and imbedded items.
�.1� Safety crnd Protection
A. Contractor shall be so]efy responsible for initiating, maintaining and supervisii�g all safety
precautions and prograins in connectian with the Wor�C. Such respansibility does not celie�e
Subco��tracta�•s af their responsibility for the safety of persans or pcoperty in the pej-formance of
theij� worlc, no3- for compliance with applicable safety Laws and Regulation�. Contractor shall
c��r c�F roar woR�r�
STANDARD CpNSTRUC"f10N SPECIPCATI03�I DOCUIViENTS
Revision: De¢em�er2l, 2012
00 �a oa - i
General Condifioits
Page 30 af 63
talce all necessary precautions for the s.afety of, and sha�l provid�e the necessary protection to
prevent damage, injury ar lass to:
1, ali persor�s o�i the Site ar who may be affec�ed by the Woric;
2, all the Work and materials and eyuipment to be incorporated therein, whether in storage on
ar offthe Site; and
3_ other prnperty at the Site ar adjacent thereto, includii�g trees, shrubs, lawns, walks,
pave�nents, roadways, stcuctures, utilities, and Underground Facilities nat desig�lated for
removal, relocatian, or replacement in the caurse of cnnstruction.
B. Conh•actor shalI comply with all applicable Laws and Regulatioi�s relating to tl�te safety of
persons or property; or to the proteetion of persons or propeiiy from cfa��nage, inju�•y, oi� loss; aild
shall erect and maintain all necessaiy safeguards for such safety and protection. Contractor shall
notify awners of adjacent property and of Undergr�und �`acilities and other utility owners when
prosecutian of the Work rrzay affect them, and shall coopei�#e with them in the protection,
retnoval, relocatian, and replacement of their property.
C. Contractor shall comply with the applicabie requirements ot�City's safety programs, if any.
D. Contraetor shall infarm City of fhe specific require�ne��ts of Contractor's safety program, if any,
with which City's employees and repxesentatives inust compZy while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.14.A.2 or 6.14.A.3 caused,
diz°ectly or indirectiy, in whole or in part, by Coniractnr, any Su�co�►tractar, Supplier, or any
other individual ar entity directly or indirectly employed by any of the�n #o perform any af the
Work, or anyone for whose acts any of them may be liahle, sl�all be re�nedied hy Contractor.
P. Cant�•actor's duties and �•esponsibilities fnr safety and fo�• p�•atection of the VVnrk shall continue
until such time as all the Warlc is complet�ed and City has accepted the Work.
�.15 S'afety Repr�sentcaiiv�
Contractar shall info�tin City in writing o�Contractor's designated saf�ty representative atthe Site.
6.16 Haza�°d Co»anaunicaiion Pragranas
Contractor shall be responsible for coordinating any �Kcl�angc af il�aterial safety data sheets ar o�her
hazard cnmmunicatian information required to be made available to or exchanged beiween or among
employers in accordance wiih Laws or Regu�ations.
6.17 Errtergencres andlo�^ IRecf f cation
A. In emet•gencies affecting the safety or pi•otection of persons o�- the Worlc or prap.erty at tl�e Site or
adjacent thereto, Contractor is obiigaied to act to pre�ent threatened damage, inju�y, or loss.
Cantractor shall g[�a City prornpt written notice if Contractor believes that any significant
C1TY OF FORT WORTI-I
S"l�AhiDARD COhiSTRUCTIQN SPECIFCATION �OCUNII'NTS
Revisian: �ocember21,2p12
c�a 7z oa - �
General Cnnditi�ns
Page 3 I of 63
changes in the Wo��k ar variations froin the Conta•act Docu�nents have been caused thereby or are
required as a result thereo£ If City determines that a chan�e in the Cont��act Docun�e�lts is
required because of the action taken by Co�tractor in response to such an �rnergency, a Change
4rdex may b� issued,
B. Should the Contraetor fail to r�spond to a request from the City to rectify any disc��epancies,
oinissions, or correction necessary to ca�lforin with the requirements ofth� Contract Docu�nents,
the City shall give the Contractor written notice that such work or chang�s are ta be perfor�ned.
The writteil notice shall direct attention to the discrepant condition and request the Contractor to
take rernedial action to correct the condition. In Lhe event the Cantracto�- does not talce pasiti�e
steps to ful�il this written request, or does not show jusfi caUse for not iaking the praper action,
within 24 hours, tlle City inay talce such reinedial action with City forces or by co�ztcact. Th� City
shall deduct an a.mount equal to the entire casts for such remedial action, plus 25%, from a�y
funds due or becoma due the Contra�tor on the 1'roject.
6.1 S Subn�ittals
A. Cantractor shall subinit requi�•ed Submittals to City for revi�w and acceptance in accnrdance
with the accepted Sehedul� of Submittals (as required by 1'aragrapl� 2.07). Each subinittal will be
identified as City may requii•e.
1. Sub�nit number of copies specified in the General Requii�ements.
2. Da�a shovs+n on the Subznittals will be coinplete witll respect to yuantities, dimensions,
specified performance and �esign criteria, mate�•ials, and simiIar data to show City the
services, materials, and equipment Contractor proposes io provide and to enable City to
re�iew the information for the limiied purposes required by Paragraph 6.I8.C.
3. Submittals submitted as herezn provided by Cantractor and reviewed by City for
conformance v�ith the design concept shall be executed in con%rinity vvith the Contract
Documents unless otherwise required by City,
4. When Submitials are sub�nitted for the purpose of showing the insta�lation in greater detail,
theic review shall not excuse Contractar from rec�uirements showtl on the Drawings and
Specifications.
5. For-lnformatian-Only submittals upon which the City is not expected to conduct review or
take responsive aetion i�►ay be so identified in the Contract Dacuments.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, per�inent data such as catalog nurnbers,
the use for which intended and other data as City inay require to e�zable City ta review the
submittal for Yhe limited put•poses required by Paragraph 6.1 &.C.
CETY OF PDRT WOR'i�l-E
5TAIVDARD CONSTttLfC�t10�I SP�CIPCATION DOCUM�Nl'S
Re�ision: December2l, 2012
00 72 C1Q - I
General Conditions
Page 32 oi' 63
B. Where a Subinittal is requireci by the Contract Dacuments or the Schedule of Submittals, any
related Work pe�•for�ned priar to City's review and acceptance of t1�e pei�inent submittal will be
at the soke expense and responsibility ofContraetoa•.
C. Caty's Review:
S. City will provide timaly review of rec�uired Submittals in accordance with the Schedule of
Submittals acceptable to City. Cifiy's review and acceptance will be oi11y to determine if the
iterns cavered by t�e submittals will, after instailation or incorporatio.n in t�e Work, conform
to the in%rmation gi�en in the Cantrack Documents artd be compat�ble with the design
coilcept of the completed Praject as a fianctianing whale as indicated by the Cont�•act
Docuinents.
2. City's review and aceeptance wijl not extend to means, methods, techniques, sequences, or
procedures af const�'uction (excep� where a particuIar means, method, techauque, sequence,
nr procedure of constr�action is specifically and expressly called for by the Contract
Documents) or to safety precautions or progra�ns incident #her�to. The re�iew atad acceptance
of a�eparat� itern as such will not inc�icate approval of the assernbly in wh.ich the item
functions.
3. Gity's revi�w and acceptance shall not relieve Contractor from responsibility far any
variation fram the requ.ireinents of the Contract Docurne�ts unless Contractor has camplied
with the requiremsnts vf Sectian OI 33 00 and City has given written acceptance of each
such variation by specific written notation thereaf incorporated in or accompanying the
Submitta�. City's review and acceptance shall not relie�e Contractor from responsibility for
complying with the requirements ofthe Contract Documents.
6.19 Contir�uing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere tp the Project Schedule
cfurizag all disputes or disagreements with City. No Work shalI be delayed ar postpaned pending
resolution af ainy disputes or disagreein�nts, except as City and Conh•actoi• may otherwise agree in
writing.
6.�0 Contractor's General YTjarranty a�rd G�arantee
A. Coi�tractor warrants and guarantees to City that al] Waj��C will be in accordance witl� the Contract
Docutnents and will not be defective. City and its officers, direetors, members, partners,
employees, agents, consuItants, anci subcant�•actars sl�ali be entitled to rely on representation of
Contractor's warranty and gua�•antee.
B. Coi�tractar's warj-anty and guarantee here.u�-�der excludes defects or damage caused by:
1. abuse, inodification, o�• improper mai�ztenai�ce or operation by persons ather than Coniractor,
Subcont�•actors, Suppliers, or any otl�er individua� or entity for whom Contractor is
x•espar�sible; or
CITY OF FORT WORTH
5TANlaART) COf�IS'TFZUCTfON SPECIFCATfOiV DOCUMEIV'I5
Re�isio�3; I�ecem[�er2f, 2012
007200- ]
General Caiiditions
Pa�e 33 oi 63
2. normal wear and t�ar under ��orinal usage.
C. Contj•actar's obligation ta perform and campiete the Warlc in accordance with the Contract
Docu�nents shajl be absolute. None of the fol�o�ring will constitute an acceptance of Work tl�at is
not in accorda�lce with the Contract Documents ar a release af Contractor's ohlibation to perform
the Warlc in accardance with the Contract Documents:
I . observations by City;
2. recoinmendation ar pay�nent 6y City of any progress or fnal payinent;
the issuance of a cerki�cate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy ofthe War1c or any part thereofby City;
S. any review and acceptance of a Submittal by City;
�. any ir�spection, test, or approvaI by others; or
7. any con-ection of defective Worlc by City.
D. The Contractar shall re�nedy any defects or damages in the Waric ar�d pay far any damage to
other worlc or property resulting therefrom which shall appear within a period of two (2} years
from tlae date oF F�nal Acceptance of the Work unless a lon.ger period is specified and shall
furnish a goad and sufficient mainienance bond, co�nplyii�g with the requireme�ts of Artic.le
5.02.B. The City will give natice of observed de#'ects wiih reasonable px•ampmess.
6.2I Indemni�ication
A. Contractor covenants and agrees to indemnify, hold harmless and def+end, at its own
expense, the City, its of�icers, servants and employees, from and against any and all claims
aris�ug out of, ar alleged to arise out of, the work and services to i�e performed by the
Contractor, its oificers, agents, employees, subcontractors, licenses or invitees under this
Contract. T�LTS INDE IFICATTON PROVISION IS SPECIFICALLY INTENDED '.L(�
OPERATE AND B� �FFECTIV� EVEN IF IT �S ALL��ED OR PROVEN THAT_ALL
OR SOME OF TNF DAMAGE __BE�T_ SOUGHT WERE CAUSED,_1N WHOLE OR IN
PART. BY .AN�'_ACT, ONIYSSION_ O_ NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, �c�vithout limitation, indemnity for costs, ex�renses and legal
fees incurred by the City in defending against such claims and causes of achons.
B. Co�fractor covenants and agrees to indemnify and hold harmless, at its own expense, the
City, its officers, servants and emp[oyees, from and against any and all loss, damage or
destructio� of praperty of the City, arising out of, or alleged to arise out of, the work and
services to be performed by t�te Contractor, its officers, agents, emplo�ees, subcontractors,
licensees or invi#ecs under this Cantract. THIS INDEMNIFICATION PROVISIO�I ��
CE'fY OF FORT VJdATH
STAiV�ARD CONSTRUCTION SP�CIC'CkT10H DOCLJIv1EMS
Revision: DocemberF I, 2D l2
00 72 DO - I
General Conditions
I�age 34 of G3
SPECIFICALLY INTENDED TO �PERATE AND B� �FFEC`I'IVE �'VEN IF IT IS
ALLEG D R RO TH 4T ALL R SOME OF THE D MA ES BEI _S9iJ�HT
WFRE CAU�ED. �N WHOLE OR IN PART, BY ANY ACT, OMiSSIDN OR
NE LIGENCE OF THE CITY.
6.22 Delegation of Professio�al Desig� Servrces
A. Cantractnr will not be required to provide professianal design services unless such services are
specifically required by the Contract Dn.cuments for a po�-tiora of t11e Worlc or unless such
services are reqUired to carry out Contractor's responsibi�ities for constructian means, i�ethods,
techniques, sequences and pracedures.
B. If p�•afessional design sei�vices or cei�ti�cations by a design professional related to systems,
materials or eo�uipment are specificaIly reqUii•ed of Contxactor by the Conti°act Docunients, City
wil� specify all performance and design criteria that such services must s�tisfy. Contractor shall
cause s�ch services or certi�ications to be provided by a properly licensed professional, whose
signature and seal shall appear nn a�l dravvings, calculations, specifications, cettifications, and
Submittals prepared by such prafessional. Submitfials related tn the Work designed ar certifi�d by
such profess.ional, if prepared by athers, shall bear such p3•ofessional's �vritten approval when
submitted to Ciiy.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness pf tha services,
certifications or apprn�als performed by such design pra%ssionals, provided City has specified
to Contractor perfo�ance and design criteria that such services must satisfy.
D. Pursuant to �his Paragraph 6.22, City's reviaw and acceptance of desi�n calculations and design
drawings wi31 �e only for the limited purpose of checking for confornnance with performance and
desi� criteria given and the design eoncept e�pressed in the Contract Dncuments. City's re�iew
and aeceptance of Subrnittal� (except design calculations and design drawings) will be only for
the pui�pose stated in Paragj•aph 6. Z 8.C.
6.23 Right to Audit
A. The Contractar agrees that the City shalI, until ihe expiration �f thr�e (3} years afte3� iinal
payment under this Contract, have access to and the right to e�amine and photocopy any directly
pei�tir�ent boolcs, documents, papers, and records of the Contractar invoiving transactions relaiing
ta klzis Contract. Contract�r agrees that the City shall have access during Regular Working. Hours
to all necessai•y Contractar facilities a�1d shall be provided adequate ar�d appro�.riate worlc space
in order to conduct audits in coinpliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of inteilded audits.
B. Contractor fi.irther agrees to i3lclude in all its subcoi�tracts hereunder a provision to the effect that
the subcontractor agrees that the City s]zall, until the expiration of three (3) years aft�r final
pay�nent under this Contraet, have access to and the t-ight to exainine a�1d photocopy atly directly
pe�tir�ent boolcs, documents, papers, a�1d records of such Subcontt�actar, invol�ing transactions to
the subcontract, and iur�her, that City sl�all have access during Regula�• Working Hours to all
C1TY OF FORT WORTF3
STANDAltD C�NSTRUCTIOIY SPECIFCATIQIV DOCIJNIti1+IT5
Revision: I7ece�nbar2l, 2012
d0 7� 00 - I
Genera] Co3�ditians
Pa�e 35 ni�63
Subcontractoi- facilities, and shall be p�ovided adequate and appropriate worlc space in order to
conduct audits in compIiance witll tl�e pra�isions of this Paragraph. The City shall give
Subcontractor reasonable advance notice nf intended audits.
C. Contractflr and Subcontractor agree to phatoca�y such documents as may be requested by the
City. The City agrees to rei.mburse Contractor for the cost of the copies as follaws at the rate
published in the Texas Administrative Code ii1 ef�ect as af the time copying is pet�forined.
6.24 Nnndr.sc�fminaiion
A. The City is responsible for operati�3g Public T�-ans�aartation Pi°ograms aild implementing tj�ansit-
related pr�ojects, which are funded in part with Federal financial assistai3ce awarded 6y tlle U.S.
Department of Transportation and the Federal T�•ansit Ad�ninistration (FTA)., without
discriminating against any person in the United States on the basis of race, coloi•, or national
origin.
B. Titl,e VI, Civil. Rights Act of 1964 as amended.� Canfi�actor shall comply with the requireanents af
the Act and the Regulati�ns as further defined in the Supplementary Conditions for any praject
recei�ing F�deral assistance.
ARTICLE i— OTHER WORK AT THE S�TE
7A1 Relcxted Work at Site
A. City may perform other work related to the Project at the Site with City's einplayees, or other
City contractors, or through other direct cont�acts therefar, or have other wark performed by
utility owners. If such other work is not noted in the Contract Documents, tk�en written notice
thereof will be given to Contraetor prio�• to startit�g any such other work; and
B. Contractor shall affo.rd each ather contractoj� who is a pariy to such a direct contract, each uti�ity
owner, and City, if City is performing otk�er wark with City's employees ar okhex City
contractnrs, praper and safe access to the Site, pro�ide a reasanable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, ai�d
properly coordinate the V4Jork with theirs. Contractor shall do all cutting, fitting, and patching of
the Worlc that n�ay� be required to properly connect or otherwise make its several parts come
togefiher and properly integrate with such other wor�C. Co�tractor sha11 not andanger any warlc af
oihers by cu�ting, excavating, or otherwise altering such work; provided, ktawe�er, that
Contractor inay cut or alter others' work with the writlen cansent of City and the others whose
work will be affeeted.
C. If tlae proper execution or res.ults of any paa-t of Contractor's Work depends upon worlc perfor�ned
by others under this Article 7; Cantractor shali inspeet such otller work and promptly repoifi to
City in writing any delays, defeets, ar de�cie.i�cies in suclt otl�er wark that r�nder it u�lavailable
or unsuitable %r the proper execution and �•esUlts ofContractor's Wocic. Contractar's failure to so
repoit will canstitute an accepiance of sueh other work as #it and proper for integration wit11
�o�tractor'� �Vork except for latent defects ir� the wnrlc piro�ided by others.
CI'['Y OP FDRT WORTE-3
STANDARD CONS'TRUCTIpN SPECIFCAT[ON DOCllMENT'S
2evisio�3; Deeem6er21, 2012
007200- l
General Condiiions
Pape 36 of 63
7,02 Caa��danataon
A. If City intends to contra�t with others foi• tl�e perforinance of other worlc on the Praject at the
Sit�, ihe followii�g will be set foi•th in Supplementary Conditions:
the individual or entity who wiIl have authority a��d respoilsibility for coordination of the
activities atnong tlle various contractars will be identified;
2, the specific inatters ta be covere�f by sLieh autharity and responsibility will be itemized; and
3. the extent of such authority and responsibilities wifl be provided.
B. UnIess otherwise provided in the Supplementary Conditions, City shall have authority for such
caardination.
ARTICLE 8 — CITY'S RESPONSIBILIT�S
8.01 Communicatians to Contracto�^
Except as otharwise provided in the Supplementary Conditions, City shall issue all communications
to Conti�actor.
8.02 Furnish Data
City shall tim�ly furnish ihe data requi��ed under the Contract Documents.
$.03 Pay When Due
City shall make payments to Contractor in accordance with Ar�icle 14.
8.04 Larzds and Easements; Reports and Tests
City's duties with respect to providing lands and easements and providing en.gineering sur�eys to
�stablish reference points are set forth in Faragrapl�s 4.01 and 4.05. Paragrapl� 4.02 refers to City's
identifying and making avaiIable to Contractar copies oi reports of explorations and tests of
sulasurfaee eonditions and drawings of physieal conditions relating to existing surface or subsurface
structures at ar contiguous to the Site that ha�e been utilized by City in preparin.g the Contract
Docuinents.
8.Q5 Change QYders
City sl�all execute Change Ordets in accordance wit17 Parag�•aph 10.03.
8AG I�spections, Tests, a�dApprovcrls
Crty's t•espansibility with respect to certain inspections, tests, and approvals is set forth in Paa•ag��aph
l �.03.
ci� or• roxT woR��t
STAIVI7AftD CO[�TSTKUCTiON SPHCIFCATION DOCLf1VEENTS
Revisivn: Dece�nl�er21, 201Z
00 72 DO - i
General Cnnditions
Page 37 of63
8.07 Lir�►itations on City's Respo�rsiUilities
A. T1ie City shall not supetvise, direct, or llave coiitrol or authority over, nor be responsible foi•,
Co��tractor's �neans, methads, techniques, seq�.iences, or proeedL�res of coilstruction, or the safety
precautioils and pragrarns incidenr thereto, or foz• any failure of Cant�-actor to comply with Laws
and Regulatio�s applicable to the performance of the Wock. City will not be responsible for
Conteactor's failu�-e to perform the Warlc iM accordance with the Ca��t�•act Docume��ts.
B. City wiIl notify tl�e Cantractor of applicable safety plans pursuant to Paragraph 6,1�#.
8.08 Undisclosed Hazar^dous Envrronsrrental Cartdition
City's responsibility with respect to an undisclosed Hazai•dous Environrnental Condition is set forth
in Paragraph 4.06.
5.09 Compliance with Safefy Program
While at the Site, City's e�nployees and representatives shall comply with the specific applicable
requiremenfs oi Contractor's safety proga•ams of which City has been informed purs�iant to
Paragraph 6.14.
ARTICLE 9— CITY'S OBSERVATION STATUS DURING C�NSTRi]CTION
9.01 City's PrajectRepresentative
City will prnvide one or more Project Representative(s) during the construction period. The duties
and respansibilities and the limitations of authority of City's representative during constructinn are
sef forth in the Contract I]ocuments. The PrQject Representative(s) will be as pro�ided in the
Supplementary Conditians,
9.02 Visits to Site
A. Gity's Project Representative will make visits to the Site at intervals appropi•iate to th� various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality oi ihe variaus aspects of Contracto�•'s executed Work. Based on
inforination obtainec� during such visits and observatiQ.ns, City's Project Representati�e will
determine, in general, if the Work is proceeding in accordance with tl�e Contract Docu�nents.
City's Project Representative will not be required to make exh�ustive or continuoUs inspections
on the Site to cl�eck the quali�y or quantity af the Work. City's Project Repre�entative's effoi�ts
w'ill be directed toward providing City a greater cieg�•ee of con�dence that the completed Work
will conforin generally to the Contract Documents.
B. City's Praject Representative's V151ti5 ai�d obse��vations are subject to all the limitations on
autharity and responsibility in the Contract Docuinents including ihose set forth in Paragr•aph
8.Q7.
C1TY OF FORT WORTH
STAIVDARD CONSTRUCTION SPECIFCATION DOCUMEN7'S
Revision: Dece�n6er21, 2612
oanoo-�
General Conditions
Page 38 oiG3
9.03 Axrthorized Varicriions in Wark
City's Praject Rep�•esentative may authorize min.or variations in the Work fi�oi�a the requireznents of
tf�e Contract Doc�,iments which do not ii�volve a�1 adj��st�nent in the Contract Price or the Contract
Time and are compatible wit� the design concept of the completed Project as a funetioning whole as
indicated by the Contract Documents. These inay be accomplished by a F'ield Order and r�ilI be
binding on City and also on Contractor, who shall perforin the Workc involved pranptly.
9.04 Re,jectirrgDefective Work
City will have authority to reject Work which City's Prnject Represen[ative believes to be defecti�e,
or will nat produce a completed Project that canforms to the Conta-act Docurnents or that will
prejudice t11e integrity of the design concept of the completed Project as a fun�ctioning whole as
indicated by the Contract Documents. City wi�l ha�e authority to conduct speeial inspection or
testing of t11e Work as provided in Article l3, whether o�• nat the Work is fabricated, insta�ied, or
completed.
9,05 Determinationsfor Wa�kPerfo�med
Contractor wilj determine the actual quantities and classifications of Warlc perfortned. City's �rojeet
Representative will review wiih Contractor the preliminary determinations on such rnatiers before
rendering a written recoinmendatian. City's writter� decision will be fmal {except as madified to
reflect changed factual conditions or more accurate data).
9.06 Decisions on Requi�emerats of Contract Docunxents and Acceptability of Wark
A. City will be the initial �nterpreter of the requirements of the Cantract Documents and judge ofthe
acceptability of the Work thereunder.
B. City wi11 render a vv�itten decisior► an any issue referi•ed.
C. C.ity's writien decision on the issue a�e�erred wi�l be final and bind'rng on the Contractor, subject
to the pravisians ofParagraph 1Q.D6.
ARTICLE 10 — CHANGES IN THE WORK; CLA.�MS; EXTRA WORK
] p.01 Authora�ed Chc�nges ir� the T�ork
A. Witl�out invalidating the Contract and �vithout notice to any suj•ety, City may, at any tiine or from
time to time, order Extra Worlc. llpon natice of such E�tra Worlc, Contractor shall prdmptly
proceed with the Woz•k invalved which will be performed under the applicable coilditions of the
Cantract Documents (except as otherwise speci .itcally provided). Extra Wark shall be
memo�•ialized by a Change O�•der wl�icll may or �nay not preced� an ot•der of �xti•a work.
B. For minar changes of Worlc not requiring cl�anges to Contract Time or Contract Price, a Field
Order may be issued by the City.
ci-ry or r•aRT woR-ex
STANTJARD COI+I5TRUCTION SFECIFCATION DDCUM6NTS
Revision: D�ce�nber2l, 2012
pU 72 QO - 1
General Cotiditians
Page 39 of 63
10.02 Unauthorizei� Changes in the Wol�k
Contractor sha11 not be entit�ed to an iilcrease in the Cantract Price oi- an extensior► of the Gni�tract
Time with respect to any work perfarmed that is not requi�•ed by the Contract Docunlents as
ainended, modifed, or supplemented as p�'o�ided in Paf-ag�-aph 3.04, e�cept in the case of an
emergency as provided in Para�raph 6.17.
I 0.03 Executiorr of Change O�ders
A. City az�d Contj•actoi• shall execute appropriate Change Orde�•s covering:
I. changes i�t the 1Uork which at�e: (i) o�•dered ay City pursuant to Paragra�h 10.01.A, {ii)
required because of acceptance nf defective Work under Paragra�h 13.08 or City's �orrection
of defective Work uncier Paragraph 13.09, o�• (iii) agreed to by the paities;
2. changes in the C.ontract Price or Contract Time wlzich a3•e ag�•eed to by tl�e parties, incIuding
any u.ndisputed sum or amount oftime for Work actually perfprmed.
I6.04 Extra Work
A. Should a difference arise as to what does or daes not canstitute Extra Worlc, or as t� the payment
fhereof, anc3 the City insists upon its perfo�•mance, the Contractor shall proceed with the work
a$ei• making writien request for written orders and shall keep accurate accaunt of the actual
reasonable cost thereo£ Contract Claiins regarding Extra Wot•k shalI be made pursuant to
Parag�•aph � Q.06.
B. The Contractor shalI furnish the City sueh installation records of all deviations from ihe original
Contract Documents as may be necessary to enable the City to prepare for peri�na�lent record a
corrected set ofplans showin� the actual installation.
C. The compensation agreed upon fnr E�ctra Work whether or not initiated by a Change C]rder shall
be a full, compleie and finaj payment far all casts Contractor incurs as a result or relating to the
cnange or Extx•a Work, whether said costs are kY►own, unkno�vn, foreseen or unfnreseen at that
time, including withnut lfmitation, any casis fflr delay, exiended overllead, ripple or i�npact cost.,
or any other effect on changed or unchanged worlc as a result ofthe change oj� Extra Work.
10.05 Naiification to 5`arrety
lf the provisioils of a��y bond rec�uire notice to be given to a s��rety of any change affecting the
genez•a! scope of the Work or the pt•ovisions of the Cantract Docurne�ts (including, but not limited
to, Contract Price or Contract Time), the giving of any 541CI1 r�otice will be Conn•actnr's
responsibility. The amount of each applicable bond wi11 be adjusted by the Contractor to reflect the
effect of any such change.
C�TY OF FORT WORTH
STAhl�ARD CdNSTRUCI'lQN SPECIFCAT[ON ➢UCUM�N7'S
Re.visinn: DecemberZl, 20i2
0072OD-1
General Conditinus
Page 40 of 63
l D.06 Contract Claims ��ocess
A. Ciiy's De.ci.�iorr Requr�ed: All Caniraci Claims, except thase waived pua•suant to Paragraph
I4.09, shalj be refe�-red to the City fot� dec�sion. A decision by City shall be required as a
eondition precedent to any exe�-cise by Contractor of aizy rights or remedies he may othetwise
have under the Cantract Docuir�ents or by i�aws and Reg�ilations iz} respect of suc11 Contract
Claims.
B. Notice:
1. I+�ritten nolice stating the generaj nature of each Cantract Claim shal� be delive�'ed by the
Cantractnr to City r�o latex� than 15 days after the stai�t of tl�e event giving rise thereto. The
responsil�ility to substantiate a Co��tract Claiin shall rest witll Che paity malcing the Contract
Claim.
2. Notice of the a�nount or extent of the Contract Claim, with supparting data sl�all be deli�ered
ta the City o� or before 45 days from fhe stai� oithe event giving rise thereto (unless the City
allows adciitional time for Contractor to submit addiiional or mai-e accurate data in sUpport of
such. Cantract Claim).
3. A Contract Claiin for an adjustment in Contract Price shall be �repared in accordance with
the provisions ofParagraph 12.01.
4. A Contract C1airn for an adjustment in Contract Tiir�e shall be prepared in accordance with
the provisions of Paragx•aph 12.02.
S. Each Contract Claim shall be accompanied by Conl:ractor's written statement that the
adjustment claimed is the entire adji�strnent to whick� the Contractor believ�es it is entitied as a
t•esult of said event.
6. The City shal� subrr�it any response to the Contractor within 34 days af�ar receipt of the
claimar►t's last submittal (unless Cont�-act alIows additional time}.
C. Cary's Action: City will review eac11 Contract Claim and, within 3(} days after i•eceipt of the last
subrnittai of the Contractor, if any, take one af the following actions in writing:
I. dei�y the Coniract Claiin in �vhole o�• in part;
2. approve the Contract Claim; or
3. notify the Contracta�• that the City is unable to resalve the Coilt�-act Claim if,. in the City's
sole discretion, i.t would be inappropriate for the Ci�y to do so. Fo�- purposes of fiarther
resoluiion of the Contt•act CIaiin, such notice shall be deemed a dei�ial.
CITY OF FORT WpRTH
STA�TDARD C�NSTIZUC1'ION SI'ECIFCATION DaC[]3v1ENT5
Rcvision: ]]ece�n6er21, 2012
no7zan-i
General Conditions
Page 41 of 63
D. City's written action under Pa�'agraph 10.06.0 will be final and binding, unless City or
Contractor involce the dispute resolutioil procedur•e set foi-th in Article 16 within 30 days of such
action or denial.
E. Nn Contract CIaiis� for an adjustanent iz� Contract Frice or Contraet Ti�ne will be valid if not
submitted in accordance with this Paragraph I 0.06.
ARTICL� 11— C4ST QF THE WORK; ALLOWANCES; U1VIT PRIC� WORK; PLANS
QUANTITY MEASUR.�M�NT
11.0 l Casi of the Work
A. Costs Included: The term Cast of the Wo�•k means tl�e suin of all costs, except those excluded in
Paragraph 11.O1.B, necessarily incurred and paid by Conh•actor in the praper perforinance oithe
Work. When the value of any Wo�•]c eovered by a C.hange Order, the costs to be reimbursed to
Contractor will be onl� those additional or incremental costs required because of the change 'tn
the Work. Such cosls shall not includ� any of the costs itemized in 1'aragraph 11.O1.B, and shall
inc�ude but not be liinited to the following items:
1. Payroll costs for einpIoyees in the direat emplay af Contractor in the performance of the
Work under schedules of j.ob classifications agreed upon by City and Contractor. Sueh
einployees shall includa, without limitation, superintendents, foremen, and other pexsnnnel
employed fu11 time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportione[i on the hasis of their tiine spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fi-iilge benefits, which shaIl include soc�al security
contributions, une�nployinent, excise, and pa.yrol! kaxes, workers' compensation, health
and r•etirement benefits, bonuses, sick leave, vaeation and holiday pay applicable thereto.
The ex.penses of performing Wark outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shajl be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and i�corpo�•ated in the Work, including costs
of t��ansportation and storage thereof, and Su�pliers' field services required in coni�ection
therewith.
3. Rentals of all construction equipir►ent and inachi�lery, and th� p�-ts thereof whether rented
�i'oEn Contractor or others in accordance with rental a�•eements approved by City, and the
costs of transportafion, loading, unko.adiiig, asseinbly, dis�nantling, and removal thereo% All
such costs shall be in accordanc� with fhe ter�ns of said .reiltal agreements. The rental of any
such equipment, machinery, or pai-ts slia.11 eease when the use thereaf is �Yo longei• necessary
for the Work.
Cl'1'Y pF FOR'1' WpiZ'1'H
Sl'ANDAI2D CQNSTktUCTIQN SPGCIP'CAT[ON DOCUMENTS
nevision: Doce�nber2l, 2012
0072U0-1
General Condi6ons
Page 42 of 63
�. Payments made by Contt•actor• to 5ubco3ltractors for Work pe�•forrned by Subcoi�tracto.rs. If
rec�uired hy City, Contractor shall obtain competitive bids fi-om subcnn�ractors acceptable to
City and Contractor and shall deliver such bids to Ciiy, vwho will tilezl determine, v�h�c11 bids,
if any, �vill be acceptable. If any subcantract provides tliat the Subcontt•actor is to be paid on
the basis of Cost of the Worlc pl.us a fee, the Subcontractor's Cost ofthe Work and fee s�all
be detennined in the same �nanner as Co��tractor's Cost of the Worlc and fee as �rovided in
this Paragra�h 11 A 1.
5. Costs oi special consultants (i�lcludi�lg but not li�nited ta enganeers, archifiects, ��sting
laboratories, suz�veyars, att�rneys, and accountants) einployed far serviees specifically related
to the Wor•k.
6. Supplemental costs including the following:
a. The propo��tio� of necessary transportation, travel, and suhsistence expenses of
Contractor's enlployees incurred in discharge oFduties connected with the Work.
b. Cost, including transportation and maintenance, of all materials,. sttpplies, equipment,
machinery, applia��ces, offce, and teinpo�•ary facilities at the Site, and hand tools not
owned by the warlcers, which are consumed in the performance of ihe Work, and cost,
less market r�alue, of sueh items used but not consumed whieh remain the property of
Contracto��.
c. Sales, consumer, us�, and othea- similaa' taxes related to fihe Wark, and for which
Contraetor is liable nat co�ered under Paragraph 6.11, as imposed by Laws and
Regulati�ns.
d. Deposiis lost far causes ather than negligenee of Contractor, any Subcontracto�', or
anyone directly or indii•ectly employed by a�y of them or for whose acts any of them may
be liable, and royalty payinents and %es for permits and iic�nses.
e. Losses and damages (and related expenses) caused by dainage to the Wark, not
compensated by insurance or atherwise, sustained 6y Contractor in connection with the
perforinance of the Work, provided such losses and damagas have resuited from causes
other ihan the negligence of Contractor, any Subcontractor, or anyone dit'ectly or
indirectly employed by any of them or far whnse acts any of them may be liable. Such
lasses sha11 include set�lements made with the written consent and approval of City. No
such losses, damages, and expenses shall be included in the Cost of the Warlc ia�• the
puz•pase af determie�ing Contractot•'s fee.
f. The cost of utxlities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegra�lls, long distance telepho.ne calls, telepi�one and
communication services at the Sifie, express and courier services, and siinilar petty cash
items in connectia�� �vitiz the Woc�c.
CI'tY OF FQ[tT WORTH
STANDA[tI] CQNSTRUCTION SPECIFCA'1'IOtJ 170CUMHNTS
Rcvision: Dcoem6er21, 20 ] 2
aa �z no - i
Genera] Conditinns
Page 43 nf 63
I�. The costs of pre�niuins far all bonds at�d insurance Contcactor is rec�uired by the Contract
Docur��ents to pLirc��ase and anaintain.
B. Costs E.xcluded.• The te�•rn Cnst of the Work shall not inc�ude any of the folla�ving items:
Payroll costs and other compensation of Contractc�r's officers, execufives, p�-incipals (of
park�►erships and sole �ro}�rietorships), general managers, safety manager5, engineers,
arcl�itects, estimatot•s, attorneys, auditars, accountants, purel�asing and cantracting agents,
expediters, ti�nelceepers, clerlcs, and other personnel ejnployed by Cantraetor, whether at the
�ite or in Contractor's principal or branch nf#ice for �eneral administration of ti�e Work and
not specifcally included in the a�;reeci upa�7 schedule of job classificatio�ls referred to in
Paragraph l I.O1.A.l or specifically covered by Paragraph 11A1.A.4, all of which are to be
considered administrative costs eove�ed by the Cantractor's fee.
2. Ex�aenses of Cantractor's principal and branch offices other than Contractar's off ce at the
S ite.
Any part of Contractor's capital expenses, ineluding interest on Contractar's capital
employed for tl7e Work a�d cl�arges against Contractor for delinquent paytnents.
4. Costs due to the negligence af Cantractor, any Subcont��actor, nr anyone directly or indirectly
employed by any of thetn or for vvhose acts any of them may be liable, inciuding but not
iimited ko, the correction of defective Warlc, d�sposal of materiats or equiprnent wrongly
supplied, and making goad any damage to property.
5. Otller overhead or general expense costs of any kind.
C. Coniractor's Fee: When all the Worlc is performed on the basis of cost�pltas, Cantractar's fee
shall be detennined as set forth in the Agreetnent. When the value of any Work covered by a
Change Orde�• fQr ai1 adjustment in Contract Price is det�rmined on the basis of Cost af the
Wark, Contractor's fee shall be determin�d as set forth in Paragraph 12.OI .C.
D. Da�umeniatian: Whenever the Cost of the Work far any �urpose is to be determined pursuant to
Paragraphs 11.(?1.A and 11.O1.B, Contractor will es.tablish and nnait�tain records thereof in
accordance witll genecally accepted accounting practices ai�d submit in a form acceptable t�o City
ar� itemized cost breakdown toget�er with suppoi�ting data.
11.02 All.owances
A. Specafred Allowance: It is understood that Contractor has inelucied in the Contraet Price all
allo�wa�lces so named in the Conti•act DQcuments and shall cause the Wo�lc so cover�d ta be
perfoa-�ned for such sums and by such persons or entities as rnay be acceptable to City.
B. Pre�UidAllowances:
1. Cantr�ctor agrees that:
ca�r�r or FORT worc�n-r
STANDARp CONSTRUCT[ON SP6CIFCAT70N DOCUMEl+1T5
Revisian: Dc+cember2l, 2012
oa �z c�a - t
Ge�ieral Conditioiis
Page 44 of 63
a. the pre-bid allowa�ees inciude t11e cost to Cantractoi° of inaterials and equipn�ent required
by the allowances to be deli�ered at the Site, and all applicabfe taxes; and
b. Contractor's cdsts for unloading and har►dling on the Site, labor, instal�ation, or�erhead,
p�•afit, aitid othez� expenses eonteinplated for the pre-bid allowances ha�e been included in
the allowances, and na demand fot• additianal pay�ment on accaun# of any of tite
foregainb wiIl be �alid.
C. Contir�gency Allowc�nce: Cont�-actor abrees that a contingency allowance, ii any, is for the sole
use of City.
D. Prior to fnal payment, an appropriate Chai�ge Order will be issued to reflect actual amounts due
Contraciar on account of Woi•k covered by allowances, and the Contraet Price shall be
correspondingly adjusted.
1 ] .03 Ur�it PYice Work
A. VY�h�re the Contract Documents p��o�ide that alj or part of the Work is to be Unifi Price Wark,
initially the Con#ract Price wiil be deemed to inelude for ail Unit Frice Work an ainount equal to
the sum of the unit price for each separately identified item of Unit Price �lorlc times the
estunated quantity of each itern as indicated in the Agreement.
B. The estimated quantiti�s of iterns of Unit Price Woric are not guarariteed and are salely for the
purpase of comparison of Bids aizd deierm'tning an initial Cor�tract Price. Determinatians of the
aeival quantities and classificatians of Unit Price Work performed by Cantractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be dee�ned to include a.ri amount considered b�r Contractor to be adeauate ta
eo�er Contz•acio�-'s averhead and prafit for each separately identified item. Work described in the
Contrac# Docui�ents, or reasanably inferred as required far a funciionally complete installatian,
but not identified in the listing of unit price it�ms 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 adjustfnent in the Cantract Price in accordance with Paragraph 12.01 if:
�. the quantity of any item of Unit Price Worlc perf'ar�ned by Contractor differs materially and
significantly fi•om tl�e estimated quantity of such itern indicated in the A�reeinent; and
2. there is no cn.n•esponding adjust�nent with respect to any other item of Worlc.
E. Irrcreased or^ Decr�eased Quarrtities: The Ci�y j-esei-ves the rigllt to order Extra Warlc in
accoa•dance with Paragraph ] 0.01.
If the cIla�ages in quantities or 1:he alterations do not si�niftcantly change the characfier oi
worlc under the Contract Documents, the altered work �vill be paid far at the Contract unit
price.
C1TY OF FORT WORTH
STANDAR� CONSTRUCTION SP�CII�CAT[QN DOCUMGNiS
Revisian: Deceanber2l, 2012
an�zoa- i
General Conditioois
Page 45 af 63
2. If the �hanges in quantities or alterations significantly change the cha�'acte�• of work, the
Contract will be an�ended by a Change �rder.
3. If no unit priees exist, this will be considered Extra luork and the Contraet will be amended
by a Change Order in accordance with Aj�icle 12.
4. A significant change in tlie chai-acter of worlc occurs when:
a. the eharacter of work for any Item as altered differs materially in kinci or nature fi•am that
in tl�e Cont►•act or
b. a Major Item of warlc varies by more than 25% fi'om the original Contract quantity.
5. VL�hen the quantity of wo�•k to be don� under any Majns' Item of the Contract is more than
125% of the origiilal quantity stated in the Contract, then either party to th� Contract may
request an ad�ust�nent io the unit price on the portion of the work that is above 125%.
6. When the quantity of woi•k to be done under any Major Itein of t11e Contract is less than 75%
af the original quantity stated in the Contract,. then either party tn the Contract may request
an adjustmeni to the unit price.
11.04 Plans Quantity Measure�ent
A. Plans quatltities may or inay not represent the exacf quantity of work perfarmed or material
moved, handled, or placed during tlle execution of the Confiract The estiinated bid quantities are
designated as final payment quantities, unless revised by the go�erning Section or this Article.
B. If the quanlity measured as outlined under "Price and Payment Procedures" varies by mare than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) fi�oin the total
esti�nated quantity for an individual Item originaIly shown in the Contract Documents, an
adjustment inay be made ta the quantity af authoriz�d worlc done for payment purposes. TlZe
parCy to the Contract requesting the adjusttnet�t wil! provide #ield measuremei�ts and calculations
showing tlie final quantity for w�hich pa}nnent will be made. I'ayment for revisec� quantity will b�
made at the unit price bid for that Item,. e�cept as provided for in Article 10.
C. Whe�� quantities are revised by a change in design approved by ihe City, by Chan�e Order, ar to
carrect an erro�•, oz• to cof•rect an error an the plans, the plans quailtity will be i�creased or
decreas.ed by the amount involved in the change, and the 25% variance will apply to the new
plans quatltity.
D, If the total Cpntract quantity �nultiplied by the unit price bid for an individual Item is less than
$25a ai�d the Ite�n is not o�'iginally a plans quantity Itetn, then tlze Tte�n may be paid as a�lans
qLiantity Item if the City and Cnntractor agree in writing to fx the fnaI quantity as a plans
quantity.
ci� o� r•or�-r wo�t�[°x
STAI+FDARD CC3N5"I72LiC170N SAECIFCAT1nN i7OCilMENTS
Ravision: Doccmher2l, 2012
00 �z ao - i
General Conditions
Page Al nf 63
E. Fa�• callout wa�•k or non-site specific Contracts, the plai�s �uantity measurement ��equi�•ements are
not app.licable,
ARTICLE 12 -- CHANGE OF C�NTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Fr�ice
A. The Cantraci Price n�ay only be changed by a Change Order.
B. The value of any Worlc c�vered by a Change Order vvill be determined as follows:
]. where lhe Work involved is caver�d by unit prices contained in the Contract Docuinents, by
application of such unit prices ta ine c�uantities of the items involved (subject to the
p�•ovisia��►s of Paragraph 11.03}; or
2. where the Worlc involved is not eo�ered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and p�•ofit not r�ecessarily in aceordai�ee with Paragraph 12,O1.C.2), anci shall include lhe cpst
of any secondary impacts that are fa�•eseeable at the time of pricing the c�st of E�Yra `]Vork;
or
3. where the Worlc invojved is not covered by unit prices contained in the Contract Documents
and agreement to a lump suin or unit price is not reacheci under Paragraph 12.O1.B.2, on the
basis af the Cost of the Work {detei�tnined as p�•o�ided in Paragraph ] 1,01} plus a
Cantracto�•'s fee for o�erhead and proft {determined as provided in Paragraph 12.O1.C).
C. Cvntractor's Fee: The Contractor's additional fee foj' overhead and proiit shall be determined as
foll.aws:
1. a mutually accepiable fixed fee; ai•
2. if a fixed fee is not agreed upon, then a fee based an ihe foilowing percentages of the various
portiai�s of the Cost of the Work:
a. for cosis incu�•red under Paragraphs 11,O1.A.1, 11.OI.A.2. and 11.Q1.A.3, the
Cantractor's additional fee shalI be IS pej�cent except far:
1) rental fees for Cantractor's own equipinent using standard rental rates,
2} bonds and insurance;
b. for costs incurred under Pa�-agraph 11,01.A.4 and 11.O1.A.5, the Cnntractor's fee shail be
five pet•cent (5%);
1} where one or more tiers of subcontracts are on the basis of Cosl o#'the Vi+'ork plus a
fee and no fixed fee is agreed upon, tlae intent of Paragraphs 12.OI.C.2.a and
12.01.C.�.b is that the S�bcantractor who acivally perforrns the 1h�o�-Ic, at whatever
CI'CY OF FQ[tl' WpR7'H
S"rANDARI] CONSTRUCTION SPECIFCATiON DbCUMENTS
Revision: Dc�e�nl�er2l, 2012
oa �z oa - i
General Condicions
Page 47 0163
tier, will be paid a fee of 15 percent af the costs incurred by such SuUcontractor under
Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and
Contractor wili each be paid a fee of five pei•cent (5%) of the amount paid to the i�ext
lower tie�• Subcontractor, however in no case shall the cumuIative total of fees paid be
in excess of 25%;
c. i�o fee shail be payable on tl�e basis of costs itemized under Paragi•aphs 11.O1..A.�, and
11.O1.B;
d. the air►ount of credit to be allowed by Contractor to City for any ehange �vhicla results in
a net decrease in cost will be the ainount of the actual net decrease in cost plus a
deduction in Contractor's fee by an amo�ant equal to fve percent (S%) of such n�t
decrease.
12.d2 Chavrge of Contr�rct Ti�ne
A. The Contract Tiine �nay only be changed by a Change Order.
B. Na extension of the Contract Time will be allowed for Extra Work or for claimed delay unlass
the Extra Worlc canterx►plated or elaimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or
claimed delay adversely affects the critical path.
12.03 Del�ys
A. Where Cont�•actor is reaso�ably delayed in the performance or completion of any part of the
Wor[c within the Contract Time due to delay beyond the control of Contractor, tl�e Co.ntraci Time
may be extended in an a�nount equal to the time lost due tt� such delay if a Contract Claim is
made therefor. Delays beyand the control of Contractoi• shall include, but not be limited to, acts
Qr neglect by City, acts or neglect af utility awners or other contractnrs perforining other work as
cantemplated by Article 7, fires, floods, epidemics, abnormal weather eonditions, or acts of God.
5uch an adjustment shall be Contz•actor's sale and exclusive rem�dy for the delays described in
this Paragraph.
B. If Contractflr is delayed, City shall not be �iable to Cantractar for any claims, costs, losses, or
dainages (including but nQt lim�ted to all fe�s and charges of engineers, architects, attarneys, and
other proFessionals and aIl caurt or arbitration or other dispute resolution costs) sustained by
Conti�actor on or in connection with any other praject or antic'rpated project.
C. Conteactor shall not be entitleci to an adjustment in Contract F�•iee or Cont�-act Time for deiays
wiihin tl�e control of Contractor. Deiays attri6utable to and within the conta•o[ of a 5��bcontractor
o.r Supplier shall be deeined to be delays within the cantrol of Contractor.
D. The Contractnr shaIl recei�e no coznpensation for delays oi• hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the Ciiy to provide
infoi-mation or material, if any, which is to be furnished by the City.
CE'l"Y OF rORT WORTIi
S'i'ANDARD CONSTRUCTION 5P�C[fCAT[OA! DOCUML-1VTS
Revisioa�: llece�nl�er21, 2012
�Q72OQ-1
Genecal Conditians
Page 48 of 63
ARTICL� 13 — T��TS AND INSPECTIONS; COxt12�CTION, R�MOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notiee of �e fects
Notice of ail d�fecti�e Worlc of which City has actual �Cnovvledge will be given to Contracto�•.
Defective Worlc may be rejected, corrected, or accepted as pra�ided in this Ai-ticle 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictio�lal interests wilj
have access to the Siie and the Work at reasonable times %c their observation, inspection, and
testing. Contractor shall provide tiiem �roper and safe conditiotls for such access and advise them of
Contractor's safety procedures and programs sa that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Coniractor shall g'rve City ti�nely notice of readiness of the Work ior all r�quired inspections,
tesis., ar approvals and shall cooperate with inspection aitd testing personnel to facilitate required
inspectians or tests.
B. If Cantract Documenfs, Laws or Regulations of any pubIic body naving jurisdiction require any
of the Work (or parf thereo� to be inspected, tested, or approved, Contractor shall assume full
iesponsibility for arranging and obtaining such independent inspections, tests, ��etests ar
approvals, �aay all casts in connection th.erewith, and fui-nisl�. City the requu•ed certificates of
inspeciion or approval; excepting, however, those fees specifically identiiied in the
Supplem.entazry Conditions or aaiy Texas Department of Licensure and Regulation (TDLR)
�nspectians, which shall be paid as described in the Supplementary Conditions.
C. Contz•actor shall be responsibl� for arrangrng. and obtaining ancE shall pay all casts in coiu�ection
with any inspections, iests, re tests, or appi•ovals required for City's acceptance of materials or
equiprnent ta be inco�•porated in the Work; or acceptance of materials, mix designs, or equi�ment
submitted for approval prior to Contractor's purchase thereof far incorporation in the WarIc.
Such inspections, tests, re-tests, or appra�als shaIl be performed by organizations acceptable ta
C ity.
D. City �nay arrange for th:e services of au independei�t testing laboratary ("Testing Lab") to
pet•for�n any inspections or tests ("Testing") for any pa��t of the Work, as deterrr►ined splely by
C ity.
i. City will coardii�ate such Tes.ting to the extent passible, with Contractor;
2. Sllould any Testing under this Section 13.Q3 D result in a"fail", "did not pass" or other
similar negative result, th� Cantractor shall be responsible for paying for any and all retests,
Cnntractor's cancellation withaut cause of City ini.tiated Testing s11�11 be deemed a ne�;ative
result a�Zd require a retes�.
C]'1'Y OF FO.RT V�ORTH
S�f�]VDARD CONSTRUCTI�TV SPGCITCA'CIUN DOCIlME1dT5
Revision: S7ecemUer21, 2012
oo7zoa-i
Genaral Canditions
Pagc 49 of 53
3. Any a�nounts owed for any retest under this Section 13.03 D shall be paid directiy to the
Testing Lab by Contractor. City will forward all invaices for retests to Contractor.
4. If Cantractor fails to pay the Testing Lab, City will �1ot issue Final l'aymer�t untiI the Testing
Lab is �aid.
E. If any Work (oi• the work of oChers) that is ta be iitspected, tested, or approved is covered by
Contraetor withaut written cnncurrence of Ci�y, Cont�•actar shall, if requested by City, uncover
such Worlc for observation.
F. jJncavering Work as provided in Pa�-ag�•aph 13.03.E sha�l be at Contractor's expense.
G. Cantracto�' s�all have the right ta make a Cont�•act CEaim regarding any retest or invoice issued
under Section l 3.Q3 D.
13.0� �I�rcovering Wol•k
A. Ii any Wor� is eovered cantra�y ta the Contract Docu�nents or spacif c 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 cansiders it necessary or advisable that covered Work be abserved by City o�• inspected or
tested by others, Coi�tractor, at City's request, shall uncover, exp�se, or othe�-wise make available
for observation, ir�spection, or testing as City �nay require, that pnrtion of the Woz•k in question,
furnishing al� necessary tabor, material, and equipment.
If it is found that the uncovered Wo�-k is defecti�e, Cont�-actor shall pay all clai�ns, costs,
losses, and damages (including but not limited to a11 fees and cha�'ges of engineers, architects,
attorneys, ar�ci other professionals and all caurt or other dis�aute resolution �osts) arisin� out
of or relating to such uncovering, exposure, observatio�l, inspectian, aild testing, aiid of
satisfactory replace�nent or reconstruction (includin.g but nat limited ta all costs of repair or
replacement of worlc of others); ar City shall be �ntitled to aeeept defective Work in
accordanGe with Paragrapl� I3.08 in which case Contractor shall still be respnnsible for aIl
costs associated with exposing, observing, anci testing the de�'ective Work.
2. If the unco�ered Work is not ipund tn be defecti�e, Contractor shall be allowed an increase
in the Contract Price or an e�tension of the Contract Time, nr bath, directly att�•ibutable to
such uncovering, exposure, observation, inspection, testing, replacement, and t•econstruction.
13.05 City 1Vla,� Stop the Work
Iithe Wark is defective, aY� Canti°actor fails to supply sufficient skilled workex•s or suitable materials
or equipment, �r fails tq perform the Work in suc97 a way tl�at the eompleted Work will conform to
the Contraet Docutnet�ts, City may orde�� Cantractor f:o stop t�e Work, ar a��y portioi3 thereof, t►rZiil
the cause for such ot•der has been eli�ninated; however, �his right of City ta stop the Wark shall not
give rise to any duty on the �art of City to ex�rcise tllis right for the be�lefit of Contract�r, any
Cl T� E7F FORT WOFiTH
STANDRFiD CON5TRLICT[O]V SP�C1rCAT[Ql+! DOCLIME7VT5
Revision: December21.2p12
007260-!
General Conditions
Page 50 ofb3
Subcontractor, any Supplier, any other indi�idual ar entity, or any surety fa�•, o�• einployee or a.gent of
any af them.
13.06 Co�rection o� Removal af Defective Wo�^k
A. Promptly aftei• reeeipt of writken �Zotice, Co��tractor shall carrect all defe�ti�e Work pursuant to
an acceptabie schedule, whether or not fabricated, installed, or completed, or, if t13e Work has
been rejected by City, remove ii fi•om tlle Project and repl.ace it with Work that is not defective.
CQntractor shaII pay alI c�aims, costs, additional testing, lasses, and dainages (including but not
fimited to a11 fees and charges of �ngineei�s, architects, attorneys, and other professionals and all
court or at•bitration or other dispute resolution costs) arising out af or relating to sucil correction
or renloval (including but not li�nited to a[I costs of repair or replace�nent of worlc of ofhers).
Failure to require the removal of any defective Work shall not constitute aceeptance of such
Work.
B. When correcting defective Work under the terins af this Paragi�aph i 3.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise iinpair City's special warranty and
guarantee, if any, on said Work.
13.07 Correction Periad
A. lf within iwo (2} years after ihe date of Final Acceptance {or such longer period of time as nnay
be prescribed by the terms of any applicable special guarantee rec�uired by the Contract
Docurt�ents), any Work is found to be defective, oj• if tlle repair of any damages to the land or
areas inade a�ailable for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 6.10.A is found to be defecti�e, Contractor sha11 promptly, withoUt
cost to Crty an�i in accordance with �ity's written instructions:
1. repair su.ch defeetive land or areas; or
2. correct such defective Warlc, ar
if the defective Work has 6een rejected by City, remove it frorn the Project and 1•eplace it
with Work that is not defective, and
4. satisfactoril}� caz�•ect or repair or �•einove and replace any dat�nage to ather Work, to tl�e work
of others ar other land or areas resulting therefi•om.
B. If Contractor does not pramptly comply with the terms of City's wz'itten instructions, or in an
einei•gency where delay would cause serious rislc of loss or damage, City rnay have the defective
Work corrected oz• repaiced oi• may ha�e the rejected Worlc reinoved and �•eplaced. All claims,
costs, 3osses, �nd damages (including bui not lianited ta all fees and char�es of engineers,
architects, attorneys, and othe�• professionals and all eoui�t or othe�• dispute resolution costs)
arising out of a�• �•elating ko such correction or repair or such removal and replacement (including
but not limited to all cosfs af repair or repjace�nent of worlc of others) will be paid by Contractor.
CI"1'1' OF FOIiT WQRTH
STANI]Altll CONSTRUCTFON SPEGFCATIOIV pOCUM�N'CS
Revisia�: 1]ccc�nber2l, 2612
007200-{
Get�era) Canditians
I>age S] of53
C. In s�ecial circuinstances whej•e a pat�ticuiar item of equipi�nent is glaced in canti�zuous service
before Final Acc�ptance of all the V�nr]<, the coi•rection period for that �tem �nay start to run from
ar-� earlier date if so provided in the Canh•act Docuinents.
D. Where de£'ective Work (and dair��ge to other Work resulting therefi•om) has been coj•rected ar
removed and replaced under this Paragraph 13.07, the correction period h�reunder with respect
to such Work may be required to he extended ior an additional period of one year afte�• ti�e ei�d of
the initial carrection period. City shall provide 30 da�s written natice to Contractor 5hauld such
additional wan�anty coverage be required. Cflntr•actor may dispute tllis requirejnet�t by filing a
Contract Claim, pursuant to Parag�-aph 10.06.
E. Contractor's obligations under this Pacagraph 13.07 are in addition to any ather obligatior► or
warranty. The provisions of fihis Pa►`agraph 13.07 5hall not be constr�aed as a su�stitute for, ot' a
waiver of, the provisions of any applicable statute of liinitatian or repose.
13.48 Acceptance of Defective Work
I% instead of requiring coi7ection or remo�al and replacement of d�fectiv� Work, City prefers to
accept it, City may do so. Contractox- shall pay all claims, costs,. losses, and dannages {inclucfing but
not limited �o all fees and chaYges of engineers, architects, attorneys, and other professionals and all
court or other dispute resalution costs) attribuiabi� to City's evaluaiian of and determination to
accept such de%ctive Work and for the diminished value af the Work to the extent not otherwise
paid by Cont�actor. If any such acceptance oc�urs prior to Final Acceptanee, a Change Order will be
issued incorparating the necessary revisians in the Contract Docu.ments with respect to the Wot'k,
and City shall be entitled to an appropriate decrease in th� Coniract Priee, reflecting the cfiminished
value of Work so accepted.
13.d9 City May Correct Defe.ctzve YYork
A. If Contractor #'ails within a reasonable time after written notice frar►� City to correct defective
Woik, or to remove and replace rejected Wock as r�quired by City in accordance with Parag�•a�ah
13.Ob.,E#, or if Contractor fails to perform the Work in accordan.ce with the Contract Documents,
or if Contractor fails to coinply with any Qther provision af the Conh•act Docuinents, City inay,
after seven {7) days written notice tn Contractor, correct, ar rem�edy any such deficieney.
B. In exercisin� the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection vvith SLIC�I corrective ar remedial actian, City may exclud�
Cantracto�• frnm ail or part of the Site, tal�e passession of all or �art oF tl�e Work and sus.pend
Contractor's servioes relaled thereto, and incorporate in the Work all mate�'ials and equipment
ii�corporated in the Wo�'Ic, stored at the Site or for which City has paid Contractor but which are
stored elsewhere. Co�itractor shall allow Cit�, Ciiy's representatives, agents, consultants,
e�nployees, and City's other contractors, access to the Site to enable City to exercise the rights
and i•emedies under this Paragrapli.
C. All claims, costs, losses, and damages {includii�g but not limited ro all %es and charges of
engir�eers, architects, attorneys, and oth�i• professionals and all court or other dispute resoltition
c1� or• roRT wo�Tx
STANI�ARD CON5TRUC'1'ION SPECIFCATidN L70CUMENTS
Revision: De�;anber2l, 2a 12
pp72DO-V
Gerteral Conditians
Page 52 vfG3
costs} incurred ar sustained by City in exei•c.ising the �-igl�ts and remedies ander this Paragraph
13.09 wilf be chaz�ged against Contractor, and a Chan�e Order will be issued incoj�porating the
necessai•y revisions in ihe Contract Docu�rients r�vith respect to the Work; a�ld City sl7a11 be
entitled to an appropriate dec�'ease in the Contract Price.
D. Contractor sl�all not be allowed an extension of the Cflniract Tii�ne because of any delay in the
perfarrnance of the Work attributable to the exercise of C.ity's rights and remedies under this
Paragraph 13.09.
ARTICLE 1� — PAYIVI�NTS TO CONTRACTOR AND COMPLETION
14A 1 Schedule af Ya7ues
The Sc�edule of Values for lump sum contracts establishec3 as provided in Paragr�ph 2.07 will serve
as the basis for progress payi�nents and will be incorporated into a form of Application far Pay�nenfi
acceptable to City. Progress payments on account of Unit Price Work w�ill be based on the number of
units completed.
14.02 P�ogress Payments
A. Applications for Paynzents:
l. Contractor is responsible for pro�iding all information as required io becon�e a vendor of the
City.
2. At le�st 20 days before the date establisheci in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payrnent filled out
and signed by Contractor covering the Wark completed as af the date of the Application and
accompaniecf hy su.ch supporting dacumentation as is required by the �t�ntract Docuinents.
3. If paynnent is requested on the basis of tnaterials and equipment not incorporated in the Worlc
but delivered and suitably sto�•ed at the Site or at another location agj�eed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoic�, or other
documentation warranting that City has received tiie matez•ials and equipi�nent free and clear
nf aIl Liens and evidence thafi the materials and equi}�ment az�e covej•ed by appropriate
insurance oi• other arrangements to protect City's interest therein, all of whi.ch must be
satisfactory to City.
4. Beginning with the seconci Applieation for Payment, each Applicatian sha11 include an
affidavit of Contracto�• stating that previous progress payinents reeeived on account of tl�e
Wark have been applied on accouill to discharge Contractoj�'s legit.i .mate obligations
associated with prior Appiications fa�' Payment.
5. The amaunt of retainage with respect to prog�•ess payrr►ents wi11 be as stipulated in the
Contract Docuinents.
C1TY OF FORT 1�IDRTE-i
STANDARD CONSTRUCTIpN SPECIFCATION DOCUMCN'I'S
Re�is'ton: aecarrber2l, 2D12
00720o-t
Ge3�cra1 Gandikipns
Page 53 of 63
B. Review QfApplr.'cations:
1. City wi�l, aftez' receipt af each Applicatiorl foi• Payment, eitller incficat� in WI'itil1g a
recominendation oF paymer�t or return the Applicatian to Contractor indicatin.g i°easons for
a•efusing payment. In the latter case, Contractar may malce the necessary correctioiis and
resubmit the Application.
2. City's p�-ocess'rng of a�1y payment �•equested in an Application for Payn�ent wili be based on
City's observations of the executed Warlt, and on City's t•eview of the Application for
Payment ai�d the accornpanying data and schedules, that to the best of City's k�lowledge:
a. the Work has progressed io the pnint indicated;
b. t�e quality of the Work is generally in accordance with fihe ContracL Documents (subject
to an evaluation of the Wai°k as a functioning whole priar to or upon Final Acceptai�ce,
the results of any subsequent tests called fQi� in the Contract Docuinents, a final
detertnination of quantities and classificaiions for Work performed under ParagY-aph 9.45,
and any other qualifications stated in the reeommendation}.
3. Processing any such payinent will not the�•eby be deemed to ha�e represented that:
a. inspections made to check the quality or the c�uantity of the Work as it has been
perfonned have been exhaustive, extended to every aspect of the Work in p�•ogress, or
involved detailed inspec�ions of the Work beyond the responsibilities specifically
assigned to City in the Contract Docu�nents; or
b. ihere may not be other matters or issu�s between the parties that might entiNe Contractor
ta be paid additionally by City or entitie City to withhold payment to Co�t3•actor, or
e. Cantractor has complied with Laws and Regulations applicable tn Cnntractor's
performance of the Work.
4. City may refitse to process the whole or any part of any payment because of subsequently
discovered eviden�e or the rest�Its of subsequent inspeetio.ns or tests, �nd revi5e or revoke
any such payment previously made, to such extent as may be necessary to protect City fi•om
loss because:
a. the Work is defective, or ihe campleted Work has beei� �ia�naged by the Cantractor or his
subcontractors, reqiiiring correction or replacement;
b, discrepancies in quantities cantained in previous applications fo3• paylnent;
c. the Cont��act Price has been reduced by Change Orders;
d. Gity has been required to correct defective VLrorlc or co�nplete VVarlc in accordance with
Paragraph 13.09; or
CI'CY DF FORT WORTH
STAAlDARD GOIVSTRUCTIC]N SPECIFCATION DpCUNiENTS
Revision: Ikr.e�nber2l, 2012
D07200-1
General Condilions
Rage 54 of 63
e. City has actuai lcnowledge of the accurrence of any of tl1� events enumerated in
Paragraph 15.Q2.A.
C. Reta�iraage:
l. �'or contracts less than $400,a0Q at the time of execution, retairlage shall l�e ten percent
(10%).
2. For conti•acts greater tihai� $400,000 at the time of executinn, retai�lage shall be five percent
{5°/a}.
D. Liquzdated Danaages. For each ealenda�• day that ar�y work shalI remain uncon�pleted after the
time specified in the Contract Docume�fis, the sum per day specifiec! in the Agi•eement, will be
deducted fi°a�n the inonies due tlZe Contracto�', not as a penalty, but as liquidaied daanages
suf�-'�red by the City.
E. Payrnent: Contractor will be paid pursuai�t to the rec�uireanents of ihis Article 14 and payment
will become due in accordance with the Contract DocUments.
F. Reductiorr in Payr��ent:
1. City �nay refuse to malce pay�nent �f the amount requested because:
a. Liens have been iiled in connection with the Work, except where Cont�•actor has
delivered a specific bond satisfaetory to City to secure the satisfaction and discl�arge of
such Liens;
b. there are other items entitling City to a set-offagainst the vnount reco�nmended; or
c. City has actual knowledge of the �ccurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 1 q�.02.B.4.e Qr Paragraph 15.02.A.
2. If City refuses to malce payment qf the amovnt requested,. City wilI give Contracior written
taotice stating the t•easoils for such action ar�d �aay Contractor any amount retnaining after
deductron of the amount so withheld. City shaIl pay Contractor #he amount so wiihheld, or
any adjustment thereto agreed to by City and Contractor, when Contractoi ren�edies the
reasai�s fo� such action.
14.03 Contractat�'s Wa�ranty ofTitle
Contraetnr rvarrants and gUaraniees that title to all Work, �na#ez•ials, aild equipment co�ered by any
Application fo�• Payfnent, whether incorporateci in tlie Project ar not, will pass to City na later thati
tl�e time of payinent free and clear of alj Liens.
crry or• ro�zr wo►�TH
STANDARD C01�3STRUCTION 5PiCCi�CATI03�! DDCUM�NTS
Revision: Dace�nber2l, 2012
00 72 00 - l
Geiieral Conditio��s
Page 55 of 63
I4.Q4 I'articrl Utilizatiar►
A. Pcior to Final Acceptance of all t11e Worlc, City may u�e or accupy any substantially co�npleted
part of the Work which has specifcally been identified in the Contract Documents, or which
City, d�termi.nes constitutes a separately functionin� and usable paj�t of tlie Wark that can be
used by City for its intended purpose without significant interfereilce with Cantractar's
performa�ace of the rentainder of the Work. City at any time nzay notify Cantractar in writing to
per�nit City to use or accupy any such pa�fi of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractaj• aY any time may notify City in writir�g that Contractor considers any such part of
the Wor1c �eadyfor its intended use.
2. Within a reasnnable time after notifieation as enu�ne�•ated in Paragraph 14.OS.A.1, City and
Conttactor shall make an inspectaon of that pai�t oi the Worlc to determine its status of
completion. If Cifiy do�s not consider that part of the V4�ork to be substantiaily complete, City
will notify Contractaa• in writir�g giving the reasons thei��for.
3. Pai�tial Utilization wiIl not constitute Final Acceptance by City.
l 4.05 Fir�aZ Inspection
A. Upon un•it�en notice from Contractor that the entire Work is coinplete in accordance with the
Contract Documents:
1. within 10 days, City r�vill schedule a Final Inspection with Contractor.
2. City will notify Contractor in writi��g of ali particulars in which this inspectian reveals that
the Work is incomplete or defective. �ontractor shall immediately talce such rr�easures as are
necessa�y to complete such Work or remedy such deficiencies.
B. No time charge will be made against the Contra�tor between said date o� notificatian of tlze City�
and the date of Final Inspection. Should the City determine thafi the Work is not ready for Final
Inspection, City will notify #he Contractor in writing of the reasons and Contract Time will
resume.
14.06 Final. Acceptance
ilp�n completion by Contractor to City's satisfactian, af any additional Work identified in the t�inal
Inspection, City will issue to Contracl:or a letter oiFinal Acceptance.
Cl'1'Y OF FORT WORTH
S"I'ANllAItI� CON5T1211CTION SPECII=CATIQN DpCCTMENTS
Revisian: Pacember2l, 2012
no�zao-�
General Cojiditions
Page SG af 63
14.07 Fi�aal Payr�ae�at
A. Applieation for Payment:
1. Upon Final Acce�atance, �nd in tl�e apinion of City, Contracto�• �nay malce an applicatian for
final payment %llow�ng the procedure for prag�ess payments in accordanee with the
Contract Documet�ts.
2. The iinal Application for Payment sha1S be acco�npanied (except as previoLisly delivered) by:
a, all documentation called for in the Conti•act Docutnents, including but not limited to the
evidence of insurance required by Paragtaplt 5.03;
b. consei�tt of the surety, if any, to :Final payment;
c. a list of all pending ar released Damage Clai�ns agait�st City that Cai�tractor believes are
unsettled; and
d. aff�idavits of payments and complete and legally effective releases or waivers
(satisfactary to City) of all Lien ri�hts arising out of or Liei�s filed in connection with the
Work.
B. Payment Becornes Due:
l. After City's acceptance of the Applicatian for Payment and accQinpanying documentatian,
requested by Contractor, less pre�ious payments made and a��y sum City is entitled,
including but not limited to iiQuidated damages, vvill become due and payable.
2. Aftei• all Damage Claims have been resolved:
a. directly by the Contt•actor or;.
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance prorrider for resolutian.
3. The malcing of the final payment by the City shall not relieve the Contractor of any
guarantees or ntlYer require�nents of the Contrack Docurnents which spec�fieally canti��ue
thereafter.
14.OS Final Completion De7ayed and Par�lial Retainage Release
A. If fnal completion of the Work is significantly delayed, a�ld if City sa confirins, City may, upon
receipt af Contractor's final Application for Payment, and without ter»ninating the Contract,
make payment of the balanee due ior that poi`�ian of the Work fiilly completed and accepted. lf
th.e �•emaining balance to be lleld by City far Worlc not fwlly carnpleted or corrected is less than
the retainage stipulated an Paragraph 14.02.C, and if bonds have been fiirnished as reqttEred in
Paragraph 5.02, tiie written consent of the surety to the payme�it of the balance due for that
CITY OF FC3R� WOIi�iH
STANDARD CONSTRUCTION SP�CIl�CATIOIV dOCUN3ENTS
Re�ision: Deceml�er21, 2012
QO7200-1
Gcneral Conditic�rrs
Page 57 of fi3
portion of Yh� Wnrlc fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be inade u»der tlle terins and conditions
governing final payment, except that it sllail not co�lstitute a waivei• of Contract Claims.
B. Partial Retainage Release. For a Contract that provides foi- a separate vegetative establishment
and inaintenance, and fest and perforrr�ance periods following the cornpletion o� all other
constt�uction in the Contract Documents for all Worlc locations, the City ir�ay release a portion of
the a.inount re�ained provided that all other work is campleted as detei�inined b� the City. Before
tlie release, a�l submittals and final c�uantities inust be completed and accepted for all other wo.rk.
An atnolint suf�icient to ensure Coi�fi�act con�pliance will be retaialed.
i �}.09 Waiver of Clai�as
The acceptance of fnal payment will constitute a release of the City froin all claims or liabilities
under i1�e Cantract for anykliing done or furnished or relating to the work under the Contract
Doeuments or any act or neglect oFCity t-elated io or cannected with the CQntract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINAT�ON
15.01 Cfty 1YIay Suspend YI'o�-k
A. At any titne and without cause, Csty may syspend th� Wark or any portion tl7ei-eof by written
notice to Contractor and which may fix the d�e on which Work wili be resumed. Cantractor
shall resume the Work on the date so fixed. Dur'ing temporary s�aspension of the Wark covered
by thes.e Contract Documents,. �or any reason, #he City wil� make na extra pay�nent 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 oi• negIigence of ti�e Contractor, and should it be determined by
mutual consent o� the Contractor and City that a solutian to allaw canstruction to proceed is not
available within a reasonable p�rivd of time, Contractor rzaay �equest an extension in Contract
Time, directly attributable ta any such suspension.
C. If it should becort�e necessary to suspend ille Worlc for an inde�nite period, the Contt-actor shall
store all materials in sueh a manner that they will not abstruct or impede the public unnecessarily
nor Uecome damaged in any way, and l�e shall talce every precaution to prevent damage or
deterioratiar� of the worlc performed, he shall provide suitabie drainage about the work, and e��ect
t�mporary struetures where necessary.
D. Contractoa• tnay be reimburs�d for the cost of moving his equipment off the job and returning the
necessary eqliipme��t to the job when it is determined by the City khat construction may be
resumed. Such reimbursem�nt sllall be based on actual east t� the Cojztractor nf moving the
eq�aip.inent and na pro�t wiIl be all�v�red. Reimi�ursement �nay ilot be allowed if the equip�nent is
moved to another construction project for the City.
CC1Y OF FORT WgA7'[-1
S'1'ANDARD CONSTRUCTIOA! SP�CIFCATION D�CUIv1EN'I'S
Revision' T7acem6er21,2012
00 72 0U -1
Genera] Cpnditions
Page 58 of G3
15.02 Cr.'ty May Tern�i�ate,far Cause
A. The occurreilce of any one or more of the following e�ents by way of example, but not of
liznitation, may justify te�•mination for cause:
1. Contractor's persistent failure to perfarm the Worlc in accordance with the Contract
Documents {including, but not limited to, failure to su�ply sufficient s1ci11ed wflrkers ar
suiiable materials or equ.ipinenl, failure ta adhere to the Project Schedule established under
Paragraph 2.0'7 as adjustecf fro�n time to ti�ne puesuan� ta Paragraph 6.04, or failure to adhere
to tlze City's Business Diversity Ente�•prise Ordi��ance #20020-12-2011establisl�ed under
Paragraph 6.a6.D};
2. Contracto�''s disregard of Laws or Regulations af atly public body ha�ing jurisdiction;
3. Cont�•actor's repeated disregard of the authority of City; or
�. Contractor's vialation in any substantial way oi any provisions of the Cont�•act Documents;
or
5. Contracto�'s failure to proinptly inalte good any defect in inaterials or worlctxyanship, ar
defects of any nature, the cor�•ectian oiwhich has been directed in writing by the City; or
b. Substantial indication that the Cant�•actor has made an unauthorized assignment of the
Contract or aily funds cfue therefram for the benefit of any creditor o�• for any other purpose;
or
'1. Substan�ial evidence that the Contractor has beconle insol�ent or bankrupt, or otherwise
financially unable to carry on the Warlc satisfactorily; or
S. Contractor cornmences legal actian in a court of ca�npetent jurisdiction against the City.
B. If one or more o� the events identified in Paragraph 15.02A. occur, City wiil provide written
notice to Con�cactor and Surety to arrange a conference with Coni�•actor and Surety to address
Contractor's failure to pet`foi�n the Work. Conferenee sl�all be helci not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contx•actor to proceed to
perform the constt•uciian Contraet, the City may, to the extent permitted by Laws and
Reg��lations, declare a Contractor default and formally tet�ni�ate the Contractor's right to
coinplete the Contraci. Contractor default sl�all not be declared earIier than 20 da}�s aftei° the
Coiltractor a�ld Surety have received notice of conference to address Contractar's iailur� to
perform the Worlc.
2. If Conii-actor's services a�•e teraninated, Surety shall be obligated to take o�er and pe�-fonn the
Worlc. If Surety does nat cornrnence perfor7naa�ce thea•eof within 15 cnnsecutive cale�adar
days after date of an additiai�al written notice demanding. Surety's performance o� its
c�� or• r�a•r wc�RTH
STAlV17ARi] C�AiSTRUC�l'ION SPEGIPCA`170N DOCUMENTS
Revisian: Deceinber2l, 2012
oo�zoo-i
Geuerai Canditions
1'age 59 of 53
obligations, then City, without process ai• action at law, may take over any portion of the
V�ork and coiliplete it as described helow.
a. If City eompletes the Warlc, City may exclude Cant�-actor and �urety fionz the site and
talce possession o�'tl�e Work, and all materials and equipment incorparafied into fihe Work
stored at tlze Site or for which City has paid Contractar ar Surety but which are stared
elsewhere, and finish the Worlc as City �nay deem �xpedi�nt.
3, Whether City or Surety coinpletes the Wo��lc, Contractor shall not be eniitled to receive any
further payment until the Woi°k is finished. If the unpaid balance �f the Contraet P�•ice
exceeds all claiins, costs, lasses and da�l�ages sustained by City arising out of or resulting
froin co�npleting the Work, such excess �vi11 6e paid to Contractor. If s�ich claizr►s, costs,
losses and damages exceed such ur►paid balance, Contractor shall pay the difference tn City.
Such claims, casts, losses and da�nages incurred by City will be incQrporated in a Change
Order, provided that when exercising any rights or remedies under this Paragraph, City shall
not be requii-ed to obtain the lowest price for tl�e Wo�•k �e�•formed.
4. Neither City, nor any of its respective consultants, agents, officers, directoa's or employees
shall be in any way liab�e or accounta6le to Cantractor or Surety for the method by r�hich the
completion of the said Work, or any portion ther�of, may be accomplished ar for the price
paid tk�erefor.
5. City, notwithstanc�ing the inethod used in eompleting the Contract, shall not forfeit the right
to recover damages fi•om Contractor nr Surety for Contractor's failure ta timely complete the
entire Cantract. 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 cantinue to be Contractor's and Sutety`s responsibilities as
provided for in the bond a•equirements of the Conti•a�et Docu�nents ar any special guarantees
provided for under the Contract Docuynents o.�• any other obligatians atherwise prescribed by
law.
C. Notwitihstanding Paragraphs 15A2.B, Contraetor's services will not be terminated if Contr�ctor
begins within seven days of �•eceipt of i�atice of inter�t to terminate to correct its fail�are to
perform and proceeds diligently to cure such failut•e within no inore than 30 days of rec�ipt of
said notice.
D. Where Coi�tracta�'s services have been so terminated by City, the termination will noi affect a��y
rights or remedies of City against Contractor then existing c�r which may thereafler acerue. Any
retention or paymeilt of moneys due Contractor by City will not release Contractor from liability.
E. If aild to the extent that Contractor kras provided a pet-farmance bond under the provisions af
Paragraph 5.02, t11e termination p�•acedures of that bond sY�all not supersede the provisions of this
Article.
C1TY OP FbRT WORTI I
STP,NDAAI7 CfJI+tSTi{UCTfON SI'�CIFCATION DOCUMLTITS
C2evision:l7eceml�er21, 20 ] 2
DO72OQ-1
General Conditians
Page 60 of 53
1 S.p3 CitJ� Nlay Te�^n7i�ate Fn�� Convenience
A. City �nay, without cause and without p�-ejudice ta any o.ti�er right o�• remedy of City, tei�ninate the
Car�tract. Any termination s1saI1 be eifected by mailing a notice af the termination to the
Conti�acta�• specifying the exteizt to whieh perfor�nanc� of Work under the contract is terminated,
and the date upon which suc11 t�rmination becames effeciive. Receipt of the. notice shall be
deeined conc[usi�ely presumed and established when the [�tter is placed in the United States
Postal Service Mail by the City. Further, it sl�all be deemed coilclusively presumed and
established that such tei7nination is made with just cause as therein stated; and no pcoof in any
claian, demand or suit shall be required ofthe Ci.ty r�gardii�g sucl� discretiona�y action.
B. After receipt of a notice of tei-inination, and except as athei•wise direct�d by the City, the
Cant�•actor shall:
l. Stop worlc under the Contract on the date and to the extent specified in the notice of
termination;
2, place no further orders or subcontracts for r►�aterials, services or iacilities except as may ba
necessary for completian af such portio� of the Worlc under the Conti•act as is not terminated;
3. terminate all orders and subcantracts to the extent that they relate to the performance of the
Work terminated by notice of terinination;
4, transfer iiNe 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 pai�ts, VL�ork in pro.gress, completed Work, supplies and
other material produced as a part of, or acquit•ed in connection with. the perfar�nance of,
the Worlc ter�ninated by the notice ofthe ter�nination; and
b. the completed, o�• partially completed plans, drarvin�s, information and other prQperty
which, if the Contract had been coinpleted, would have been rec�uired to be furi�ished tn
the City.
S. camplete performance of such Work as shall not have been terminated by the notic� of
terinination; and
6. take such action as may be necessary, or as the City may direct, for the proteetion and
preservation of the property related to its contraet wl�ich is in the possession of the
Contractor and in which tl�e owne�• has or may acquir� the rest.
C. At a tizne not later �han 30 days after the tej•mination date specified in the notice of termination,
the Contractor �nay submit to the Ciry a list, cerhified as to quantity and quality, o.f any or all
it��ns of te�•mination inventory not pr�viously disposed of, exclu.sive af items the disposition of
w.i�ich has beet� dii•ected o�• authorized by City.
C11Y OF FORT WORTH
STANDARD CQNSTRUCT'ION SPGCIFCATION DOCU�v1GN'TS
Rev isinn: L7ac�nher2l, 2a 12
UU"/2QO-1
General Canditions
Page G 1 of 63
D. Not later than 1S days thereafter, the City shall accepi title ta such i.tems �rovided, that the list
submitted shall be stibject to verification by the City u�on re�naval ni the iieins or, if the items
are stared, within 45 days ft•om ti�e date of sub�nission of the list, and any necessary adjustinentis
ta cort•ect the list as submitted, shall be made prioj• to final settle�nent.
E. Not later than 60 days afte�• the notice of termination, the Cont�•actor shall submit his terminatian
claiin to the City in the fo��in and wit11 the cerkification prescribed by the City. Unless ar►
exteilsio�l is made h1 writi�lg within such 60 day period by the Contractor, and granted by the
City, any and all such ciaims shall be conclusively deeined wai�ed.
F. In such case, Contractor sl�all be paid for (withn�at duplication of any items):
1. completed and acceptable WQrk executed in accordance with the Caniract Documents prior
ta the effective date of t�r�ttination, including fair and reasonable sums for overhead and prafifi on
such Work;
2. expenses sustai.ned prior to the effective date of tennination in perfarn�ing services and
iurnishing labor, materials, ac equipinent as required by the Gontract Documents in connection
with uncorrapleted Wo�•k, plus �air and reasonable sums far overhead and profit on such expenses;
and
3. reasonabl� expenses directly atfi•ibutable to termination.
G. 7n the e�ent of the failure of khe Contracto�- and City to agree upon the whale ampunt io be paid
to the Contractor by reason of the termination of the Work, the �ity shall deterrnine, on the basis
of information available to �t, the a�nount, if any, due to the Contractor by reason of the
termulation and s�►all pay to the Cantractor the ainounts determined. Co�ltractor shall not be paid
on accaunt of loss of antici�ated pro�ts or revenue or athet• ecoiSomic I055 �.i1S12�� 011fi of or
resulting from such termination.
ART�CL� 16 — DISPUT� RES�LUTION
16,Q 1 Methods and Procedures
A. Either City oi° C.ontractor inay rec�uest i�ediation af any Contract CIaim submitted fox' a decision
under Para�raplZ 30.Ob before such decision becomes final and binding. The request for
mediation shall be submitted to the otl�ei� pa�-ty to the Co�ltract. Timely submission af the request
shall stay the effect ofParaga�aph 1 Q,06.E.
B. City and Cont�•actor shall pa�ticipate in the mediatian process in good faith. The process shall be
eomtnenced v�+ithin 60 days of filing ofthe request.
C. [f the Conkract Claim is not resolv�d by �nediation, City's action under Paragra�h 10.06.0 or a
denial pursnant to Paragraphs 1�.06.�.3 oc 10.06.D shali becorne final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
C1TY Or F'�K7' WOR'1'H
STANDARI] CONSTRUCTION 3PF:CIFCATIQN DOCUtv1LNTS
Revisinn: Decetnber� I, 2012
DD72b0-1
General CoEiditious
Yage 62 of 63
elects in writing to i11VO�C� ai�y other dispute resolution pracess pi-ovided for in the
S�ipplementary Conditions; or
2, agrees with tl�e othea� par�ty ka sul�init the Contract Claim to another dispute resolution
process; or
3, gives written notice to the other parly of the intent to submit the Contract Claiin to a court of
campetent jurisdiction.
ARTICLE 17 — MISC�LLANEOUS
17.01 Givang Notice
A. Whenever any pro�ision of the Contract Documents reqUires the giving af written notice, it will
be dee�ned ta ha�e been validIy given if:
l. de[ivered in pei�son ta the individual ar to a me�nber of the firi�n oc to an offcer of the
corporation for who�n it is intended; oi•
2, delivered at oj• sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the natice.
B. Business address change� must 6e pro�nptly made in writing to the other party.
C. Whenever the Cont�•act Documents specifies giving notice by electronie means suc11 electronic
natice s�all be deemed suffcient upon confirmation of a•eceipt by the receiving party.
17.02 Camputation of Tirnes
When any period of time is referred to in the Contract Documents l�y days, it will be computed to
exclude the first and include the last day af such period. If the last day af any such period falls on a
Saturday nr Sunday or oa� a day made a legal holiday the next Worl�ing Day shall become the last
day of the period.
17,03 Cumulative Rer�aedies
The duties and obligatians imposed by these General Conditians and the rights and re�nedies
available hereunder to tlle parties hereto are in adciition to, and are not to be construed in any way as
a limitatioi� ofr, any rights and remedies available to any oi� alI of ihem which are 4therwise imposed
or available by Laws ar Regulations, by special warrant}r or guarantee, or by other provisions oithe
Contract Documents. The provisions of thi5 Pa�•agraph will be as effective as if repeated specifically
in the Contract Documents in cannection with each particular duty, obligation, rigltit, and remedy to
which they apply.
ei�r or• r•oaT �voR-rH
5TAN17ATtD CONS'1'EtUCT[Ol+! SPEGPCATION DOCUMEN�IS
Revisian: Dee�vn6ee21, 2012
00 �z ao -1
General Conditiocis
I?age 63 nf 63
17.Q4 Sur�vivcrl af Qbligatior�s
All representatio.ns, indeinni�catia�ls, warranties, and gu��antees �nade in, reqtrired by, nr given ii1
accordance with the Cont�•aet Documents, as vtirell as all continuing obligations indicated i�l the
Cantract Documents, will survi�e �na! payment, completion, and acceptance af the Wor�C or
terinination aa• camplefiion of the Contract or tertt�ination of the services of Contr�ctor.
17.�5 Headings
Arkicle a�1d para�;i•aph head�ngs are inse�ted for canvenience anly and do not constitute pa��ts af these
Gei7eral Conciitions.
CITS' Q� FOli7' WORTH
5`f:4NDAT�D CONSTRIfCTION SPi:CIFCATION DOC[I�vI�.NTS
Revision: Dece�nber2l, 2(l12
0�73fl0-1
SUI'PLEMENTARY C�NI]1TION5
Page 1 01'6
1 SECTION 00 73 �0
2 SUPPLEM�NTARY CONDITIONS
3 TO
4 GENERAL CONDITIONS
5
6
7
8
9
14
11
12
]3
14
15
�s
»
18
11
2Q
21
22
23
2�4
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
�4
45
4G
47
Supplernenta�y Cauditions
Tl�ese 5upplementaiy Co�7ditions modify and supplement 5ectio.n 04 72 00 - General Cnnditions, and ot�e��
provisians of the Contract Docu�nents as indicated below, All provisions of the Generaf Conditinns tl�at are
modified or supplemented re►nain in ful! force and ef%ct as so modifed or s.upplemented. All prov�sions
of t6e General Conditians which a�•e nat so modifled or suppleinented rerl7ain in full force and effect.
De�ned Tex•ms
1'he terms used in these Supp[ementar� Conditions which are defin�d in the General Cn��ditinns have the
mea�iing assigned to them in hlie General Candi#ions, unless specifcally noted herein.
Modifications and Supplements
The following are ins#ructions that modify or supplement specific paragraphs in the General Canditions and
other Contract Docuinents.
SC-3.Q3S.2, "Resalving lliscrepancies"
Plans govern over Specificafians.
SC-4.01 A
Easement limits shown on the Drawing are approximate and were provided to eskahlish a basis for bidding.
Upon receiving tha final easements descriptions, Contractor shall cflmpare the�n to the lines shown an the
Contract Drawings.
SC-4.01A.1., °°Availsbility of Lands"
The following is a list of kuown outstanding right-of way, a�fd/or easements to be acquired, iiany as of'
Outstanding Riglif-Of-Way, �ndlor �:asements to Se Acquired
PARCEL O�VNER TARG�TI]AT�
NUMBER OF POS5E5SION
R1one
Tf�e Contractor understands a3�d ap,�ees that the dates listed a6ove are estimates only, are uot guarant�ed,
a�id do not biiid the City.
If Contractor considers the fii�al ease�nents provided to differ n�aterially from the representations on tl�e
Contract Drawings, Contractor shall within five (S} Business Days and before proceeding with the Work,
notify City in writing associated with the differing easeinent line locations.
5C-4.O1A.2, "Availability af Lands"
Utilities o�' obsfructions to be removed, adjusted, �ndlor relocated
CI�Y OF FQR"F WORT[-I WA'['ER & SANITARY 5G1N�R KEPLACEMENT
STANDARI] CONS"fRUCT10N SPEC[PICAT[ON llOCLf.MENTS CONTAACT 88
C�evised April l, 2013 C1TY PROICCT NO. 01955
oo�3nn-z
SUPPLI:MHN'1't1RY CONI]IT[QNS
I'age 2 of 6
The following is list af utilities and/or obst�uctians that hav� not been removed, adjusted, andlor relacated
as of
EXPEC'I'ED UTII,ITY AND LOCATION
OWNER
TARGE"i" DATE OF
AD.IUSTMENT
lvone
5
6
7
&
9
lfl
11
12
]3
14
IS
16
17
l8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4d
4!
42
43
44
45
46
47
48
The Contractor understands and agrees that the dates listed aba�e are estimates only, are not guaranteed,
and do not bEnd the City.
SC-4.02A., °°Subsurfacc and Pl�ysical Conditions"
The fol]owing are reports of explorations and tests of subsurface conditions at the site �f the Wnrl�:
None
A Repprt No. , dated , prepared by a sub-consultant �f
� a cansultant of the City, providing adciitional infarmation on
The following are drawings af physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities} which are at or contiguous to the site of the Wnrk:
None
SC-4.06A., "Hazardous Enviennmental Condifions at 5ite"
The following are reports and drawings of existing hazardous �nvironmental conditio��s known to the City:
SC-5.03A., "Certi�cates of Insurance"
The entities listed bel�w are "additional insureds as their interesf may appear" includin� their respective
afficers, directors, agents and employe�s.
{1) Ciry
{2) Consultant: None
(3) Other: None
SC-5A4A., "Confi•actor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shafl provide the following
coverages far not less than the following amounts or greater where rec�uired by laws and regulations:
5.p.4A. Workers' Con�pensation, under Paragraph GG5.04A.
S1a!¢rlory lir�aifs
�1��]7Loyei•'s liaGilrly
$IOO,OUO each accideni/oecarr-rence
�100,000 1Jisecrse - each er�tplayee
,�snn, 00(1 Diser�se - poliey Jilaaif
SC-5.04B., "Conh•actor's Insurancc"
CITY �F 1=0ftT WORTI-I
STr1NDAk�D CDNSTRUCTCON SPGCII�ICATIO�I DOCUMENT5
Revised April [, 2013
WA7'�.12 & SANITAAY SGW&R REPLACEMENT
CON'CRACT 88
CITY P120JEC7 i�10. 01955
00 73 00 - 3
SUP!'LEMEiVTARY CO?�I�l'TIONS
Page 3 ofG
l
2
3
4
5
G
7
8
9
1D
]1
12
13
14
15
IG
17
18
79
20
2i
22
23
24
25
26
27
28
29
3�
3l
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
�47
48
49
sa
51
52
53
54
55
5.04B. Cnuunercial GeEiei•al Liability, under Paragrapli G�-5.048. Contractor's Liability Insw�ance
uisder Paragraph GC-5.04B., whicl� shali be on a per pro�ect basis covering the Contractor with
minimum limits of:
�I,OOO,noo each occa���rence
,$2,�iitO,Oi�Q Qggi'BgClte 171T47i
The policy musk have an endors�ment (Ainendmenk — Aggregate Liinits of Iissurance) making the
General Aggregate Limits apply separately to each joh site.
The Commercial General Li�bility lnsarance policies shakl �rovide "X", "C", aitd "U" covea•age's.
Verification of such caverage �nust be sliown in the Remarks Articie ofthe Certifcate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability insuranee u�ider
P�•agraph GC-5.04C., which shall be in an amount not less than the following amounts:
(i} Automobile Liahility - a comniercial bUsiiless policy shall pr�vide eoverage on "Aiiy Auto",
defined as autos owned, hired and non-owned.
$1,000,ODO each accident on a combined sixigle litnit basis. 5plit lier►its are aeceptable if limits are at
least:
$250, 000 Bodily Irrju�y per� pei•son I
$50�,Od0 Bodilylnjuryperaccrdent/
$IOO,OQO Praper•ty Dantage
5C-5.04D., "Cantract�t's Insurance"
The Cantractor's constructian activities wi11 require its employees, agents, subeontractors, equipment, and
[naterial delivaries to cross railroad properties and tracks None.
The Contractor s:hall conduct its operations on railroad properties in such a ma�ner as not to interfere with,
hinder, or obstruet the railro.ad campany i�l any nianner whatsoever in the use or aperation of its/their trains
or other property. Such oparations on railroad properties may require that Contractor ta execuYe a"Right of
Entry Agreerne�t" with the particular railroad compai�y or companies involved, and to this end the
Canteactor sE�ould satisfy itself as to the requirements of each railroad campany and be prepared to execute
the right-of entry (if any) rec�uired by a r.ailroad company. The requirements specified lierein likewise �elate
to the Contractor's use ofprivate and/or construction access roads cross�ng said raih•oaci company's
p��operties.
The Confractua] Liability cot+erage requieed by Paragraph 5.04D of tk�e Genet•al Canditians shall �rovide
coverage for not less than the followirig amaunts, issued by companies satisfactory to the City and to the
Railroad Company for a ter�n that continues far so lo.ng as the Cantractor's operatiflns and work cross,
occupy, or touch railroad properry:
{ 1) Ge�ieral Aggregate:
(2} Each Occurrence:
Rec�irired fvr lhis Ca�tr•act
$Canftr�m Limits ii�ilh Rarlr•oac�
$Confrrm Linai�s ii�ith Railroad
.l' Not regarir-ed far lhzs C_oniract
With respect to the abave otitlined insurance requiretnents., the iallowing slrall govarn:
CITY O� POTtT wVORTH
STANDARD CdNSTRUCTiON SPECIFICATION DOCUM8NT5
Revised Apri I 1, 2013
WATER & SANITARY SEWER R�PLACLMEiVT
CONTRACTB$
CITY PROdT'CT AId. 01955
04730Q-4
SUPPLEMENI'ARY COND]'PIONS
Page 4 oi 6
l
2
3
4
S
6
7
8
9
10
il
12
13
14
15
16
17
rs
19
20
21
22
23
24
25
26
27
28
29
3d
31
3.2
33
34
35
36
3'7
38
39
40
�41
42
43
44
45
4b
47
48
49
50
51
52
53
54
1. Where a singie railroad com�any is involved, the Cnntractor shall proWide one insura�ice poficy in
the name of the railroad con�pany. Hawever, if more than one grade se�at•ation a�• at-grade
crassii�g is affected by the Project at enkirely separate locations o�7 tlse line or lijies of the same
railroad company, separate coverage inay Ue requir•ed, each in the amount stated aho�e.
2. Where more than one railrnad co�upa�ry is operating on the sa��ne right-of way or whe�•e several
railroad campanies are invol�ed and operated on their own separate rights-of-way, the Contractor
may be required ta pravide se�aarate insu3•ance policies in the nanle of each raiiroad company.
3. If, in addition to a grade separation or an at-grade crossing, other work nr activity is propased on a
railroad company's right-of way at a lncation entirely se�arate from the grade separation or at-
grade crossutg, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade separation is involved but othar wo►•k is proposed on a railroad company's right-of-
way, all such other work may be covered in a single policy fnr that railroad, even tho�gh the work
may be at two or mo3•e separate lo.cations.
No work or activities on a railroad co��pany's property to be perFarmed by the Contractor shall be
cammenced unti3 the Contraetor has fu�•nished the Cify with an original policy or policies of the insuranca
%r each railroad campany named, as req�ired above. All such insurance �nust be app�•oved by the City and
each affected Railroad Ca3npany prior to tha Contractor's heginning work.
The insurance specified above must be carried until all WorEc to be performed on the raalroad right-of-way
has been completed and the grad� crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried dux•ing all maintenance and/or repair woek performed in the railr�ad right-of-way.
Suah insurance must name the railroad company as the insui ed, together w.ith any tenant or lessee of the
raiiroad company aperating over tracks involved in the Project.
SC-6.04., "1'roject 5clied�le"
Projeet schedule shall be tier �1, 2, 3, 4, of• S� for the project.
SC-6.Q7., "Wage Rates"
The Follawing is the prevailing wage rate tahle(s} app�icable ta this project and is provided in the
Appendixes:
City af Fort Worth Horizonta] Waga Rate Tabfe
SC-�G.09., "Permits and Utilities"
SG6.09A., "Contractor o6tained permits and licenses"
The iollowing are know►f permits and/o3� licenses required by the Contract ta be acquired hy the Contractar:
None
SC-G.09B. "City obtained permits and licenses"
i'he fol[owing are kuown permits and/or lieenses required by tlie Contract to be acquired by the City:
None
SC-G.09C. "Ovtstanding permits and licenses"
The following is a list of known outstanding permits andlor licenses fa be acquired, i� any as of : None
Outstanding Permits andfor Licenses ta Be Acquired
C[TY OP' �ORT WOitTH
STA�IUARD CONSTRUC'CCON SPECIFICAT1pN DOCUN�EIVTS
ILevised April 1,2013
WATCR & Sr�N17'AliY SEWF.E2 RCPI.AC�M£IVT
CON'I'RACT 88
CITY FRO.t�CT N0. Ol 955
an73ao-s
SUI'PLEMEiVTARY CQNDiT10N5
1'ag,e5of6
3
4
5
6
7
8
9
10
l�
12
13
14
15
16
17
1$
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4l
A2
43
��4
�i5
46
47
48
�9
SO
OWNER
None
P�RMIT OR LICENSE AND LOCATION TARGET DATE
OF POS5ESS10N
SC-6.24B., "Titic VI, Civil Rights Act of 1964 ss amended?'
IJurin� the performance of this Contract, the Ca��tractor, for itself, its assignees and successors ii� ii�teres#
(hexeinafter referred to as the "Contractnr"j agrees as follows:
3. Compliance witli Regulations: The Contractor shall eomply with tlie Regulation relative to
nondiscrimination in Federally-assisted pragrams of the Department of Tra��spoi�Eation (hereinafiter,
"DOT") Title 49, Code of Federal Regulations, Part 21, as they may be am�nded fi-om time to time,
(hereinafter referred ta as the Aegulations}, which are herein incorporated by reference and made a part
of this contract.
2. Nond'rscrimin�tion: The Contractor, with regard tn the work perform�d by it during the contract, shall
not discriminate on the grounds of race, color, or national origin, in #he selectio�i and retention af
subcantractors, including procarements of materials and leases of equi�ment. The Contractor shall nat
participate eitheR• directly or indirectly in tile discrimination prohibited by 49 CFR, section 21.5 oithe
Regutations, includii�g empfoyment practices when tf�e contract co�ers a program set forth in
Appendix B ofthe Regulatians.
3. SolieitAiions foz• Subeontractors, Including Procttr•ements of Materials and Equipment: In all
solicitatians either by competiti�e 6idding or negotiation made by the contractor for work to be
performed undar a suheontract, including procurements of materials or leases af ec�uipmen#, each
potential subcontactor or supplier shall be notified by the Contractor of the Contractnr's obligations
under this contract and the Regu�ations reiative to nondiscrimination on the grounds o.f race, color, or
national origin.
4. In%rrnation And Reports: The Contractar shall provide all infarmafion and reports req�ired by the
Regulations or directives issued pursuant thereto, and shall permit access to its books, records,
aacounks, other sources of information and its facilities as may be detennined by City ar the Texas
T�epartment of Transporkation ta he pertinent tv ascertain coinpliance with such Regulations, orders
and instructians. Where any information required ofa cantracta�• is in tlie exclusive possessinn nf
a��other who fai3s or refuses to furnish this infornzation the contractor shall so certify to tha City, or khe
Texas Departmenk of Transportation, as appropriate, and shall set farth what efforts it has made to
ohtaan the information.
5. Sanctions faz• Honcompliance: In the event of tk�e Co�ltractor's noncompliance with the
nondisci•imination provisions ot'this Contract, City shall impose such contract sanctio��s as it or the
Texas Department of TrauspQrtation may determine to be appropriate, including, but not limited to:
a.
b.
withholdinp, of payments ta the Contractor under the Contract unlil the Confractor
complies, andlor
cancellation, termination or suspension of the Gantract, in whole or in part.
6. Incorpo3•ation of Provisions: Tha Cot3tractor shall include th� provisions of paragraphs (1) tiu•ough
(b) in every subcont�•act, including procurements of materials and leases of equipmeat, anless exempt
by the Regulations, or directives issued pursuant thei•eta. The Contractor shall take such actian with
respect to ai�y sul�conta•act ar procure�nent as City or the Texas Depai�tment of Transportation may
direct as a means oFenforcing s�ich provisions i�icluding sanctions for nan-compliance: Provided,
however, that, in the event a conn•actar becomes involved in, or is threatened with, litigation with a
subcontractnr or sup�laer as a result of sucky directian, the contractoG• inay request City to enter intQ
CITY dF FdRT WORTH
STANDAKIJ CONSTRUCTI01+2 SPECIFICATIDN QOCUM��7'S
12evised Apsi I I, 20 t 3
WATE[� 8c SANITARY SEWER RCPLAC�.MEN1'
CONTRACT &S
CIT'Y PROIECT NO. 01955
D0 73 00 - 6
SUPPLLIVIGNTf1RY CqND1TTOIVS
Page 6 0l'6
1
2
3
4
5
6
7
S
9
ia
11
12
13
I4
15
16
17
18
19
20
21
22
23
24
zs
zb
2�
28
such litigation to protect tlie interests of City, and, in addition, the conkractar may req�est the Uuifed
5tates to enter into such litigation to proiect fhe interests of the United States.
Additional 'j'itle VI requirements cai� 6e faund in the Appendix.
SC-7A2., "Coardination"
The indi�iduals or enfities listed below have contracts with the City for the performai}ce of othar work at
the Site:
Vendar
None
af Work
Caardination Aath
SC-8.01, `°Communications to Contractor"
IVone
SG9.U1., "Cify's Project Representatrve"
The following firm is a consuikant to the City responsible far construction management of this Project:
Nane
SC-13.03C., "Tests and Inspec#ions"
Nooe
SC-16.Q1C.1, "Methods aa�d Procedures"
None
2g �ND OF ��CTION
CiTY OP FOR'I' WORTI�
STANDARB Cp1VSTRUC7'ION SPECIF[CA'f101V F}OCUMEIVTS
RevisedAprii 1,20i3
WATER & 5ANI1'ARY SEWER �PLACLMENT
CdNTEtAC`[' 88
C1TY PItO:1L-C1' NO. O I955
a� �iaa-i
suM���Y or w��x
r�g� i or 3
1
2
3 PART1- GEN�RAL
4 1.1 SUMMARY
S�CTION O1 11 40
SUMMARY OF WORK
5 A. Section Includ�s:
6 i. Sum�nary of Work to be performed in accordance wit11 the Con#ract Dociiments
7 B. Deviations froin tllis Ciiy af Foi�t Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
]0 1. Di�ision 0- Bidding Requirements, Contract Forms, and Cnnditions of the Contract
11 2. Di�rision 1- GeneraI Requiretnents
12 1.2 PRICE AND PAYM�NT PROCEDi7R�S
13 A. Measure�nent and Payinent
14 1. Work associated with this Ite►ti is considered subsidiazy to the r+arious iteins 6id.
15 No s.epai•ate payment wiil be allowed for this Itein.
�b 1.3 REF�RENCES [NOT USED]
17 1.4 ADIVIINISTRATNE REQUIREMENTS
18
19
za
21
22
23
24
25
26
27
28
29
�a
31
32
33
34
35
3b
37
38
A. Work Covered by Cantract Documents
1. Wo�'k is to include furnishing aIi Iabor, materials, and equipment, and performing
ail Work necessary for t11is construciion pz•oject as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any� and all Wark specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
whicl� no specific item �or bid has been pravided for in the Proposal anci tlse item is
not a typicaf unit bid item includ�d on the standai•d bid itein list, then the itE�n shall
be considered as a subsidiary ite�n of Work, the cosfi af which shall be included in
the price bid in klie Proposa] for variaus bid items.
C. Use of P�-emises
1. Coordinate uses ofpremises under di�•ection of the City.
2. Assu�ne ful] responsibility for• protection and safekeeping of m�Yerials and
equipment stored on the Site.
3. Use and occupy only poi�tions of the public streats and a�ieys, ai• other public places
or pther righks-of-way as provided far in the ordinances of the City, as shown in the
Contract Doeu�nents, or as ►nay be specifically authaf•ized in wtiting by ti�e Ciky.
a. A reasonable amount of tools, materials, and eqL�iprr�enf for consfructian
purposes may be stored in such space, but np more tl�an is necessai•y to avoid
delay in the construction operatin��s.
CITY OF FOIiT WQKTI-I WATER & SANITARY SEWER REPLAC�ML•NT
3TANDARD CpNS'fRUCT[ON SPECIF'ICATIOIV DOCUMGIVTS CO1V"I'RACT 88
Revised DecemUcr 2U, 2012 CITY PROJ�CT Np, Q1955
oi itoa-z
SUII�EMAIiY DF WORIS.
I'age2of3
1 b. Excavated and waste materials sljall be stored in such a yvay as not to interfere
2 with the use of spa�es that may be designated to be lef� free and unobstructed
3 and so as nat to inconvenience occupants of adjacent property.
4 c. [f the street is occupied by railroad tcacks, the Work shail be carried on in suckl
S manne�' as nat to intei•fere with the operation of tl�e railrpad.
b 1) All W�rk shall �e in accordance wi�l1 �•ailroad requirements set foi�th in
7 Di�ision 0 as weli as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon pri�ate property foE� any purpose without llaving previously
10 obtained �e►•inission fi•om the owner of such property.
1! 2. Do not stare equipment or material an private prope��ty unless and untii the
I2 specified appro�ai of the propei�ty owner l�as been secured in writing by the
13 Contractor and a copy furnished to the City.
34
15
16
17
18
1g
20
21
22
23
24
25
26
27
2$
29
30
31
32
3. Uilless specifically provided otherwise, clear a[I rights-o%way or easements of
obstructions wh#cl� must be removed to make possible proper prasecution of tlle
Work as a pait of the project construction ope�•ations.
4, Preserrre and use e�eiy precaution to prevent damage to, all trees, slu�ubbeiy, plants,
Iawns, fences, culver#s, curbing, and ail other types of structures ar improvements,
to all wat�r, s�we�•, and gas lines, to all conduiis, overhead pole lines, ar
appua�enances thereaf, incli�ding the construction of te�n�orary fences and to ail
other public or private property adjacent to the Work.
5. Notify the proper r�preseniatives of the owners or occupants oithe public or private
lands of int�rest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance ofthe beginning af the
Work.
b. Notices shall be applicable to both public an� pri�ate utility companies and any
corporatio�, compaz�y, individual, or other, either as �wne1-s or occupants,
whose ]and ar interest in land might ba affected by the Work.
c. Be �-espansible for all damage or inj uiy to property o.f any character resulting
fi•oin any act, omission, neglect, or rnisconduct in the manner or tnethod or
exe.cution ofthe Wo.rk, ar at apy tiine due to defecfive work, material, or
equipment.
33 6. Fence
34 a. Restore all fences encountered and removeci during constr•uction of the Project
35 to tl�e original or a betier than original condition.
36 b. Erect temporai•y Fencing in place of the fencing remaved whenever t]1e Work is
37 not in �rogress and when the site is vacated overni�ht, andlor at all times to
38 pravide site security.
39 c. Tlie cost for aIl fence wof�k within ease��ents, including r•emoval, te�nporary
40 closures and replacetnent, sl�all be subsidiary to the various items bid i.n the
41 project praposal, unless a bid itein is specific.ally pravided in the proposal.
Cl"T'Y OF FORT WORT}-[ WATER & SAIYITARY SEWEl2 R�.1'Lr10EM�NT
STANT3ARD CONSTRUCTIOiV SPI:CIFICATIqN DOCUMENTS CON�RACT S8
Revised Desember 20, 2012 C1TY PRO.IHCT 1�i0. 01955
Ol 1100-3
SLfMMARY O� VsrORK
Page 3 of' 3
0
2
1.5 SiTBMITTALS [NOT IIS�D]
1,6 ACTION S[JEMITTALSIYNFORMATIONAL SUBMITTALS �NOT US�D]
3 1.7 GLOSEOUT S[1BMITTALS [NOT i1S�D]
4 1.8 MA.INTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANC� [NOT US�D]
6 110 DELIVERY, STORAGE, AND HANDLING [NOT USEDj
7 111 FIELD [SITE] CQNDITIONS [NOT USED]
8 1.12 WARItANTY �NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
�
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
13
C7TY [lF FORT WdRTH WA'iEEt & S:4iVITARY SCW�12 t2LPLACEM�I�'C
STANDARd CONSTRUC�'ION SP�CIFICt�TIdN DOCUMEi�ITS CON7'RAC'I- 88
Revised Qecem6er2�, Z012 C1TY PRO.fECTNO. a1955
01 25 00 - 1
5UE35T7TUTION PROCLDIJRES
Page ] of 4
�
SECTION Ol 25 00
SUBSTITllTION PROCEDl7RES
3 PART 1- G�NER 4L
4 1.1 SUMMARY
5 A. 5ection lncludes:
6
7
S
9
10
I1
12
13
14
]5
1. The pracedure for requesting the approval of suhstitution of a produet tl�at is not
eyuivalent to a produet which is specified by descriptive or perfari�anee et•iteria o�•
defined by reference to 1. or int�re of the following:
a. Naine of manufacturer
h. Name of vendoi�
c. Trade name
d. Catalog numl�er
2. Substitutions are not "or-equals".
B. Deviations fi�om this Czty of Foi�t WoY�h Standard 5peci�'ication
1. None.
lb C. Related Specification Sections includ�, but are not necessarily limited to:
l7 1. Division 0—Bidding Requirements, Cantract Forms and Conditions of the Contract
18 2. Division 1— General Requirements
i9 1.� PRICE AND PAYM�NT PROC�DURES
20 A. Measurement and 1'ayment
21 1. Work assaciated with this Ttem is considered subsidiary to tlie va�•ious iteins hid.
22 No separate payinent will be allowed for this Itein.
23 1.3 REFER�NCES [NOT US�DJ
24 I.4 ADMINISTRATIV� REQUIR�MENTS
25
26
27
28
29
30
31
32
33
34
35
3G
37
3$
39
40
A. Request for Subsiitution - Gcner�l
1. Within 30 days after award of Contract (unless noted otherwise), the City vvill
consider formal requests from Contf•actor for substitutian of products in place of
those speci��d.
2. C�rtain types of equipment and kinds of ir►aterial are desc��ibed in Specifications by
means of references to names of inanufacture�•s and vendors, trade n�mes, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude fro�n
canside�'atian other products beai�ing otlaer manufactu��er's or vendor`s nanles,
trade names, or catafog nu�nbers, pror�ided said pa�oducts are "or-equals," as
deter�nined by City.
3. dther types of equipment and kinds of material may be acceptal�le substitutians
under the fallowing conditions:
a. Or-equals are unavailable due tn st�-ike, diseontinued production of prod�tcts
tneeting specifie.d requicements, or other factors beyond cont�•ol of Contractoi;
or,
CITY OF CORT' WORTH
S"CANDARD CONSTRUCTION SPECIFICATIO�I DOCUMENTS
Revised Jul.y 1, 2011
WAT6R & SANITARY SEWL-Ei RGPI.ACEMEN'f
CON1'RACT 2(�Q3 88
C1TY PRO.IECT NO. D 1455
012500-2
SUBSTITUT[ON YROCEDUitLS
Page 2 of 4
b. Contractor proposes a cQst andlor time red�Ection i��eei�tive to the City.
2 1.5 SUBMITTALS
3 A. See Request fot� Substitutian Form {attached}
4 B. Procedure for Requesting Substitution
5 i. 5ubstitution shall Ue considered only:
6 a. After award of Contract
7 b. Under the conditians stated I�erein
8
9
10
11
12
13
14
15
IG
17
l8
19
20
2I
22
23
24
2S
26
27
2s
29
3a
31
32
33
34
35
36
37
3$
39
40
41
2. SuUmit 3 copies of each written request for substitLition, inclLiding;
a. Documentation
1) Co�nplete data substantiating coinpliance of propased s�bstitution witl�
Contract Documenis
2) Data relatin� to changes in c�nstruction schedule, when a reduction is
propased
3) Data relating to changes in cost
b. For proelucts
1} Product identification
a) Manufacturer's name
b) Telephone number and representative contact naine
c) Specification Section or Drawing reference of origi�lally specified
produet, including discrete name or tag nuinber assigned to o�•iginaf
prt�duct in the Conh'act Dacuments
2) Manufact�rer`s literature clearly inarked to shaw compli�nce of proposed
praduct wif.h Co�hact Docuinents
3} Item.ized comparison of original and proposed product acldressing product
eharacteristics including, but not necessarily l.imited to:
a) Size
b) Connposition o� materia.ls af construction
c) Weight
d) Elecirical or mechanical requir�ments
4) ProducY experience
a) Location of past projacts utilizing product
b) Name and telephone number of persons assoeiated witlt referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5} Sa�nples
a) Provide at request af City,
b) Samples become the property af the City.
c. Far const�'uction methods:
1) Detailed description of pro.posed method
2) Illusteation drawings
C. Approval or Rejection
42 1. Wriitai� appro�al o� t•ejection of substitution given by the City
�3 2. Ci#y reserves the right to require proposed p►'oduct to co�r�ply with colar and patte.rn
44 of speciiied pf•oduct if necessaay to secure design intent.
45 3. [n the eve�it tl�e substitution rs approved, the resu[ting cost and/o�' time reduction
46 will ba do.cume��ted by Change Order in aecordance witl� the General Conditions.
CITY OF PORT WORTH WA7'ER c@ SAMITARI' SrWGR R�PLACGMENT
STAI+I17t1TtD CONSTAUCi1Q3�! SPEC[FICATIdN DOCUMIiNTS CONTRACT 2003 88
[2evised 7uly I, 2011 CITY PRd]�CT ND. 01955
oi zsoa-�
suBSTrruTior� �aoCeou�t�s
Page 3 of 4
1
2
3
4
5
5
7
8
9 1.6
4. No additional cont��act time will be given for substitution.
5. Substitutian will be rejected if:
a. Sul�mittal is not #l3rough the Contractor witl7l�is stamp of approva.l
b. Request is not �nade in accordanee with this Specificatio.n 5ection
c. In tl�e City's opinion, acceptance will require s�Ebstantial ee�isian of tl�e original
design
d. In the City's npinion, su�stitzation will not perfoa-m adequ�tely the func#ion
consisYenk with tl�e design intent
ACTION SUBMITTALS/INFDRMATI�NAL SUB11�[ITTALS [NOT US�D]
1p 1.7 CLOSEOUT SUBMITTALS [NOT USED�
1 t 1.8 MA�NTENANC� MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE
13
]4
IS
I6
1'7
18
19
20
z�
22
23
24
25
�
A. In making �'equest for substitution or in using an a}�proved product, the Contractor
�•epresents that the Conh�actor:
1. Has investigated propased product, and has dete���nined that it is adequate or
superior in all r�spects to that specified, and that it will perfortn function for which
it is intended
2. Will provide sair�e gi�vantee %r substitute item as for product specified
3. Will eoordinate installation af accepted substitution into Work, tn iz�c�ude building
modifications if nec�ssary, matcing such changes as may b� required for `TVork to be
complete in all respects
4. Wai�es all claims for additional costs t�elated ta substitution which subsequently
a�'ise
I.10 DELIVERY, STQRAGE, AND HANDLING [NOT USED]
1.11 k'IELD [SITE] CONDITION� [NOT i1SED]
1.12 WARR�iNTY [NOT USED]
27 PART 2- PRODUCTS [NOT USED]
28 PART 3- EXECiTTION [NOT U�EA]
29
3Q
DATE NAME
31
END �F SECTION
Revision Log
SUMMARY O� C.HANGE
CITY OP FORT WORTH
5'I'AND.NiD CONSTRUCTION SPECIPIC.4TION DOCUMENTS
Revised July 1, 2U1 l
WATER & SANITARY S£WER REPLAC�.MENT
C{)]V1'RACT 2003 $8
C1TY PRQ.fECTNO. Dk955
O] 2500-4
SUBST[Tl3T[4N PROCEDU�ES
Page 4 oF 4
1
2
3
4
s
6
7
8
9
1D
m
I�r:
l3
I�
15
l6
17
18
19
20
21
22
23
2h
25
26
27
zs
29
30
31
32
33
34
35
36
37
38
34
40
41
42
43
44
45
4G
47
48
49
EXHIBIT A
REQL3�ST FOR SUBSTITUTIQN FORM:
TO:
�xoJEcT: DATE:
We he�•eby submit for yotir consideration the following product instead of tlie specified item for
the avove proje�t:
SECTION PARAGRAFH SPECIFIED ITEM
Proposed Substitutian: _
Reason for Substitution:
lnclude coinplete info�'ination on changes to Drawings and/or Speci�cations which proposed
substitution will requij•� for its proper installation.
Fill in Blanks Below:
A. Will the undersigned cont�actor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitutian have on other trades?
C. Differences between proposed substitution and specified item?
D. DifFerences in product cost or praduct delivery ti.in�?
E. Manufacturer's guarantees of the proposed and specified items are:
�qual Better (exp}ain on attach�nent}
The undersi�ed states that fhe function, appearance and quality are equivalent or superior to ki�e
specified item.
Submitted By: For Use by City
Signature
as no#ed
Firm
Address
Date
Teleph�ne
For Use Uy City:
Approved
City
_ Recom3nended _ Recoini�nended
Not recommended Received late
By
Date
Remarks
Date
CITY OP C'aR1' WORTH
STANDARD CONSTl2[1CTIpN SPECIPiCATIOAi DOCUIVI�.IVTS
Re�ised hdy ], 2� I I
Rejected
WATER & SANiTbRY SEWEIt REPLAC�M%1VT
COI�1TTtACT 2003 88
CITY PRO.IECT' Na. U1955
0131 l9-1
I'IiECDNSTRUCTION MEETING
Page 1 of 3
]
2
SECTION 0131 19
PRECONSTRUCTI�N MEETINC�
3 PART1- G�N�RAL
4 l.l SUMMARY
5 A. Sectian Includes:
G 1. Provisions fot• tl�e preca.ilstruction meeting to be held prio�- to the sta��t of Work to
7 clarify construction cantract administration procedures
8 B. Deviations fram this City of Foi•t Wo�-kli 5tandard Specifcation
9 1. Nane.
10 G. Reiated Specification Sections include, but are not necessarily limited to:
i 1 1. Di�ision 0— Bidding Requirements, Contract Forins and Conditians of tl�e Contract
12 2. Division 1— Genexal Requirements
13 1.2 PRICE AND PAYMENT PROC�DURES
14 A. Measurement anr� Payinent
15 1. Work assaciated with this lte�n is considered subsidiary to the various items bid.
16 No separate payment will be allowed fot• this Ttem.
17 1.3 REFERENCES [NOT USED]
1 S I.4 ADMINISTRATIVE REQUIR�MENTS
19
20
21
22
23
2�
25
26
27
28
29
3D
31
32
33
34
35
3G
37
38
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Cantractor, subeontractors and sup}�liers attending meetings
sliall be qualified and authorized to act on behaLf of the entity each repres�nts.
3. Meeting administered by City may be tape recoi•ded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
futui•e refer�nce.
B. Precanstruction Meetin�;
l. A precorastruction rneeting will be held witl�in 14 days aftet• the execution of tl�e
Agreement and before Work is stai-�ed.
a. Tf�e meeting will be scl�eduled and administered by t13e City.
2. The Project Representative will pi•eside at the �neeting, prepare the notes ofthe
meeting and distribute eopies of same to all participants who so request by fully
completing the attendance form to be ci��culated at the beginning of the meeting.
3. Attendance shall include:
a. Pro}ect Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor o.r supplier representatives whom the Contt-actqr ���ay desire
to invite or the C.ity inay request
C1TY bF rD[iT WORTH
STANDARD CONS'I'k�UCT10N �P�CIf[CAT10N DOCU�vIC:NTS
Reaised A��gusi 17, 2012
WATER & �ANITARY SEWCA REPLACEivrIENT
CQNTRACTB$
C1TY PROJI:CT NO.O 1 �55
QI 31 19-2
PItECONSTIZi1CTIp3�f MEETING
f�age 2 of 3
1
2
3
4
5
6
7
8
9
10
ll
12
13
14
15
i6
17
18
19
2Q
21
22
23
24
25
26
27
28
29
3�
31
32
33
34
35
36
37
3$
39
4.0
41
42
43
44
45
e. Otl�er City re}�resentatives
f. Others as appropriate
4. Constr��ction Schedule
a. Prepare baseline consti•uction schedule in accordanca wit11 Section Ol 32 16 and
p:rovide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconsri�uction Meetin�.
5. Pt�eliminaay Agenda may include:
a. lntroduciion of !'�•ojecC Pe��sonnel
b. Generai Descriptio.n of Project
c. 5tatus of E�i�ht-�f-way, utility elearanc�s, easements or other pertine�at permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Canstruction Staking
h. Progress Payments.
i. Extra Work and Change Order Proceciures
j. Fieid Orders
k. Dispasal Site Letter for Waste Mafierial
1. Insw•ance Renewals
rn. Payroll Cei•tifcation
n. Material Certi�cations and Quality Cantrol Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditaons
q. Weekend Work Notification
r. Legal Holidays
s. Trencis Safety Plans
t. Confined Space Entry Standards
u. Coordinat.ion with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prev�ntion Plan
w. Caot•dination with other Cantr�ctors
x. Early Warning Sysfem
y. Cpntcactor Evaluation
z. Special Conditions applicable to the praject
aa. ❑amages Claims
bb. 5ubmittal Procedures
cc. Substitution Pracedures
dd. Correspondence Routing
ee. Record Drawii�gs
ff. Tempo3�aty construction facilities
gg. M/WBE or MBE/5BE procedures
hh. Final Accepianee
ii. Final Pay�nent
jj. Questions or Comments
CITY OF �OR7" WORTH
STANDARD COHSTRUCTIOtV SPEC[PICATION DOCCIM�NTS
Revised August 17, 2U 12
WATER & SANI"l"A[iY SEWER R1:PLACEl4f�NT
CONTR�+CT 88
CITY PI20JECTNO. Q1955
O] 31 19-3
PRECONSTRUC7'fON MC�.T]]VG
Page 3 of 3
I 1.5 SUBMITTALS (NOT L1SED]
2 1.6 ACTION SUSMITTALSIINFORMATIONAL SIIBMITTAL� [N�T USED]
3 1.7 CLOS�OUT SUBMITT�iLS [NOT USED]
4 I.$ MAINTENANC� MATERIAL SUBMITTALS CNOT US�D]
5 1.9 QIIALITY ASSURANC� {NOT USED]
6 L10 DELN�RY, STORAGE, AND HANDLING [NOT USED]
7 l.11 FIELD [SIT�] CONDIT14NS [NOT USED]
8 1.12 WARRANTY [N4T USED]
9 PART 2- PRODUCTS [NOT IISED]
10 PART 3- EXECUTION [NOT USED]
11
12
�ND OF SECTION
Re�ision Log
DATE NAME SUMMARY QF CHANGE
13
C1TY OT FpR'E' W4ItTH
STANDAiiD CONSTI2UC7'iON SPEC1rICA7'IOiV iaOClJMr1VTS
Revised August 17, 2� I i
WtITER 8c SANiTARY SEWER REPLACEMEI�lT
CONTRACT88
CITY PRO.IECTNO. �I)55
013120-I
ARO.ILCT MEETINCS
Page l oP3
1
2
3
SECTION 01 3120
PRO.TECT MEETINGS
�Specifier: This Specificatian is intended,for use onProjects designated c�s Tier 3 or Tier 4.]
4 PART1- G�NERAL
5 1.1 SUMMARY
6 A. Section lncludes:
7 1, Provisions for project �neetings throughout the eonst�-uctian period to enable orderly
8 i•eview of tlie progress of the Work and to provide #�or systematic discussion of
9 potential pi•oble�ns
10 B. Deviations tliis City ofFort Woi�th Standard Specifieatior�
I 1 I . Nane.
12
13
14
IS 1.2
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0—�idding Requirements, Contract Forms and Conditions ofthe Contj•act
2. Division ! — General Requirements
PRICE AND �AYMENT PROCEDUR�S
16 A. Measure�nent and Payment
17 1. Work associated with this Item is considered subsidiary to the various items bid.
18 No separate payinent will be allowed for this Item.
19 1.3 REFERENCES [NOT iISED]
2fl 1.4 ADMINISTRAT�V� REQiJ�REMENTS
2l A. Coordination
22 I. Scl�edule, attend and administer as speci�ad, periodic progress meetings, and
23 specially called rneetings thE•oughout progress of the 1Work.
24 2. Representatives af Contractor, subcontY�actors and suppliers at�ending meetings
25 shall be quaEified and author�zed to act on belialf of the entity each represents.
26 3. Meetings administered by City may be tape recnrded.
27 a. ]f recorded, tapes will be used ta prepare minutes and retained by City for
28 fuh.ire reference.
29 4. Meetings, in addition to tl�ose specified in this Section, �nay be held wl�en requested
30 by the City, Engineer or Contractor.
31 B. Pre-Construction Neighborhood Meeting
32 1. After tlle execution of tIze A.greement, but befor�e constrtaction is allowed to begin,
33 attend 1 Publ�c Meeting wit11 affected residents to:
3�4 a. Present projected scl�edule, including construction sta�� date
35 b. Answer any const�•��ction related questions
36 2. Meetin� Location
37 a. i.ocation of ineeting to be dete�•mined by the City.
38 3. Attendees
CITY Qf� FORT WORTH WATF'I2 & SANITAitY SE WER R�PLACEMENT
STANL?ARD CONSTRUCTION SPECI�ICAi[ON DQCUMENTS CpNTRACT AS
[Ze�ised July [,2fl1 I CITY PRO.�ECTN4.01955
01312�-2
PRO.IECT NfEET1NG5
Page 2 of 3
�
�
a. Coniractor
b. Project Representative
c. dtl�er City re�resentatives
� 4. Meeting Sckiedule
5 a. In general, tlie neighborl7ood meeting will occ�tr within the 2 weelcs following
6 tl�e px'e-construction conference.
7 b. In no case will cons#�•uction 6e allowed to begin until tliis meeting is held.
8 C. P��agress Meetin�;s
9 ]. Formal project coordinatian �neetings wiil be held periodically. Meetings wiil be
f b scheduled and administei•ed by Project Repi•esentative.
11 2. �dditioilal progress ineetings to discuss speciiic topics will be conducted on an as-
12 �7eeded basis. Such additianal meetings shall include, but not be limited to:
13 a. Coordinating shutdowns
14 l�. Insfallation of piping ancE eqt�ip�nent
15 c. Coordination l�etween othe�• const�•uction projects
i G d. Resolufion of canstruction issues
17 e. �quipment approval
1 S 3. The Proj ect Representative wi11 preside at progress meeti.ngs, prepat�e the notas of
19 the meeting and distribute capies of the same to al1 participants who so z'equest by
20 fully completing the attendance form to be circuiated at tha beginning of each
2l meeting.
22 4. Attendance shall include:
23 a. Contractor's project manager
24 b. Contractor's superintendent
25 e. Any sL�6contractor or supplier representatives wlsar� the Conh•actor may desire
26 to invite ar the City may request
27 d. Engineer's representatiwes
28 e_ City's representatives
29 f. Otners, as requested by the Project Representative
30 S. Preliminary Agenda may include:
31 a. Review of Work progress since previous m�eting
32 b. Field obse�•vations, prohlems, conflicts
33 c. Items wllich impede construction schedule
34 �l. Review of off-site fabricatian, delivei•y schedules
35 e. Review of construetion interfacing and sequencing �'equiretne3�ts with other
36 construction contracts
37 f. Corrective measures and proceduz'es to regain projected s�hedule
38 g. Revisions to construction schedule
39 h. Progress, schedule, during suceeeding Work period
40 i. Coordination of scl�edules
41 j. Revisw submitta] schedules
42 k. Maintenance of quality siandards
43 L Pending changes and substitutinns
44 m. Review proposed changes for:
45 ]) Effect on construction schedule and an coinpletion date
46 2) Effect on other contracts of the Project
47 n. Review Record Dacuments
48 0. Review inonthly pay request
Cl"CY OF FORT WORTH WATER & SANjTARY SEWCR RCPLACEMENT
STA3+�DARD CONSTRUCT[ON SPECIFICATION 170CUM�NTS CONTKAC7' 88
Revised dul.y 1, 2011 CITY ('1Z0.[ECTNO.O1455
O] �120-3
PROJCCT MGE'C1NGS
Page 3 of 3
l
2
3
4
5
6
7
8
9
10
I1
12
13
14
�5
p. Re�ievw status of Requests fo�• Informat�on
b. Meeting Schedule
a. Progress meetings wiIl be held periodicaily as deteraninet{ by tl�e Pro}ect
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 estabkish a meeting location.
1} To the extent practicable, ineetings will be l�eid at the Site.
1.5 SUB.MITTALS [N�T USED]
1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMIT'1'ALS [NOT USED]
1.7 CLOSE4i?T SiTBMITTALS [NOT U�EDj
1.8 MAIPITENANCE MATERIAL SiTBMITTALS [1VOT US�D]
1 G 1.9 Q'UALITY ASSiJi2.ANCE [NOT USED]
17 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED]
1 S 1.11 FIELD [SIT�] CONDITIONS [NOT USED]
19 1.12 WARRANTY [NOT USED]
2Q PART 2- PRODUCTS [NOT i7SED]
21 PART 3- �XECUTION jNOT USED]
22
23
�ND OT SECTION
Revision Log
I]AT� NAME SUMMARY OF CHANGE
24
GTY O� �aRT WO1tTH
5'CA[�fDAIZD CONSTRUCT[OiY SPT.CIFICATION DOCUMENT5
Itevisedluly 1, 201 I
WATER& SANITARY SEWER RFPLACEML7�#T
CQNTRACT88
CITY PItO.IECTNO. 01955
O132IG-I
CO3�S'IRl1CTtON PROGRESS SCH�DllL�
Page 1 nf 5
2
3 1'ART 1 - GENERA.L
SECTION O1 32 lb
CONSTRUCTION PROGRESS SCHEDULE
4 1.1 SUMMARY
5 A. Section Ineludes:
G l, Generai requirements for the preparation, suhinittal, tipdating, status repoi°ting and
7 management of tl�e Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth 5cl�edule Guidance
9 Docuinent
] 0 B. De�iations fi�om this City of Fort Worth Standard 5pecification
] 1 1. None.
12 C. Related Speeification Sections include, bui are not necessarily liinited to:
13 1. Division 0— Bidding Require�nents, Contract Forms and C.onditions of the Con#ract
14 2. Division 1— Ger�e�'al Requirements
15 1.z PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
17 I. Work associated with this It�m is considered subsidiary to the various items bid.
18 No separate payment will be allowed f�r this Item.
19 1.3 REFERENCES
20
21
22
23
24
2S
26
27
28
29
3�
3l
32
33
34
35
36
37
38
39
40
A. Defini.tions
1. Schedule Tiers
a. Tier I- No scl�edule subi7�ittal required by contract. Small, brief duration
proj ects
b. Tier 2- No sclledule submittal required by contract, but will require some
milestone dates. Small, brief duration praj�ects
c. Tier 3- Scl�edule sub�nittal required by conti•act as described in tl�e
Specification and herein. Majority of City projects, including all band pragram
proj ects
d. Tier �4 - 5cl�edule suhmitta] required by contract as described in tl�e
5pecification and herein. Large and/or complex pr•ojects with long durations
1} Examples: large water pump statian project and associated pipeline with
intercojinectio� to another govermnen#al entity
e. Tier 5- Scl�edule submittal required Uy contract as described in the
Speci�Gation and herein. Large andlor very com�lex projects witli long
durations, high public visi�ility
1) Examples might inciude a water or wastewater treatment plant
2. Baseline Schedule - Initial sc��edule submitted before work begins that will serve
as the baseline fot' measuring progress and departu�'es fi•om the schedule.
3. Progress Schedule - Monthly submitta] of a progt•ess schedule docurnEnting
progress on the project and any chan�es anticipated.
CITY O� �ORT WOR'I'H WATCR � Sr1NITARY SEWER REPE,ACEFv1�NT
5TANDAf�D CQNSTRUCT30N SPECIPICA'1'[ON DOCUM�NTS CONTRACT 88
Re�ised ,Iuly l, 2� 1 I C1TY PROTECT NO.O] 935
ni3zis-z
CONS7'RUCTFON PRQGRE55 SCHEDUL�
Page 2 of 5
1
2
3
4. Sc�edule Narrative - Concise narrative of ihe sehedufe inciuding scl�edule
cl�anges, expected delays, key schedule issues, ceitical path items, etc
B. Reference Standards
4 1. City of I'oi�t Wot�h Scheduie Guidanee Document
5 1.4 ADMINISTRATIV� REQUIREM�NTS
6
7
8
9
1 ii
I]
12
13
14
15
]6
l7
18
19
A. Baseline Scfiedule
1. General
a. Prepare a cQst-laaded baseline Scl�edule using appi•oved softwaE•e and the
Critical Path Method (CPM) as required in tf�e City of Fort Wortl� Schedule
Guidance Document.
b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
undersiaiading of khe work to be perfonned and ]cnown issues and constraints
�elated to tl�e schedule.
c. De:signate an authorized repres�r�tativa (Project Sclleduler) i•esponsi6le for
developing and updatin� the schedu}e ar►d preparing reports.
B. Progx•ess Schedule
1. Update the progr�ss Schedule monthly as required in the City of Fort Worth
5ch�dule Guidance Document.
2. 1'repare the 5cheduie Narrative to accompany the �nonthly progress 5chedule.
20 3. Change Orders
2i a. lncoiporate approved change orders, resulting in a ehange of contract time, in
22 the baselxne �chedu.le in accordance with City of Foi� Worth Sehedule
23 Guidance Document.
2� C. Responsibility for Schedule Compliazice
25 l. Whenever it becomes apparent from the current progress 5chedule and CPM Status
26 Report that delays to the critical path ha�e resulted and the Contract coinpletion
27 date wiIl nat be tne#, or when sa directed by th� City, �nalce some or all of the
28 follawing actions at no additionai cost to tl�e City
29 a. Subinit a Recovery Plan to the City fo►• approval revised baseline Schedule
30 outlining:
31 1) A written statement of ti�e steps intended to take io remove or arrest the
32 delay tn the critical path in the approved schedule
33 2} Increase construciion manpower in such quantities and crafts as wil]
3� substantially elirninate tl�e backlog of wQrk and retuin current Schedule to
35 meet project�d baseline completion dates
36 3) Increase the number of working hours pet- shift, shifts per day, working
37 days per week, the amount of co�astruction equipment, or any combination
3.8 of the foregoing, suffciently to substantially eliminate the backlog of wprk
39 4) Reschedule activities to aehieve maximu�n practical concurrency of
40 aceomplishment of activities, and comply with the revised schedule
41 2. lf no w�-itten statement of the steps inCended to take is subtnitted when so ��equested
42 by tlle City, the City may direct the Contractor to ir�crease the level of effort in
43 inanpower (ta•ades), equip�nent and work schedu�e (overtime, weekend and holiday
44 work, etc.} to be empfayed by the C.an#�•actor in order to remove or a��rest the delay
45 to tlle c�'itical path in the appro�red schedule.
AG a. No additional cost for sucl� worlc will be consiclered.
CiTY Or FQRT W4RTH WATER & SANfI'ARY SEWER REPLAC�MENT
STANDARD CONSTRUC'1'[ON SPECIFCCATION DdCUIv1Eh1T5 C(?NTRACT 88
Revised Jldy k, 2411 C.ITY PRO,1�;C1' NQ. fl1955
01321G-3
C�IVSTRUCTfON P120GRE55 SCHL"DULL
PAge 3 af S
D. The Contract completion time wiil be adjusted only fo►• causes specified in th.is
Contract.
3 a, Requests �nr an exte��sion of any Contz-act co�npletion date inust be
4 supplemented with the following:
5 ]} rurnisl� justification and supporting e�idence as the City inay deein
6 necessary ko det�rmine whetl�er #he req�iested extension of time is ent�tled
7 unde�• the provisions of this Contract.
8 a) `I'he City wiil, after i•eceipt of s�ch justification and supporting
9 evidence, inake findings af �act anci will advise the Corttractor, in
S 0 wriii��g thereaf.
11 2) If the City finds that tl�e �•equested extension of tiine is ent9tled, tlte City's
] 2 deteilnination as to the total number of days allowed far the extensions
13 shail be based upon tl�e approved tota{ baseline schedufe and on all data
14 relevant to the extension.
15 a) Such data shall be i.ncluded in the next updating of the Progress
16 schedule.
l7 b) Actual deiays in activities wluch, acearding to the Baseline schedule,
18 do not afFect any Contract completion date shown by the critical path in
19 tl�e network will not 6e the basis for a change therein.
2Q
2i
22
23
24
25
26
27
28
29
30
31
32
33
3 �4
35
36
37
38
39
4q
41
42
43
44
45
4G
�
3.
Submit each �•equest for change in Cont�•act completion date to the City within 30
days after• the beginning af the delay for which a time e�ension is requested but
before the date of fir►al payment undee this Contract.
a. No time extension wi�l be granted for requests which are n�t submitt�d vt+ithin
the foregoing ti�ne limit.
b. �tom tiine to titne, it may be necessary for the Contract schedule or completion
kime to be adjusted by the City to reflect the effects of jab conditions, weathar,
technical cEiffieulties, �irikes, una�oidable deiays on the part of the City ar its
representatives, and ather unforeseeable conditions which may indicate
scliedule adjustments ot• completion tima extensions.
1) Llnder such conditions, the City will direct the Contracto�� to reschedule khe
work or Contr•act completian time to reflect the chan�ed canditions and th�
Contractor shall rer�ise his schedule accordingly.
a} No additional compensa#ion will be Gnade to ihe Cantractor far sucls
scl-►edule elaanges except for unavoidable overall conCraet tizne
extensions beyond tlte actual completio.n of unaffected worl�, jn which
case the Cont►�actor sllall talce alI Qossible action ta minimize any tiine
extension and any additional cost ta the Gity.
b) Available float time in the Baseline scl�edule may be used by the Ciry
as well as by the Contractor.
F1oat or slack tiine is defined as ihe ainount ofti�ne between the earliest start date
and the latest start date o�• between the earliest finish date �nd the latest finish date
of a chain of activities an the Baseline Schedtile.
a. Float ar slack time is not for the exclusive use or beneft of either the
Contractor ae the City.
b. Proceed with work according to early start dates, and ihe City shall have the
i•ight to �eserve and appoi�i�n flaat time accordingta t11e needs afthe project.
CITY OI" ]�O1�T WORrH
STAhFDARD C4NSTRUCTION SYEC[FICATIdN DOCLIArfENTS
Revised .fuly I, 20l i
WATER & SAIYITARY SEWERREPLACEMENT
CONTRACT 88
CTTY PRO.�ECT NO. D1955
Ol 32 l6- 9
C4NSTRUCT[DN PROGRESS SCHCDUL�.
Page 4 oT 5
1
2
3
4
5
6
7
8
9
10
11
l2
13
14
15
lb
17
c. Acknowledge and agree that actual delays, affecting patl�s of activities
cantaining float tiine, will nvt have any effect upon cont�•act co�np.letian times,
providing #l�at tl�e actual delay does not exceecf tl�e float time associated with
those acti�ities.
E. Coordinating 5chedule with Other Contract Schedules
1. Where work is to be pe►•%r►ned unde�• this Contract concurrently wit11 or contingent
upon work performed on tl�e same facilities ar a�ea under other contracts, the
Baseline Schedule shall be cooz•dinated witl� the schedules of #he other contracts.
a. Obtain the schedules of the otF►er appi•opria#e contracts fro�n the City for the
preparation and updating of Baseline schedule and inake the required ch.anges
in his schedule when indic�ted by changes in cor.responding schedules.
2. In case of interference between the operations of different cantractors, t1�e City wiIl
determine the wot•k priority of each contractnr and the sequence af worfc necessary
to expedite the �ompletian of tlle entire Projeet.
a. in such cases, the decision of tlxe City shaII be accepted as final.
b. The teinporary delay of any work d�xe to such circuinstances shal l not be
considet'ed as justification for claims for additional compensatiion.
1 S 1.5 SUBMITTALS
19
20
21
22
23
24
2S
A. Baseline Schedule
1. Submit Schedule in native file format and pdf format as required in the City of F�rt
Worth Schedule Guidance Docurnent.
a. Native file format includes:
1) Primavera (F6 or Primavera Contracto�')
2. 5ubmit draft baseline Schedule to City prior to the pre-construction meeting and
bring in hard copy to ihe meeting for revieva and discussion.
26 B. Prag�•ess Schedule
27 ]. Su6mit progress 5chedule in native �le format and pdf format as requit•ed in the
28 City af Fort Worth Schedule Guidanc� Document.
29 2. 5ubmit progj�ess Schedule monthly no later than the last day ofthe month.
30
31
32
33
34
C. 5chedule Narratiwe
1. Subinit tk�e schedule nai•rafive in pdf fQrmat as j�equired in the City of Fort Worth
Sclledule Guidance Document.
2. SuUtnit schedule narrative manthly no later than the iast day of the inontla.
D. 5ubmittal Process
35 l. The City adininistej�s and inanages schedules th��ough Buz,�saw.
36 2. Canf�'actor shall submit docuinents as required in the Gity of Fart Woi�th Schedule
37 Guidance Document.
38 3. Once the project 17as been coinpleted and Final Acceptance has been issued by the
39 City, no fu�•ther progress sehedules are required.
CITY QF FQRT WORTI-[ WATER 8c SANITARY SEWER REPLACEMENT
STANDAR� CONSTRUCTI03V SPECIFICATION 170CUM�NTS CONTRACT 88
Re� ised ,luly l, 20 [ k CITY PRO.1L•CT NO. 01955
pV3216-5
CONSTRUCTION PROGItESS SCHLDiJLE
Page 5 nf 5
1 1.6 ACTION Si1BMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2 1,7 CLOSEOUT SUBMITTALS �NOT USED]
3 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT �[IS�D]
4 1.9 QDALYTY ASSURANCE
5 A. The person prepaa'ing and �•evising the construction Progress Schedule sf}afi be
6 experieneed in tl�e preparaiion of schedules of siinilar complexity�.
7 B. Sclledule and supparting docu�nents addressed in this Specificatio�i shall be prepared,
8 updated and revised to acc�irately reflect the performance af the canska•uction.
9 C. Conti•actor is responsible for the quality of all submitfials in this section meeting the
14 staric{ard of ca��e for the construction industry for similar projeets.
11 1.10 DELIVERY, STORAGE, AND AANDLING [NOT USED]
12 1.11 FIELD [SITE] CONDITIONS [NOT US�D]
l3 1.12 WARRANTY [NOT USED]
14 PART 2- PRODUCTS [NOT USED]
] 5 PART 3- EXECUTXON [NOT US�D]
Ib
17
END DF SECTION
Revision Log
DATE NAME SUMMARY OF CHANG�
18
CITY 4F FORT WORTH
STANI3ARD CQNSTRUCTION SP�C[riCATIpN DOCL[MENTS
Revised.luly 1,2O11
WATER & SA[rtti'tUtY S�WCR RGPLACEMENT
CONTRACT$S
CI'CY 1'RO]�CT NO. 41 I55
O13233-1
I'AECON5T2UCTIpN VIDT'4
Page 1 01'2
]
2
3 PART�- GENERAL
4 l.l Si1MMARY
SECTION 0132 33
PRECONSTRUC�'I�N VIDED
5 A. Section Includes:
6 1. Adininistrative and procedural requireinents for:
7 a. Preconstruction Videos
8 B. Deviations froi�t tklis City of Fort Worth Standard Specificatian
9 1. Nane.
1Q C. Related Speeification Sections include, but are not necessarily limited to:
11 1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Cont�act
12 2. Division 1-- General Requirements
13 1.2 PRICE AND PAYMENT PR�CEDURES
14 A. Measur�tnent and Fayment
15 1. Work associated with this liein is considered subsidiary to the variaus items bid.
16 No. separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Preconstruction Video
20 l. Produce a preconstructian video of the site/alignment, including all areas in the
21 vicinity af and ta be affected by construction.
22 a. Provide digital copy af video upon request by the City.
23 2. Retain a copy of the preconstruction video until the end of the maintenance su.rety
2� periad.
25 1.5 SUBMZTTALS [NOT L1SED]
26 1.6 ACTZON SUBMITTALS/INFURMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUSMITTALS [NOT USED]
28 1.8 MAINTENANC� MATERIAL SUBM�TTALS [NOT USED]
29 1.9 QUALITY ASSiTRANCE [NOT USED]
30 110 D�LIVERY, STORAGE, AND HANDLING [NOT USED]
31 l.11 FIELD [SITE] CONDITIOIVS [NOT USED]
32 1.I2 WARRANTY jNOT US�D]
33 PART 2- PRQDi3CTS [NOT USED]
CITY OP PORT WO1ZTIi WATER & SAAII'f�AIiY 5E1V�R REPLACEMENT
$7"ANDARD CONSTRIlCTION SP�CEf ICA'CION DdCUIvIENT5 CONTRACi' 88
Revised .luly l, 2011 C7TY PROJECT I�10. 01955
013233-2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
PIiECOiJS'TRUCTION V1DE0
Page 2 �f 2
Revisio�� Log
DAT� NAME SUMMARY OF CI-IANGE
C1TY OF FORT WORTH WA'I'ER & SAiYITAIiY SGWEIz REPLACEMENT
STA[VDA.RD CONS�'FZUCTiOAi SP�CIFIeATIpN DOCUM�NTS CQNTRAC7' 88
Revised didy ], 201 I CITY PRp.fECT1V0. 01955
UI 3300- I
SUBMITTALS
Page 1 of 8
1
2
S�CTION D133 00
SUBM1'i'TALS
3 PAltr 1 - GEN�RAL
4 1.1 SUMMARY
5 A. 5ectinn Tncludes:
6 1. General methods and requirements of submissions applicable ta the following
7 Work-related submittals:
8 a. 5hop Drawings
9 i�. Product Data (including Standard Psodt�ct List submittals)
10 c. S�mples
11 d. Mocic Ups
12 B. Deviations from this City of ForE Worth Standard Specification
13 1. None.
14 C. Related Specifieatian 5ections inciude, but a�•e not nec�ssarily limited tQ:
1 S 1. Division 0— Bidding Requu'ements, Contract �'orms and Conditions pf the Contract
16 2. Division 1-- General Requirements
17 1.2 PRICE AND PAYMENT PROCEDUIt�S
18 A. [Wjeasuretx�ent and Payment
19 1. Work associated with this Ite�n is cansidered subsidiary to the various items bid.
20 No separate payment will be a]]owed for tl�is Item.
21 I.3 REF�RENCES [NOT USED]
22
23
24
25
26
a�
zs
29
30
31
32
33
34
35
36
37
38
39
40
i.�4 ADMINISTRATIVE REQU�REM�NTS
A. Coordination
l. Notify the City in writing, at the time of submittal, Qf any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepaa•e, prioritize and trans�nit each subinittal sufficiently in advai�ce of
pe��for�ning the related Work or otl�er appiicable activities, or within the time
specified in the individual Work Sectiqns, of the Speeifications.
b. Conta-actor is j•esponsible sucll that tlze installation wi1) nat 6e delayed by
pracessing times including, but na# limited to:
a) Disappraval and resubtni#tal (if required)
b) Ca�rdination with other suU.mittals
c) Testing
d) Purchasing
e} �'abi•ication
fl Delive�y
g) Similar sequenced activities
c. No extension ofti�r�e will be aLitho.rized because of t11� Cnntractor's failure to
transmit submittals sufiiciently in advance of the Work.
CiTY qF FORT WORTH
STANDAItD COT�i5TRllCTIQlV SP6CIFICATI0IV DOCEJMCNTS
Revised �ecem6er 20, 2012
WAT�R & SANE1'ARY SLWER REPLACEM�.NT
CONTRACT88
CITY PItO.IEC"f NO. (11955
o� 3� on-z
su$�nr�-rnLs
ra�� z oe s
1
2
3
�
5
6
7
8
9
l0
11
i2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
�S
�9
30
31
32
33
34
35
3b
37
38
39
40
4]
42
43
44
45
�6
d. Make submitkals pt•omptly in accordance with app��oved sclrtedule, and in such
sequence as to cause no delay in the Work or in the wo.rk of any other
cantractor.
B. Submittal Num�ering
1. When subinitting shop drawings or sainples, utilize a 9-character subinittal eross-
reference identificatian nu�nbe�'ing system in the following n�anner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For t1�e next 2 digits number use numbers 01-99 kQ sequentiaily n�E�nber each
init.ial separate item or drawing submitted ur�der each specific Section nwnber.
c. Last use a letter, A-Z, indieating the resubmission af the same clrawing (i.e.
A=2nd submission, B=3rd submissian, C=�lt1� submission, etc.}. A typical
submittai number would be as follows:
03 30 00-08-B
1) 03 34 00 is ihe Specification 5ection fo�' Conerete
Z) 0$ is the eighth initial submittal under this 5pecification Sectian
3) B i5 the third submission (second resubmission) of that paz�ticular shop
drawing
C. Contractor C�rtification
1. Re�iew shop drawings, product data anci sainples, including those by
subcontraetors, prior to submission to determine and verify the follawing:
a. Field mzas�rements
h. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with ti�e Contract Documents
2. Provide each shop d�•awing, sainple and p�'oduct data submitted by the Contractor
with a Certification Statement afiixed including:
a. The Contractor's Company naine
b. Signature of su6mittal reviewer
c. Certification State�nent
1) "By this submittal, I hereby represent that I have determined and verified
field �neasurements, field consf�'uction criteria, materials, dimensions,
catalog numbers and similar data and I nava checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than S%z incl�es x 11 inches to 8'/a inches x 1 linches.
2. Bind shop drawings and product data sheets togetl�er.
3. Order
a. Cover Sheet
1 } Description of Packet
2) Cont�'actor Certification
b. List of iteins / Table of Contents
c. Px'oduct Data ISllop D►'awin�s/Sainples ICalculations
�. Submitfal Content
l. The date of subiniss�on and th� dates of any previous submissions
CI'CY DF FORT WORTH
STANDARI? CpN5TRUC7'ION SI'GCIFICATIOI+t dOCUMEN'I'S
Revised k�ecember 20, 2012
W+ATI=R & SANITARY SEWGl2 REPI.ACEMENT
CON'FRACT $S
Ci7�Y PRO.IEC`C AfO. �1955
O1 3300-3
5llIIM17i�ALS
Page3af8
2
3
4
5
6
7
8
�
10
11
12
13
14
1�
l5
17
18
19
20
2]
22
23
z�
25
2G
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
�41
42
43
44
45
46
4.
S.
6.
7.
2. The 1'roject title and numbea�
3. Contrac#or identifcation
The names of:
a. Contractor
U. Supplier
c. Manufacturer
Identification ofthe product, with the 5pecification Section r�umber, pa�e and
Pa�'��'aP���s)
Field dimensions, cieariy identified as sucl�
Relation to adjacent ar ct�itical features of the Work or matariafs
8, Appl�cat�le standards, such as ASTM or Federal Speci�cation n�unbers
9, Identification by highligliting of deviations fi-om Contract Doc�unents
10. Identification by highlighting of revisions on resub�nittals
1 i. An 8-inch x 3-inch hlank space for Conti�acto�• and City stamps
P. Shap Drawings
l. As speeified in individuai Work Sections includes, but is not necessarily limited to:
a. Custa�n-prepaE'ed data such as fabrication and erection/installation (watking)
drawings
b. Sclaeduled information
c. Setting diagratns
d. Ac#ua3 shopwork manufacturing instructions
e. Custom templates
f. S.pecial wiring diagrams
g. Coardination cirawings
h. Individual system or equip�nent inspection and test reports including:
1) Performance cui�ves and certifications
i. As applica6le io the Work
2. Details
a. Relation of the various parts to tl�e inain members and lin�s af the structure
b. �dhere con•ect fabrication of the Wot•k depends upon field measurements
1) Provide such measure�nents and nate on the drawings prior to subinitting
foi• approval.
G. Product Data
1. For subtnittals of praduct data for pa�oduets included on the City's Stane�ard Product
Lisi, clearly identify each itein selected far use on the Project.
2. For submittals of praduct data fot' products not included n� the City's 5tandaz�d
Pi•odL�ct List, submittal data inay inckude, hut is not necessa�•ily limited to:
a. Standaa-d prepai�ed data for manufactu�•ed p�roducts (soinetimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructiorTs
2) Availability of coioi•s and patterns
3) Manufacturer's printed stateinents of coinpliances and applicab�lity
4) Roughing-in diagrams and templates
5) Catalog euts
6) Product photographs
C1TY ON PDItT WOitT�l
STRNDARQ CONSTRUCTION SPECIFICAT[Q[J DOCUMGNTS
ltevised Dece�nUar 2Q, 20.12
WAT�R & SAI�ITARY SEWER REPLACfiMENT
C4NTRACT$S
CITY PRO.IEC"CNO. O19S5
01 33 UO - 4
SUi�M ('I'f A1,S
Page �k of S
1 "1) Standard wiring diagrams
2 8} Printed pet-farcllance curves and operatit�nal-rai�ge diagrams
3 9} ProdUction or quality control inspeetion and test reports and ce►�ifications
4 10) Mill reports
5 1 1) Pi•oduct operating and t��aintenance instructions and reco3nmended
6 spai•e-pai�ts listing and printed product warranties
7 12} As applicable to the Work
8 H. 5amples
9 1. As specified in individual Sections, include, but are not necessarily limited to:
10 a. Physical examples ofthe Wark such as:
11 1) Sections ofmanufact�Ered or fabricated Work
12 2) Small cuts or containei•s of materials
13 3) Complete units of repetitively used �?�'oducts cofor/teKture/pattern swatches
14 and range sets
i5 4) Specimens for �oot�dinatian of visual effect
l6 S) Graphic symbols and units of Work to be Lised by the City for independer�t
] 7 inspection and testing, as applicable to the Work
18 I. Do not sta�-t Woric requit•ing a shop drawing, sample or }�roduct data npr any material to
I9 be fabricated or instalied prior to the approval �or qualified approval of such itein.
20 1. �'abrication performed, materials pw•chased or on-site construciion accomplished
2I whicll does not conform to approved shop drawings and data is at the Gontractor's
22 risk.
23 2. The City will nflt be liable for any expense or delay due to cor�-ections or remedies
24 required to aceomplish confonnity.
25 3. Complete pro}ect Work, rttaterials, fabrication, and installations in conformance
26 with appro�ed shop drawings, applicable samgles, and product data.
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
�46
47
J. Submitta] Disteibution
Electronie Distribution
a. Confirm developinent of Project directory foi• electronic suhinittals to be
uploaded ta City's Buzzsaw site, or another exierna] �'TP site appraved by tl�e
City.
6. Shop Drawings
1) U�alaad subinitial to designated project directoiy and notify appropriate
City rep3•esentatives via email of su�inittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires inore tl�an 1 hard copy of Shap Drawings
ref.urned, Contract�r shall submit more than the number Qf copies listed
above.
c. 1'roduct Data
1} Upload subinittal to designated project directoi•y and notify appropriate
City r�preseiitatives via einai] of s�binittal posting,
2) Ha►•d Copies
a) 3 copies far aIl submittals
d. Samples
1) Distributed to the Araject Representative
2. Ha��d Copy Distributian (if requiced in lieu of electronic distributron)
CI'Pt' OF FORT V�OR7'H
STA3�lDARI] CONSTRUCT[aN SPECIT"ICATIDN IJ�CUiv1LNT5
Revised DeceinUer 20, 2012
WATER & SANI'1'ARY SEWLR REPLACEME3�IT
C[7NTRACT 8 S
CI7'Y PRO)ECT NQ 01955
oi �� oo-s
SU gIY11TTAL5
Pege 5 af 8
1
2
3
4
5
6
7
8
9
10
]1
12
13
l4
15
a.
�
c.
16 3. Distribu#e reproductions of approved s11op drawings and copies of approved
17 product data and samples, where required, to the jab site file and elsewhere as
18 directed by the City.
19 a. Provide nuinb.e�• of copies as directed by t11e City but not exceeding the nuinber
20 previously sp.ecified.
21 K. Submittal Review
22 1. The review of shop drawings, data and sacnples will be for general conformance
23 with tlie design concept and Contract Documents. This is not to be construed as:
24 a. Pexi�itting any depai�ture from the Contract requirements
25 b. Relieving the Contractor of responsibility for any errors, including details,
26 dimensions, and mate�-ials
27 c. Approving departures from de#ails furnisl�ed by the C.ity, except as otherwise
28 pro�ided herein
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
2.
3.
4.
5.
Shop Drawings
1) Distributed tn tl�e City
2) Copies
a) 8 copies for mechanical subinittals
b} 7 co.pies for all otl�er submittals
c} If Contractor requires more tl�an 3 copies af Slaop Drawings xeturned,
Contractoe sfiafl sub3nit moee than the number of eopies listed a�ove.
Product Data
f) Distributed to the City
2) Copies
a) �4 copies
Sampfes
1) Distributed to the Praject Representative
2) Copies
a) Submit the numher stated in the respective Specification Se�tions.
The review and approval of shop drawings, samples or procluct data by the City
does not relieve the Contractor fi�om hisll�er responsibility with regat'd to the
fulfiliment of tlle terms oftl�e Contract.
a. All risks of error and oinission are assumed by the Cantractor, and the City will
ha�e no responsibility tltierefare.
The CQntracto�' remains responsible for details and aceuracy, for coordinating the
Woi�ic wit11 all other associated work ar►d trades, far selecting fabrication p►•ocesses,
for techniques of assembly and %r• perfoz•�ning Wor�C in a safe manner.
If the shop drawings, data ae sainples as submitted describe variations and show a
dep��tu��e fro��n tl�e Contr•aet requieements which City finds to Ue in tlie interest af
the City and to be so minor as not ta involve a change in Contract Price or time foi•
perfo.rmance, the City may return the re.viewed drawings without notirag an
exception.
Submittals wi11 he returned to the Conti•actar undei� 1 of tl�e following c.ades:
a. Code 1
1) "NO EXCEPTIUNS TAKEN" is assigned when there are no notatiflns oi•
coinrnents on the subi�ittal.
a) When ��etu�'ned under this code the C.oi�tractoi' may release the
ec�uip��►ent and/or material far manLifact�u�e.
b. Code 2
CITY OF FORT WdRTFi
STANDARD CONSTRUCT{0�! SPECIFICATInN DOCUMENTS
Revised Deceml�er 24, 2012
WATGR & SANf"I'ARY SEWER RT'PLACEMENT
CdIVTItAC7' 8$
CITY PRO]ECT [YO. 01955
D13300-6
SUBMITTALS
Page b of 8
1
2
3
4
5
6
7
8
9
l0
11
12
13
I4
1S
1G
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
3�
35
3b
37
38
39
40
41
42
43
44
45
4b
47
48
49
c.
C�
1) "EXCEPTION5 NOTED". This code is assigned when a confirmation of
the notatio3�s a��d comments IS NOT i•ec�uired by the Cont�'actor.
a) The Contractor may release the equipment or nlateri.al f�r manufacture;
however, all notatians and comments must be incorporated into the
final product.
Cade 3
l) "EXCE.PTIONS NOTED/RESUBMI l�". This comb�nation of codes is
assi.gned when notations and comments are exte��sive enough to require a
resLibmitt�l of the pacicage.
a) 7'he Contraetor may releasa the eq�.�ip�nent or �nate�ial for ma3�ufactur'e;
llowever, all notations and coinments must be in�orporated into the
final product.
b) This resul�tnittal is to address all coinments, amissions and
non-confoi7ning item� that were nQted.
c) Resubmittal is ta be received by the City within l 5 Calendar Days af
the date of the City's transmittal requirin� the resubmittal.
Code 4
1} "NOT APPROVED" is assigned wf�en tlze submittal daes not meet the
intent of the Contiact Docui�ents.
a) The Cont�•actor must resub�nit the entire package revised ta bring the
submitta] into conformance.
b) It may be necessa�y to resubmit using a different manufactut'er/vendor
to meet the Contract Dqcuments.
6. Resubmittals
a. Handled in the same manner as iirst submittafs
l� Corrections other than rec�uested by the City
2} Marked with revision triangle or other similar method
a) At Contractor's risk if nat inarked
b. Submittals for each item will be reviewed no mare than twice at #1�e City's
expense.
1) Al] subsequent revie�vs will be performed at times convenient io the Cif.y
and at the Cont�•actor's expense, based on the City's ot� City
Representative's then p��evailing rates.
2} Fr•ovide Cont��actor reimbursement to the City withi�130 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of subinittals, will not entitle fhe Contractor to an extension af Cantract
Time.
7. Partial Submittals
a. City reserves tlie right to not review s��Umittals deemed partial, at the CiTy's
disc��etion.
b. Submittals deemed by the City to be not complete wilI be ret�u'��ed to tfie
Contractor, and wili be cons.idered "Not Approved" until i•esubmitted.
c. The City may at its option provide a list ar ma��k the submiktal directing the
Contractorto ihe areas that are incomplete.
8. If the Cantractor considers any eorrection indicated on the shop drawings to
constitute a chartge to the Contract Docu�nen#s, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to rel�ase for
manufacture.
CiTY OP rQR7' WORTH
STAIVDAAD CONST'1tliCT10N SP�CiFIC,A"f1dN DOCl1ivICNT5
2evised DeceEnUer 20, 2012
WATGl2 & SANI1'ARY SI:W�.R It£PLACI:MENT
CL)1V"CRACT 88
CITY PRO.l�C1'NO, Ok955
oi 3�ao-�
SUBMITTALS
Page 7 of 8
1
2
3
4
5
C
�
When the shop drawings have l�een completed to the satisfaction of the City, the
Contractor may carry out the canstruction in accoi•dance therewith and no further
changes therein exc�pt upan written instructions fro�n the City.
Each submittal, appropriately coded, wili be reiurned within 30 Calendar Days
followin.g receipt of submittal by the City.
G L. Maek ups
7 1. Mock Up units as specified in individua] Sectians, include, but are not necessarily
g limited ta, con��lete units af the standard of acceptance for tliat type of Work tn be
9 used on the Projeet. Rs�nove at the completion of the Work or when directed.
1p M. Qualifications
11 1. If specifically �•equired in otl�er Sections of these Speciiications, subinit a P.E.
12 Cer�tifica�ion for each ite�n required.
13
14
15
16
]7
18
19
2Q
21
22
23
24
25
26
27
2&
29
N. Request for Information (RF[)
1. Contractor Request for additional information
a. Clarification or interpretation of the eontract docwments
b. Wl1en tl�e Contracto�• believes the�•e is a conflict between Cont�'act Documents
c. When tl�e Contractor believes there is a conflict between the Drawings and
Speciiications
1) Identify the eonflict and i•equest clarification
2. Use the Reqzaest for Informatian (RFI) form provided by the City.
3. Nuinbering of RFT
a. Preiix with "RFI" followed by series numl�er, "-�", beginning with "�1" and
increasing sequentially with each addifiional trar�s�nittaf.
4. Sufficient information shall be attached to permit a w7�itten response without fut�ther
infarmation.
5. The City will lag each request and will review th� request.
a. lf review of the praject information req�est indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Ot'de�•, as app�•opriate.
30 1.5 SUBMITTALS [N�T USED]
31 1.6 ACTI�N SUBMITTALSIYNFORMATIONAL SUBMITTALS [N4T USED]
32 �.7 CLQSEOUT SUBMITTALS [NQT USED]
33 1.$ MAINT�NANCE MATERIAL SUBMITTALS [NOT USED]
34 19 QUALITY A,SSURA.NC� [NOT US�Dj
35 1.10 D�LIVERY, STORAGE, AND HANDLTNG [NOT USED]
36
1.11 F�ELD [SXT�] CONDITIONS [NQT' US�D]
37 1.12 WARRANTY [NOT US�Dj
CITY flP �OR'1' WORTH
S`fANDARD CONSTIZUCTION SPL•C[FICATfON DOCLJMENTS
Revised Decem6er 20, 2012
WAT�:R & SANITARY SEWER RGPLAC�1V1ElVT
COTITRACT 88
CITY PR03ECT NO. 01955
01 33 00 - 8
SUBMITTA�.S
Page 8 of 8
1 PART 2- PRODUCTS [NOT US�D]
2 PART 3- EXECi7TION [NOT USED]
3 �ND OF SECT�ON
Revision Lng
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Jolmsou 1.4.K.$. Working Days modified to Calendar nays
CITY OF rORT WQRTH WA7'ER & SANITARY SEWER ItEPLACEM�NT
S`CANDFiRD CONSTRUC'I'[ON SP�C[PICATIOIV DOCUM�NTS CON`CRACT 88
Revised L?ecember 2U, 2012 CITY PK03GCT NO. 07955
Q135T3-1
SPEC[AL T'ROTECT PROCr�3LiRL•S
Page I af 8
2
3
SECTION 01 35 13
SPECIAL PROJECT PA�CEDLTRES
jTex;t irr &lare r.s,for i�rfor�natiorr ar� gur.darrce, Rerrrave all bdue text i� the fi.nal praject docunze�ad.]
4 PART1- GFNERAL
S 1.1 5UMMARY
6 A. Sectian includes:
7
8
9
]0
ll
l2
13
14
15
16
17
18
19
20
21
22
The pracedures for special project circumstances that includes, but is not limited to:
a. Coo�•dinatioi� with tlle Texas Depai�ment of Transportation
b. Wo�'k near High Voltage Lines
c. Confined Space Entry Prflgram
d. Air Pallution Watcl3 Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Department Not�fication
g. Pu61ic Notification Prior to Beginning Construeiion
1�. Coordination with United 5tates Army Corps of Engineers
i. Coorciinatian within Railroad permiis a.reas
j. Dust Cont�ol
k. Employee Pa�king
l. (Coordination with North Central Texas Council af Gav�rnnaents Clean
Canstruction �peci.fieation jret�zove if not required]}
B. Deviations fi�om this City of Fr�r� Worth Standard Speciiication
1. None.
23 C. Related Speci�cation Sections include, but are not necessarily 1'united ta:
24 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
�5 2. Division l— Genera] Requirern�nks
26 3, Section 33 12 25 -- Connection to Existing Water Mains
27 l.2 PRIC� AND PAYMENT PROCEDi1RES
28
29
30
31
32
33
3 �F
35
3G
3'1
38
39
4(l
A. Measurement and Paymen#
1. Coordination witl�in Railroad per►nit �'eas
a. Measttrenlent
1) Measure�nent �or this Item wiil be by lump sum.
b. Payi�ent
]) Tl�e wort� performed and inaterials furnished in accordanee with tliis Item
will be paid for at the lump slun price bid for Railroad Coordination.
c. The p�•ice bid shall iilclude:
1) Mobilization
2) lnspection
3} 5afety training
4) Additionallnsu�-a�ce
5) Insurance Cei�i�cates
C[TY DT' T'ORT WOI�Tl[
STANDARD CONSTRl1C"ClO1d SPECIi'ICATIOt�I DOCUMENTS
Itevised December 20, 2U l2
W1\TEEi & SAN1TAItY SGW�.1� REPLAC�:MEN7'
CONTRACT 8$
CITY PRU.I�C"I' NO. O1955
o� 3s t3-z
SPECIAL PROlGCT PROCGDURES
Pa�e 2 of S
!
2
3
4
5
6
7
8
4
]0
]1
iz
13
14
15
16
]7
18
6) Other requirements associaied rWitl7 general coordinatian witi� Railroad,
including addiiinnal emplpyees z•equired to pratect the right-af-way and
p��opea-ty .of tl�e Railroad fi•om damage arising out nf andlar fi•om tlae
construction of f�e I'roject.
2. Railroad Flagmen
a. Measurement
l) Measuremeni for tl�is Item will he per working day.
b. Pay�nent
1) Tf1e work perf�r�r�ed and �naterials furnished in aecardance with tl�is �tem
will be paid for each working day ihat Railroad Flagtnen are present at the
Site.
c. The �rice bid shall include:
1} Coordination for scheduling #Iagmen
2) Flagmen
3) Other requiremenis associated with Railroad
3. AII other items
a. Work associated with these TYems is cousidered subsidiary to tl�e various ltems
bid. No sepai'ate payrnent wifl be allowed for this [tem.
19 1.3 REFERENC�S
20 A. Reference 5tandards
21
22
23
2�4
25
26
27
1. Reference standards cited in this Specificatian refer to the current reference
standard published at the time of the latest re�ision date lo:gged at ttie end of this
Speeificatian, unless a date is specifically cited.
2. Health and Safety Cade, Ti#le 9. Safety, Subtitle A. Public Safety, Cliapter 752.
High Valtage Overhead Lin�s.
3. No.rth Cenh•a1 Texas Council of Governments (NCTCOG) -- Clean Consfruc#ion
5pecification
28 1.4 ADIVMINISTRATIVE REQU�REMENTS
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Conrdination with tY►e Texas Deparhnent of Transpartation
1. Wh�n work in the right-of-way whicl� is under the jurisdiction oithe Texas
Departmenfi of Transpo��tation {TxDOT}:
a. Notify t11e Texas Department oiTransportation prior to commencing any work
tl�erein in accordance with the provisions of the pertnit
b. All work perforined in the TxDOT right-of-way shall be per%imed in
compliance with and subject to approval from tl�e Texas Depai�tment of
Transpor�ation
B. Work near High Voltage Lines
Regulatory Requirements
a. Al l Work neae High Voltage I,ines (more than G00 vo�ts measured between
conductors or between a conducto�• and the ground} shall be in accordance with
Health and Safety Code, Title 9, 5ubtitle A, Chapter 752.
42 2. Warning sign
43 a. Provide sign ofsufficient size �neeting all OSHA requirements.
44 3. Equipment operati�3g within l0 feet of l�igh voltage lines will require the following
45 safety features
ClT'Y OF rOR'T WaR'CH WATGR & SANITARY SHWEK ItEPLACEMENT
S'I'ANDAAD CdNSTRUCT101V SPECIFICATI0IV C10Ci1NfENTS CONTRACI' SS
lte�ised Decern�er 20, 2012 CITY PRO.1�C-[' NO, O1955
0135 ]3-3
SPE.CIAL 17[ZO.1�C"C PiZOCEi7URE5
Page 3 nf 8
1
2
3
4
5
6
7
8
9
ia
11
12
13
14
15
1G
17
]8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
35
37
38
�9
4fl
�1
42
43
4.4
45
4G
a. Insulating caga-type of guard aUout the boam or arm
b. Insulatar ]inks on the lift hook connections for Uack hoes or dippers
c. Equipment must meet the safety requirelt�ents as s�t farth by OSHA and tlie
safe#y �'eq�i3-ements of the nwner of the h'rgh voltage lines
4. Wor1c witIlin 6 feet of high voltage electric lines
a. Natification shal] be gi�en to:
] ) The power company (exainpie: ONCOR)
a) Maintain an accurate log of all such calls to powe�- cpinpany and record
action taken in each case.
�. Coordination witli power coinpany
]) After notificatian eoordinate �vitli the power company to:
a) Erect temporaiy mech�nical barriers, de-energize the lines, or raise or
]awer-tlie lines
c. Nq personnel may wark within 6 feet of a high �oltage line b�fore the above
requiremenfs I�ave been met.
C. Gonfined 5pace Entiy Program
l. Provide and follow approved Confined Space Entiy Program in accordance with
OS.HA requireir�ents.
2. Confined Sp�ces include:
a. Manlloles
b. Atl other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Air Pollution Watc11 Days
1. Gene��al
a. Observe the follawing guidejines relating to working on City construction sites
on days desi�nated as "AIR POLLUTION WATCH DAYS".
b. T'ypical Ozone Season
1) May 1 througli October 31.
c. Critical Emission Time
1) 6:00 a.m. ta ] 0:00 a.in.
2. Watch Days
a. The Texas Camax�ission on Environmental Quality (TCEQ}, in coordination
with the National Weather Service, wiIl issue tl�e Air Pollution Watch by 3:00
p.m. on the afternoon prior to the WATCH day.
b. Requirements
1} Begin work after 10:00 a.m. whenever co�st��uction phasing r�quir�s the
use of mota�'azed equipinent far p�riods in excess �f 1 houi•.
2} Hawever, the Contractor inay begin wo.rk prio�• to 1Q:Q0 a.in. if:
a} Use of motorized equipment is less than 1 l�our, ar
b) If equipment is new and certified by EPA as "Low Emitting", o��
equipment burns Ultra Low Sulfur Diesel (ULSD), diesel �traulsions, or
alte�•nati�e fiiels such as CNG.
�. 7"GEQ Air Permit
1. OUtain TCEQ Air PermiC for canstru.ction activitie� per requirements of TCEQ.
P. Use of Explosives, Drop Weight, Etc.
l. Wf�en Contraet Docwnents permit on Ehe project tlie following will apply:
C17Y qF' I"Q[2'i VJQRTH
3TAI�DARD CONSTRUCTIQiJ 3PEC[F1CATf01�! pOCUMENTS
Revised December 2.U, 2U 12
WATGR & SA�IITARY SGWER RCPLAC�MENT
CqNTRACTB$
CITY PAQJ�C:T NO. 0� 955
01 35 13 - 4
SPECIAL PitOJI:CTPaQC�:I]UILES
Page 4 oF 8
I a. Fublic Notification
2 1} Submit notice to City and proof of adequate insurance coverage, 24 hours
3 p�'ior to commencing,
4 2) Mini�num 24 hour public notification in accoz•dance with Sectian 01 31 l3
5 G. Watei• Depai�tment Coordination
G 1. During tl�e construction af t1�is project, it will be necessary to deactivate, for a
7 period of time, existing lines. The Cai�tractor shatl be required to coordinate witl�
8 the Water Deparhnent to detet•mine the best times foi• deacti�ating and activating
9 those lines.
10 2. Coordinate any event that will require conneciing to a�• the oper•ation of an existing
l l City water line system witi� the City's representative.
12 a. Coordination shall be in accordance with Section 33 12 25.
13 b. If needed, abtain a hydrant water meter fram the Watei Depart�nent foz- use
14 during the life of named project.
l5 c. In the event that a water value on an existing ]ive system be tut•ned off and on
16 to accoma�odate tlie eonstrt�etian of khe project is requi.red, coordinate this
17 activity through the apprapriat� Cify representati�e.
18 1) Do not operate water line va[ves of existing water systein.
i4 a) Failure ta comply will render tlie Contractor in violation aiTexas Penal
2Q Code Title 7, Cliapter 2$.D3 (Criminal Mischief} and the Contractor
21 will be prosecuted ta the full extent of the law.
22 b) Tn addition, the Contractor wil] assurne al.l fiabilities and
23 responsibilities as a result of these actions.
24 H. Public Notification Prior to Beginning Constr�ctlon
25 1. Prior to 6eginning ennstruction an any bloc� in the project, on a block hy block
2b basis, prepare and delivex' a notice or flyer af tl�e pending canstruction to tlze front
27 cioor of eacla residence or business that wil] be impacted by construction. The natice
28 shall be prepai•ed as follot�vs:
29 a. Post notice or flye�• 7 days prior to 6eginning any const�'uctipn activity on each
3D block in the project area.
31 1) Prepat�e flyez' an tlle Cont�actor's letterheac� and incEude the follawin�
32 informatien:
33 a) Name ofProject
34 b) City Praject No (CPN)
35 c) Scope af Project (i.e. type of constructiQn acti�ity)
36 d) Actua� construetion duration within the black
37 e} Name of tl�e contractor's foreLnan aud phon�; number
38 fl Name af the City's inspeetor and phone number
39 g) City's aftej�-hours phone nut�ber
40 2) A sainple af the `ps•e-construction notification' flyer is attached as Exhibit
�tl A.
42 3) Subvnit schedule showing the construcfiion start and fitlish titne iar each
43 block of kh� project to the inspector.
44 4) Deliver flyer to fi,I-►e City [nspector for review pt�ior to distribution.
45 b, Na constructit�n will 6e allawed to Uegin on a.ny 61ock until the flyer is
46 delivered to al] residents ofthe 61ock.
47 1. Pu�lic Notification of Tempora�y Watez� Service Interruption duri�lg Construction
Cf'I'Y OF FORT WORTH WATER & SANITARY SEW'ER REPLACEIViENT
STANDAR]] COlVS�f RlJC1'14N SPECIPTCAT[ON I]OCUMEN7'S CONTRACT SS
Aevised Ilecem�er 2Q, 2D12 C1TY YRD.fECT NO. QI )55
ai 3s �3-s
5PL-C]AL PRp,fGC7' PIZOCEDUItLS
I'age 5 af S
I
2
3
4
5
6
7
S
9
10
]1
12
13
14
15
16
17
18
19
20
21
22
i. ln the event it becomes necessary ta temporarily shut down water sej�vice to
residen#s or businesses during construction, }�repare and deliver a natice ar flyer of
the pending interruptian to t3�e front door of each affected r•esident.
2. Prepared notice as fo{iows:
a, Ti�e notification or flyer s17aI1 be posted 2�l haurs prior to tlle temporary
i.nterruption.
b. Prepare flyer on the contractor's letterhead and include tlrte fnllowing
inforination:
1} Na�ne af the proj ect
2) City ProjectNumber
3) Date of the interruption of seitiice
4) Period the interruption will take place
5) Naine of ti�� cantracto�''s fore�nan and phone nurnber
6) Narr�e of the City's inspectar and phone number
e. A sample of the temporary �c�vatei• se�vice interruption nofiification is attach�d as
Exhibit 8.
d. Deliver a copy of the teinporary interruption notificatian to tl�e City inspecfo�•
for review prio�• to 6eing dist��ibuted.
�. No interzvption of water service can occur until the fiyer has been delivered to
all affected residents and businesses.
f. Electronic vei•sions of the sainple ffyers can 6e obtained from the Project
Construction Inspector.
23 1. Coordination with Uttited States Army Gorps of Engineers (USACE}
24 1. At lacations in tne Project where construetian activitie5 occur in areas where
25 USACE pei�rnits are required, meet all requirements set forth in each designated
26 perinit.
27
28
29
30
31
32
33
34
35
3G
37
38
39
40
4l
42
43
44
45
K. Coordination within Railroad Permit A�'eas
1. At locations in the praject wllere constructian activities occur in areas where
railroad p�rmits are reqtaired, meet all requirements set foith in each designated
railz'oad permit. This includes, but is not lirnited to, provisions for:
a. �lagmen
b. Inspectors
c. Safety ti-aining
d. Additional insurance
e. Insurance cei•tificates
f. Othei• errtployees required to protect the right-af way and propei�y of the
Railroad Company fram datnage arising out of anrUor fi•om the constru�tion of
the project. Proper utility clearance procedures shall be used in accordance
with the pej�mit guidelines.
2. Obtain any supplemental infoj�mation needed to comply witl� the railroad's
requirements.
3. Railroad Flagmen
a. Sufamit �•eceipts to City for vei•ification of working days that railroad fla�men
were present on Site.
L. Dust Contro[
46 1. Use acceptable measures to contt•ol dust at tl�e Site.
47 a. If water is used to control dust, capture and prope��ly dispose of waste wate��.
CITY OF FORT WO[2TFi WATER & 5AAIITARY SEW�R RC�'1,ACENfEN'1'
STANDAItD CONST'RUCTION SPECi�3CATfDN 1]OCUMENTS CQNTRACT �8
Revised December 20, 2012 C1TY PROIECT NO. 61955
013513-6
SPECIAL PRO]ECT PR�C�DIIR�S
Page fi c�f 8
1 b. If wet saw eutting is performed, capture and properly dispase af sltn�ry.
2 M. Employee Pai�iting
3 I. Provide parking for employees at locations appraved by the City.
4 7�1. {Coardination with No��th Central Texas Council of Governments (NCTCOG) Clean
5 Construction Specifcation [if j�equired For the pro�ect — verify with City]
b l. Camply witli ec�uipment, operational, �'epo►�ting and enforcement requirements set
7 forth in NCTCOG's C]ean Construction Specification.}
S 1.5 SUBMITTALS [NOT USED]
9 1.6 ACTIDN SUBMXTTALS/YN�'ORMAT�ONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEO[7T SUBNIITTALS [NOT USED]
] t 1.8 MAINTENANC.E MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE [NOT US�D]
i3 1.10 DELIVERY, STURAGE, �ND HANDLING [NOT L1SED]
14 1.11 FIELD [STT�] CONDITIONS [NOT USED]
1S f12 WAItRANTY [NOTUS�D]
16 PART 2- PRODUCTS [NOT USED]
17 PART 3- EXECi1TION [NOT LTSED]
18
19
�ND OF SECTION
Revision Lag
DATE NAME SUMMARY OF CHANGE
1.4.� — Added r�quirement pfcompliance with Healil3 and 5afety Code, Title 9.
8/31/2012 D. .IOI7115�R Safety, 5ubtitle A. PuUlic Safei,�, Chapter 752. High Voltage OverheAd Lines.
].4.E — Added Conh-actor respansibilily fw• aUtai�iiiig a TCEQ Air I'erulit
2D
C1T1' �F FQCL"1' WQRTH WAT6R &$ANITARY SEWER R�PLAC�M�NT
STANDAAD CONSTRiICT[ON SPECIP[CAT7QN DOCU1v1ENT5 CONTRACT $8
Revised Deeati7ber 20, 2D12 CITY PF�O]ECC NO. 0.1955
�13513-7
SPI:ClAL 1'RD,IECT PROCGDUR�S
Page 7 of 8
2
3
4
5
6
7
8
9
�0
1t
12
13
14
15
]6
17
�8
19
20
21
22
23
z4
25
26
27
2&
29
30
31
32
33
34
35
36
37
EXHIBIT A
(Ta be printed on Contractor's Letterhead)
Date:
cPfV IVo.:
Project Name:
Mapsco Locafion:
Limits of Construction:
— — - - � �
� I
�
—
I � �
-
TF{IS IS TD WFORM YOU THAT UNDER A CONTRACi W1TH iki� CIiY OF F�RT
WOR�b, OIJR COMPANY WILL WORK ON UTSL�iY LIN�S ON OR AROUND Y�UR
PROP�FtiY.
CONSTRUCTION WILL BE�IN APPROXIMATELY SEVEN DAYS FROM �'HE DAiE
O� YHIS NOTICE.
IF YOU HAVE QUESTIONS ABOl1T ACCE55, SECURITY, SAFETY OR ANY �TH�R
ISSU�, PLEASE CALL:
Mr. �COfdTRACTOR'S SUPERWTEND�NT� AY �T�LEpHONE NO.>
OR
Mr. �CITY INSP�cTOFt> AT � 7�LEPHONE NO.�
AFTER 4:3D PM �R ON WEEK�NDS, PLEASE CALL (81 i) 39� 8306
PLEASE KEEP THIS FLYER HANDY WNEN YOU CALL
CITY OC' FORT WOR'1'H
S�r�UVDAI2D CONSTRUCTION SPECIFICAT[QN DQCUMENTS
Revised Deceiuber 24, 2012
WAT�R & SANITt1RY SEWER REPLACEMCTIT
CONTftACT 88
CITY PRO.I�CT NO. 01955
Q{3S13-S
SPGCIAL PRO.ICCT FF�OCL-DURES
I�age 8 of 8
�l
7
�XHIBIT B
�oRTWoRTH
��.
006 Hfl. ][]C]CX
Project [9�me:
���1 ��� �� ��������� ����� ������
ii�I'������"ll�i�
piJE TO TJTIL�'Y IiVIPROVEMENTS IN Ypl]R NEIG�IiBORH001), YOUR
WATER SEItVICE WILL HE INTERRITI'TED Oi�I
BETWEEN THE FIQCTXiS OF AND
IF YOU C�AVE QIIES'I'IONS ASOUT 'THIS SHUT-0�3T, PLEASE CAI.L:
�� AT
[COlY'rRACTORS SUPERIPTTEIHA�PI7� (TELE�Hd�1E NUMHEIt)
OR
MR. A`T
(C1TY INSPECTOR) (TELEPHQNE NOMBER)
�'HIS INC�NVENIEi�iCE WILL 6E AS �I�ORT AS POSSIBLE.
THANK YO[7,
CONTRACTOI2
�
4
CITY OF FORT WORTH
STANDARD CONSTRiiCT10N Sl'ECIFiCATIOi`I D�CUMENTS
Revised December 20, 2012
VJATER & SA?�fITARY SEWTsI2 ACPLACEMENT
CDNTRAC'f SS
CITY 1'1t0]ECT NO. 01955
p 1 45 23 - I
"I'ESTING AN1] INSPECTION SERVlCES
Page 1 of2
1
2
SECTI�N (lI 45 23
TESTjNG AND 1N5FECTION SERViCES
3 PART1- GEN�RAL
4 i.1 SUMMARY .
5 A. Section Includes:
6 l. Testing and inspection seivices procedures and eoordination
7 B. Deviations fi'air� this City of Foi�t Worth �tandat'd Specification
S 1. None.
9
i0
11
12 I.2
13
14
IS
I6
1'7
18
19
2�
21
22
23
24
zs i.3
G�elated Specification Sections include, but are not necessarily limited to:
1. Division 0— Sidd'ang Requirements, Contiact Forms and Conditions of the Cantract
2. Division I— Gener•al Requiremen#s
PRIC� AND PAYMENT YROCEDURES
A. Measurement and Payment
1. Wark associated with this Ikem is considered subsidiaz•y to the various Items bid.
No separate pay�r�ent will be allowed for t13is Item.
a. Contractor is responsible ior perforining, eoordinating, and payment oi aLl
Quality Contra! testing,
b.. City is responsible %r per%rming and payment for first set of Q�ality
Assurance testing.
1) If the frst Quality Assurance test performed by the City fails, the
ConYractor is responsible for paymeni of sul�seGuent Quality Assuiance
testzng untii a passing test oceurs.
a) Final acceptar�ce wi11 not be issued by Ciiy until all required payments
far testing by Con#ractor have been paid in full.
REFERENCES [NOT USED]
26 1.4 ADMINISTRATIV� REQUIREMENTS
27
28
29
30
3l
32
33
34
35
36
37
38
A. Testing
I. Complete testing in accardance with the Cont�'act Documents.
2. Coordinatian
a. Wl1en testing is required to be perfar�ned by the City, notify Cify, sufficiently
in ad�ance, vrhen testing is needed.
b. When testing is required to be completed by the Contractor, natify City,
suf�iciently in advance, that testing will Ue perfo�7ned.
3. Distribution af Testing Reports
a. Electronic Dish�ibutiorl
1) Confirm developinent ofProject directary for electronie submittals to be
uploaded to City's BE�zzsaw site, ar another external FTP site approved by
tl�e City.
Cl'I'Y OF FORT WDRI7�
STATVDARI7 CONSTRUCTIQIV SPECIPICA'I'ION D�CUM�N7'S
Revised ]uly l, 201 I
WAT�R & SANITARY SEW�R 12EPLACCIv1CNT
CQN'fRACT 88
CITY PROJEC7' NO. 01955
aias.z3-z
'TESTI%IG ANp INSPECTION SE.]2VICE5
Page 2 of 2
1
2
3
4
5
6
7
S
9
14
11
12
13
14
2} Llpload test reports to designatecl project direc#oiy and notify appropriate
City representati�es via e�t�ail of submitta] posting.
3) Hard Copies
a) 1 copy for all subrnittals submitted to the Project Represenfiative
b. Hard Copy Distribution {if requii-ed in lieu of electronic distri6ut�an)
1} Tests perfonned hy City
a} Distribute 1 hard copy to the Contractor
2) Tests perfaizned by the Contractar
a) Disfi�ib�ita 3 hard copies to City's P�'aject Representative
4. �'rovide City's Pro�{ect Representative wit17 trip tickets fo�• each delivered koad of
Concrete or Lime makerial including the fof{owing infor�nation:
a. Name of pit
U. Date of delivery
c. Material delivered
15 B. Inspection
16 1. Inspection ar iack of inspeciion does nat reli�ve the Contractor fi�om obligation to
17 perfo.rm work in accordance with the Contract Documents.
18 1.5 SUBMITTALS [NOT USED]
19 I.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT 5UBIVIITTALS [NOT tiSED]
21 1.8 MAINTENANCE MATERTAL Si1BNIITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE �NOT USED]
23 I.IO D�LIVERY, STORAGE, AND HANDLING [NOT USED]
24
25
1.11 Y+'IELD [STT�] CONDITXONS [NOT USED]
x.xz wARu�avrY �NOT us�n�
26 PART 2- PRODUCTS [NOT USED]
27
28
29
PART 3 - EXECUTION [NOT Y1S�D�
END OF SECTI�N
Revision Log
DAT� N�1ME SUM.MARY f]F CI�iANCE
30
CITY 0� FQRT WORTH
STANDARD CQ1+1STRiJCTIQlV SPECII'ICATION DbCUMFNTS
RevisedJuly 1,20i]
WA'1'ER & SANITARY SE4VER RGPLAC�.MENT
CONTRnC"1' 88
C[7Y 1'RO.IECT NO. (11955
61 50 UU - I
TGivIPORARY FACII.ITIES AND CONT[t�LS
Pagc 1 of 4
2
SECTION 01 54 OD
`i'EMPORARY FACjLITI�S AND CONTROLS
3 PART 1 - GEN�RA.L
4 1.1 SUNLMARY
5
6
7
S
9
10
I1
12
13
14
A. Seetion Includes:
1. Provide temporary facilities and controls needed for the Work including, Uut not
necessarily limited to:
a. Tetnporary utiliiies
b. Sanitaiy iacilities
e. Storage 5heds and Buildings
d. Dust control
e. 'j'einporaiy fencing of the eanstruction site
B. Devi.ations from this City of Fort Worth Standard Specification
1. None.
15 C. Related Specifcation Sectians include, but are not necessarily limited to:
16 1. Division 0— Bidding Requir�ments, Contract Forms and Conditions af tiie Contract
17 2. I7ivision 1— General Requiremer�ts
18 1.2 PRICE AND PAYMENT PROCEDXTR�S
1� A. Measuremej�t and Payment
20 1. Wo�k assoeiated with this ltem is considered subsidiary to ihe variaus ltems bid.
21 No s�parate payment will be allowed for this Item.
22 1.3 REF�RENCES [NOT i1SED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24
25
26
27
Z8
29
3a
3l
32
33
34
35
36
37
38
39
40
A. Tempo.rary Utilities
1. Obtainin� Te�npo�•ary Service
a. Make arrangements with u#ility service companies for tempora.iy ser�ices.
b. Abicie by rules and regulations of utility service companies or authorities
ha�in� jurisdiction.
c. Be res�onsiUle for utility sezvice costs until Wark is approved for Fi��al
Acceptance.
1} Incl�ided are fuel, pawer, light, heat and ather utility services necessaiy for
execution, ca�npletion, testing and initial ape�•ation Qf Work.
2. Water
a. Contractor to provide water required for and in cann�ction with Wo1•k to 6e
performed anc! for specified tests of piping, equip�Tient, devices or otl�er use as
required for Ehe compietioi� of the Wark.
b. Frovide and Enaintain adeqttate supply of potable water fo3- domestic
consumpfion by Cont►•actor persannel and City's Project Representatives.
c. Caordinatian
1) Coutact City 1 week before water for constructio�i is desired
C[TY OF FORT WORTH
5TAl�DARD CONSTRUC"I701�F SP�CIFICATION D(3CUfv1�NT5
Revised .luly l, 201 l
WATGTt & S1kN]'PARY 3�WER REPLACENfENT
CQHTRACT R8
C1TY PRO.I�CT NO. O1955
oi s000-2
TEMPORARY 1'AC]LITIL-5 AN� CON'1'ROLS
Paga 2 of 4
]
2
3
4
5
G
7
S
9
1D
11
12
13
14
15
16
17
l8
19
20
21
22
23
24
25
26
27
28
29
30
3i
32
33
34
35
36
37
38
39
40
41
d. Contractor Payment for Construction Wat���
]) 4btain construction water mete�- from City for payment as billed by City's
establisl�ed rates.
3. Electi•i�ity dnd Ligl�ting
a. Provide and pay far electric powered service as requ�red for Work, inc[uding
tesiing af Work.
l) 1'rovide power for lighting, operation of equipment, or ather use.
b. Electric power seivice ineludes temporary power service or generator to
mai�3tain operations during scheduled shutdow�l.
4. Telephane
a. Provide ei�er�ency telephone service at Site foi• use 6y Contractoe persannel
and others perfarming work or furnishing serviees at 5ite.
S. Temporary Heak and Veniilatzan
a. Provide te�npora�y heat as necessary for protection ar campletion of Work.
b. Provicie teinporaiy heat and ventilation to assu�-e safe worlcing conditions.
B. Sa�itary �'acilities
2.
3.
4.
Provide and maintain sanitary facilities fo�• �ersons on Site.
a. Comply with regulations of State and locaf departments of health.
Enforce use of sanitary facilities by cQnstruc�ion personnel at job site.
a. Enclase and anchor sanitary facilities.
b. Na discharge will be allowed from these facilities.
c. Callect and store sewage and waste so as nat to cause nuisanee or healtll
prablem.
d. Haul sewage and waste off-site at no less than weelcly inte�vals and properIy
dispose in accordance with appiicable regulatjon.
Locate facilities near Work Site and keep clean and maintained thraughout Project.
Remove facilities at completion ofProject
C. Storage 5heds and Buildings
1. F�•ovide adequately ventilated, waterti.ght, weatherproaf storage facilities with floor
above ground level for materials and equip�nent susceptible to weatl�er damage.
2. 5torage of materials not susceptible ta weather da�nage may Ue on bfocks off
g�•aLGnd.
3. Store materials iji a neat and orderly manner.
a. Place materials and equiptnent to permit easy access for identification,
inspection and inve�ztory.
4. Equip building with lockable doors and lighting, and pi•ovide electrica! service for
equipment space heaters and heating or ventilation as necessaty to pt•ovide storage
envi�•onments accept�ble to specified manufacturers.
5. Fill and grade site for temporary structures tn pravide drainage away fi�om
tempoa'ary and existing buildings.
b. Remove bui]ding from site prior to Fina] Acceptance.
42 D, Temporaey Fencing
43 1. Provide anci �naintain fot• t�ie duration or const�•uction w13en required in contract
44 docuinents
45 �.. Dust Cont�'ol
CI'iY pF FQRT VJORTF] WA'CLR & SA]+i1TARY SEWER RC�'I.ACEMENT
STANDARQ CaNSTRLiCTION SP�CIFICAT[aN DpCU�vIEIdTS CONTRACT 88
Revised .Iul� 1, 2011 C1TY PRO.fECT NO. O 1955
]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
�
O1 5006-3
TGiv1PaRARY PACI[..IT1L"-5 AND CONTROT,S
Page 3 nf 4
l. Contractar is �•esponsible far maintaining dust contrQl ti�rough tl�e du�•ation of the
pra j ect.
a. Contractor remains on-call at al] times
b. Must respond in a timely manner
F. Teinp�rary Protection of Constrtiction
1. Contractor or subcontracto��s are �•es}�Qnsible fo�- ptatecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT US�D]
1.6 ACTION SiTBMITTALSIINFORMATIUNAL SUBMITTALS [N�T US�D]
I.7 CLOSEOUT SUBMITTALS jNOT USED]
1.8 MAYNTENANCE MATERIAL SUBNIITTALS [NOT US�DJ
1.9 QUALITY ASSiJRANCE [NOT US�D]
1.10 D�LIVERY, STORAG�, AND HANDLING [NOT US�D]
1.11 FIELD [SITE] CONDITIONS [NO'�' USED]
1.12 WARRANTY [NOT USED]
PART 2 - PR4DiTCTS [NOT USED]
17 PART 3- EXECUTION [NOT USED]
18 3.1 INSTALLERS [N�T USED]
] 9 3..2 EXAMINATION [NOT USED]
20 3.3 PR�PARATION [NOT US�D]
21 3.4 INSTALLATION
22 A, Temporary Facilities
23 1. Maintain all temporary facilities for duration nf constructian activities as needed.
24 3S jREPAIlZ] / �RESTORATION]
25 3.6 RE-INSTALLATION
26
Z7
2$
29
30
31
3.7 FIELD [aR] �ITE QUALITY CONTROL [NQT USED]
3.8 SYSTEM STARTiII' [NOT US�D]
3.9 ADJUST]NG jNOT USED�
3.10 CL,EAN�NG [NOT USED]
3.1I C.LOSEOiTT ACTIVITI�S
A. Temporary Facilities
CiTY O� FQRT VJO1tTH
S7'ANDARD CQNSTRUC'I'ION SPECIF{CATIqN DOCUNfENTS
Revisad Tuly I, 201 ]
WATL-IZ& SANITARY SEWER Rf:PLACEMENT
CONTRAC'f 88
CITY P[�OJEC'f� I�O. 03955
o� saoo-a
TEMPORNZY I'ACiLITIEB AIVD CONTCi0L5
Page 4 of 4
1 1. Remove all tempo�•ary facilities and restore area after campletion of the Work, to a
� conditi�n equa] to or Uetter than prior to start of Woric.
3 3.12 PROT�CTION (NOT USEI?]
4 3.13 MAINTENANC� [NO'I' i1SED]
5 3.14 ATTACHM�NTS [NOT US�D]
�, END OR S�CTIDN
7
Revisian Log
DAT� NAM� SLIMMARY dF C}iANGE
C3TY O� FORT WORTi-I WATCCt & SAIV]TARY SCW�l2 R�PLACEMBNT
STANDARI] CONS"fRUCTI03Y SPBCIFICAT[aN DqCL1MENT5 CQ�lTRACT 88
Revised lul� I, 2pl I GTY PRO.IECTNO. D1955
Dl 552b - 1
STR�ET U5� P�1ZM1T AND Iv[URIF[�ATfqNS TO TRAFN[C CONTRaL
Page 1 of 3
1
2
S�CTI�N O1 55 26
S1'it��"I' L1SE PCRMIT AND MOD[FICATIONS TO TRAFFIC CONTROL
3 PART1- G�NERAL
4 1.1 Si1MMARY
5 A. Section Includes:
6 1. Administrative proeedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic contro[
9 c. Reinoval of Street S�gns
10 B. Deviations from ihis City of �`ort Warth Standard Specificat'tan
1 ] 1. None.
12 C. Related Specif cation Sections include, but are not necessarily limited to:
13 ]. Division 0— Bidding ReqUirem�nts, Contraet Forms and Conditions of the Cantt�act
14 2. Division 1—Genera] Requirements
15 3. Sectior� 34 71 13 — Traffic Control
I6 1.2 PRICE AND PAYMENT �'ROCEDURES
17 A. Measure�nenk and Payment
18 1. Work associated wit1� tl�is Item is considered subsidiary ta the various Items bid.
19 No separaie payment will be allowed for this Item.
20 1.3 RE�+'ER�NCES
21 A. Reference Standards
22 l. Aeference stanciaz•ds cited in this specifcation refer to the current reference standard
23 published at the time of tl�e Iatest revision date logged at tl3e end of this
24 specification, u.nless a date is specifically cited.
25 2. Texas Manua.l o.n Uniform Traf�c Control 17evices (TMUTCD).
26 1.4 ADNIINISTRATIVE R�QUIREMENTS
27
28
29
30
31
32
33
34
35
36
37
38
A. Traffic Control
l. Ceneral
a. W11en traf�c control pians a��e included in the Drawings, provid� Traffic
CantR'al in aceordance with Drawin�s and Section 34 71 13.
b. When traffic control pla�3s a�•e not included in the Dravvings, prepare traffic
contra] plans in accardance witl� Sectian 34 71 13 and submit to City for
r�vieW.
I} Allow minimum l0 working days fo�• review of proposed Traf�c Cantrol.
B. Street llse Peri�nit
1. Prior to installatian pf Traffic Conh•ol, a City Street Use Pe►•mit is i•equieed.
a. To obtain Street Use Perinit, submit Traffic Control Plans to City
Transportatron and Public Worlcs Depar#ment.
CITY OF FORT WORTH
STANDARij CONSTRUCT[ON SPECIPICA'3`!�N DOCUFv1GNTS
Rcvised July I, 20 ] 1
WATCR & SANITARY SEVJ�R R�PLACEM��IT
CONTE�C'I' 8$
CITY PROTECT NO. 01955
Dl 55 2G - 2
STREET USE PEI2MIT ANI] MOQIFECAT[ONS TO'1'12AFFIC CO]VTROL
Pa�e 2 of 3
1
2
3
4
5
6
7
8
9
VO
I1
12
13
14
15
16
17
I $.
19
20
2l
22
2�
24
25
1) Allow a mini�nLnn of 5 workin� days for permit review.
2) Contractor's responsiUility ta coo3•dinate review of Traffic Contlol plans foa•
Street Use Perini#, such that construction is not delayed.
C. Modiiication to Approved Ti•affic Canirnl
1. 1'rior to insta!]ation trafiic cnntrol:
a. Submit revised traffic control plans to City Depart�nent Transpoi�tation and
Public Works Departinent.
1} Revise Traffic Contro[ plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days foa� review of revised Traffic Control.
3) It is �he Contractof's responsibility to cao�•dinaie review of Traffic Conti-o]
�lans far Street Use Pei•mit, such that c�ns�i'uction is not delayed.
D. Removal of St��eet Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Sigis and Ma�'kings Division to
remove tlle sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements ai the I atest edition of the Texas Manual on Unifarm Traffic. Control
Devices {MUTCD}.
2. Install temporary sign beinre the re�noval of perinanent s�gn.
3. When construction is complete, to the extent tl7at tlle perinanent sign can be
reinstalled, contact khe City Transportation and Public Works Departxnent, Sigr�s
and Markings Division, to reinstall the �eimanent sign.
P. Traf�c Control Standards
1. Traffic Control Standaeds ca.r� he found on the City's Buzzsaw website.
26 1.5 SUBMITTALS [N�T USED]
27 1.G ACTION SUBMITTALS/INFORMATIONAL Si1BMITTALS [NOT USED]
28 l,7 CLOSEOUT SirBMYTTALS [NOT i7SED]
29 1.S MAINTENANCE MATERIAL SURMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT XIS�D�
31 1.10 DELIVERY, STORAG'�+, AND HANDLING [NOT USED]
32 I.l l T�'T�LD jSITE] CONDITIONS [NOT USED]
33 1.12 WARRANTY [NOT USED)
3�t PART 2- PRODUCTS [NOT USED]
35
PART 3 - EX�CUTION [NOT USEDJ
36 END OT' SECTION
CITY OC' FO127' WORTH
S7'AIVDAAD CONSTRUCTIQN SPECIFICATION DOCUMFNTS
Revised ]uly l, 2011
WATER & SANITARY SEWER RI:PLACEMENT
CQIVTRACT 88
CITY PCt07ECT NO. D19S5
O15525-3
STRE�T USE PL-RMIT AN]] M0111EICATI(1NS TO TRArFIC C4TSTROL
Page 3 of 3
CITY OP PORi' WORTi[ WA1'ER & SA1V1'T'ELRY SEWER REPLACEM�NT
STANDARD C0�15TRUCTiQT� SYE�[F1CATiDN DOCUNiI:NTS CaNTR�1CT 68
Revised July 1, 2(3l I CITY PRO]�C7' Np. 01955
015713-1
STORM WATER POLLUTION PRGVENTION
Page I of 3
9
S�CTION O1 57 13
STORM WATER POLLUT�ON PREVENTION
3 PART1- GENERAL
4
5
6
7
8
9
10
]1
�2
13
1.1 SUMMARY
A. Seetion Includes:
1. Procedures fpr Storm Water Pollutio� Preve�tian Plans
B. Deviations fi�om tfiis City of Foirt Wo3�th Standard Specification
1. None.
C. Related Specificatian Sections inelude, but a�•e not necessarily limited tn:
i. Division 0— Bidding Requii•ements, Contract Fnrms and Conditions af t11e
Contract
Z. Division 1— General Requirements
3. 5ection 31 25 00 -- Erosinn and Sediment ConCroi
S4 1.2 PRIC� AND PAYMENT PROCEDURES
15
16
17
18
19
20
A. Measurement and Payinent
1. Construction Ae#ivities i•esulting in ]ess than 1 aci•e af disturba�ce
a. Wark associated with this Ite�n is considered subsidiary fo the various Iterr�s
bid. No separate payment will be allowed for this Item.
2. Construction Activities resu�ting in greater tlxan 1 acre of disturbance
a. Measurement and Payment shall b� in accordance with Section 31 25 04.
21 1.3 RE�'ERENCES
22
23
24
25
26
2'1
28
�9
30
31
32
33
A. Ab6reviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termimation: NOT
3. Stoi•m Water Pollution Prevention Plan: SVI�PPP
�4. Te�as Cami�nission on Environm�ntal Quality: TCSQ
5. Notice of Change: NOC
A. Reference Standaids
1. Reference standa�•ds cited in this Specification refer to the current reference
standau�d published at tl�e time of t11e latest re�ision date iogged at the end of this
Specification, unie.ss a date is specifically cited.
2, lntegt•ated 5torm Management (iSWM} Technical Manual for Construct�on
Controls
34 1.4 ADMINISTRATIV� REQUIR�MENTS
35 A. General
36 1. Contracfor is responsible fo�• resolution and payment of any fines issued associated
37 with compliance to Stormvvater Pollution Prevention Plan.
CITY Ox FOR7' WORTI I WAT�R & SANITARY SEW�R R1:PLACEMENT
S'fANDARD CUNS'I'RUCT]�N SPL-CEFICATION DOCUMENTS CONTRACT 8$
Revised .1uly 1,261 l CITY PTtO.IECT NQ. 01955
fli s� ia-z
STORM WATER PbLLUTIOI�E PEi[3VENTI�31
Page 2 oC 7
2
3
4
5
b
7
8
9
l0
ll
12
13
14
15
16
17
18
19
20
21
22
23
24
2S
2b
27
28
24
30
31
32
33
34
35
36
37
38
39
B. Constivction Activities resulting in:
1. Less than 1 acre of distarbance
a. Provide erosian and sediment contral in accordance with Section 3l 25 QQ and
Drawings.
2, 1 to less than 5 acres of disturbance
a. Texas Poilutant Discharge �litnina#ion System (TPDES) General Constructian
Permit is required
b. Complete SWPPP in accordance with TC�Q requirements
1) TCEQ Small CQnstruction Site Notice Reguired under general per3nit
'T'XR150000
a) Sign and post at joh site
b) Prior ta Preconstruction Meeting, set�d 1 copy to City Depa�-tinent of
Transpoi�tation and Fublic Works, �nvironmental Division, (817} 392-
60$8.
2j Provide erosion and sediinent con#rol in accordance with:
a) Seckion 31 2S Oa
b) The Draw�ngs
c) TXR150000 General Permit
d) SwPPP
e} TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discha�•ge Eliinination Systein (TPDES} General Const�'uction
Permii is required
b. Cnmp4ete 5 WPPP in accordanca with TCEQ requii�ements
1) Prepare a TCEQ NOT forrn and submit to TCEQ along with required fee
a} Sign and post at job site
b} Send copy to City Department af Transpoi�tation and Pubiic Works,
Envixonmental Division, {$17} 392-6088.
2) TCEQ Notice of Change requiced if inaking changes or updates to NOl
3) Pi•ovide erosion and sed'rment control in accardance with:
a) Section 31 25 OD
b) The Dj•awings
c) TXR150400 General Pennit
d) SWPPP
e) TCEQ require�nents
4) Once tlie p��oject has been co��pleted and all tl�e cioseout requirements of
TCEQ have been met a TC�Q Notace of Tei7ninatian can be subtnitted.
a) Send copy to City Departm�nt of Trar►sportation and Pubiic Works,
En�ironmental Division, (817) 392-b�88.
40 1.5 SUBMITTALS
41
42
43
44
45
46
47
A. SWPPP
5ubmit in accnrdance witll Section O1 33 00, except as stated llerein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWP�P to the City
as follows:
1) 1 copy to tl�e City Project Manager
a) City Project Manager will forward to the City Depai�iment of
Transportation and Public Woi•ks, �nviron�nental Division for ��eview
C1T1' OP PORT WO1tTH
STAhl1?AR� CDNSTI�UCTION SPECIFICATION DOCUMENTS
Revised .luly 1, 2011
WATER & S.+�NITARY SCWI:2ILEPLACEMFNT
CONTItACT $8
CITY PROT�C"1' NO. 0] 955
015713-3
S7'QRM WATER PQLLLI`C10N PRLVEIVTION
Fage 3 of 3
1 B. Modified SWl'PP
2 ]. If the SVJPPP is revised dur•ing cons#��uction, resubmit modifed SWAPP ta tlae City
3 in accordance with Section O1 33 D0.
4 1.6 ACTION SUBMITTALSIIN�'+ORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOlTT SUBMITTALS [NOT USED]
G 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7
8
9
i0
�fJ
1.9 QIIAL�TY ASSURANC� [NOT iJ��D]
1.].0 DELIV�RX, STORAGE, AND HANDLING [N4T YJSED]
1.11 FIELD [SIT�] CONDITIONS [NOT iTSED]
1.i2 WARRANTY CNOT USED]
PART 2 - PRODUCTS [NOT USED]
12 PART 3- EXECUTiON [NOT US�D]
13
14
END O� SECTION
Revision I.og
DATE NAME SUMMARY OF CHANGE
15
CiTY di•' r4KT WO1tTH
STANDAltD CONSTILUCTION SPECIF[CATIOIV I]OCUMENTS
Revised.iufy 1,2fl11
WA'I'ER & SA?�II"fARY SEW�R REPLACEMEN'f
CQNTRACi' $ 8
C['CY PI�OJECT NO. 01955
o�ss�3-i
1'EMI'ORARY P120.IEC'P 51G1VAG1:
Page 1 of 3
I
2
SECTYON 01 58 13
TEMPORARY PROJECT SIGNAGE
3 PART 1- G�NERAi.
W
5
6
7
8
9
10
11
12
13
l4
l5
16
17
18
19
1.1 SUMMARY
A. Section �ncludes:
1. Temporai•y Project Signage Aequireinents
B. Deviations fi•oin this City of l�ort Wortl7 Standard Specifcation
1. None.
C. Related Specification Seetians include, but are not necessarily liir►ited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A, Measurement and Payment
i. Work associated with this ]tem is considered si�bsidi�y to the vario«s Items 6id.
Nn separate payment will be allawed for this Itein.
1.3 REF�RENC�S [NOT USED]
1.4 ADMIIVISTRATIVE REQUIR�M�NTS [NOT USEDI
l.5 SUBMITTALS [NOT i1SED]
1.6 ACTION SUBMITTALSITNFORMATIONAL SUBMITTALS (NOT USED]
26 1.7 CLOSEOUT SUBMITTALS [NOT j1SED]
21 1.8 MAINTENANC� MATERIAL SUBMITTALS iNOT ITSED]
22 l.9 QUALITY A55URANCE [NOT USED]
23 1.1U DELNERY, STORAGE, AND HANDLING [NOT US�D]
24 1.11 FI�LD �SIT�] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26
27
28
29
30
31
PART2- PRODUCTS
2.1 OWNER-FURNiSHED [oR] OWNER-SUPPLIEDPR�DUCTS [NOT USED]
2.2 �QUIPM�NT, PRODUCT TYPES, AND MAT�RIALS
A. Design Ci�iteria
1. Pro�ide free standing Pi•oject Designation Sign in accordance with Cify's Stanc�ard
Details for praject signs.
CITY pF r(}1ZT WORTI�I
STANDARI) C(?NS�I'RUCTION SPECII'ICA"I'ION DOCUMLNTS
Revised .Tuiy I : �01 !
WATCR & SANITr�RY SEW/I:A REPLACEM�IVT
CONTRACT68
CITY PEZ07ECT NO. D1955
Ol 5813-2
TFMPDItARY PRO.IECf SIGNAG�
1'a�e 2 0l� 3
1 B. Materials
2 ] . S i�;n
3 a. Constructed of 3/a-inch fir plywood, gi•ade A-C {exterior} at� better
4 2.3 ACC�SSORIES [NOT USED]
5 2.4 SOi1RCE QUALI�Y CONTROL [NOT US�D]
6 PART 3 - EXECUTION
7
8
R
1q
11
12
l3
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3i
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PR�PARATION [NOT US�D]
3.4 INSTALLAT�ON
A. General
l. Pi•ovide vertical installation at extents of projeet.
2. Relocate sign as needed, upon request ofthe City.
B. Mounting aptions
a. Skids
b. Posts
c. Ban�icade
3.5 R�PAIR I RESTORATION [NO'I' US�D]
3,6 R�-INSTALLATION [NOT USED]
3.7 FI�LD �o�] SIT� QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP' [NOT USED]
3.9 ADJUSTING [NOT USED]
3.1fl CL�ANING [NOT USED]
3,i1 GLOSEOUT ACTIVITIE� �NOT USED]
3.12 PROTECTI4N [NOT USED]
3.13 MAINT�NANCE
A. General
l. Maintenance will inelude painting and repairs as needed or directeci by the City.
3.14 ATTACHMENTS [NOT USED]
END OF S�CTION
C I'3'Y OF rORT WORTH
STANDARD CO1tiI5TRUCTION SPGCIFICAT[ON �OCIIME]VTS
Revised .luly l, 2Q 11
WATCR &. S15NI1'A1tY SEW�R REE'LACEIvICNT
CON'1'RACT 88
C1TY PRO.IGCT hIO. Q1955
nissi3-3
'1'LMPORARY PRQJECT S{�NAG�
Page 3 of 3
CTTY OI' rOR'I' WORTIi WAT�:12 & SAI�ITARY SEWEft EtEPLACEMENT
STANDARD CO1VS'CRUCTION 5PF'CIFICATION DOCUI1�iENTS COWTRACT 88
Itevised.luly I, 20f I CITYPROJ]sCTN0.01935
O] 1.000- l
PIZODUCT RCQUIR�.MENTS
Page l of 2
�
3 PART 1 - GENERA,L
4 1.1 SUMMARY
5
6
7
S
9
1Q
lI
12 1.2
sECT�oN o� �o 00
1'RODUCT REQUIREMENTS
A. Section Inciudes:
1. References for Product Require�nents and City Standard Products List
B. De�iations fi�om this City of Foit Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not neeessa�•ily limited to:
1. Division 0— Biddang Requii•ements, Contract Forms and Conditions of the Contract
2. Di�ision I— General Requireinents
PRIC� AND PAYMENT PROCEDUR�S [NOT USED]
13 1.3 REFERENCES [NOT USED]
1�4 1.4 ADMINISTRATIVE REQUIREMENTS
1S
16
17
18
19
26
21
22
23
24
25
26
27
2$
29
3Q
A. A list of City apprt�ved products for use is located on Buzzsaw as follows:
I. Resources102 - Consfi•uction DocuinentslStandard Produc.ts List
B. Only prod�zcts specifically included on City's Standard Product List in these Co.ntract
Dacuments shall be allawed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the C1ty.
C. Any specific pro.duct requirements in the Gontract Documents supersede sirz�ilar
products included on the City's Standard Product List.
l. The City reserves ihe ri��t to not allow products to b� used fa�' cet�tain projects even
though the p�-oduct is listed on the City's Standard Product List.
D. Altho�gh a specific p�•oduct is included on City's Staadard Product L�st, rsot all
producks fi•om that manufacturer are approved for use, including but no.t li�nited to, tliat
manufactut•e�•'s standard p�-oduet.
E. See Section O1 33 00 for submittal requirements of Product Data included on City's
Stanr�ai`d Product List.
1.5 SUBMITTAL� [NOT USED]
31 I.6 ACTI�N SUBMITTALSITNFORMATTONAL SUBMITTALS [NOT USED]
32 i.7 CL4S�OUT SUBMITTALS [NQT USED]
33 1.8 MAINT�NANCE MATERIAL SUBMITTALS [N�T US�D]
34 1.9 QUALZTY ASSURANCE [NOT i]SED�
C1TY OF P�AT WORTH WATER & SANiT�1RY SEWER R�PLAC�MENT
S"CANC7Al2D CONSTAUCTIQI+l SPECII'IClI"I'IOIJ DQCUNfENTS CONTRACT 88
Revised Dece3nUer 20, 2Q 12 C1TY PRO.IECT NO. U I 955
O1G00(?-2
PRODCICT REQUIRLMLNTS
Page 2 af 2
3 1.1Q DELIVERY, STORAG�, AND HANDLING [NOT USED]
2 111 TIELD [SiTE] CONDTT�ONS [NOT USEDj
� 1.12 WARTtA.NTY [NOT iTSED]
�4 PART 2 - PRODUCTS [NOT USED]
5 �.ART 3 - EXECiJTION [NOT iTSED]
6 END OF SECTIDN
7
Ravisia�i Log
DATE NAME SUMMARY QF CHANGE
10/12/12 D. Jolinson Modified Location af City's Standard Product List
CITY OF FpRT WORTH WATER & SAiY1TARY SEWER RGPLACENIEIVT
STANDARl7 CONSTRi3CT[ON SP�CIFICATION DpCUMENT5 CONTRACT 88
Revised []ecemUer 20, 20 f 2 CITY PItO.IECT NO. O l 9S5
U1 G6(10- I
I'RODUCT STORAGE AND [IANDLII�G REQL3IRL-iv1ENTS
Page I of 4
1
2
��CTTON 01 b6 00
PRODUCT STORAG�, AND HANDLiNG REQUIREMENTS
3 PARTI- G�N�RAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
i6
A. Section Ineludes:
1. Scl�eduling of pz•oduct delivery
2. Packaging of products for delive�y
3. Protec#ion of products against da�nage fi�om:
a. Handling
b. Exposure io el�ments or l�ai•sh envij•or�ments
B. Dev�ations from this City of Fort Worth Standar•d Specification
l. Nane.
C. Related Specification 5ections inciude, but �•e not necessa.rily limited to:
1, Division �-- Biddiitg; Requirements, Contraet For�ns and Conditions af tl�e Cantract
2. Di�ision 1— General Requit•ements
1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payinent
18 1. Work associated witla this Itein is considered subsidia�y to the various ltems hid.
19 No separate payment wili be allowed for this Item.
20 1.3 REFERENCES [NOT US�D]
21 1.4 ADMINISTRATYVE REQUII2EMENTS {NOT USED]
22 1.5 SUBMXTTALS [NOT USED]
23 1.6 ACTYON SUBMITTALSIINF012MATIONAL SUBMITTALS jNOT USED]
24 1.7 CLQSEOUT SUBMITTALS [NOT US�D]
2S 1.8 MAiNTENANCE MATERIAL SUBNIITTALS [NDT USED]
26 1.9 QUALXTY ASSitRANCC [NOT USED]
27 1.10 DEL�V�RY AND HANDI�ING
28
29
30
31.
32
33
A. Delivery Requireinents
l. Schedule deii�ery of p��oe[ucts o�• equipment as required ta allaw tiinely installation
and to avoid prolonged stora�e.
2. ProWide apprapriate personnel and eqL�ipment to recaive defi�eries.
3. Delivery t►'ucics will not be permitted to wait extended periods of time on the Site
faz• personnel or equip�nent tt� receive the delivery.
C1TY Or rflR'1' WORTH
S1'ANL7AIila CONSTRUCTION SPEC]FICATIOI� pQCUM£NTS
Revised.lu{y 1,2{111
WATER & SANITACiY SEWER R�PI.ACEMEtJT
COIVTAACT 88
CITY ['1203ECT NO. 01955
DI6b00-2
PRUDUCT STORAGE A�(Q 1IAiVDL11VG 1tEQUiRi�M1=NTS
Page 2 oP 4
1
2
3
4
5
6
7
8
9
10
11
l2
1.3
14
IS
16
17
18
19
24
21
22
23
24
25
26
27
28
4. Deliver praducts or equ�p�nenk in tnanufactur�r's ori�inal unbE•oken carkons or othet'
cantainers designed and constructed to protect the contents fi•oin physical ar
environmental damage.
5. Clearly anci fully mark and identify as to manufacturer, item and installation
loeatiaxi.
6. Pi'ovicle manufacturer's inst��uctions iar storage and handling.
B. Handling Requirements
1. Handle products or equipment in accoj•danee �vith these Contract Documents and
manufaciure�'s z'ecommendations and inst��uctions.
C. Stora�e Require�nents
1. Store makei•ials in accardance with manufact�rer's i:ecommendations and
requirements of these 5pecifications.
2. Make necess.aiy provisions for safe s#orage of materials and equipment.
a. Place loose soil materials and materials to he incorporated irrta Wark to prevent
damage to any paz-t af Wark or existing facilities and to maintain free access at
all times to all parts af Wock and to Lttility service company installations in
vicinity of Work.
3..
4.
5.
b.
Keep materials and equipment nea�ly and coinpactly stored in locations that will
cause miniinum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
Restrict storage to areas available on canstruction site for storage of material and
equipment as shown on Di�awings, ar approved by City's Project Representative.
Fro�ide off site stnrage and protection when on-site storage is not adequate.
a. Provide adelresses of and access to off-site storage lacations for inspeckio� by
Cify's Project Repi•esentative.
Do not use lawns, grass piois or other pri�ate property for storage purposes without
written permission af awner or ather person in possession or control of pre�nises.
29 7. Store in manufacturers' unopened containers.
30 S. NeaHy, safely and compactly stack materials delivered and stared along fine of
31 Work to avoid inconvenience and damage ta property owners and general public
32 and maintain at least 3 feet firom fire lzydrant.
33 9. Keep public and privat� driveways and street crossings open.
34 10. Repai�• o.r replace dainaged lawns, sidewalks, stt�eets oy� othex' iinprovements to
35 satisfaction of City's Project Representati�e.
3G a. Total length whicli materials may Ue distribu#ed along i•oute of const��uction at
37 one tiine is 1,D00 linear feet, nnless otherwise approved in wr�ting by City's
38 P3•oject Representative.
CITY O�' FORT WOATH WATER & SANITARY SEV�ER R�PL�ICEMEIVT
S1'ANDARD CONSTRUC'I'ION SPECIFICfi,1'IOIV DOCUMEIV7'S CONTRAC'P 88
Revised .luly 1, 201 I CITY PRO]ECT NO.O1955
n� 6sao-3
PRORUC'C S"fORX1G1; AND HAIVDL1NCi [2GQUIIZEMENTS
Page 3 of 4
I 1.11 FIELD [SIT�� CONDITIONS [N4T U�ED]
2 1.12 WARRANTY [NOT US�D]
3 PART 2- PRODUCTS [NOT USED]
4 PART 3 - EIXECUTION
5
6
7
8
�
10
11
12
13
l4
15
i6
i�r
18
19
20
21
22
23
24
25
26
27
2$
29
30
3.1 INSTALL�RS [NOT USED]
3.2 �XAMINATION [NOT USED]
3.3 PREPARATION {NOT USED]
3.4 E1�ECTION [NOT USED]
3.5 REPAXR 1 RESTORATION [NOT US�D]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD �aRj SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all praducts or equipment deliver�d t� the site pr�ior to unloading.
B. Non-Conforming Work
1. Reject all praducts or equipment that are damaged, used or in any ather way
unsatisfactory for use on the project.
3.8 SYSTEM STARTCIP [NO`I' USED]
3.9 ADJUSTING [NOT USED]
3.10 CL�ANING [NOT iTSED]
3,11 CLOSEOUT ACTI't�ITIES jNOT i7SED]
3.12 PROTECT�ON
A. Protect all p�•oducts or equipment in accordance with manufacturer's written directions.
B. Store producis or equipment in location to avQid physical dainage to itei�as while in
storage.
C. Protect equipment from exposu�'e to elernenis and keep thorougl�ly dry if required 6y
the manufacturer.
3.13 MAINT�NANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
E�va o� s�cTioN
CITY DP F�RT WORTH
STANDARD CQ�fS��RUCTFON SP�CIFICATION f�OCUMENTS
Reviseci ]tily l, 2011
WATER & SAiV1TA]iY SGWL•R l2CPLACEMFNT
CONTRACT88
CITY PR�J�CT NQ. O19�5
ni b�oo-a
i'RQllUCT STdRAGE AND HANdLING IZEQUIRE.MENTS
Page 4 nf 4
Revision Log
DATE NAME SUMM:ARY O!� CHANGE
CITY DF FORT WORTH WAT�,R &z SANITARY SCWGR RLPLAC�MENT
5T'ANDA1tD CONSTRUCTIQ�I SPECIFICAT[ON DOCUNf�NTS CONTRACT 88
Revised ]u!y l, 2011 CITY PRO.1rCT NO. D i 955
O] 30D0- I
MOF3EI.[ZA"TION t1ND RGtv1013][,1Z,ATIO?�!
Page 1 af 0.
2
3 PART 1- GEN�RA,L
S�CTION Ol 70 00
MQBILIZATIQN AND REMOBILIZATION
4 1.1 SUMMARY
S A. Section Includes:
G.
7
S
9
10
I1
12
13
14
15
16
17
S8
i9
20
21
22
23
24
25
26
27
28
29
30
3.1
32
33
3�
35
36
37
38
39
40
41
42
43
44
�5
2
3
1. Nlobiiizatian and Demobilization
a. Mobilizatian
1) Transpo►�tation of Cant�-actor's personnel, equipment, and operati��g su�plies
ta the S ite
2) Establishment of necessazy genera] facilities far the Contractor's operation
at ihe Sit�
3} Premiums paid fot� performance and payment 6onds
4) Transpoitation ofContractar's p�rsonnel, equipinent, and operating s�ipp.lies
to anather location within the designated 5ite
5) Relocation of necessary general faei{ities for the Contractor's operation
fi•n�n i lacation to anotl�er location on the 5ite.
b. De.inob�lization
1) TransportatiQn af Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3� Ret'tzoval of all buildings and/or other facilities assembled at ihe Site for this
Contract
c. MflbilizatiQn and Demobilization da not iaclude activities fQr specif c items af
work that are for which payment is provided elsewhere in klie cantract.
Rem.obi li zati on
a. Remobilization for 5uspension of Wo.rk specifically required in tl�e Contract
Documents or as reGuired by City includes:
I ) Demobilization
a) Transportafion of Contractor's personnel, equipment, and operating
supplies from the Site ineluding disassembly or tempo�-arily securing
equipment, supplies, and other facilities as designated by the Contraet
Documents necessary to suspend the Wnrk.
b) 5ite Clean-up as designated in tl�e Contract Documents
2) Remobilizatian
a) Transpa�tation of Cantractor's personnel, equi�ment, and operating
suppiies ta the 5ite necessary ia resume tl�e Work.
b) Estabiishment of necessa�•y general facilities for the Contractor's
operation at the Site necessa�y ta res�me tl�e Work.
3} No Payinents will be made �or:
a) Mobilization and Demobiiization fi�om one location to at�other �on the
Site in the not•ma] progress ofperforming tl�e Wark.
b) Stand-by or idle time
e} Lost prnfits
Mobilizations and De�nobilizaiion for Miscellar�eous Projects
a. Mobilization and Demobilization
CITY OF FpR7' WORTH 1Ut1TEI� dc SANITARY SCW�.R [2EPLACENIENT
STANDARD COAISTRUCTIQN SPEC3PlCA7'CC�N DOCU?v1�.N"CS Cd1+�TIt�ACT 88
Revised Decemb¢r 20, 2012 CITY PRO.IL'CT NO. 01955
01700U-2
iv1013.ILIZ.A7'lON RN17 F�MQBLLI"GATION
Page 2 oF 4
I
2
3
4
5
6
7
S
9
10
11
12
I3
I4
15
16
17
1$
1) Mobilization shall eonsist oftl�e activities ai�d cost on a Work Order basis
necessary fo�:
a) Ti�anspa��atior� of Cont�•actar's personnel, equipiraent, and operating
supplies to the Site far the issueti Worlc Order.
b) Estabiishment af necessaiy general facifities for the Contractoi's
operation at the Site fo�'the issued Work Order
2) Demobilizatioti shall consist of the activities and cost necessary for:
a} Transportation of Contractor's personnel, equipr��ent, a��d operatin�
supplies fi•om t1�e Site includiti� disassembly for each issued Work
Order
b) Site Clean-up for each issued VVoa•]c Order
c) Removal af all buildings or othe�• f�cilities assembled at the Site for
each Work Oder
b. Mobiiization and DemobiIization do not include activities for specific items of
wark for which payment is provided elsevwhere i�� the cantract.
4. Emergency Mobilizations and Den�obilization for Miscellaneaus Projects
a. A Mabilization far Miscellaneaus Projects when directed by the City and the
mobilization occurs witl�in 24 hours of the issuance of tl�e Worlc Order.
19 B. De�iations fi'otn this City ofFort Warth 5tandard Specification
20 1. None.
21 C. Related Specification Sections ine�ude, but are not necessarily limited tq:
22 1. Division 0— Bidding Req�aireinents, Contract Forins and Conditions of the Contract
23 2. Division 1— General Requireinents
24 1.2 PRICE AND PAYMENT PAOC�DURES
25
26
27
28
29
3D
3�
32
33
34
35
36
37
38
39
�40
4]
42
43
44
45
4G
A. Measurement and Aayment
1. Mobilization and Demobilizatian
a. Measure
1) T11is rtein is eansidered subsidia�y to tl�e various �tems bid.
b. �ayment
1) The work performec# and materiaks fut•nished in accordance with this Ite�n
are subsidiaiy to the various Items bid and no otl�e�- cott�pensation will be
ailowed.
2. Remobilization fo�• suspension of Work as specifically required in the Contract
Documents
a. Measurement
i) Measurement fo�- this Item shall be pet• each remobilization perfarmed.
b. Fayment
1) The work performed and materials furi�ished in accordance witl} tizis Item
and measured as provided under "Measui�ement" will be paid for at the unit
price per each "Specified Re�nobilization" in accorda��ce with Cnnt��act
Documents.
c.. The price shall include:
]) De�nobilizatiQn as describe.d in Section l.1.A.2.a.1}
2} Remabilization as described in Section 1.1.A.2.a.2)
d. No payments wi]] Ue made for standby, idle time, or lost }�rofits associated this
Item.
CITY OP FOR'i WORTH
STA�IDARD CO3VSTRUCTION SPECErfCATIpN DDCUM�NT5
Reviscd Deeem�er 2f?, 2D12
WATI:2 & 5AN17'�1fiY SHWL-R RCPLAC£MENT
CONTRAC'I' 88
CITY I'RO.F�CT NC)_ 01955
ni �oon-�
MOC3IL[ZAl'ION AND [iEMOB[L1ZATlON
Page 3 of �
1
2
3
4
5
6
7
8
9
10
I]
12
l3
l4
15
16
]7
1$
19
20
21
22
23
24
25
26
2'7
28
29
3d
31
32
33
34
35
3�
3. Reznobilization for suspension of Worlc as required by City
a. Measurement and Fayment
1} This shal! be submitied as a Cantract Claitn in aecordance with Article 10
oi 5ection 00 72 DQ.
2) No payments will be made fa�• standby, idle time, or losi profits assaciaied
with this Item.
4. Mobilizatians and Demobilizations For Miscellaneous Projects
a. Measurement
1) Measurement for tl�is Item s]�all be for each Mobilization and
Demobilizatian required by the Contract Documents
b. Payment
1} The Work perforined and materials fut'nished in accordance uvith this Item
and measured as provided under "Measurement" will be paid for at ihe unit
pric� pez• each "Work O�'der Mobilization" in accordance with Contract
Documents. Demobilization shal] be considered subsidiary ko mobilization
and shalI not be paid for separately.
c. Tl�e price shall inclucle:
1) 1Vlobilization as descrEbed in Section 1.1.A.3.a.1)
2) Dempbiiization as descri6ed in Section 1.1.A3.a.2)
d. No payinents will be inade for standhy, idle time, or lost prafits associated this
Itern.
5. Emergency Mobilizations and Demn�ilizatior►s for Miscellaneous Peojects
a. Measureinent
S} Measure�nent for this ltem shall be far each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Wark performed and 3nate�'ials furnished in accoi•dance w.ith this Item
and measured as provided unde�• "Measurement" wiil be paid for af tlie unit
price per �acl� "Wark Order E�nergency Mobilization" in accordance wit]'►
Cpntract Documents. Demobilization shall be eonsidared suhsidiaiy to
mobilization and shall not be paid for sep�a��tely.
c. The price shall include
1} Mo6ilization as desc�'ibed in Seetion 1.1.A.�l.a)
2} D��nobilization as described in Section l.l.A.3.a.2)
d. No payments will be made for sta��dby, idle time, or lost profits associated this
Item.
37 1.3 REF�R�NCES [NOT USEU]
38 1,4 ADMINISTRATIVE REQUIR�MENTS [NOT US�D]
39 1.5 SUIiMITTALS [NOT USE.D]
40 1.b TNFORMATIONAL SUBMITTALS [NOT i1S�D]
41 1.7 CLOSEOUT SUBMITTALS [NOT US�D]
42 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED]
43 1.9 QUALITY ASSURANC� [NOT Y15ED]
44 1.1.0 DELNERY, STORAGE, AND HANDLING [NOT US�D�
Cl'I'Y OF POIiT WORTH WA"PCR & SANITARY SCWER REPLACEMENT
5TANDAfZDCONS'CRUCTfON SPECI�ICr1i'ION DQCUMLNTS CONTRACT$$
Revised December 2fl, 2012 CITY PRQ,IEC'T Na. Q 1955
O17000-4
M013iLI7AT[QN A3VR ItEMOBIL[Z,4Ti0N
Page 4 af 4
1 1.11 FI�LD [SIT`�j CONDITIONS [NOT US�Dj
2 1.12 WAIZIZANTY [NOT US�D]
3 PART 2- PRODUCTS [NOT US�D]
4 PART 3- EXECUTION [NOT USED]
5 �ND OF SECTION
C17'Y OF F�RT WORTI-I WATER & SAf�I3TARY 3GWER REPLACEM�NT
STANI]ARF] CO3VSTRUCTddN SPGGrICA7'lON DDCL]MENTS COIVT[iACT 88
k2evised �ece�nber 20, 2012 C1TY PROJECT%IQ. 0�955
O17123-1
CONS1"]iUCTI01�3 STAKII�lG AND SURVEY
Page I of4
�
3 PART1- GENERAL
4 I.l SUMMARY
5
G
7
8
9
IO
11
12 1.�
13
14
15
16
17
18
19
2Q
2I
22
23
24
25
26
27
28 1.3
s�cTzoN oi �z ��
CONSTRUCTiON STAKING AND SUAVEY
A. Sectian l�zcludes:
1, Requirements for constructian staking and constructian surv�y
B. Deviations fi•om this City of Poi-t Wartl� Standard Specificatian
1. None.
C. Related Specification Sections include, bu# are not necessarily limited to:
1. Division 0-- Bidding Requirements, Contract Forms and Conditions oFthe Contract
2. Division 1— General Requi.rements
PRICE AND 1'AYMENT PROCEDUIZ�S
A. Measurement and Payment
l, Canstruction Staking
a. Measureinent
�) This Item is considered su6sidiai-y ta the vaz'ious Items bid.
U. Payment
1) The work pe�•formed and the materiaEs furnisned in accordance witk� this
It�m are subsidiary to the var�ous Items bid and no ather compensatian will
be allowed.
2. Construction Sur�ey
a. MeasureinenY
1} Tl�is [tem is considered subsidiary to tlie various Items bid.
b. Payment
1} The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no atIler compensation will
be allowed.
REFER�NCES [NOT USED]
29 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT USED]
30 1.5 SUSMITTALS
31 A. 5ubmittaIs, if required, sha�l be in accordance with Section Ol 33 00.
32 B. A11 submittals shall be apprpved by tlae Cify prior to deliveiy.
33 1.6 ACTION SUBMiTTALSIINFORMATIONAL SUBMITTALS
34 A. Certificates
35 1. Provide certificate certifyin� tl�at elevations and locations of i�nprovements are in
36 confo��mance ar nan-co�7formance with eequii•ements of the Gnntract Do�uments.
37 a. Certificate must be sealed by a z-e�istered professional land suiveyor in the
38 State of Texas.
CITY OF FORT WORTH `JVATER & 5ANITARY SEV�ER R�PLACEMENT
STANllARD CONSTRUCTIO[J SPECIF[CA1'ION DOCUMENTS CONTRACT 8'&
Re�+ised DecemUer 20, 2012 CI�rY [?ItO�ECT NO. D f 95S
O1 71 23 - 2
CONSTRUCTiON STAK[NG AIVD SIIRVEY
Page 2 of 4
B. Field Quality Control Subu�ittals
2 ]. Docurr�entatinn verifying accuracy af field engineeiing warIc.
3 1.7 CLOSEQUT SUBMITTALS [NOT US�D]
4 l.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED]
S 1.9 QUALITY ASSURANC�
6 A. Canstruction Staking
7 l. Carlstzvction staking will be pet•fo.i-�ned by the City.
8
9
10
Il
]2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2. Coordination
a. Contact City's Project Representative at least 2 weeks in advance far
scheduling of Construction 5takirtg.
b. It is t11e ContraGtat•'s responsibility to coordinate staking such that construcYion
acrivities are not delayed or ne.gatively irnpacted.
3. General
a. Contraetoi� is responsible far preseiwing and maintaining stakes iurnished by
City.
b. If in t11e opininn af the Ciiy, a sufficient number of stakes ar i�arkings have
been lost, ciestrayed or disturbed, by Cantractos's neglect, such that the
cont��acted Work cannot take place, tlien tlie Contractor will he required to pa�
the City for ne�v staking with a 25 percent markup. The cost far staking will be
deducted fi-om the pay�nent due to tha Contractor for the Project.
B. Corastruction Survey
1. Canstructron Sui•vey will be performed by the City.
2. Coordinatia.n
a. Contractor to v�rify� that contral data established in the design survey re�nains
intact.
b. Coaa-dinate with tl�e City prinr to field investigation to deter.mine which
hqrizontal and vei�tical cont�•ol data w�ll be required for construction survey.
c. It is the Cont3•actor's responsibility to coordinate Canstruction Su�'vey such that
construetion aetivities are not delayed or negatively irnpacted.
d. Notify City if any contro] data needs to be x'estared or replaeed due to da�nage
caused during cnnstructipn operations.
1) C�ty shall }�e��form replacements and/or restorations.
3. General
a. Consn�uctian survey will be perfor�raed in arder to inaintain complete and
accurate logs of contro] and survey work as it progresses for Projec# Records.
b. The Contractar will need to ensure coordinatian i5 maintained with tl�e City to
perform const�•uction sEnvey to ob.tain canstruction features, including but nat
limited ta t��e following:
1 } All Utility Lines
a} Riin and f7owline ele�ations and cool•dinates for each manhoIe oi�
junction st�•ucture
2} Water Lin�s
a) Top of pipe elevations a��d caordinates for waterlines at the following
locatians:
{1) �vety2501tnear%et
CITY OF FORT WORTH WAT�R & Sf1IV17'AiZY SEVIaER REPLACEMENT
STANDARD CONS'fE2UCTIOtY SP�CIPiC;4T10N DOCUM�IVTS CQNCRACT 88
Revised Decetn6er 26, 2p 12 CITY PRO.IECT NO, O 1955
017123-3
CONSTRUCTI(7iJ STt1KI1VG ANU SURVGY
Page 3 of 4
1 (2) Horizonta! and vertical pnints of inflection, cur�ature, etc. (All
2 Fittings)
3 (3) Catl�odic protection test stations
q� (4) Sampling stations
5 (5) Mete�• boxes/vaults (All sizes)
6 {5) Fire lines
7 (7} Fire lrydrants
8 (8) Gate ua[ves
9 (9} Plugs, stu6outs, dead-end [ines
1Q (]0) Air Release valves (Ivlanllole rim and vent pipe)
11 (l 1) Blow aff valves (Manllole rim and valve lid}
l2 (12) Pressure plane valves
13 {13} Cleaning wyes
14 (14) Casing pipe (�ach end}
15 l�) 5torm Sewer
16 {1} Top of pipe elevations and coordinates at the foIlowing locations:
17 (a} Eveiy 2S0 linear feet
18 {bj Horizantal and ve��tical paints of inflection, curvature, etc.
19 c} Sanitary Sewes•
20 (1) Top of pipe elevations and coordinates far sanita►'y sewe�' lines at
2l the fol3owing locations:
22 (a) Every 250 linear feet
23 (b) Horizontal and vertical points of inflection, curvature, etc.
24 (G) Cleanouts
25 c. Construction sui•vey will b.e performed in order to rnaintain complete and
26 accurate lags of eontrol and su�•vey work assoeiated with meeting or exceeding
27 the ]ine and grade required by th�se Speeifications.
28 d. The Contractor will need io ensure coordination is maintained with the City ta
23 perfor�n const�'uction survey and to verify control data, including but not
30 fimited to tlae fallowing:
31 1) Established benchtnarks and cantrol points pro�ided for the Contractpr's
32
33
34
35
35
37
38
39
40
�41
42
43
44
45
�6
47
48
2)
3)
4)
5)
6)
7)
8)
9}
use are accurate
Benchmarks were used ta fu�'nish and maintain all reference lines and
grades far tunneling
I.ines and grades were used to establish the location of tlae pipe
Submit to the City copies of iield notes used to establish all lines and
grades and allow the City to check guidance system setup prior to
beginning each tunneling drive.
Provide access for tl�e City to verify the guidance system and t11e line and
grade of the car•rier pipe an a daily basis.
The Cantractor renaains fully responsible foz' the accuracy of the work and
the correction of it, as required.
Monitor line and �rade continuously dw•ing constr«ction.
Record deviation witl� respect to design ]ine and grade once at eacl� pipe
j�aint and stibmit daily z•eefli•ds ko City.
lithe installatiQn does not �neet the speci�ed talerances, immediately notify
the City and correct the installation in acco�•dance with the Contract
Documents.
49 1.10 D�LIVERY, STOR.A.G�, AND HANDLING [NOT USED]
CI'iY OF PORr WOI2"rH WATER & SAN[TARY S�WER REPLACEMENT
STANDARD CONSTRlJCT1qN SI'ECIFICATIOTV DOCl1M6N'f S CON`I'E�ACT $8
Revised decemUer2a. 2U12 C1TY PRO.IECT NO. U1955
fl17123-4
CqNSTRUCTIQN S'I'AKING AND SURVl�Y
Page 4 oF4
1 1.11 FI�LD [SITE] CONDITIONS �NOT USED]
2 1.12 WARRANTY [NOT USEDJ
3 PART 2- PRODUCTS [NOT USED]
4 PART 3 - �X�CLITION
5
6
7
8
9
10
11
12
13
14
1s
1G
I7
18
l9
20
2i
22
23
3.1 INSTALLERS [NOT USED]
3.2 E�AMi1VA'1'ION [NOT US�D]
3.3 PR�PARA.TION [N4T USED]
3.4 APPLICATIQN
3.5 REPAIR 1 RESTORATION [NOT US�D]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD (or�] SIT� QUALITY CONTROL
A. It is the Contractor's responsibility to maintain aII sialces and control data placed by the
City in accordance with this Speci�catian.
B. Do not change or relocate stakes o.r conh•ol data without approval froin the City.
3.8 SYSTEM �TARTUP [NOT USED]
3.9 ADdUSTING [NOT USED]
3.10 CL�ANING [NOT USED]
311 CLOSEOUT ACTNITI�S [NOT USEDJ
3.12 PROTECTION [NOT USED]
3.13 Mr�INTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revisinn Lag
DATE NAME SUMMARY �F CHANGE
8/31/201� D..lol»>soi�
24
C1TY OF FORT WORTH WATER & SANTTAKY S�WEI2 REI'LACEMENT
51'ANRARD CQhIS"CRUCT[ON SPGCIrICA'1'ION DOCUMENTS C()3'lTRi1CT 88
Revised I]ecember 20, 2012 C1TY PRO.tECT N0. 01955
01 74 23 - l
CLGAtVING
Page 1 n1' 4
l
2
3 PART1- GENERAL
4
5
6
7
8
9
10
11
f2
13
14
SECTION Ol 7�123
CL�ANING
1.1 SUMMARY
A. Sectian Includes:
1. intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviatior�s fi�o�n this Gity of Fort Worth 5tandard Specification
1. None.
C. Related Specif cation Sections include, but a��e nat necessarily li�nited to:
1. Division 0— Bidding Requirements, Contraet Porms and Conditions of the Contract
2. Division 1— General Requirements
3. 5ectaon 32 92 13 — Hyda•a-Mulciafng, Seeding and Sadding
1.2 PRIC� AND PAYMENT PROCEDURES
15 A. Measurernent and Payment
l6 1. Work associated with tnis Item is considered subsidiary to the various Items bid.
17 No separate payment wil] be �llawed for ihis Item.
18 1.3 REFERENC�S [NOT USED]
19 1.4 ADM�NISTRATIVE REQUIREIVI�NTS
20 A. Scheduiing
21 l. Schedule cleaning operafiions so fiha� dust ar�d other contaminants disturbed by
22 cleaning process will not fall an newly painted surfaces.
23 2. Schedule �na] cleaning upon completion of Work ar�d i�mnediately prior ta final
24 inspection.
25 1.5 SUBMTTTALS �NOT iTSED�
26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT US�D]
27 1.7 CLOSEOUT �U13M1TTALS [NOT iiS�D]
z8 1.8 MAINTENANCE MA'T�RIAL SUBIVIITTALS [NOT US�D]
29 1.9 QU.�.LITI' ASSURANC� [NOT iTS�D]
30 1.10 ST�RAGE, AND HANDLING
31 A. Storage and Handling Requirements
32 l. Store cleaning produets and cleaning wastes in containei�s speeifically desig�ied For
33 those materials.
C17'Y OF �0[21' WORTH WA'1'E3t & SAN[TARY $EWER ItEPLr10EMEI�T
STANDARD C(71�15TRUCT[OlV SPGCI[� ECA'CION DOCUII+IENTS CONTRACT 88
Revised.luly i, 2D1 I CITY PRO]ECT WO. fl1955
�17423-2
CLCA?VING
Page 2 of 4
1 1.11 FIELD [�ITE] CONDITY4NS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART2- PRODUCTS
4 2.1 QWNER-FURNISHED [oR] OWNER-SUPPLIEDPRQDUCTS [NOT USED]
5 2.2 MATERIALS
G A. Cleaning Agents
7 1. Coinpatible witl� surface being cleaned
8 2. New and unconta�ninated
9 3. For manufactured surfaces
10 a. Materia] recominended by manufacturer
1 l 2.3 ACCESSORIES [NOT USED]
] 2 2.�4 SOURCE QUALITY CONTROL [NOT USED�
13 PART 3 - EX�CUTION
14 3.1 INSTALLERS [NOT USED]
15 3.Z EXAMINAT�ON [NOT USED]
16 3.3 PREPARATION [NUT USED]
17 3.4 APPLICATION jNOT USED]
l 8 3.5 REPAIR 1 R�STORATION [NOT IISED]
l9 3.6 1tC-INSTALLATION [NdT USED]
20 3.7 F'IELD [oe] SITE QUALITY CONTROL [NOT IISED]
21 3.$ �YSTEM STARTUP [NOT USED]
22 39 ADJUSTING [NOT USED]
23
24
25
26
27
2$
29
30
31
32
3.10 CL�ANXNG
A. General
1. P�-event accumulation of wastes t�zat create hazardous cor�diiions.
2. CondLict cleaning and disposal operations to comply with laws and s.afety orders of
governing authorities.
3. Do not dispose nf volatile wastes such as mineral spi��its, oi] o�• paint tl�innei• in
storm or sanitary drains or sewers.
4. Dispose ofdegradahle debris at an approved solid waste disposal site.
5. Dispose of nondegradable debt•is at an approved solid waste disposal site or in an
alteimate i�anner approved by City and reg�lato�•y agencies.
C1TY OF FORT WORTH WAT�R & SANITt1RY 5�.1��.R it�PLACEMENT
51'ANDARD CDN5TI2UCTfOtV SP�CIFICA'i'lpN DQCUMENTS CQNTRACT 88
Re�isecl ,luly f_ 20 ]] CITY PRO.TECT �Ip. 01955
o� �az3-s
CLEAN WG
Page 3 of 4
1 6. Handle inaterials in a contralled inanner with as few handlings as possible.
2 7. Tharoughly cleai�, swaeeg, wash and polish all Work and equipinent associated with
3 tl3is project.
4 8. Remove all signs of teinporary cqnstz•uction and activities incidental to construction
5 of required pe�-3nanent Wot•k.
b 9. If project is not cleaned to the satisfaction of the City, the City rese�•ves tlae right to
7 E�ave the cleaning coi�pleied at the expense of tlae Confi�actor.
8 10. Do not hurn on-site.
9
10
]I
]2
i3
14
IS
16
17
18
�9
20
21
22
23
24
25
26
27
28
29
30
3]
32
33
34
B. Intermediate Cleaning during Constructinn
l. Keep Wark areas clean so as not to hinder health, safety or convenience of
personne] in existing facility operatians.
2. At ma�cimu.m vveekly intervaks, dispose of waste �naterials, debris and rubbish.
3. Confne construction debris daily in strategically located container(s):
a. Cover to prevent i�lowing by wind
b. 5tore debris away from canstruction or opel•ational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painfing.
a. Continue vac�aum cleaning on an as-needed basis, until Final Aeceptance,
5. Prior tn storm events, thoroughly Glean site af all loose or unsecured items, which
inay beco�n� airborne or transported by flowitag water during the storm.
C. Interior Fina] Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
faj•eign mat�ria]s from sight-exposed sui�iaces.
2. Wipe all lighting fixture reflectors, lenses, lainps and trims clean.
3. Wash and shit�e glazing and inirrors.
4. Polish glossy surfaces to a clear shine.
S. Ventilating systems
a. Clean permanent filters and rep�ace disposable filters if units we�•e operated
during construction.
b. C�ean ducts, blowers and eoils if units wej�e operated witlsout filte�'s during
consh�uction.
6. Rep[ace all burned out latnps.
7. Braom clean process area floors.
8. Mop office and control room floors.
35 D. Exterior (Sit� or Rig17t of Wayj Final Cleaning
3b 1. Reinove trash and debris cantainers from site.
37 a. Re-seed areas disturbed by location of trash and debris containei•s in aceprdance
38 with Section 32 92 13.
39 2. Sweep roadway to re�nove all t•ocks, pieces oi asphalt, concrete or any ottier object
40 thai may hinder o�' disrupt the flow of traffic aiong the roadway.
41 3. Clean any interiai• areas i�cl��ding, but nat liinited to, vaults,. manholes, st�•uctu�'es,
42 junction boxes and inlets.
CITY OF FORT WORTH WATER & SAAIITARY SEWBl2 tt�PLACEMENT
51'ANDARD CONSTRUCTiON SPECIFICA"CION DQCUMF�fT3 CONTRACT 88
Revised July ], 2�11 CITY PRbJEC'I' 3�lQ_ O1955
1
2
3
4
5
6
7
8
9
10
Oi7423-4
CLEA�fII�fG
Page 4 of 4
4. lf no longer required foi• maintenance of erosion facilit�es, and upon approval by
City, re�nove erasion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NQT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANC� [NOT US�D]
3.1� ATTACHMENTS [NOT USED]
DA'I'E I NAM�
END OF S�CTION
Revision Log
SUMMARY OF CHANGE
C17'Y 0� FOR7 WORTH
STANDA}tD CON51'R�CTiON SP]:CTFECATIQIV 170CUlNFENTS
Revised ,luly 1, 2011
WATGR & SAI+�ITARY SEWER REPLACEML-NT
CdNTRACT 88
C11'Y PROJ �CT l+ib. 0.195 S
017719-I
CLL)S.�011T R�QUIREMENTS
Page ] of 3
1
2
3 PARTI- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12 1.2
S�CTION 01 77 19
CLOSEOUT REQLIIREMENTS
A. Section Includes:
1. The p�•ocedure for closing out a eontract
B. Deviations from this City of Foi�t Worth Standard Speci�cation
I. None.
C. Related Specifcation Seet[ons include, but a�•e not necessai•ily limited to:
1. Division Q— Bidding Requireinents, Contraet Farms and Cqnditians of the Cantract
2. Divisian 1— General Requirerrients
PRICE AND PAYM�NT PROCEDURES
13 A. Measurement and Payrner�t
14 l. Wark associat�d with this Item is considered subsidiaiy to t17e various Itetns bid.
15 No separate payment will be allowed for tl�is Itein.
16 1.3 REF�RENCES [NOT C1SED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
1S
19
20
2I
22
23
24
25 1.5
26
A. Gua.rantees, Bonds and Affdavits
1. No application fa�� final pay�nent will be accepted until alI g�arantees, bo�ds,
eertificates, ]icenses and affidavits required for WQrI< or equipinent as specified are
satisfactarily filed witl� the City.
B. Release af Liens or Claims
1. No a�plication fo�• final payinent will Ue accepted until satisfacto�y evidence of
release of liens has 6een sub�nitted to the City.
SUBMITTALS
A. S��brrtit all required docun�entation to City's Project Representalive.
CITY OF FORT VJORTI-I WATCR& 3A7�17'ARY S6WER ItCPLACI�MEAfT
5Tf1NDARD CQ1+15TRi1CTI4N SPECIFICATION IJOCUMEIVTS Ci7IVTRACT 88
Revised Jiily I, 20l I CITY PRO.IEC7'NO. D1955
o� 77 is-z
CLOSfOF1T REQU[R�MEN7S
Page 2 oi' 3
1 1.6 INFORMATIONAL SYIBMITTALS [NOT USED]
2 1.7 CLOS�Oi1T SUBMITTALS jNOT T1SED]
3 PART 2- PRODUCTS [N4T US�D]
4 PART 3 - EXECUTI�N
5 3.1 INSTALLERS [NOT US�D]
6 3.2 EXAMINATION [NOT US�D]
7
8
3.3 PRCPARAT�ON [NOT USED]
3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesiing Final Inspection, submit:
lQ 1. Project Record Documents in accordance with Section Ol 7$ 39
I 1 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23
12 B. Prior to requesting Final lnspectian, pei�f'orm final cleaning in accordance with Sectioz�
13 01 74 23.
l4
IS
16
17
l8
19
20
21
22
23
24
25
26
27
2&
29
30
31
32
33
34
35
3G
37
38
�
C. FinalInspection
1. After final cleaning, provide notice to the City Project Representative flrtat the Work
is completed.
a. The City will mat�e an initial Fina! Inspection witl� the Contraetor present.
b. Upan completion ofihis inspection, the City will notify the Contractor, in
writing within 10 business days, of any pat�ticulars in whicla this inspection
reveals that the Work is defective or incotnplete.
2. Upon receiving written notice from the City, i�nmediately undertake the Wark
required to remedy deficiencies and complete the `JVork to ihe satisfactian of the
City.
3. Upon campletion of Work assaciated r�ith ihe items listed in the City's written
notice, inform the Ciiy, that the required Work has been completed. Upan receipt
of this no�ice, the City, in the gresence of the Contractor, will make a subsec�uent
Final Inspectian of the �araject,
4. Provide a]] special accessories reqvired to place each itern qf �quipment in full
operation. These special accessoiy items include, but are not lir��ited to:
a. Specified spara parts
b. AdeGuate oil and grease as required for the first ]ubricatian af the equipinent
c. Initial fill up of all el�ert�lical tanks and fi�el tanks
d. Ligl�t bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other ex.pendable items as required for initial start-up and operation 4f all
equipment
D. No#ice of Pcoject Completion
CITY OF FORT WORTI-1 WA"I'ER & SANITARY S�W�R ftEPLtACEM�NT
STAN�ARD CONSTRUCTIOFV SP]�CI�ICATIOIV UqCUMEAiTS CON7RP.CT 88
Revised,fuly ],2011 CITY PRQ,I�CTNO. O1955
017719-3
CLdSEQU7' RGQU[RCMENT�
Page 3 oF3
I
2
3
�
5
6
7
8
9
1D
lI
12
13
14
IS
16
l7
18
l9
20
21
22
23
24
25
26
27
28
1. Once the City Proj ect Representative f nds tlle Work subsequez�t to Final ]nspection
to 6e satisfactoty, the City will issue a Notice af Project Compl�tion (Green Sheet).
E. Supparting Documentation
1. Coordinate with the City Project Representative to coinplete the following
addit�onal forms:
a. Final Payment Requesi
b. Stateinent of Contract Time
c. Affidavii of Payment and Release of Liens
d. Cansent oi Surety to Final Payment
e. Pipe Report (if required}
f. Contcactor's Evaluation of City
g. Performance Evaluation of Contrac�or
F. Lettea' of Final Acceptance
l. Upnn review and aceeptance of Notice of Prqjeci Completion and Supporting
Documentation, in accordance with General Canditions, City will issue Letter of
Finai Acceptance and release the Finat Payment Request fox payment.
3.5 REPAIR 1 RESTORATI4N �NOT USED�
3.6 RE-INSTALLATION [NOT USED�
3.'1 F�ELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYST�M STARTTJP [1vOT USED]
3.9 ADJUSTING [N�T USED]
3.10 CLEANING [NOT USED]
3.7.1 CLO��OUT ACTIV�TIES �NOT USED]
3.12 PROT�CTXON jNOT US�D]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END O�' SECTION
Revision Log
bATE NAME SUMMARY OF CHANGE
29
CI'CY O[" i�ORT IUORTIi
STANDARD CO]VSTRUCTION SP�CII'ICATION DOCliM�i�ITS
Revised.l�ly 1,2Q1I
WATER& SAiVITARY S�W�R RCPLACEMENT
CO�fTRACT 8.8
CITY PRO.TECTNO_ 01955
C)17823-I
OPERA'fION AND MA1N"fENAAlCE DA7'A
Page 1 of5
1
2
3 PART 1- GEN�ItAI,
4 1.I SUMMARY
s�cTrorr o� �g z�
QPERATION AND MAINTENANCE DATA
5 A. Section Includes:
6 1. Product data and related infor�nation app�•opriate far City's maintenance and
7 operation of products fu��nished under Contract
8 2. Such products may inelude, but are not limited to:
9 a. Traffc ConU�ollers
la b. Irrlgation Controllers (to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of k'o�t Warth Standard Specification
13 1. None.
14
15
16
17 1.2
18
19
Za
21 1.3
C. Related Specification Sections include, but are not necessarily limited to:
1. Divisinn 0-- Bidding Requirements, Contract Farms and Conditions aithe Cont�•act
2. Division I— General Requirements
PRICE AND PAYMENT PROC�DURES
A. Measurement and Fayment
I. Work associated �vith this ltem is considered subsidiary to the vaa`ious Items bid.
No separate payment will be allowed for this Itein.
R�FER�NCES [NOT USED]
22 1.4 ADMINISTRATTVE REQUIREM�NTS
23 A. Schedule
24 1. Subcnit �nanuals in fnal form to the City within 30 calendar days af product
25 shipinent to the project site.
26 LS SUSMITTALS
27 A. Submittals shall be in aecordance wiih 5ection O1 33 QO . AlI subrraittals shall be
28 approved by the City prior to deliveiy.
29 1.6 INF�RMATIONAL SUBMITTALS
30
31
32
33
34
35
3G
37
A. Subnlittal Fpt•m
1. Prepare data in form of an instructio.nal manual for use by City personnel.
2, Farmat
a. Size: S Yz inehes x 11 inches
b. Pape�•
1) 40 pound minianum, white, foi• typed pa�es
2) Holes rein%rced with plastie, cloth oa• metal
e. Text: Man.ufactur�e's printed data, or neatly typew�•itten
C1TY �F I�'OI2'1' WORTH WATETt & 5ANITARY 5�VTGR REPLACEMENT
STANDARD CONSTRi1CTION SPECIFICATIOhi I]OCUMG]VT5 C�iVTRACT $8
Reviscd Deeember 20, 2012 C1TY PRD.IECT NO. (l 1955
a� 7sz3-z
OPrRAT10FY AIVD tv1Al1+lTENANCE llATA
Page 2 of 5
]
2
3
4
5
6
7
8
9
10
I1
12
13
14
15
1G
t7
IS
i9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4]
42
43
�F�
45
46
47
4S
3
4.
d. Di�awings
1) Pi-ovide eeinforced �unched binder tab, bind in with text
2) Reduce laeger dr�wings and fald to size oi text pages.
e. Pravide fly-leaf for �acl� separate praduct, or each piece of operatir�g
equipment.
1) Pro�ide typed description of product, and major component parts of
equipment.
2} Provide indexed tabs.
f. Cover
1} ldentifjr each volume with typed or pz•inted title "OP�RATING AND
MAINTENANCE iNSTRUCTIONS".
2) List:
a) Title of Project
b) ldentity of separate structure as applicable
c) Identity of general subject matter covered in the �nanua�
Binders
a. Commercial quality 3-ring binders with durable and cleanab[e plastic covers
b. When multaple binders are usec�, coitelate fhe data into related cansistenk
giroupi ngs.
If available, pro�ide an electronic form of the O&M Manual.
B. Manual Cor�tent
1. Neatly typ�written table oFcontents for each volume, arranged in systematic order
a. Go�tractor, nain� of respansible principal, address and teIephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, acfdress and telephone number ofthe subcontraetor or instafle�•
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and z•eplacement
d. ldentify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. P�•aduct Data
a. Include only those sheets which a�'e p�rtinent to the sp.ecific product.
b. Annotate each sheet to:
1) Clearly identiiy specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable in%rmation
3. Drawiugs
a. Supplement produet data with drawings as ne.cessary to clearly illustrate:
1) Relations of companent parts of equipinent and systems
2) Control and flowv dia�rams
b. Coordinate drawings with ia�farmation in Project Re�ord Documents to assut•e
correct illustration af completed installation.
c. Do not use Project Record Drawings as �naintenance drawings.
4. Written text, as raqLiired to supUlement product data for the particular installation:
a. Organize ir� cansister�t farmat Lmder separate headings for different }�eocedures.
b. Provide logical sequence of instructions of each procedure.
crrY oH r•oR-r wor��rH
STANDARD CONSTRUCTIdN SPECIFICATION DOCL{MEAITS
Revised Decemher 2Q, 2012
WATEK & SANITARY SEWCR RGPLACEMCNT
CON7'RE1CT 8�
CITY PRO)ECI" NO. 0195�
O17823-3
OPERATl.01+! AND MAfNT£NANCE DATA
Page 3 of 5
1 5. Capy of each wa�•raniy, bond and service contract issued
2 a. Frovide information sheet for Cit� pe��sonne] giving:
3 1) Pra:per procedures in event of failure
4 2) Ii�stanees w11ie11 might aifect validity of warranties or bonds
5 C. Manua� fo.r Materials and Finishes
6 1. SttUmit 5 copies of eomplete manual �n final form.
7 2. Content, for a�•chitectural pi-oducts, applied materials and finishes:
S a. Manufacturer's data, giving iull infoi7nation on products
9 l) Catalog nu�nber, size, camposition
10 2) Color and text�Ere designations
1 l 3) Informaiion �•equired for reo��de�•ing special manufact�u•ed products
12 b. lnstructions for caee and inaintenance
13 1) Manufaciurer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methads wlsich a��e detri�nental to
15 product
16 3) Reeornmended schedule for cleaning and mainienance
17 3. Content, for moisture prQtection apd weather exposure p�•oducts:
18 a. Manufacture��'s data, giving fu.l] information on products
i9 1} Applicable standards
20 2) Chemical compositio��
21 3) Details of installation
22 b. Instiuctions for inspection, maintenance and repair
23
24
2S
26
27
28
29
3Q
31
32
33
34
35
36
37
38
39
46
41
42
43
44
45
4G
�47
48
D. Manual for Equipment and 5ysteins
1. Subjnit 5 copies of complete manual in final fonn.
2. Content, fo.r eacl� unit of equipme!nt and systein, as apprnpriate:
a. Description of unit and cainponent parts
1) Function, normal operating characteristics and liiniting conditions
2) Perfo�mance cuives, engineering data and tests
3) Camplete noinenclature and commeccial nuinUer of i°eplaceable pa�•ts
b. �perating p��ocedures
1) Stai�t-up, 6reak-in, routine anci not•mal op�erating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instruciions
4) Special operating insiructions
c. Ma:ir�tenance pro.cedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reasseinbly
4) Aligr�ment, adjusting and checking
d. S��vicin� and ]ubricatio� sclledule
1) List of ]ubricants required
e. Manufacturer's printed operating and mainkenance instructions
f. Descriptian of seGuence of operation by contra] manufactuier
1) PredicCed life of parts subject to wear
2) Items recommended to be stocked as spare �a��ts
g. As installed control �liagrams by eontrols manufaeturer
h. Eaeh contractor's coat�dination drawings
1) As installed coio�• coded piping diagrams
CfCY QF r4RT WORTH WATEIt & SAlV1TAAY 3EWER RLP'LACEiv1E:NT
STAII�ARD CO]�ISTRLiCTION SPECIFICATIOIV ]70CUMENTS CONTRACT 88
Revised December 2U, 2012 G']'Y 1'IZCJ,fEC7' NO. 0] 955
01 78 23 - 4
OPERA'I'IOF+i I1N� MI�IN7 ENANCE DATA
Paga 4 of S
I
2
3
4
5
5
7
8
9
10
11
12
13
l4
15
16
17
18
19
2Q
2]
22
23
24
25
2b
27
28
29
3
4.
1
J
k_
eontent, for each electric and elecironic system, as app�•opriate:
a. Description of systein and component pai�ts
1) Function, na�ma! operating characte��istics, and limiting conditions
2) Perforinanc� curves, engineering ciata and tests
3) Complete nomenclature and com�nercial numbec• of replaceable parts
b. Circuit directo��ies of panelboards
1} Electrica] service
2) Controls
3} Communieations
c. As install�d color coded wiring dia�ams
d. Operating procedures
1) Routine and noi7nal operating instructions
2) 5equences required
3) 5pecial operating instructions
e. Maintenance procedui�es
1) Routine operatians
2) Guide to "trouble shooting"
3) Disassembly, repair and reasseinbly
4) Adjustment and checking
f. Manufactu�-er's printed operating and maintenance instructions
g. List of original manufacturer's spare pa��ts, manufacturer's cuz'rent prices, azad
recommended quantities to 6e inaintained in storage
h. Other data as required under pertinent Se.etions of Specifications
Prepv-e and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
Cl�arts of �alve tag num6ers, with location and fiii�ction of eacl� valve
List of original manufac.turer's spare parts, manufacttu°ee's current prices, and
reco�nmended quantities tio be maintained in starage
�thet• data as required under pertinent Sectians of Speeifications
30 1.7 CLOS�OUT SUBMITTALS [NOT USED]
31 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operatior� and maintenanee data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and ope��ation ofdescribed products
35 2. Skilled as technical writer to the extent required to co�mnunicate essentia] data
36 3. Slcilled as draf#sinan competent to prepare required drawin�s
CCCY OF FpRI' WORTH WATER & SANCfA[2Y SEWER REPLACEMENT
STANDARD CO�TSTRUCTI�IV SP�CIPICATIOAi DpCU11M�NTS C:ONTRACT $8
Rcvised 1]ecember 2D, 20.12 C1TY PTtO.1�CT NO. � l9SS
O17S23-5
QPCRATION A�fl] �v1A1NTGNANCE DATA
PageSnfS
1 I.IO DELIV�RY, STORAG�, AND HANDLING [NOT USED]
2 1.11 FI�LD [SIT�] CONDITIONS [N4T USED]
3 1.12 V4'ARRANTY [NOT USED)
4 PA�tT 2- PRODUCTS [NOT US�DJ
5 PART 3- EXECUTION [NOT USED]
6 END OF S�CTION
Revision Log
DATE NAME SUMMARY OF CI�IANGE
S131/2Q12 D. ]ohnson LS.A.1 — title of seciion removed
C1TY OF Fai2T WDRTH V,�ATER & SAAl1Tt1IiY SEWER 12Ei'LAC�M�:NT
STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS CONTRACT 8$
Revised Decem6er2U, 2012 C]TY PRO.II'CT iVO. OV955
Ol7&39-]
I'RO.I�C7' RECOiiD DOCUMENTS
Page 1 of 4
1
2
3 �ART1- GENERAL
4
5
6
7
8
9
i0
lI
12
l3
14
15
16
17
11 5UMIVIARY
SECTION Ol 78 39
PROJ�CT RECORD DOCUMENTS
A. Section Includes:
1, Wark associated with the doc�rmenting the project and recarding changes to project
documents, including:
a. Record Drawings
b. Water Meter Ser�ice Repoi�ts
c. 5anitary 5ewer 5e3•vice Rep.orts
d. Large Water Meter Aeports
B. De�iations from this City of Fart Worth Standard Specification
1. None.
C. Related Specification Sectians include, b�.rt are not necessarily limited #o:
1, Di�ision 0—Bidding Requirements, Contract Forms and Conditions of the Contract
2. Di�ision t— General Requi�'err�ents
�..2 PRICE AND PAYMENT �R�CEDURES
1 S A. Measurement and Payinent
19 1. Work associated with tl�is Ite�n is considered suhsidiaty to the various Items bid.
20 No separate payment vvill be allowed for this Item.
2] I.3 REFERENCES [NOT USED]
22
23
IA ADMrNISTRATIVE R�QUIREM�NTS [NQT U�ED]
1.5 SUBMITTALS
24 A. Prior to submitting a request for Final Ir�spection, d�liver Project Recoi�d Documants to
25 City's I'roject Representative.
26 l.6 ACTION SLTBMITTALSIINk'ORMATIONAL SUEMITTALS [NOT USED�
27
28
29
3D
31
32
33
34
35
35
1.7 CLOS�OUT SUBMITTALS �NOT US�D]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCC
A. Accuracy of Recor•ds
1. Thoroughl� coardinate changes within the Reco1•d Docwnents, making adequate
and praper entries on eacti page of Specifications and eacl� sheet of Drawings and
other Dacaments whe�•e s�ch ent�y is required tn sl�ow the change prnperly.
2. Accuracy of records sl�afi be such that future search for iterns �hown in the Contract
DoEuments may rely reasonaUly on informatior� obtained fi�o�n the appro�ed Project
Record Documents.
C[TY 4F FDRT WORTF� WATCR & SA�T[TARY SEWER REPLAC�MI:[YT
STANDA1tD CdNSTRLiCT10N SPECIFICATION I70ClJMEN'C5 CO1V'iRACT 88
lZevised ,fuly 1, 24l 1 CITY PRp1ECT NO_ 61955
I
2
3
4
5
:�
OV 7839-2
PRO.«CT RECQRD UUCI3N�NTS
Page 2 of 4
3. To facilitate acclu-acy of records, make ent�-ies within 24 hours after receipt of
infoc•tuation tl�at the cllange l�as occ�a��•ed.
4. Provide fac#ual information regardi�ig all aspects of tlle Work, both concealed and
visible, to enable fuhire modification of the Work to pco�eed without ]engthy and
expensive site measurement, investigation and examination.
1.10 ST�RAGE AND HANDLING
7 A. Storage and Hacidling Requirements
8 1. Maintain the joi� set of Record Documents completely protected fi•om deterioration
9 and fi•om loss and damage until completion of the Work and ta•ansfer of aiI ��ecorded
10 data to ti�e final Project Record Documents.
1 S 2. [n tl�e event pf loss af r�carded daia, use means necessa�y to again secure the data
l2 to the City's apprn�val.
13 a. In such case, pcovide replacements to the standards originally requi�•ed by the
14 Contract Dacuments.
15 1.11 FIELD �SITE] CONDITIONS jNOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2 - PR�DiTCTS
18 21 OWNER-T<i7RNISHED �oR] OWNER SU�PLIED PRODUCTS [NOT i7SED]
19
20
21
22
23
24
25
26
z�
2.2 RECORD DOCUM�NTS
A. 7ob �et
1. Promptly follovding receipt of tl�e Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Docuinenis comprising the Contract.
B. Fina] Recard Documents
1. At a time nearing ihe completion of the Wark and prior to Final Inspection, provide
the City 1 camplete set of alI Pinal Record Drawings in tkte Contr-act.
z..3 Acc�ssoRrEs INoT usEn�
2.4 SDUACE QUALTTY CONTROL [NQT USED]
28 PART 3 - �XECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PR�1'ARATION [NOT i1S�D�
32
33
34
35
3.4 MAINTENANCE DOCUMENTS
A. Maintenaxice of Job Set
1. I�nmediately upoii receipt of the job ser, identify each of tlje Documents �ith tlle
title, "REGORD DOCUIVIENTS -1�B SET".
C1Tl' Or FORT WORTH WA7"EIi & 5ANITATtY 5�WEt2 REPLACEMEhiT
STANI?ARD CdIYSTRUCT]ON SPECIF[C?.T10N C}UCUMT"NTS CONTRACT 8$
Revised July 1, 2Q I I C1TY PRD.IECT N0. 01955
O17839-3
PRO.�GC7' RECOI�[} �OCUMEIVTS
I'age 3 nf 4
1 2. Preservatio3�
2 a. Considering the Co►ltract coinpletion time, t1�e probaUle nuinber of occasions
3 upon which the job set �nust be taken out for new er�tries and far exatnination,
4 and the conditions under which these activities will be perfor�ned, devise a
5 suitable method for protecting the job set.
6 b. �o not use tl�e job set for any purpase except entty of new data and for review
7 by the City, until start of transfer of data to final Project Recard Documents.
8 c. Maintain tl�e job set at the site of work.
9 3. Caordination with Construction 5ur�ey
10 a. At a minin�um, in accordance with ihe intervals set fa�•th in Section O1 7] �3,
I 1 clearly rna3-k any deviations fi-o�n Cantract Docuinents associated witk�
12 installatioil oftlle infi•astructure.
13
14
IS
1G
17
18
19
2a
21
22
23
24
zs
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
41
A2
4. Making entries on D�•awings
a. Record any deviations fi•orn Gontraet Docum.ents.
b. llse an ei•asable colored penci] (not ink or indelible pencil), clearly describe the
change by graphic line and note as reqc�ired.
c. Daie all entries.
d. Call attention ta the entl•y by a"cloud" drawn around the aa•ea or areas affected.
e. In the event of overlapping changes, use dif%rent colors for the overfapping
ch anges.
5. Conversion of schematic layouts
a. ln some cases qn tlae Drawings, arrangements of conduits; circuits, piping,
ducts, and similar items, are shown scllematically and are not intended to
po��tray precise pIrysical layout.
1) Final physical arrangeineni is deteimined by the Cont�•actoi; subject to the
City's approval.
2) However, design of future �nodificati�ns of the facility may require
accurate infoi7nation as to the final physical layout of items which are
shown anly sc��ematically on the Drawings.
b. Show on the jo6 set of Record Drawings, by dimension accurate to within 1
inch, the �enterline of each run of items.
1) Final physical arrange3nent is determined by the Cont��actor, subject to t�ie
City's approval.
2) 5how, by symhot or note, the vertical iocatian oithe Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently desc��iptive that it inay be related
reliably to the Specificatians.
c. `I'i�e City may waive t11e require�nents for con�ersio� of schematic layouis
where, in the City's judgment, conversion serves no useful p.ujpose. Hawever,
do not rely upon waivers being issued excep.t as speci�cally issued in writing
by tlle City.
B. Final Project R�cord Documents
43 1. Transfer of data to Drawings
44 a. Cai•efully transfe�� change data sllown on the job se.t of Aecord Drawings to the
45 corresponeling final doct�ments, coordinating the changes as required.
46 b. Clearly indicate at eacl� affected detail and othez• Drawing a fiill desci•iption of
47 changes �nade during construction, and tlle aet�tal location of items.
C1TY OF FORT N�pATI� WATER & SANITAKY 5CWCR REi'LACEMENT
STANDAR� CQNSTRUCTION SFI'CIPICA`l�]ON DOCUMEAiTS CONTRACT 88
[ievised luly Y, 2�11 C1TY PRO.IECTNO. D1955
ai �s 39-a
PRo.r�cT Rrcor�n DocuMcrrrs
Page 4 of 4
1
2
3
4
5
s
7
8
9
10
I1
12
13
14
15
I6
17
18
19
2Q
21
22
23
24
25
c. Ca]] atte��tion to each ent�•y by dz•awing a"cloud" around the area or areas
affecied.
d. Malce changes neatly, consistently and with the progei media to assure
langeWity and clear repraduction.
2. Transfer of data to othe�• Docurnents
a. If tl`►e Documents, other than Drawings, have been kapt clean during progress of
the Wo.rk, and if entries tlsereon have been orderly to tl�e approva] of the City,
the job set of those Documents, oti�er thar� Drawings, wil] be accepted as final
Record Documents.
b. lf any siEcl� Docu�nent is not so approved by the City, secvre a new copy of that
Docu�nent fi•oin the City at tlie City's usual cha��ge for x•eproducYion and
hand]ing, and careful[y transfer the cl�ange data to the new copy to the approval
of tl�e City.
3.5 R�PAIR 1 RESTORA�'ION [NOT USED]
3.6 RE-INSTALLAT�ON [NOT US�Dj
3.7 FIELD �oR] SITE QUALTI'Y CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJ[ISTING [NOT USED]
3.10 CLEANING [N�T USED]
3.11 CLOSEOIIT ACTIVITIES [NOT U$ED�
312 PRQTECTION [NOT USED]
3.13 MAINTENANCE jNOT USEDj
3.14 ATTACHM�NTS [NOT USED]
END OF SECTXON
Revision Log
DA'1"E NAME SllMMARY OF CHANGE
2G
C1TY OF FORT WORTH
5TAN1aARD CONST€�UCTION SPLC[PICATION DpCl1N�LNTS
Ra�ised J�dy I, 2pl I
WATER & SANITARY SEWER REPLACEMENT
CdNTRACT88
CITY PkZpdECT 1�i0. 01955
0241 lA- 1
U7'[LITY REMOVAI..lABANDONM]�NT
Page 3 oF 16
�
3 PART1- G�N�RAL
4 1.1 SUMMARY
S
G
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
DS�CTION 02 41 I4
UTILITY REM0IVAL/ABANDONMENT
A. Section Incl�des:
]. Direction for the removal, aUandomnent ar salvaging oftl�e following utilities:
a. Cathodic �rotectiqn Test Statinns
b. Water Lines
c. Gate Valves
d. Water Valves
e. Fi�•e I-Iydrants
i. Water Mete�s and Meter Box
g, Water Sampling Station
h. Concrete Water Vaults
i. Sanitary Sewer Lines
j. Sanikary Sewer Manholes
k. 5anitary Sewej' Junetion Baxes
I. Star�n Sewe�• Lines
m. Starm Sewer Manhole Riset•s
n. Storm Sewer lunction Boxes
o. 5tonn Sewer Inlets
p. Box Cuiverts
q. Headwalls and Safety End Treatments
r. Trench Drains
B. Deviations fro�n tlsis City oFFort Worth Standard 5peci�cation
1. None.
C. Related Specification Sections include, but are not necessarily limited fo:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 —General Requirements
3. Sectian Q3 34 13 — Conta�olied Low Sirength Material (CT�SM)
4. Section 33 (lS 10 — Utility Treneh �xcavation, Em6edment and Backfill
5. Section 33 OS 24 —�nstallation of Carrier Pipe in Casing ar Tunnel Liner Plate
6. Section 33 l l 11 —Ductite I�•on Fittings
7. 5ection 33 1 1 13 -- Conci-ete Pressure Pipe, Bar-wrapped, Steel Cylinder Type
8. Section 33 L 1 14—Buri�d Steel Pipe ar�d Fittings
9. Section 33 12 25 — Goni�ection to Existing Water Mains
37 1.2 PRICE AND PAYM�NT PROCEDUR�S
38 A. Utility Lines
39 I. Abandornnent of Utility Line by Grouting
4p a. Measw•einent
GTY UF rORT WORTI�] WATCR & SAtVITARY S�W�IZ REI'LACEN[ENT
5TAIVDARD CONSTRUCFION SPGCiFICf��['ION pOCUM�NTS CONTRAC'I' 88
Revised Decemf�er 2Q, 2012 CITY PROJECT NO. 01955
UZ41 14-2
UTILlTY RE11+�DVAi.IABANDDNMLNT
Page 2 of I fi
]
2
3
4
5
6
7
8
9
1Q
11
12
13
14
15
16
I7
18
19
2Q
2I
22
23
24
25
26
27
2&
29
30
31
32
33
34
35
36
37
38
39
40
41
�42
43
44
45
�46
47
48
49
2.
Kj
1} Measureinent for this Item shall be pe3� cubic y�d of existing utility line to
be grauted, Measure by tiekets si�owing cubic yards of grout applied.
b. Payment
1) Tl1e wot-k perfo�'med and mate�•ial� Fu.rnished in accordance with this Item
and measured as pro�ided under "Measurement" s��af I be paid for at the
unit price per cubic yard of "Line Grauting" for:
a) Va�•ious types af utility line
c. The price bid shal] include:
1) Low density cellular grout or CLSM
2) Water
3) Paveinent removal
4} Exeavatian
5} Haulin�
b) Disposal of excess inaterials
7) Furnis��ing, placement and compa�tion of backfill
8) Clean-up
Utility Line Removal, Separate Trench
a. Measurement
1) Measurement for this Item shall be per linear foot of exist.ing utility line to
be reinoved.
b. Payment
1) The work perfonned and materials furnish�d in aceordance with this Item
and measLir�d as provided under "Measurement" shall be paid fnr at ihe
unit price hid per linear foot of "Rempve Line" for:
a) Va.rious. types of existing utility line
b) Various sizes
c. The price bid shall include:
1} R�moval and disposal of existing utility pipe
2} Pavetnent �•empval
3) Excavation
4} Hauling
5) Disposa! of excess materials
6) Furnishirag, placeinent and cQm�action of backfilI
7) Clean-up
Utility Line Remor+al, Saine Trench
a. Measure3nent
1 j This Item is coz�sidered subsidiary the proposed utility line being installed.
b. Payment
1) The work perforined and materia�s fu�•nished in accordance with this Item
are su�sidiary to the installation of praposed utility pipe and sh.all be
subsidiary to the unit price Uid per linear foot of pipe eoanplet� i�� place, and
no other compensati�n will be allowed.
4. Manlaole Abandonme�lt
a. Measurement
1) Measurement far this Item will be per each ma�hole to be abandon�d.
b. Payment
1) The work perfot•ined and inaterials furnished in accordance with this Item
and measw�ed as provided under "Measurement" shall be paid for at the
unit price bid per each "Ab.andon Manhale" fo� :
C[TY (1P TORT WORTEI
STANDAR�CONSTRUCTI0�1 SPCCTI={CATI�N DOCUMEIVI'S
Revised Decem6er 2�, 20 E 2
WATGR & 5A[�(['CAE2Y S�.WE.I2 REYLACEMENT
CC3NTRtlC7' 88
CiTY PROJ�CT N0. 01455
02 41 14 - 3
U'f1L1TY REIV[pVAL1:4BAlVDON1VfI:NT
Page 3 of I b
1
2
3
4
5
6
7
S
9
�a
11
12
13
]4
15
16
I7
18
19
20
21
22
23
24
25
2G
27
28
29
30
3]
32
33
34
35
3b
37
38
39
40
4T
42
43
�4�t
45
45
47
48
49
�
a} VarioL�s diam�ters
b) Various types
c. Tlle price bid slial] include:
]) Removal and disposal of manhole cone
2) Removal, salvage and delivery of fi•a�ne and cover to City, if app�icable
3) Cuiting and plugging of ex�sting sewer lines
4) Concrete
5) Acceptable material far backfiliing manhole voici
6) Pavement removal
7) Excavation
8) Hauling
�} Disposal of excess �naterials
10) Fuinishing, placement and compaction of backfill
11) Surface restoration
12) Clearnup
Caihodic 'I'est Statian Abandontnent
a. Measurement
1) Measurement for this Itein rt�ill be per each catllodic test station to be
abandaned.
b. Paymenfi
1) The work p�rformed and materials furnished in accordance with this Item
and �neasured as provided urtder "Measurement" shall be paid for at the
unit p►•ice bid per each "Abandon Cathadic Test Station".
c. The price bid shall inc3ude:
1) Abandon cathadic test st�tion
2) CLSM
3) �avement removal
4} Excavation
5) Hauiing
6) Disposal of excess materials
7) �'urnishing, placement and compaction of backfill
8) Clean-up
$_ Water Lii�es and App�irtenances
1. Installation of a Water L,ine P�'essure Plug
a. Measur�ment
1) Measurement for thi� Ftein shall be per eaeh pressure �lug to be installed.
b. Payment
1) The work performed and materials furnished in accordance wiih tl�is item
and ineasured as pt-ovided under "Measu�•ement" sl�all be paid far at the
unit price bid for each "Yressure Plug" installed far:
a) Vario�cs sizes
c. The price bid shall include:
1) Fw�nishing a►�d installing pressu3-e plu�
2) Pavement re�noval
3) Excavation
4) Hauling
5) Disposal �f excess materia]
6) Gaskeks
7) Bolts and Nuts
CITY OF rdItT WORTH
STAtVQARD Cp1V5TRUCTI4N SP�CIPICATION DOCUMEN'T'S
Revisad December 20, 2p12
WA'I'ER & SANITAftY SEWER REPLACEMENi
CO3�ITRACT 8&
C1TY PRQ.IECT NQ. O1955
a241 i4-4
U"CILITY 1�MOVALfABANDONMCIYT
Page 4 of ] 6
1
2
3
4
5
G
7
8
9
10
Il
l2
13
14
15
16
17
18
]9
20
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
40
41
�-2
43
44
45
�6
47
48
49
8) Fw'nishing, placement and co�x►paction of embedment
9) Furnishing, placement and compaction of backfill
10} Disinfeetion
1 � } Testing
12} Ciean-qp
2, Abandomnent of Water Line by Cut and installation of Abandoninent Plug
a. Measureinent
l) Measu�•einent for this Itein shall be per each cut and abandon�nent plug
installed.
U. Payment
1) The work pej•formed and �naterials fur•nisl�ed in accordance with tllis ltem
and measured as provided under "Measui•ement" shal] be paid far at the
unit price bid for each "Water Abandanment Plug" installed for:
a) Various sizes
c. The price bid s11all incl«de:
1) Furnishing and instalIing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
S} C�.SM
b) Disposal of exeess material
7) Furnishing, placement and compaction of backfill
8) Clean-up
3. Water Valve Remaval
a. Measurement
1) Measurament for this Itein will be per each �vater valve to be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Water Valve" for:
a) Various sizes
c. The price bid shall include:
i) Remo�al and disposal of valve
2) CLSM
3) Pavement r•e�noval
4) Exca�ation
5) Hauling
6) Disposal af excess materials
7) Furnishing, placement ai�d cnmpaction of backfill
8) Clean-up
4. Water Vafve Rejnoval and Sa]vage
a. Measw•ement
1) Measurement%r tl�is Item will be per each water valve to be removed and
salvaged.
b. Payment
1) The work performed and inaterials fiirnished in accordance with this Itein
and measured as provided uttder "Measua��ment" shall be paid for at t3��
iinit price bid per each "Salvage Water Valve" for:
a) Various sizes
GTY OI FORT WORTH
S7'ANDARD CONS'r12UCT10N SPIiCIFICATION DOCUM�NTS
IZevised IJecemUcr 20, 2012
WA"i'L-R & SAAl1TARY 5CWER RCPLACEMEN3'
CONTRACT88
CITY PROJECTNO. 01955
024114-5
UTILI'I'Y [iEIv10VAL1A�3ANUOtVMENT
Page 5 of 16
l
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
i7
18
l9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4fl
41
42
43
44
�5
46
47
48
5
C'�
c. The price 6id shalf include:
1) Re►noval and S.alvage of valve
2) CLSM
3) Deliuery to City
4) Paveinent rem�val
S) �xcavation
6) Hauling'
7} Disposal of excess materials
8} Furnishing, placement and compaetion of baekfill
9} Clean-up
Water Valve Abandonmenfi
a. Measureunent
1) Measurement for this Item will be per each water val�e to be abandoned.
b. Pay�nent
1) The wark performed and materials furnisl�ed in acc.ordance with this Item
and rn�asureci as provided under "Measurerr►ent" shall be paid for at the
unit prica bid per eacl� "�lbandon Water Valve" fot•:
a) Various Sizes
c. The price bid shall include:
1) Abandoninent flf vajve
2) CLSM
3) Pave�nent rernoval
4} Excavation
5} Hauling
6) Disposal of excess materials
7) Furr�ishing, placement and coinpaction af ba�kfill
$) Clean-up
Fire Hydrant Remo�al and 5alvage
a. Measurejnent
]) Measurement for this Item will l�e pez� each fire hydrant to be remaved.
b. Payinent
1) The work perforined and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Salvage Fire Hydrant".
c. The price bid slrall include:
1) Remnval and salvage of fire hydrant
2) Delive�•y to City
3) Paveinent removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) rurnishing, placement and coinpaction of backfill
8) Ciean=up
7. Water Metee Removal and Salvage
a. Measurement
1) Measureinent for tliis Item wil I he per each water meter to be removed and
salvaged.
b. Payinent
GTY bF rQRT WDRTH
S.TANDAI2D CONSTRL3CTION SPECIFECATI01+! dOCUMEI�T5
Revised Deceml�er 20_ 20V2
WATER & SANITARiC 5E1N�R A�PLACGM�.IVT
CDNTRACT88
CiTY PROJECT AIO. 01955
02�41 f4-G
UFILITY RrMOVAL/ABA�IDQNMENT'
Rage G of ! lf
1
2
3
4
5
6
7
8
9
1a
li
12
13
14
15
16
17
I8
i9
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
$.
9.
1) The work performed and materials furnished in accardance with this Item
and cneasured as provided under "Meas�.irement" shall be paid for at the
unit pz-ice bid per eacl� "Salvage 1aVater Meter" for:
a) Variaus sizes
2) If a"Water Mete�• Service Relocate" is performed in aecordance witEi
�ection 33 12 10, remaval and salvage o�- disposal of th� �xisting (2-inch or
sinaller} water ineter sha!! be subsidiaty ta tlie cost of tlie "Water Meter
Service Relocate", no other compensation will 6e allowed.
e. The price bid sl�all include:
1) Removal and sa}vage of wa#e�• meter
2) Delivery to City
3) Pauement removal
4) �xcavation
5) Hauling
6} Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
Water 5atnpling Station Retnoval �nd Salvage
a. Measurement
1) Measurement for this IYem will be per each water sainpling station to be
removed.
b. Payment
1) The wark perforined and materials furnished in accordance with this Item
and measured as p.rovided under "Measur•ement" shall be paid for at the
unit price bid per each "Salvage Water Sampling Station".
c. The price bid shall include:
1) Removal and salvage of water sarzipling station
2) Delivery tio City
3) Pavement removal
4) Excavation
5} Hauling
6} Disposal of excess materials
7} �'urnisl�ing, glace�nent and compaction of backfiIl
8} C1ean-up
Concrete Water Vault Removal
a. Measl�rement
I) Measure�nent for this Item will be pei• each concrete water vault to be
z'esnaved.
b. Payment
1} The work perfarmed and materials fu�-nished in accordanee wiih tl�is Cte1n
and measured as provici�d und�r "Measureinent" shall be paid for at the
unit price bid per each "Remove Concrete Water Vauit".
�c. The price bid shall include:
1) Removal and disposal of eoncrete water vault
2) Removal, salvage and delivery of fratne and cave�• to City, if applicable
3) Removal, salvage and delivejy of any valves to City, if applicable
4) Removal, salvage and delivery of an� water meters to City, if applicaUle
S) Pave3nent remo�ai
6) Excavation
C1TY OF FORT WOR'CH
STANI?ARD CONSTRlICTIOIV SPECIFICATION DOCUMEIVTS
Ravised Decenzber 20, 2012
WATER & SANITARY SEWER REPLACEMENT
CONTRACTSB
Cl']'Y PRO.f�CI" IVD. U1955
42h1 14-7
UTILfTY REMOVA[.IAi3AND�NM�NT
t'age 7 of I G
1
2
3
4
S
G
7
8
9
10
lI
12
l3
]4
15
16
17
18
1 S�
2Q
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
7) Ha�:iling
8) Disposal of excess materials
9) Fux�nishing, placement and compactior� of back�ll
1Q) Clean-up
C. Sanitaiy Sewer Lines and Appurtenances
2.
3.
A6andonment of Sanita��y Sewer Line by Cut and installatian of AUandc���ment Plug
a. Measureinent
1} Measure�nent for this Item shall l�e per each cut and abandonment plug
installed.
b. Paytlient
1) The �ork perfQrmed and materials furn3shed in aceordance with this Item
and measured as p�-ovided under "Measuj�ement" shall be paid far at the
unit price bid far eac11 "Sewer Abandanc�aenY Yfug" for:
a) Various s.izes
c. T13e price bid shall inc[ude:
1) Furnishing and instalEing abandonment plug
2) Pavement removal
3) �xcavation
4) Hauling
S} CLSM
6} Disposal of excess material
7) Furnishing; placement and compaction of backfiSl
8) Clean-up
Sanitary Sewer Manho{.e Removal
a. Measurement
1) Measureinent %r this Item will be per each sanita�y sewer manhole to be
rei�oved.
b. Payment
1) The work performed and materials furnislled in accordance with this Item
and measured as provided under "Measurement" shall be paid For at the
unit price bid per each "Remave Sewer Manhole" for:
a) Various d�ameters
c. The pri�ce bid shall inc[ude:
1) Removal and disposal ofmanhole
2) Removal, salvage and deliveiy oF fraine and cover to City, if applicable
3) Cutting and glugging af existing sewer lines
4) Paveanent removal
5) �xcavation
6) Hauling
7) Disposal of excess materials
$) Fui�nishing, placement and coinpaction of backiill
9) Clean-up
Sanitary Sewer J�inction Structu�•e Removal
a. Measurement
1) Measurement for tl�is Item will be per each sanitat�y sewer junction
structure being removed.
b. Pay�nent
C1TY OF FORT WORTH
STANDARIa CONS'CRUC'Cl(1N S['ECIFICATIQN DQCUMEIVTS
itevised IlecemUer 2p, 2012
WA'I'ER & SAN�TARY SEWGK K�PLACE1VfEN1'
CDNTRACT 88
CITY PROIECT NO. 0[ 955
�241 14-8
UTTi,1TY ftEMOVAL1ABnN�ONM�N7"
Page S of ] 6
1
z
3
4
5
b
7
8
9
10
1l
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
4S
46
47
48
49
i) The �vork perfqrmed and materials furnished in aecordance with #l�is Ite�n
and 3neasured as provided undei• "MeasuremenY' shal{ be paid for at the
lump sum bid per each "Remove 5ewer lunction Box" iocaiion.
c. The price bid shall include:
1) Removal and disposal of. junction box
2) Removal, salvage and delivery of fi•ame and cover to City.
3) Pavemen# removal
�}) Excavation
5) Haul�ng
6) Disgosal af excess materials
7) T�urnishing, plac�ment and co�npaetion of bacicfill
S) Clean-up
D. 5torm Sewet• Lines and Appurtenances
1. Abandomnent of Storm Sewei� Line by Cut and instal�ation of Abandonraent Plug
a. Measurement
1) Measurement for this Item shall be per each cut and abandonment plug to
b� installed.
b. Payment
1) The wor� performed and �naterials furnished in aceardance with this Item
and measured as provided under "I�easurament" sha11 be paid fat• at the
unit price bid for each "Stoi•m Abandonmen# Plug" installed for:
a) Various sizes
c. The price bid shall include:
I} Furnishing and installing abandnnment plug
2} �'avement re�na�al
3} Excavation
4) Hauling
5) CLSM
6) Disposal of exc�ss �nateriai
7) �'urnishing, placernent and compaction of backfill
8) Clean-up
2. Storm Sewer Manhole Removal
a. Measurement
1) Measuremept for this Item will be per each storin sewer manhole tQ be
t•emaved.
b. Pay�nent
1) The work performed and materials furnished in accordance with this It�m
and measured as provided under "Measurement" shall Ue paid for at the
unit price bid pes' each "Remave Manhqle Riser" far:
a) Various sizes
c. The price bid shall inelude:
1} Removal anci disposal of manlzole
2} Removal, salvage ancf de�ive�y af fi•ame and cover to City, if applicable
3} Paveinent recno�al
4} Excavation
S} Hauling
6} Disposal of excess �t�ate��ials
7) Furnisl�ing, placement and coir►pactron of backfill
8) Clean-up
CCl'Y OF FORT WORTH
STANDARD CO[VSTRUCTiON SP�.CIFICATION DOCUMENTS
Revised T�eeemUer20, 2f}12
WATE12 & SANITARY S$WER REPLACEMrNT
CQNTRACT88
CITY PRO.lEC7' N4. 01955
Q�.41 f9-9
LJTILI'I'Y REMOVAL/ABANDONMENT
Page 9 of 16
l
2
3
4
5
6
7
8
9
i0
I1
12
13
14
15
16
17
18
l9
20
21
22
23
24
25
26
27
2$
29
3fl
31
32
33
34
35
36
37
3$
39
44
41
42
43
44
�5
46
4'1
48
49
3.
4.
�.
Sta��m Sewer lunction Box Remo�al
a. Measureir��nt
1) Measuremen# f�r this Item will be per each storm sewer j unction structure
to be remo�ed.
b. Payit�ent
1) The wot•k perFoemed and mater�als furnisl�ed in accordance 4vith this [tem
and measured as provided unde�� "Measu��ement" shall be paid for at t[le
unit price bid p�r eaeli "Remove Stoi•m Junctian Box" for:
a) Vario�rs sizes
c. The price bid shall incltide:
1) Removai and disposal ofjunction bax
2} Removal, salvage and delivery of frame and cover to City, if applicable
3) Pavement removal
4) Excavatian
S) Hauling
6) Disposal of excess materials
7) Furnis9�ing, placement and cainpaction of backfill
8) Clean-up
Stor�n Sewer Jut�ction Strncture Reinoval
a. Measuretnant
1} Measurement for this Ite.�n will b� per eacl� stoi7n sewer junction structure
being removed.
b. Payment
i} The work performed and inaterials furnished in aecordance with this Item
and measured as provided under °`Measurer�nent" shall be paid for at the
luinp su�n bid per each "lZemove Stann Junetion Strueture" location.
c. The price bid shall include:
1) Remaval and dis:posal of junction structure
2) Re�nova[, salvage and delivery of frame and cover to City, if applicable
3} Pavement removal
4) Excavation
5} Hauling
6} Disposal of excess inaterials
7) �'urnishing, placement and compaction of back�l]
8) C�ean-up
Storin Sewer Inlet Removal
a. IVleasu�•emeni
l) Measure�nent for this Itein will be per each storin sewer inlet t.n be
removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measut�ed as provided under "Measui�ement" shall be paid far at the
unit pz•ice bid p.e�• each "Remove Storin Inlet" for:
a} Various types
b) Various sizes
c. The price bid sl�all include;
1} Removal and disposal of inlet
2) Pave�nent remaval
3} Excavatian
C1TY OF FORT WQRT]-i
STA[�TDAR� CONSTRUCTION 5PT'CIF'ICATION DDCUMENTS
Revised Deeemher 20, 2012
WATGR & SAIVITARY SEWER RCPLACEMENT
CONTf�ACT 88
C1TY PRO.fEC�N0.01955
a2ai ia-�o
U'CIL17'Y RGN]OVAIJAT3ANDONisAEN'I'
Page ] 0 af l6
1
2
3
4
5
6
7
8
9
�a
Il
I2
13
14
i�
16
17
18
19
24
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
35
37
38
39
40
41
42
43
�#4
45
46
47
4$
49
0
7
8
4) I�auling
5) Disposa] of excess materials
6) Fu��nishing, placeinent and compactian of backfill
7) Clean-up
Stoz'm Sewer Junction Box Remowaf
a. Measurement
1) Measurement for this Itezn shall be per linear foot of existing storm sewer
box to be removed.
b. Payment
1) rI'he wnrl� performed and materials furnislied in accordanc� witl� rhis Item
and measured as pro�ided under "Measurement" shall be paid for a# the
unit price bid per lineax' foot af "Remove 5torm Junction Box" faf� all sizes.
c. Tl-►e price bid shall include:
1} Removal and disposai of Stor�n 5ewer Box
2) Pa�ement removal
3) Excavation
4) Hauling
5) Disposal of excess mate��ials
6) �'urnishing, placement and compaction of backfill
7) Clean-up
Headwa11/SET RemoWal
a. Measureinent
1) MeasurernenY far this Iiem will be per each headwall or safety end
treatment (SET) ta be remaved.
b. Payment
1) The work perforjned arld materials furnished in accordance witlti this Item
and ineasured as pravided under "Measurement" shall be paid for at the
unit price bid per each "Remove HeadwalI/SET".
c. The price bid shall include:
1) Removal and disposal of Headwa11/SET
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess �naterials
5} Furnishing, placement and compaction oiback�ll
7} Clean-up
Trench Diain Removal
a. Nieasurement
]} Measurement for this Item shall be per linear foot of stnrm sewer trench
di•ain to be rernoved.
b. Payment
1) Tl1e work perfor�ned and materials furnished in accordance witli this item
and tneasured as providad under "Measurement" shatl be paid for at the
unit price hid per linear foot of "Re�nove Trenel� D�•ain" far:
a) Various sizes
c. The price bid sl�all incl��de:
1) Re�naval and disposal of storm sewer line
2) Paveinent remaval
3) Excavation
C1TY OF F�RT WORTH
STANDA[L➢ CONS'I'RIJCTIQN SPCCIC'ICA"I'lON DOCUMENT5
Cievised bece�nber20, 2072
WAT�R & SANITARY $EWEIt REPLACEdv1ENT
COA!'CRACT 88
C1TY PRQ,iL-C'I' �10. 01955
02 41 14 - 11
l3TILITY RL•MQVALIABEINDONMEN`C
1'a�,e 1 l of ] 6
1 4) Hauling
2 5} Disposal Qfexcess materials
3 &) Furnishi�g, placernent and cainpaction of backfill
4 7} Clean-up
5 1.3 REk'ERENCES [NOT USEDj
6 lA ADMTNISTRATIVE REQUIREMENTS
7 A. Coordination
8 1. Co.ntact Inspector and the Water Department Field Operatian 5torage Yard for
9 coardi3�ation of salvage �naterial return.
f 0 1.5 SUBMITTALS [NOT i7SED]
11 l.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS [NOT US�D]
12
13
14
15
16
17
IS
19
20
21
22
1.7 CLOSEOUT SUBMITTALS [NOT US�D]
1.8 MAINT�NANCE MATERTAL SUBNf[TTALS [NOT USED]
1.9 Qi7ALITY ASSURANCE [NOT USED]
11(1 DELIV�RY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Prot�ct and salvage all materials sueh that no damage accurs during delivery to the
City.
I.� 1 FIELD [SIT�] CONDITIONS [NOT U$ED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 QWNER-FURNISH�D [oe] OWNER-SUPPLIED PRODUCTS (NOT USED]
z3 z.z n�,��T�RraLs
�4 2,3 ACCESSORIES [NOT USED]
25 2.4 SOtiRC� QUALITY CONTROL [N�T USED]
26 PART 3 - EXECUTTON
27 31 INSTALLERS [NOT USED]
28 3.2 �XAMINATION [NOT U�Ell1
29 3.3 PR�PARATION [N4T USED]
30 3.4 R�MOVAL, SALVAGE, AND ABANDONMCNT
31 A. General
CiT'Y OP FORT WQRTH WATER & SAN11'ARY SEWER REPLACL-Iv{F..N�'
STAt�IDARD CONSTRUCTION SFT:'CIFICATION bOCUIvIEIVTS CONTRtLCT 88
Revised December 2�, 2012 C]T�' PRO:i�C7" NO. 01955
0241 ]4- 12
UTIL[TY REMOVALfABAND41�tvIC:NT
Page 1 Z of l6
1 ] . Nianhole Abandonm�nt
2 a. All manho�es that are to be taken put of service ai•e to be reinaved unless
3 specifrcally requested and/or app��oved by City.
4 b. Excavate and backcfil! in aecordance with Section 33 OS 10.
5 c. Remove and salvage manhole fi•ame and cover as coardinated with City.
6 d. Deliver salvaged material to ihe City.
7 e. Cut and plug sewer lines tp be abandaned.
8 f. Backfill manhole void in accordance with City Standard Details.
9 B. Water Lines and Appu��enanees
10 1. Water Line Pressure Plugs
I l a. Ductile [ron Water Lines
12 1} Excavate, embed, and backfill in accordance with Section 33 OS 10.
13 2) Plug wit1T an MJ Plug with inechanical restraint and blocking in accordance
14 with Sectian 33 11 11.
1 S 3) Perform Cut and Alug in acca•danee with Section 33 12 25.
16 b. PVC C900 and C905 Water Lines
17 1) Excavate, e�nbed, and backfill in accordapce with Section 33 05 1Q.
18 2) Plug with an MJ Plug with mechanical restraint and f�locking in accordance
19 with Section 33 11 11.
20 3) Perfoim Cut and Plug in accordance with Section 33 12 25.
2] c. Concrete Pressure Pipe, Bar Wrapped, S.teel Cylinder Type Wat.er Lines
22 1} Exeavate, embed, and back�ll in aacordance with Section 33 DS 10
23 2} Plug using:
24 a) A fabiicated plug restt•ained by welding or by a Snap Ring in
25 accordance ruith Section 33 l 1 13; oj•
26 b) A b]ind flange in accordance with Section 33 11 i 3
27 3) Ferforin Cu# and Plug in accordance with Section 33 1� 25.
28 d. Buried Steel Water �,ines
29 1) �xcavate, e�nbed, and baekfilI in accordance with 5ection 33 OS 10.
30 2) Plug using:
31 a) A fabricated plug restrained by welding in accordance with Section 33
32 11 14; or
33 �) A blind flange in accordance with Section 33 11 14
34 3) Perform Cut and Plug in accordance with Section 33 12 25.
35
36
37
38
39
40
41
42
43
44
45
46
47
48
2. Water Line Abandonment Flug
a. Excavate and backfill in accordance witl� Section 33 OS ] 0.
b. Plug with CLSM in acco��danc� with Section 03 34 13.
3. Watet- Line �bandornnent by Grauting
a, Excavate and backfill in accaj•dance with Section 33 QS 10.
b. Dewater fro�n existing line to be grouted.
c. Fil] line witii Low Density Ce17ular Grout in accordance wit11 Sectian 33 05 24
or CLSM in accordance with 03 34 13.
d. Dispose of any excess material.
4. Water Line Re3noval
a. Excavate and backfill in aecardance vrith Section 33 OS 10.
U. Cut existing line fi�om the utility system prior to remaval.
c. Cut any se�vices prior to rei�ioval.
d. Remnve existing pipe line and pi•operly dispose as approved by City.
C[TY OF FORT WORTH WATGR & SANITARY SEWEIt REPLACENiENT
STANI7ARI] CONSTRUCI'ION SPECIFICATIOI�f DOCUMCI+ITS CONT[tACT 88
Rev ised December 20, 2Q l2 CITY PRO.IL-CT NO. 01955
02 4l 14 - 13
UTILPCY [�EMOVAL/ABAiVDaiVMEN'C
Page l 3 of i b
1
2
3
4
5
6
7
8
9
Ia
11
12
13
14
�5
1G
17
18
I9
Zo
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3$
39
40
4l
42
43
44
45
46
47
48
7
8.
11
12
5. Water Valve Removal
a. �xcavate and backfill in accordance with 5ectior� 33 DS 10.
b. Remove and dispose of valve bon►set, wedge and stem.
c. Fill valve body with CLSM in aecordance with Section 03 34 13.
f. Watei• Valve Removal and Salvage
a. Excavate and backfiil in accordance with Section 33 OS 10.
b. Re�nove vafve bonnet, wedge and stein.
c. Deliver salvaged material to the Water Deparhnent Field Operatian 5torage
Yard.
d. Frotect salvaged materials fi•om datnage.
e. Fiii val�e body with CLSM in accordance with Section 03 34 13.
Water Val�re Abandonment
a. Excavate and hackfill ir� aecordance with 5ection 33 05 ] Q.
b. Remove the top 2 feet of ti�e valve stack and any valve extensions.
e. Fi.l] the re.maining valve stack with CLSM in aecardance with Section 03 3�F 13.
Fire Hydrant Remo�a3 and Salvage
a. Excavate arfd backfill in accordance witl� Section 33 45 10.
b. Remove Fire Hydrant.
c. Place abandonment plug. on fire hydrant lead line.
d. Delive� saiv�ged fre hydrant to the Water Department Field Operation 5torage
Yard.
e. Proiect salvaged materials frorn damage.
9. Water Meter Remo�al and 5alvage
a. Remove and salvage water meier.
b. Return salvaged meier to Proj ect Representative.
c. City will provide replacement i�eter for installation.
d. Meter Box and Lid
1) Remove and salvage cast iron meter box ]id.
2) Remove and dispose of any non-cast iron metei• bpx lid.
3) Return salvaged inatarial ta the Water Depaitment Field Operation Storage
Ya��d.
4) Re�ttove and dispase of ineter box.
10. Water Sample Station Removal and Salvage
a, Remove and salvage existing water sampl� stat�on.
U. De�iver salvaged matel'ial io tli� Water Departinent Field Operation Sto��age
Ya�•d.
Concr�te Waler Vault Remaval
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove and sa[vage vault lid.
c. Remove and salvage valves.
d. Remave and salvage meters.
e. Deliver salvaged inaterial to the Water Depart�nenk ('ield O�ei�atian Stoa'age
Yard.
f. Re�no�e and dispose of ar�y piping or otl�er appurtenances.
g. Demalish and re�nove entire concrete vault.
h. Dispose of all excess materials.
Catl�adic Test Station Abandonment
a. Excavate and bacf�fill in accorciance witl� Sectian 33 Q5 I Q
CITY OP �ORT WORTH
STANDARD CONSTRUCTfU1V 5P6CIF'1CATION pOCUMENTS
Kev ised December 20, 20 [ 2
1WATI:R 8c SANI'CAl2Y S�WE:Ii REPLACEMT'N'1'
COi�IT'ItACT S$
C1TY PK(7,�L-CTNO. 0195�
oza� ia-ia
U'C1L1TY 2CMOVAI./ADANDO[rfMENT
Page l4 of 16
1
2
b. Re3nove tl�e tap 2 feet of the cathodic test station stack and contents.
c. Fill any re�naii�ing voids wikh CLSM in accordance with Section a3 34 i3.
3 C. Sanitary Sewer Lines and Appuetenances
4 ]. 5anit�ry Sewer Line Abandonment Plug
5 a. Excavate and backfill in acco�•dance with Section 33 05 10.
6 b. Remove and dispose of any sewage.
7 c_ Plugwitll CL�M in accordance with Section D3 34 13.
8
4
1Q
11
12
I3
14
15
i6.
17
18
19
20
21
22
23
24
25
2G
27
28
29
30
31
32
2.
i�
4.
5
Sanitary 5ewer Line Aba�3donment by Groutin�
a. Excavaie and backfill in accardance with Section 33 05 10.
b. Dewater and dispose af any sewage fi•om the existing line to be grouted.
c. Fill line with Low Density Cellular Grout in accordance wit1� 5ectian 33 OS 24
or CLSM in aecordance wit1� 03 34 13.
d. Dispose of any excess material.
5anitary 5ewer Line Removal
a. Excavate and back�l] in aecordance with See#ion 33 OS 10.
b. Cui existin� line fi•oin the utility system prior ta removal.
c. Cut apy services prior to �•e�noval.
d. Remo�e existing pipe line and properly dispose as approved by City.
Sani#ary Sewer Manholes Itemoval
a. Ali sanitary sewer manholes that are to be talcen out of service a�•e to be
removed unlEss specifically requested and/or appeoved by City.
b. Exeavate and baekfiil in aecordance with Section 33 QS ] 0.
c. Rernove and salvage manho�e ft•ame and cover.
d. DeliveY' salvaged material to the Water Department Field Operation Stoj•age.
e. Deinol.ish and remove entire concrete manhole.
f. Cut and plug sewer lines ta be abandoned.
Sanitary SewaY' Junction Stz•ucture Removal
a. �xcavate and backfill in accordance witl� 5e�tion 33 OS ] 4.
b. Remove anci salvage inanhole frame and cover.
c. Deliver sal�aged materia] to tlle Water Department Field Operation Storage.
d. Demolish and re�nove entire conc�•ete �nanhole.
e. Cut and plug sewer lines to b.e abandoned.
33
34
35
36
37
38
39
40
41
42
�43
�44
45
46
47
I�. Stor»n Sewer Lines and Appui�tenances
1, Storm Sewer Abandoninent Pli.ig
a. Excav�te and back�ill in acco�'dance witl� Section 33 OS l0.
b. De�ater line.
c. P1ug witl� CLSIVI in accordance witl� Section 03 34 13.
2. Storin Sewet• Line Abandonment by Grouting
a. Excavate and backfill in accordance with Section 33 05 10.
b. Dewater the existin� line tn be groutad.
c. Fill line with I,ow Density Cellular Grout in accoi•dance with Section 33 OS 24
or CLSM in accot•dance witEz 03 34 ] 3.
d. Dispose of any excess materiaf.
3. 5torm Sewer Line Removal
a. Excavate and 6ackfi1l in aceordanee with Section 33 OS 10.
b. Remove exi5ting pipe line and properly dispose as appraved by City.
4. Storin Sevae�• Manl�ole Removal
C1TY OF FQRT WORTH WATER & SANITARY SEWER REPLACE3viENT
STI1NllARD CONSTRUCTION SPCCIFICATIDN DOCUMENTS CONTRACT 88
Revised Daeemk�ee 20, 20I2 CiTY PROJEC'f ]�i0. 01955
Qz�� �a-�s
UT[LITY RF_M.OVAIJAi3ANDbNMEN'r
Page 15 of 16
1
2
3
4
5
G
7
8
9
io
11
12
13
14
15
16
17
!$
19
aa
21
22
23
24
25
26 3.5
a. All starm sewer manl�ales thak are to be taken aut nf service are to be remaved
unless specifical{y requested andlar approved by City.
b. Excavate and backfill in acco�•dance with Section 33 OS 10.
c. Demolisf� and re�nove entire concrete manl�ole.
d_ Cut and plug storm sewer lines to be abando�ed.
5, Stoi•in Sewer Junction Box and/or Junction Structure Removal
a. Excavate and f�acicfiill i�� accardance witl� Section 33 OS 10.
b. De�nalish and remo�e entire concrete structu�•e.
c. Cut and plug stoi��n sewer lines to b� al�ai�doned.
6. Storm Se�e3� Iniet Removal
a. Exeavate and backf II in accai•dance �uith Section 33 D5 i 0.
b. Demolish and remove entire cancret� in[et.
c. Cut ar�d plug star�n sewer lines to be abandoned.
7. Storir� Sewez- Box Rerr�aval
a, Excavate and backfill in accordance witli Section 33 OS 1 Q.
b. Cut existing line fi•om the utility system prior to removal.
c. Cut any services prior to removal.
d. Reinove existing pipe ]ine and praperfy dispase as approved by City.
8. Head1ya111SET Re��noval
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Demolish and remove entire concrete inlet.
c. Cut and plug storm sewer iines to be abandoned.
9. Storm Sewer Trench Drain R�anoval
a. Exeavate and backfill in accordance with 5ectian 33 OS 10.
b. Remove existing pipe line and dispose as appr�ved by Cit�.
REPAIR 1 RESTORATION [NOT USED]
27 3.6 RE-INSTALLATION jNOT USED}
28 3.7 �+'I�LD �aa] SITE QUALITY CONTROL
29 3.8 SYSTEM STARTUP [N�T US�D]
30 3.9 ADJUSTING [NOT USED]
31 3.10 CLEANING [NOT US�D]
32 3.1� CLOSE�UT ACTIVITI�S [NOT USED]
33 312 1'ROT�CTION �NOT US�D]
34 3.13 MAINT�NANCE [N�T US�D]
35 3.14 ATTACHMENTS [NOT US�D]
36
C1TY OF FORT WORTH WATLR & 3AN1'fARY SEWER REPLACEMrNT
STAI�1]AItD CONSTRUCT[ON 5PECIFICAT[ON DOClIMENTS C(}1VTRACT 88
Aevised December 20, 2012 CITIr PRO.IEC1' NO. O1455
ozat ia-�6
UTILETY REMOVA[:IAB�NDONM£IVT
Page 1 G of 16
END 4� S�CTION
Revision Log
DATE NAME 5l1MMARY OF CHANGE
L2,C,3.c. — l�iclude Trame and Cover in Payment description
12I20/i 2 I7. .Tohiison "�ljraugh�ut — added a�andonmeut oistorm aiid sewer manhaies when requested
a�icf/or approWed by City
CITY qP PqAT WOIt'TH VWATE[Z & SANJ1'ARY SEWL-R RCPI.ACEMENT
Si'ANIJAItD CONSTRUCTIOi�I SP�CIFICATIQN DOCUML-IVTS CONTRAC'T $8
Kevised Deceniber 20, 2fl ] 2 CI'TY PRO,fECT 1VQ. U 1955
32Q1 17- ]
PERMAiVENT ASPI-TAL'C PAVINC REPAIR
Page l of 5
r
�
4 PART1- GENERAL
5 �.1 SUMMARY
6
7
8
9
10
11
12
i3
14
15
]6
17
18
19
20
21
22
SECTION 32 Oi 17
PERMANENT ASPHALT PAVING REPAIR
A. Section includes:
], Flexible pavement i•epair to include, but not liinited ta:
a. Utility cuts (wa#er, sanitary sewer, drainage, franchise utilities, etc.)
b. Warr�anty wark
c. Repairs of damage causecl by Cant�•actor
d. Any permanent asphalt pavement repaiz• needed during the course of
consiruction
B. Deviations fi•om tl�is City of Fort Worth Standard Specification
1. None.
C. Related Specification Seciions incl�de, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forins, and Conditions af the
Cnntract
2. Division 1— General Re.quiretnents
3. Section Q3 34 16 — Concrete Base Material for Ta•encl� Repair
�}. Section 32 l2 I6 -- Asphalt Paving
5. Section 32 13 13 —Concrete Paving
6. Section 33 QS 10 — UtiIity Trench Excavatia.n, �mbedment and Backfil�
23 1.2 PRXCE AND PAYM�NT PROCEDURES
24
25
26
27
28
29
30
3i
a2
33
3A
35
36
3'i
3$
39
40
41
A. Measureinent and Payment
1. Asphalt Pavement Repair �Fa�^ utility lreneh ��epair, r•L'�1Q11� wadlh r.'s to include the
width beyol2d the h�ernch sl�own in the Dra�vin�s as v��ell as any crdditional width
rer�uired around structures.]
a, Measurement
1} Measure�nent fnz• this Item vvill be by tkle linear faot of Asphalt Pavement
Repair based on tlse defined widtl� and i•oadway classi�cation specified in
the Drawings.
b. Payment
l) The work performed and materials furnished in accordance with tIiis Ite�rt
and measured as provided under "Measuremenfi" w�ll be paid fo�' at the unit
price bid priee per iii�ear foot ofAsphalt Pavement Repair,
c. Tl�e price bid sl�a{I include:
1) Preparingf��al sur�'aces
2) Furnishing, loadia�g, �mlaading, storing, hauling and handling all materials
includi��g fi•eight and royalty
3) Traffic conirol for all testing
4) Asphalt, aggregate, and additive
CITY pF PQRT' WORTH WAT'£R & SANITARY SEWER REC�Ll�CEMENT
STANDARD COIVSTR.UCTION SPECIFICATIDA! DOCUM�NTS CDNTRAC"T 88
Revfsed December 2fl, 2012 C1TY PRO.IECT NO. Ol 955
3201 17-2
P�RMAi`tE]+1T A�I'HALT PAVING REPAIR
Page 2 ni-5
1
2
3
�
5
�
7
8
9
]0
11
12
13
14
15
15
]7
18
19
20
21.
22
23
2�
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
2.
3
4.
5) Materials and work needed for corrective action
6) Trial baiches
7) Tack coat
8) Removal and/or sweep�ng excess material
Asphalt Pave�nent Repair For iltility Service Trench
a. Measuee�nent
1) Measurement for this Ite��► wilE be by the linear foat of Asphalt Pavement
Repair• centet•ed on the proposed sewer se�•vice line measured from the face
of curb to #he limit of the Asphalt Pavement Repaii� for tlie �r�ain sewer line.
�. Pay3nent
]) The work performed and materials furnished in accordance with this ltem
and measua-ed as pravidad under "Measuremenf" will ba paid for at th� unit
price bid pr'iea per linear foot of "Asphalt Pavement Repair, Service"
installed for:
a} Various types of utilities
c. The price bid shall incIude:
1) Preparing final surfaces
2) Furnishin�, laading, un�oading, storing, hauling and hand�ing all �naterials
ineluding fi•eight and royalty
3) Traffic eontrof for all testing
4) Asphalt, aggt-egate, and additive
5) Materials and work needed for corrective actian
6) Trial hatclles
'1} Taek coat
8} Removal and/or sweeping excess materiai
Asphalt Pavement Repair Beyond Defined Width
a. Measure�nent
1) Measur•ement for this Item wiil be hy t11e square yard for asphalt pavement
�•epair beyond pay limits ofthe defined widtli of Asphalt Paveinent Repair
by roadway classification specified in tl�e Drawings.
b. Payment
l) The woik perforined at�d materials fiarnished in accordance with this Item
and measu�'ed as provided under "Measueeinent" will be paid for at the unit
price �id per squar�e yard of Aspl�alt Pa�ement Repair Beyond Defined
Width,
c. The price bid shall include:
1) Prepa��ing final suefaces
2} Furnishing, laading, unloading, storing, l�auling and i�andling al] �naterials
including fi•eigh# and royalty
3} Traffic cont�•ol for a11 testing
4) Aspl�alt, aggregate, and additive
5) Materials and worlc needed for cori•ective action
6) Trial batches
7) Tack c.oat
S) Removal and/oi� sweeping excess material
Extra Width Asphalt Pave�nent Repair
a. Measuret��ent
]) Measurement fQi• this ltem will be by the square yard foz' surface ��epair
(does not include hase reUair) for:
CITY OF rQRT WOItTH
STANDARD CONSTRlJCTION SPGCIFICATION DbCUPvIrNTS
Ite�ised Decem6er 2Q, 2012
WATER & 3AIVITARY SCWE12 RBC�LACEIv1HNT
CDNTRACT 88
C1TY PROJECT NO. 01955
3201 17-3
P�RMANENT A5PH�ILT E'AVING REl'AIR
Page 3 of 5
1
2
3
4
5
6
7
8
9
i0
11
12
13
14
15
16 1.3
a) Va�•ious thicknesses
b. Paymee�t
1) The wa��lc p�a•fornaed and maierials furnished in accnrdance with this Item
and �neasured as prnvided under "Measurement" wil] be paid for at t11e utti#
price bid pet� square ya3•d of Extra Width Asphalt Paveinent Repaij•
c. The price bid shal] in�lLide:
1) Preparin� final surfaces
2} F'urnishii�g, loading, unloading, storing, hauling and ]aandling all materials
inckuding freight and royalty
3} Traffic controi for all testing.
4} Asphalt, aggregate, and additive
5) Materials and. work needed %r corrective action
G) Trial batches
7) TacE� coat
8) Reinoval and/or sweeping excess matarial
REF�RENCES
17 A. Definitions
18 1. H.M.A.C. — Hnt Mix Aspl�alt Cancz•ate
19 1.4 ADMIN�STRAT�VE REQiJIREMENTS
20 A. Fermitting
21 1. Obtain Street Use Permit to maKe utility cuts in tl�e street from the Ti�ansportation
22 and Public Wo�•ks Departinent in conformance with current o��dinances.
23 2. The Transportation and Pu61ic Works Department will inspect the paving repair
24 after construction.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTTON Si]BMITTALS/INFORMATIONAL SY7BMITTALS
27 A. Aspllalt Pavement Mix Design: subinit for appraval: see 5ection 32 l2 16,
28 1.7 CLOSEOUT SUBM�TTALS [N4T USED]
29 1.8 MAINTENANCE MATERIAL SUBM�T"I'ALS [NOT USED]
30 1.9 QiTALITY ASSURANCE [NOT USED]
31 1.11 D�LIVERY', ST�RAGE, AND HANDLING [NOT USED]
32 1.12 FIELD CONDITIQNS
33 A. P1ace mixture when the roadway surface teinpej•ature is 45 degrees F ar higher and
34 rising �mless otl�eitivise ag�roved.
CITY OF PORT WORTH WATER Be SAIVITAiLY SEW�R REPLACEIviEiVT
STANllA1tD CnNS'fRUCTION SPECIFICATION DOCUMENTS CONTRACT 88
Revised Decem6er 26, 20 ] 2 C]TY PRd.IECT NO. 01955
3201 17-9
PGRMAN�NT ASPE�IALT PAVl[JG REPAiR
Page 4 0#' S
l 1.13 WAIiKANTY [NOT USED]
2 PART2- PRODUCTS
3 2.1 OWNER-�URNISHED [NOT USED]
4 2.2 MAT�RIALS
5 A. Backfil!
6 I. See Sectian 33 OS ] 0.
7 B. Sase MaterEal
8 1. Cancrete Base Material for Tr•ench Repair: See Section 03 34 16.
9 2. Concrete Base: See Section 32 13 13.
10 C. Asphalt Faving: see Section 32 12 16.
11 1. H.M.A.C. pa�ing: Type D.
12 2.3 ACCESSORIES [NOT US�D�
13 2.4 SOURCE QUALITY CONTROL [NOT USED]
14
15
16
PART 3 - EXECi1TION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [N4T USED]
] 7 3.3 PREPARATION
18 A. Surface Frep�u�atian
19 1. Mark pavement cut far z'epairs for appro�val by the Gity,
20 2. �ontractar and City meet prior to saw cutting to confinn limits of repairs.
21 3.4 INSTALLATIUN
22
23
24
2S
26
27
28
29
3�
31
32
33
34
35
A. General
1. Equipinent
a. Use macl�ine iniended far cuttrng pavement.
b. Milling macl�ines may 6e used as lang as straight edge is maintained.
2. Repairs: In tr•ue and straigl-rt lines to dimensions shown on ihe Drawin�s.
3. Utility Cuts
a. ]n a tr�te and st�•a�ght line o.n botk� s[des nf the tr�ncl�
b. Minimum of l2 inclles outside tl�e t�ench walls
c. If the existing flexible pavement is 2 feet or less between the lip of tl�e existing
gutter and the edge of the trench repair, remove tEle existing paving to such
gutter.
4. Limit dust and t'esidues fronl sawing fi•am entering the atmosphere or drainag�
facilities.
B. Removal
CITY OF FQRT WORTH WATER & SANITAItY SEWER REI'LACCM�NT
STAAfDAR17 CONSTftUCT[ON SPECIi'ICATIOi`I DOCUMENTS CONTRACT 88
Revised Dccem6er 2p, 2012 C]"fY I'RO:�EC7' NO. Q1455
1
2
3
4
5
6
7
8
9
]0
11
12
13
l4
15
16
17
18
19
2D
21
22
23
320i 17-5
PERMANEIVT ASPI-IAI,T PAVING l2CPA1R
Page 5 of 5
1. Use care to prevent fracturing existing paveinent siructure adjacent to the i•epair
ai•ea.
C. Base
l. Instail replacament base material as specified in Drawings.
D. Asphalt Paving
1. H.M.A.0 plaeement: in accordance with Section 32 ]2 1G
2. Type D surface mix
3. Depth: as spec�fied in Drawings
4. Place surface mix in li$s nat to exceed 3 inches.
5. Last or top lift shal] not he less than 2 inclies thictc.
3.S R.EPAIRIRESTQRATION [NOT USED]
3.6 RE-INSTALLATION [NOT US�D]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STAATUP [NOT US�D]
3.9 ADJUSTING [NOT i7SEDj
3,10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [N�T USED]
3.12 PROT�CTION [N4T USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
�ND OF S�CT�ON
Revisian Log
DATE NAME SUMMARY OF CHANGE
1.2.A —Modiiied Items to Ue included in price bid; Added blue text Fnr ciariftnation
12l20/2012 D. Joli��san of re�air rvidth on utility lrencli a•epair; Added a bicl item for utiliry service trench
repair.
24
CITY OP PORT WORTI�I
5'I"�1?*fDARD CdNSTRUCT30N 5PL•CIFICATIpN D4CUMENTS
EZevised I�ecember 20, 2012
WATCR & SAAlITARY SEWER REPLACI:MENT
CONTRACT88
CITv PRO.rEc7' Np_ o i 455
32 Ol 29 - I
CONCCtE"t'E f�AViNG REPA]R
Pttge 1 of 4
1
2
3
4 PART1- GENERAL
5 11 SUMMARY
6 �.. Section includes:
7
8
9
lfl
11
12
13
SECTION 32 01 29
CONCRETE AAVING REPAIR
1. Conci•ete pa�ement repaii• to include, but not lienited to:
a. Utility cuts (water, sanita�y sewer, drainage, etc.)
b. Warranty work
c. Aepairs of damage caused 6y Contractar
d. Any other concrete pavement repair needed during the course of const��ict�on
B. Deviations fi•om this City of Foj�t Worth Standard S.pecification
1. None.
14 C. Related Specifieation. S�ctians include, �ut a�•e not necessarily limited to:
15 I. Di�ision 0-�idding Requirements, Cont�act Forms, and Conditians of tl�e Contract
1G 2. Division 1- General Requirements
17 3. Section 32 O1 18 - Temporary Asphalt Paving Repair
18 4. Section 32 12 16 - Asphalt Paving
1� 5. Sectlar� 32 13 I3 - Cancrete Paving
24 6. Section 33 05 10 - Utility Tranch Excavatian, Einbedment and Backfill
21 1..2 PRICE A.ND PAYMENT PROCEDURES
22
23
24
25
26
z�
2$
29
�n
3l
32
33
34
35
36
37
38
39
4�
41
A. Measurement and Payznent
1. Conc�-ete Pavez►�ent Repair �When panel replacen�etat r.'s r�ot reguired for xatility
trench �epair, repair width is ta r.'nclude the widt�i beyor�d the trench shown in the
Drawings as well as any adcl'r.'tioraal width rcquired arounci st��uctures. There is rao
clifferet�tiation bettiue�n main line trench �eperir and service line trench repair for
cancrete r^oadways because the quantiry is measured by syuare yard.]
a. Measurement
1) Measu�•e�nent for tl�is Item shall be by the square yard of Co�crete
Paverr�ent l�epair for various:
a) Street iypes
2) Lirrfits of x'epair will be based on the time of service of the existing
pavernent. Tlle age of the pa�ement wil[ need to be determined 6y the
Engineer through coordinatian with tl�e City. For paven�ent ages:
a) 10 years or less: repair entire panei
h) Greater t17an 10 yeat�s: repair to limits per Drawings
b. Payment
1} The wo.rk performed and materials furriished in accordance with this Itetn
and measured as provided under "Measu�-emenY' shall be paid fo�� at the
unik price bid pe�� squau�e yard af Concrete 1'aveinent Repair
c. The price bid shall inefude:
CITY O� PORT WORTH WATER & SANITARY S�WER C2EC'iACEMENT
S1'ANDARD CONSTRUCTION SP�,C[FICATEON DOCUNEENTS CbN7T2AC7' 88
Revised Qeeember ZQ, 2Q12 C1TY PRO.IGCT i+10. fl 1955
320129-2
C{}hlCItETE PAVING REPAIR
Pa�e Z of 4
i
2
3
4
5
6
7
8
9
10
11
12
13
i4
15
i6
17 1.3
1) Shaping and fine grading tIie placement area
2) Furnishing and applying a!1 water a•equired
3) Fu►'nisllin�, loading and unloading, storing, hauling and handlii�g all
conc�•ete
4) Furnishing, loading and unloading, storing, hauling and handling all base
material
5) Mixing, placing, finishing and curing all concrete
6) �'urnishing and installing reinforcing stee]
7) Furnisliing all materials and placing longitudinal, warping, expansion and
contraction join#s, including all steel dowels, dowel caps and load
transmission units required, wir� and devices for placing, holding and
suppnriing the steel bar, load transmission units, and joint fiiler in the
proper position; for eoating steel bai•s wlle�•e required by ti�e Drawings
S) 5ealing joints
9) Monolithically pow�ed curb
10) Cjeanup
REFERENCES [NOT USED]
1 S 1.4 ADMINISTRATTV� REQXJIREMENTS
14
20
21
22
23
24 1.5
A. Pennitting
1. Obtain 5treet Use Permit to make Utility cuts in the street from the Transportation
and Public Warks Department in conformance with current ardinances.
2. T�'anspartation and Public Works Department will inspect paving repair after
construction.
SiTBMITTALS [NOT U�ED]
25 1.6 ACTION 5UBMITTALS/INFORMATI�NAL SUBMITTALS
26 A. Concrete Mix Design: submit foi• approval in accordance with 5ectian 32 13 33.
27 1.7 CLOSEDUT �U�MITTALS [NOT USED]
28 I.S MAl1VTENANC� 1VIATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANC� [NOT IIS�D]
30 1.1a DELIVERY, STORAG�, AND HANDLING [NOT IISED]
31 1.11 FIELD C�NDTT'IQNS
32 A. Weather Conditions: Alace concrete as speciiied in Section 32 13 i3.
33 1.12 WARRANTY [NOT US�D]
34 PART 2 - PRODLICTS
35 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
3G
37
2,2 MAT�RIALS
A. Embedinen.t and Backfill: see Section 33 05 10.
Cli'Y OF I=ORT WORTH WATLR & SANI7'ARY SEWER REI�LACEMEIVT
STRNI7ARI� CONSTRUCTION SPECIFICATIOiY DOCUM�iYTS CONTRAC'T 88
Reviscd December 2p, 2012 CITY PROJF:CT ND. � 1�55
32n���-�
CONCIt�T� YAVINC REPAIR
Page 3 of 4
1 S. Base inaterial: Conci'ete base: see Section 32 13 l3.
2 C. Concrete: see Section 32 13 l 3.
3 l. Concrete paving: Class H or Class HES.
4 2. Replace concrete to tl�e specified thickness.
5 2.3 ACCESSORIES [NOT USED]
6 2.4 SUURCL+' QUALTTY CONTR�L [N�T USED]
7 PART 3 - �X�CUTXON
8 3.1 INSTALL�RS [NOT USED]
9 3.2 EXAMINATION [NOT USED]
j 0 3.3 PREPARATTON
11
�z
13
14
15
1G
]7
A. Replace a cantinuous section if multiple repairs are close�• than 1 Q feet apart fi•om edga
of one repair to the edge of a second repair.
B. If the cut is to be covered, use steel pl�tes of sufficient strength and thickness to support
traffic.
I. Construct a transition of hot-�nix ar cold-mix asphalt from the top of the steel plate
to the existing pa�ement to c3•eate a smooth riding surface.
a. Hot-mix or coid-mix asphalt: confonn to the requirements of Section 32 12 16.
18 C. Surf'ace Preparation: mark pavement cut z-epai�•s fo:r approval by ihe City.
19 3.4 INSTALLATION
20
21
22
23
24
25
z6
2'7
28
29
30
31
32
33
3�}
35
36
37
38
39
A. Sawing
1, Genera[
a. Saw cut parpendicular to the surface to full pavement depth.
b. Saw cut fihe edges of pavement and appurtenances damaged subsequent to
sawing.to remove damaged areas.
c. Such saw cuts shall be parallel to the oi•iginal saw cut and to neat straight lines.
2. Sawing equipment
a. Powet•-driven
b. Manufactured %r the purpose of s.awing paverr�ent
c. In goad operating condition
d. Shali not spall or facture concrete adjacent to the repair at•ea
3. Repairs: In true and straight lines ta dimensions shown on the Drawings
4. Utility Cuts
a. In a true and straigllt line o.n both sides of tha trencl�
b. Minimum of 12 incl�es outside t11e t�•ench wails
5. Prevent dust and residues from sawi3�g froin enteiing tl�e atmosphere ar d�-ainage
facilities.
B. Remova]
1. Use ca�•e in reinoving co»crete to be re�aired tt� pr•event spalli��g Q�• fi•acturing
conc3-ete adjaeent to the repair area.
C1TY OF FORT WORTH WATER & SANITARY SEWER REPLACEMENT
51'AND�ItD CONSTRiJCTIOAI SPECIPICATION 170CUMENI'S CONTRACT 88
Revised DeeemUer 20, 20.t2 CITY PRO.IECT NO. U1955
32O129-4
CO3�lCRETE PAVII+IG fZ�PA[R
Page 4 of 9
1
2
3
4
S
5
7
8
9
14
I1
12
13
l�
i5
C. 8ase: as specified in Drawings
D. Concrete Paving
1. Cancrete placement: in accordance with Section 32 13 13.
2, Reinforce cqncrete replace�neilt: as specified in Drawings
3.5 REPAIRIRESTORATX�N [N4T USED]
3.6 R.E-INSTALLATION [NOT USED�
3.7 �I�LD QUALITY CONTROL [NOT US�Dj
3.8 SYSTEM STARTUP [NOT IISED]
39 AllJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT IIS�:D]
3.12 PROTECTION [NOT IISED]
3.13 1VIAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT u��D]
END OF S�CTTON
Revision Log
DATE NAME SUMMARY OF CHANG�
1.2.A — Modiffed Iiems fo be iucluded i�i priee bid; Added blue text fnr clarifieation
12l2d/2D12 D. Jolmson of mpair width oEi utility trench repair
2.2.C.1— Clia�iged to Ciass P to Class H
16
Cl'1'Y DF FORT WORTH
STANDARD CONS'1'RUCTl(]lV SPrCIFICATION DOCUME�TTS
Revised Deeem�er 20, 2012
WATEA & SA�fI'�ARY SEWER REPLACEM6NT
CdNTRAC'I' S8
CITY PRO.ICCTiVQ. �1�55
321123- I
I�LEXIBLL' BASE COURSES
Pag� ] o!' 7
1
2
3 PART1- GEN�RAL
S�CTION 32 11 23
FLEXIBLE BASE COURS�S
�+ 1.1 SUMMARY
5 A. Section Includes:
G l. Foundation course for surface caurse or fo�- ot�1��- base course composed of flexible
7 base construet�d in one ar inore courses in confoa�mity with tl�e typica] section.
8 B. Deviations fi'ain this City of Fa��t Wo�•th 5tanda�•d 5pecification
9 1. None
i0
I1
12
13
14 1.2
15
lb
17
I8
19
20
21
22
23
24
25
26
27
28
29
3�
31
32
C. Related �pecification �ections include, but are nat necessa3-ily limited to:
1. Division 0— B.idding Requirements, Contract �'oriras, and Conditions af the
Contract
2.. Division 1 —General Requirernents
PRICE AND PAYMENT PROCEDURES
A. Meastu•ement and Payment
1. Measurement
a. Measurez�et�t far this Item will be 6y the square yard of Flexible Base Course
for various:
1 } Depths
2} Tyges
3} Gradations
2. Payment
a. The wark perfo�•ined and materials furnished in accordance with ihis Itein and
jneasured as provided under "Measurement" will Ue paid for at the unit price
bid per square yard of Flexible Base Course.
3. The pri�e bid shail inalUde:
a. Preparation and cqn•ection of subgrade
b. Furn�sl�ing of tnaterial
e. Hauling
d. Blading
e. Sprinkiing
f. Compacting
33 1.3 REFERENC�S
34
35
36
37
38
39
40
A. Definitions
L RAP — Recycled Asphalt Pavement.
B. Refer•ence Standards
1. fte�ez'enee standards cited in this specification f•efer to ti�e current reference standard
published at the time of tl�e latest revision date logged at tl�e end of this
specification, unless � date is s:peeifically cited.
2. ASTM Inteinational (ASTM):
CITY a� POR'C WOR"CH WATER & SAIJiTARY SEVdER R�PLACLiv1ENT
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS COIQTRACT $8
Revixed Decemher2U, 2�12 CITY I'ROJECT NO. 01955
321123-2
FL,GXIBLG BASE CpUItSES
Page 2 af 7
1
2
3
4
5
G
7
8
9
l�
11
12
13
14 1.4
a. DG98, Standard Test Methods far Laboratory Compaction Characteristics of
Soil Using 5tandard �ffort (12 400 ft-Ibf/ft3 (600 kN-rt�t/n�3))
�. Texas Depa��ttnent ofTrans}�ortation (TXDOT):
a. Tex-144-E, Detennining I,ic�uid Liir�its of Soils
b. Tex-146-E, Calculating the Plasticity Index of Soils
c. Tex-IQ7-�, Determining the Sar Linear Shi•inkage of Soils
d. Tex-110-E, Particle Size Analysis of Sails
e. Tex-1.1$-E, Ball Mill Metl�od far Detez�mining th� Disintegration of Flexible
Base Material
f. Tex-117-E, Tria�cial Compressian for Disturbed Soils and Base Materials
g. Te�-4i 1-A, Soundness of Aggregate Using Sodium Sulfate of� Magnesium
Sulfate
1�. Tex-413-A, Detarmining I}eleterious Material in Mineral Aggregate
ADMTNYSTRATIV� REQUIREMENTS [NOT USED]
I S 1.5 ACTION SUBMITTALS [NOT USED]
16 1.6 ACTION Si1BMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
17 1.7 CLOS�OUT SUBIt�TTALS [NOT US�D]
I S 1.8 MA�NTENANC� MAT�RIAL SUBMITTALS �1VOT USED]
19 1.9 QUALITY ASSUItANCE [NOT USED]
20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
21 1.11 FIELD �SIT�] COND�'I'TONS [NOT USED]
22 1.12 WARRANTY [NOT USED]
23
24
25
PART 2 - PRODUCTS [NOT iFSED]
2.1 OWNER-RURNISHED PRDDUCTS [NOT USED]
2.2 11"IAT�RIA.LS
26 A. General
27 1. Furnish uncantaininated materials of unifo�•m quality that meet khe requiretnents of
2S the Drawings and speci�cations.
29 2. Obfain materials fi•pir� approved sources.
30 3. Natify City of changes to materia[ sources.
3I 4. 7'he City may sample and test project inaterials at any time befor� compaction
32 tl�roughaut the duration of the project to assure specification coinpliance.
33 B. Agg�•egate
34 1. Fu�-nish aggregate of tl�e type and grade shown on khe Drawings and conforming to
35 the requirements of Table 1.
36 2. Each sou�•ce must meet Table I requirements for liquid limit, plastiCity index, and
37 wet ball inill for the grade specifed.
38 3. Do ��ot use additives such as b�at not liinited to lime, cement, or fl�r ash to modify
39 aggregates to meet tY�e �•equire�nents of Table 1, unless shown on t13e Dravwings.
C1TY QF FOItT WOI�TH Wt1"I�R & SAN1T1�]iY SEWER [tEPLACEM�NT
STANI�AAD CO1V5"CCtUCTION SPEC[FICATION IJOCUMT'iVTS Cn3V'I'RACT 88
[�e�ised December 2fl, 20I2 CITY PRDIECT NO. 01955
32 il 23-3
C'LGXIT3LE BASE CpUASES
Pags 3 of' 7
'I'�ble 1
Ma#erial Re uirements
Pro erl Tcst Niethod Grade 1 Grxdc 2
�Vlaster �radation sieve
size (% retained;
2-1/2 in. — Q
1-3/4i��. 0 0--]0
7/8 in. Tex-I 10-E ��35 —
3/8 in. 3a-50 —
IVo�.4 45—GS �}5-75
Nq.4a 7D-85 60-85
[.i tEidlimit °lamax.' Tex-]D4-E 35 44
PlastiCi index, max.� Tex-1Q6-E ]a 12
Wet balf mill, °/u max.Z 4D AS
Wet l�all mi[I, °!o �nax. Tex-1 16-E
increase passing Yhe 24 20
No. 40 sievc
Classification' 1.0 1.1 2.3
Min. compressive
strength1, psi Tex-1 l7-E
lateral pressure 0 psi 45 35
lateral pressure I 5 psi 175 175
L Determine plastic index in aocordance with Tex-107-E (linear
snr�nxap,e) wtten uqma iirnit is unattamabie as uetmea m
Tex-] 04-E.
2. When a soundness value is required by the Drarvings, test
materia] in accordance with Tex-4 ] l-A.
3. Meet 6olh lhe classificatiQn and the minirnum compressive
strength, unless otherwise shown on the Drawings.
4
5 4. Material Tolerances
5 a. The City may accept material if no more �han 1 ofthe 5 most recent geadation
7 tests has an individual sieve outside th� specifi�d li�nits of the gradation.
& b. Wlaen target grading is required by the Drawings, no single failing test may
9 exceed the master grading by more fhan 5 perc.entage po.ints on sieves No. 4
IO and Iarger tir 3 percentage points on sieves smaIler than Na. 4.
11 c. The City may accept inaterial if no more than 1 of the 5 most recent plasticity
12 inde� tests is outsida the specif�d limit. No single failing test rnay exceed t17e
13 allowable ]imit by mos•e than 2 paints.
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Material Types
a. Do ntit use f llers or binde�•s unless approved.
b. Furnish the type specified on the Drawings in accordance with the following:
1) Type A
a) Crushed stone produced and graded fi•om avei•size quarried aggregate
that originates fram a single, naturally occ�i7•ing source.
b) Do not use gravel or multiple sources.
2) Type B
a) Only for use as base material far temporaiy pave�nent repairs.
b) Do not exceed 20 percent RAP by weigl�t unless shown on Drawings.
3) Type D
a) Type A material ai• crushed concrete.
b) Cr�ished concrete containing grave] will be consid�red Type D
material.
C1TY OF FORT WORTH WAT�R & 5AN]TARY 5C'W�R RCPI.ACL•ML-NT
STANDARD CONSTItUCTiON SPECIFICATIQN DOCUMENTS CONTRACT 88
Revised December 2Q, 2�12 CITY FRO.fECT NO. 01955
32 I ] 23 - �i
FI.CXII3[..G BASL- COURSES
Page a of 7
1
2
3
4
S
6
7
8
9
C. Water
e) Tl�e City inay require sep��ate dedicated stockpi[es in ordej� to werify
coinpiiailce.
d) Crushed concrete must �neet tl�e foilaw�ng requirements:
(l} Table 1 forthe gi�ade specified.
(2) R�cycled materials �ntist be free from reinforcing steek and otl�er
pbjectionable matea�ial and lia�e at most 1.5 percent deleterious
�naterial when tested in aecordance. witl� T�X-413-A,
1. Fuinish watej• �ree of industrial wastes and other objectionable matter.
10 2.3 ACCESSORIES [NOT USED]
1 I 2.4 SOURCE QUALITY CONTROL [NOT T7SEDj
lz PART 3 - EXECUTIDN
13 3.1 INSTALLERS [NOT IISEDj
I4 3.2 �XAMINATION [NOT USED�
15 3.3 PREFARATIOIV
16
17
l8
19
20
21
�2
23
24
25
26
27
2$
29
3Q
31
32
33
34
35
36
37
3$
39
A. General
1. Sliape the subgrade or existing base to confor�n ta th� typical sections shown on the
Drawings or as directed.
2. When new base is required ta be inixed with existing base:
a. Deliver, place, and spread the new flexible base in the requir�d ainnunt.
b. 1Vlanipulate and thoraugh.ly mix the new base with existing material ta provide
a uniform mixture to the specified depth before shaping.
B. Subgi•ade C.ompaction
]. Proof roll the roadbed befpre pul�erizing or scarifying in accordance with the
following:
a. Proof Rolling
1) City Project Representative �nust be an-site during proofrolling operations.
2) Use equipment that will apply suf�cient 1pad to identify soft spots that rut
or pump.
a) A�ceptable equipment inclucfes fully loaded single-axle water truck
with a 1500 gallon capacity.
3) Make at least 2 passes wikh the pz'oof rvlie�' (down an� back = 1 pass).
4) OfFset eaeh trip by at most l tire width.
5} If an unstable nr non-uniform area is found, coi•rect the area.
b. Carrect
1) Sof� spots that rut or pump greater kllan 3I4 inGh
2) Areas that are unstable oi• non-uni%rm
2. Installation of base inaterial cannot pt'oceed until coinpacted subgrade app�•oved by
the City.
40 3.4 INSTALLATION
41 A. General
C1TY OP PORT WO[2TH WA7'ER & 5ANITARY SEWL•R RGPLACCMLNT
STA�f�.AI�I] COiVSTRUC7'lON Sl'ECIFICATI0IV DOCUIv]£NT5 CONTRACT 88
Revised December20,2U12 C1TY C'RO.fECT'1V0. U1955
32l] 23-5
FLEXIBLE BASE COURSES
Page 5 of.' 7
1
2
3
4
5
1. Construct each layer uniformly, fi•ee of loose or segregated areas, and with the
required density and moisture content.
2. Provide a s�nooth surface that cnn%rms to the typical s:eetions, lines, ai�d ga•ades
shown pn the Drawings or as directed.
3. Hau] approved flexible base in clean, covered trucks.
6 B. Equipment
7 1. General
8 a. Provide macliineiy, toals, and equiptner�t necessa��y fpa• �roper execution of the
9 wqrk.
iQ
I1
12
13
14
15
16
1?
18
19
2Q
21
22
23
24
25
2G
27
28
29
3Q
3l
32
33
34
3S
36
37
38
39
4q
4E
42
A3
44
2. Rollers
a. The Contractor may use any type of t•oller to meet the production rates and
quality require�nents of the Contract unless otherwise shown on klie Drawings
or directed.
U. When specific types of equipment are required, use equipment that meets the
speeified requi��ements.
c. Alternate Equipment.
1) Instead afthe specified equip�nent, the Contractoi may, as approved,
opei�ate other compaction equipment that praduces equivalent results.
2) Discontinue tl�e use af the alternate equipment and furnish the specified
equipmant if the desired results ai•e not achieved.
d. City rnay require Contractor to substituie equipment if productian rate and
quality requirements of the Cont�•aet are not �net.
C. Alacing
1. 5pread and shape flexible base into a uniform layer by appror+ed means the same
day as delivered unless okherwise approved.
2. Place material such that it is mixed to minimize segregation.
3. Construct layers to the thickness shown an the Drawings, while maintaining the
shape of the eourse.
4. Where su66ase or base course exceeds 6 inches in tl�ickness, cpnstruct in 2 or more
courses of equal thickness.
S. Minitnum lift depth: 3 i.nches
6. Controi dust by sprinkting.
7. Correct or replace segregated areas as directed.
8. Place successiv� base courses and fnish courses using the same cor�struction
methods �-equired for the fii:st course.
D. Compaction
1. General
a. Cornpact using densiky �ontrol unless other�ise shown on th� Drawings.
b. Muliiple lifts are permitted whe� sl�own on the Drawings or approved.
c. Bring each layer ta the moisture content dia•ected. When neeessary, sprinkle the
material to tlie extent necessary to provide not less tl�an the reGuieed density.
d. Compact the ful) depfih af the subbase or base to the extent necessazy to re�nain
firm and stable under construction equipinent.
2. RaEling
C1TV Ol= I'ORT WORTH WATER Rc SAN[TAFtY S�WER RrPLACEMENT
STANDAAD CONSTRUCTIQN SPCCIP[CAT]ON DpCUM�NTS CONTRACT 8$
Revised December 2U, 201� CITY PI20]�C7' NO, 01955
32 ]123-6
�LE�ITiLL E3ASE C(7Ul2SGS
I'age6of7
1
2
3
4
5
5
7
8
9
I0
I1
12
13
14
15
1G
17
18
19
20
21
22
23
24
3
a.
b.
c.
d.
e.
f.
g•
Begin rollin� longitudinally at the sides and proceed tawards ti�e center,
overlappir�g on successi�e trips by at least 1/2 the width of the i�oller unif.
On superele�atEd curves, begin roilii�g at the low side and. progress toward the
high side.
Offset alternate trips of the roller.
Operate rollers at a speed beiween 2 and 6 mpl� as di�•ected.
Rewark, recomp.acf, and refinish material that fails to meet or that loses
►•equired moisture, density, sta6ility, ar finish before the next course is placed or
the project is accepted.
Continue wot-k Lintil specifcation requirements a��� met.
Proof roll the compacted flexib�e base in accordance with the following:
1) Proof Rolling
a) City Project Representative must be on-site during �roof rofling
op�rations.
b) Use equipment that will apply sufficient load to identify so�t spots that
rut or puinp.
(1) Acceptable equipment includes Fully loaded single-axle watertruck
witla a 150p gal�on eapacity.
c) Make at least 2 passes with the p�•oof roller (down and back = 1 pass}.
d) Offset each trip by at most I tire width.
e} lfan unstable or non-uniform az�ea is found, correct the a�ea.
2) Correct
a} Soft spots that rut or pu�np g�'eater tllan 3/4 incl�.
b) Are.as that are uns#able or non-uniforin.
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
4.
Tolerances
a. Maintain the shape ofthe coursa by blading.
b. Completed surface sl�ail be smooth and in Ganforanity with the typical sections
shown on the Drawings to the established lines and grades.
c. Far stibgrade beneath paving surfaces, correct any deviation in excess of 1/4
inch in cross section in fength greater than l6 feet rneasured longitudinally by
loosening, adding or removing material. Reshape and recompact by spt'in3cling
and rolling.
cf. Correct all fractures, settlerraent o►' segregation immed'rately by scarifying tlie
areas affected, adding suitahle material as required. Resl�a�e and recatnpact by
spt•inkiing and j'olling.
e. Sl�ould the subbase or base course, due to any reason, ]ose the requi��ed
stability, density and 6n.is1� before the surfacing is complete, it shall be
recoinpacted at the snle expense pf the Conta•actor.
Density Cont�'nl
a. Miniinum Density.: 95 percent compaction as determined by ASTM D698.
b. Moisture content: ininus 2 to plus 4 of optimum.
42 E. Finislling
43 1. Ai�er completing cainpaction, clip, skin, o�� tight-blade the surface with a
44 inaintainer �or subg►•ade trimmer to a depth of approxi�nately 1/4 inch.
45 2. Remove loosened material and dispose of it at an approved location.
46 3. 5eal die ciipped suriace i�nmediately by rolling with an appropriate size pneu�natic
47 tire roller until a smooth s�rface is attained.
48 4. Add small irrci`etnents of water as needed during rolling.
CITY 4F FORT WORTH �ATL-R & SANiTAftY SEWEIt REl'LACEMENT
STAIslDARD CONS7RlICT10N SPECIFICAT70N bOCUMENT'S C(}NTRACI' 88
2evised December 20, 2Q l2 CETY PRO.IECT NQ. 01955
J21123-7
FLE�113LE SASE CDUR3ES
Page 7 of 7
1
2
3
4
5
6
7
8 3.5
9 3.6
10 3.7
S. Shape aild maiiTtain tl�e couc•se and surface in cQnfo�•mity with the typical sections,
lines, and grades as showf� on the Drawings or as directed.
6. In areas wh��•e surfacing is to be placed, correct g��ade deviations great�r than 1/4
inch in 16 feet measu��ed longitudinally ar g��eater than l/� inch over t11e entire
width af the crnss-section.
7. Cora•ect 6y loosening, adding, o.r removing material.
8. Reshape and recompact in aecordance with 3.4.C.
R�PAIRIRESTORATION [NOT U�ED]
R�-�NSTALLATION [NOT USED]
Qi7ALYTY CONTROL
l ] A. Density Tes#
12 1. City to tneasure density of flexible base course.
13 a. Notify City Project Representative when ilexible base ready for density testing.
14 b. Spacing directed hy City (1 per block mir�imu�n}.
15 c. City Project Representative determines location of de�sity testing.
16 3.S SYST�M STARTUP [NOT USED]
17 3.9 ADJIISTING [NOT US�D]
18 3.10 CLEANING [NOT USED]
19 3,11 CLOSEOUT ACTIVITIES [NOT US�D]
20 3.12 PROTECTION [NOT U�SEDj
21
22
23
24
3.13 MAINTENANCE [NOT USEDj
3.14 ATTACHMENT� [NOT US�D]
END OF SECTION
Ravision Log
DATE NAME SUMMARY OF CHANG�
25
CITY OF FORT WORTH WATGR & SANfTARY SiWER REPLACEMEN'C
STAt�(DARD CO�IS"1'RUCTION SPECli'ICATIO]V DQCUMGNTS COtYTRACT $8
Revised �ecem�er2�, 2U1� C1TY PRQ.lECTNO. U1955
3212�G-]
ASPHALT PAV [NG
Page l of 25
]
2
3 PART1- G�NERAL
S�CTION 32 I2 16
ASPHALT PAVING
4 I.1 SUMMARY
5 A. Section Includes:
6 1. Const��ucting a paven7ent laye�• compased of a compacted, dense-graded ini�cture of
7 aggregate and asphalt binder %rt• surface or l�ase cour•ses
8 �. Deviations fi•om this Ci#y of Fort Worth Standard Specification
9 i . None.
10
ll
I2
I3
I4 1.2
15
16
1.7
18
19
20
2t
22
23
24
25
2b
27
2S
29
3Q
31
32
33
34
35
36
37
38
39
40
C. Related 5pecification Sections include, but ai�e not necessariiy limited to:
1. Division 0- Bidding Requireir►ents, ContraGt Fpr�ns, and Canditions of kl�e Contract
2. Division 1- General Requirements
3. Section 32 O1 17 - Pei-�nanent Asphalt Paving Repair
PRICE AND PAYMENT pROCEDiTRES
f1, Measuj�ement and Pay�nent
1. Asphalt Pavement
a. Measurernent
1) Measurement for this ]tem shall be by the square yard of completed and
accepted asphalt pa�+ement in its final position for variaus:
a} Thicknesses
b) Types
6. Payinent
1) The wo�•k performed and materials furnished in accordanc.e with tivs Ftem
and i�neasured as provided under "I�'Ieasureinent" will be paid for aY tl�e �.►nit
price bid per
c. 'Fhe price bid shall include:
1) Sl�aping and fine grading the plaee�nent area
2) �'urnishing, loading, unloading, storing, hauling and llandling all materials
including freight and royalty
3) Traffic control for all testing
4) Asphalt, aggregate, and additive
5) Materials and work needed fo.r cor�•ective actio»
6) Trial batcl�es
7) Tacic coa#
8) Removal andlor sweepmg excess inaterial
2. H.M.A.C. Transition
a. Measui`erneni
1) Messurement for this Itein shall be by khe ton of co�nposite Hot Mix
Asp��alt required for H.M.�1.C. Transition.
b. Payinent
CITY OJ� rORT WOR'TH WA7'E1Y& SAN[TARX SEWER IZEPLACEMEN'I'
STANI7ARD CONSTRUC'FIdN SP�CIF1CATlON DOCUMEN7'S COI�I"['RACT 88
Revised December 2U, 20 ] 2 CITY PRO.IEC7' NO. 01955
32121G-2
ASPHAL'f PAVII�lG
Page 2 of 2S
1
2
3
4
S
G
7
8
9
10
11
iz
13
14
l5
16
17
18
1R
2D
21
22
23
24
25
26
27
28
29
3fl
31
32
33
34
35
36
37
38
39
40
41
42
43
h�F
45
46
47
48
49
l) The wQi-k perforrned and maiet•ials fur3iished in aceo��dance witli tk�is Item
and measLn�ed as pro�ided under "Measurement" will be paid for at the unit
p�'ice bid per ton af Hot Mix Aspl�alt.
c. The price bid sliall include:
1} 51�aping ai�d fi��e grading tl�e roadbed
2) Furnishing, loading, unloading, storing, ]�auling and handling all materials
includi�lg feeight and royalty
3) Traffic control for all testing
4) Asphalt, aggc•egate, and additive
5} Mate�•ials and work needed for corre.ctive actioi�
6} Trial batc[�es
7) Tack coat
8) Removal andlar sweeping excess material
3. Asphait Base Caurse
a. Measurement
i) Measure�nent for this Item shall be by the square yard of Asphalt Base
Course compleied and accepted in its final posifiion for:
a) Vario��s thicknesses
b) Various types
b. Payment
1) Tl�e wortc performed and materials fin•�ished in accordance with this Item
and measured as provided undej� "Measureinent" will be paid for at the unit
pr�ce bid per square �ard of Asphalt Base Course.
c. The price bid sl�all inciude:
1) Sl�aping and fine grading the roadbed
2) Furnishing, loading, unloading, storing, lZauling and handling all materials
including fi�eight and royalty
3) Traf�c control for all testing
4) Asphalt, aggregate, and additive
S) Materials and work needed for cor�•ective action
6) Trial batcl�es
7) Tack coat
S) Removal and/or sr�rreeping excess material
4. H.M.A.C. Pavement �evel Up
a. Measure�nent
]) Measurement for this �tem sl�al] �e hy the tan of H.M.A.C. co�npleted and
accepted in its final position.
b. Payment
I) Tl�e work per%rmed and �naterials furnished in accordance with this Item
and measured as provided under "Meast�reinent" will be paid for at the unit
price hid pe�• ton of �I.M.A.C.
c. T17e price Uid shall include:
1} Shaping and fine grading the roadbed
2} Furnishing, loading, unloading, staring, hau[ing and l�andling all materials
including fi�eight and rayalty
3} Traffic contro! foi• all testing
4} Asphalt, aggregate, and additive
5) Materials and work needed far corrective action
6) Ti�ial batches
CITY af PQR1' WORTH
STANDAE2D CON3TRUCTION SPF.CIPICATION DOCUMENTS
Revised Decem6er 20, 2.012.
WAT�R & SANITARY SEWER REPLACGIvILNT
CONTRACT88
CITY PROJECT' ND. 0] 955
321216-3
ASPI-IALT PAVING
Pagc 3 o�2S
1
2
3
4
5
6
7
8
9
ia
11
12
13
14
15
16
17
l8
19
20
21
7) Tack caat
$} Removal and/or sweeping excess materiai
5. H.M.A.C. Speed Cusk-�ion
a. Measurement
1) Measurement for this Itein shall be pe�• each H.M.A.C. Speed Cushion
installed.
b. Payi�tent
1) The wark per%rmed and materials fu��nished in accordance with �his Item
and measured as provided under "3Vleasurement" will be paid for at tl�e unit
price bid per each H.1Vl.A.C. Speed Cushion installed and accepted in its
final pasition.
c. The price l�id shall include:
1) Shaping and �ine �radin:gthe �'oadUed
2) Furnishing, loading, unloading, storing, hauling and handIin� all inaterials
including fi`eight and rayalty
3) 'I'raffiC control %r all testing
4) Aspl�alt, aggregate, and additive
5) Materials and v�ork needed for coi7�ective action
6) Tria[ batches
7) Tacic coat
8) Remov�l andJor sr�eep�ng excess material
22 1.3 RE�'�RENCES
23
24
25
26
27
28
29
36
31
32
33
34
35
36
37
3$
39
40
4l
42
43
44
45
46
A. AUbreviations and Acronyms
] . RAP (reclaimed asphalt pav�ment)
2. SAC (surface aggregat� classification}
3. BRSQC (Bituminous Rated Source Quaiity Catalog)
4. AQMP (Aggregate Qual ity Monitaring Pro��ain)
5. H.M.A.C. (Hat Mix Asphalt Conc��ete)
6. WMA (Warm Mix Asphalt)
B. Reference Stand�'ds
j. Reference stanciards cited in tl�►is speeifieation refer to the current re%rence star�dard
published at #he time of the latest revision date logged at tlxe end of this
specification, unless a date is specifically eited.
2. National Instit��te oi Standards and Technology {N1ST}
a. Handbaak 44 - 20p7 Edition: Specifcations, Tolerances, aiid Other Technical
Requirements for Weighing and Measuiing Devices
3. ASTM Intei•national (ASTM):
a. ASTM Db084 - 06 Standard Test Method foz• Elastic Recoveiy of Bituminous
Mat�rials by Ductilaineter
4. Air�erican Association of State Highway and Transpot�tation Officiais
a. MP2 Standard Specificatioi} foE� Superpave Valumetric M�x Design
b. PP28 Standa��d P�•aciiee fo�- Superpave Volumeti•ic Design for Hot Mix Asphalt
(HMA)
c. T 201, l�inemat�c Viscosity af Asphalts (Bit�unens)
d. T 202 Stac�dard Method of Test fa� Viscosity of Asphalts by Vacuui� Capillary
Viscameter
CITY OF FOIiT WORTH WAT�IZ & SAl�F1TARY SEWER RGPLACEMGNT
STANDARD CONSTRIJCCION SPECIFICATION l]OCUIvi$NTS CONTRACT 88
Revosed December 2f1, 2012 GTY PROJEC'C NO. 01455
32121G-4
ASPI-EALT PAVING
Page q of 25
1 e. T 316 Standard Method of Test for Viscosity Deterinination ai Asphalt Binder
2 llsing �otationa] Viscometer
3 f. TP 1-R3 Test Metliod for Detet�mining the Flexura{ Creep Stiffness of Asphalt
4 Binde�• Using the Bending Beam Rheometer (BBR)
5 5. Texas Depai�inent of Ti•ansporkation
6 a. Bituininous Rated Source Quality Catalog (BRSQC)
7 b. TEX 10Q-E, S�iiveying and Sampling Soils for Higi�ways
8 c. Tex � OG-E, Calculating the Plasticity Index of Soils
4 d. Tex l 07-E, Determining the Bar Linear Shrinkage of Soiis
16 e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates
1 I f. Tex 203-F, Sand EqL�iva[�nt Test
12 g. Tex-2Q4-F, Design of gitwninous Mixtures
13 h. Tex-207-F, Determining Density of Coinpacted Bituminous Mixtures
14 i. Tex 217-F, Deter�nining Deleterious Material and Decantation Test for Coai•se
1 S Aggregates
1G j. Tex-226-F, [ndirect Tensile Strength Tast
I7 k. Tex-227-F, Th�oretical Ma�cimum Specific Gravity of �ituminous Mixt�u•es
18 1. 'I'ex-243-F, Tack Coat Adl�esion
19 in. Tex-244-F, The��nal pi•of le of Hot Mix Asphalt
2� n. Tex 280-F, Determination of Flat and Elongated Particles
21 0. Tex 406-A, Material Finer Than 75 }�m (No. 200} Siev�: in Mine�•al Aggregates
22 (Decantation Test for Cancrete Aggregates}
23 p. Tex 408-A, Organic [mpurities in Fine Aggregate for Concrete
24 q. Tex 4 i 0-A, �brasion of Coarse Aggregate using the Los Angeles Machine
25 r. Tex 4] 1-A, Soundness of Aggregate by Using Sodium Sulfate or IVlagnesium
26 s. Tex �60-A, Deter�nining Gruslied Face Partiele Count
27 t. Tex 461-A, Degradatian of Coarse Aggregate by Micro-Deval Abrasion
28 u. Sulfate
29 v. Tex-530-C, Effect of Water on Bituininous Paving Mixtures
30 w. Tex-540-C, Measurement of Polyiner Separation on Heating in Modified
31 Asphalt 5ystems
32 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders
33 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Selt Scales
34 z. Te�-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Mete�•s
35 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systeins
36 1.4 ADMINISTRATIVE REQi1IR�MENTS [NOT USED�
37 1.5 �CTION SUBMITTALS [NOT USED]
38 1.6 ACTION SUBMITTALSI�N�+'ORMAT�QNAL SUBIVIITTALS
39 A. Aspl�alt Pa�ing Mix Design: 5ubmit for approval. See 2.2.B.1.
CITY OP PORT WOR7'H WATER & SANlTAR�' SEWER R�PLAC�MEN'C
STANDARD COIrIST12UCT[DN SPEG�[C.4TION DOCUMENT5 COIVTRAC'F 88
Revised Decem6er 20, 2fl 1� C[`I'Y PROJEC'I' NO. 01955
321216-5
ASPFLALT PAV[NG
Pagc 5 of25
l I.7 CLOS�OUT SUBMITTALS [NOT US�D]
2 1.$ MAINT�NANC� MATERIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY ASSURANCE [NOT iTSED]
4 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED�
5 1.1I FI�LD CONDITIONS
6
7
S
9
i0
l 1.
12
13
14
15
16
17
18
19
20
21
22
A. Weatl}er ConditEans
1. Alace mixture when the roadway surface temperature is eq�Eal to or hi�her than the
temperatures listed in Table 1.
Table 1
Minimum Pavement Surface Tem eratures
Minimnm Pavement S�rface Temperatures in
De rees Fahrenheit
Originally Specified High Subsurface Layers or Surfacc Lay�rs Flaced in
Temperature Binder Night Paving OPerations Daylight Operations
Grade
PG64 or lovrer 45 5.0
PG 70 55' 60'
PG 76 or higher 60� 60'
' Conh•actors may pave at temperatures 10°�' lawer thar� the values shown in Table 1
when utijizing a paving pracess including WMA or equipment that eliminates thermal
segregation. In such cases, the contraetor must use either a hand held thermal camera
or a hand Iseld infi•a.red thermometer operated in accordance with Tex-244-F to
demonstrate to the satisfaction of the City that the unco�npacted mat has na tr►ore than
10° F' of thermal segregation.
2. Unless otheiwise shown on tl�e Drawings, place mixtures only when weather
condit�ons and �noisture conditions of tl�e roadway surface are suiiable in the
Qp]T110T1 Of t118 CI�.
1.12 WARR.ANTY [NOT USED]
23 PART 2 - 1'RODUCTS
24 2.1 OWNER-FURIVISHED PRODUCTS [NOT USED]
25 2.2 MAT�RIALS
26 A. General
27 1. Fuenish uncantaminated inaterials of uniform quality that meet the requi�-ements of
28 the Drawi.ngs and specificaiions.
24 2. Notify the City of all material sources.
30 3. Notify the City before changing any �naterial source or forint�tation.
CITV OF FORT WORT'H WA�I'L•R & SF�NITARY SEWERREPLACEMENT
S7'�1NDARf] COIVSTRUCTION SP�CI�'ICA7'10F�! IJOCLIMEIVTS Ci]NTRACr 8.8
Revised December 2�, 2012 CITY PR�JrCT NO. D 1955
32 ]2 ]6-6
ASPHALT PAVING
Paga 6 of2S
l
2
3
4
5
6
7
S
9
10
I1
]2
13
14
IS
1G
17
18
19
2fl
21
22
23
24
25
26
27
2$
29
30
3]
32
4. �Nl�en the Contractoi makes a source or formulation change, the City wifl ve��ify
that the requi�•e�nents of this specifcatian are inet and may require a new ]aboratory
mixt�n�e design, trial batch, or botl�.
5. The City may sample and test project �r►aterials at any time duf•ing tlle project ta
verify compliance.
G. The depth of tlle campacted lift shou�d be at least 2 times the nominal inaximum
aggregate size.
B. Agg�•egate
1. General
a. Furnisl� aggregates fi•om sour'ces that eonfonn to the requirements sliown in
Table I, and a� specified in this Sectioii, unless otheiwise shown on tIle
Drawings.
b. Frovide agg►•egate stockpiles that meet the definition in this Seetion foi• eiEher
eoarse aggregate or fine aggregat�.
c. Wh�n reclaimed asphalt pavement (RAP} is allowed by Drawing note, provide
RAP stockpiles in accordance with this Section.
d. Aggregate from RAP is nvt i•equired to meet Table 2 requir��nents unless
otl�erw�ise shown on the Drawings.
e. Supply mechanieally crasl�ad grave� or stone aggregates that meet tl�e
defnitions in Tex 100 �.
f Sampl�s inust ba iro�n materials produced for the projeci.
g, The City will es#ablish tl�e surface aggregate classiiication (SAC) and pe�-foa-m
Los Angeles abrasion, magnesium sulfate soundness, and Micra-Deva.l tests.
h. Perfarin all other a�•egate quality tests listed in Table 2.
i. Document all test results on the mixture design report.
j. Tiie City inay perfarm tests an incfependent or split samples to verify
Contractor test 3•esults.
k. Sfockpi�e aggregates far each source and type separately and �3esignate foz'the
Ci#y.
I. Determine aggregate gradatians for mixture design and producfion testing
based on tlie washed sieve analysis given in Tex 206 F, Part I[.
C1TY Ol� rOR7' WOIZTH
STANDARD C�I�STftUCTION SPECIFECATION UOCUMGNTS
Revised Deccm�er 20, 2012
Vu`ATER & SANITARY SEWER REPLACEMENT
CON"CILACT 88
CITY PROJ�CT NO. 01455
32 12 16 - 7
ASPHALT I'AVtNG
Page 7 of 25
�'3��L 2
] m. Coarse Aggregate
2 I) Coarse aggregate stockpil�s must have no more than 2Q percent material
3 passing the No. S sieve.
�4 2) Maximum agg�•egate size should not be o�+er halfofthe propo�ed {ift depth
5 to prevent particle on particle contact issues.
6 3) Provide aggregates fi-om sources listed in the BRSQC.
7 4) Provide aggregate fi•oin unlisted sources only when tested by tile City
8 and/ar a�praved hefore use.
9 5) Alloru 30 calendar days for tl�e City to sample, test, and report 3�esufts far
30 unlisted sources.
l 1 6) Class B aggregate meeting all other requirements in Table 2 may be
]Z blended witl� a Class A agg�•egate in oa�der to meet requiremenis for C1ass A
13 materials.
14 7) When blending Class A and B aggregates to ineet a Class A requirement,
15 ensure that at least 50 percent by weight ofthe material retained on the
16 No. 4 s.ieve comes %-om the Class A aggregate source.
17 8) Blend Uy voluine if the bulk specific gra�ities of the Class A and B
t8 aggregates differ by more than 0.300.
19 9) Wlien 6lending, do not use Class C or D aggre�ates.
20 ] 0) For blending purposes, coarse a���'e�ate frair� RAP will be considered as
21 Class B aggregate.
22 11) Provide coarse aggregate with at least the minimum 5AC shown on the
23 Dl�awings.
24 12) SAC requirements apply only to aggregates L�sed on th� surf�ce nf h�avel
25 lanes, unless otherwise sl�own an the Dt•awings.
26 n. RnP is salvaged, milled, pulverized, broken, o�� erush�d asphalt pavement.
27 1) Na RAP permitted for TYPE D H.M.A.C.
C1TY O� FORT 1NDRTH WATEK & SANITARY S�WSR REPLACEMENT
STA�IDARD CONSTRUCTION Sl'EC[FICAT[QN DOCUMENTS CaNTRAC7' $8
Reviseci Decem�er 20, 2�12 C1TY PRO.IGCT Nn. 01955
1. Not used for acceWtaitce purposes. Used by the City as an indicator of'the need far further investigation.
2. Unlass othe�wise slmwn on the Drawings.
3. Unless othei�vise shown on the Drawings. Dnly a�plies to crushed �•avel.
32 IZ 16-8
ASPIIALI' PAVING
Page 8 of 25
1 2) L1se no more than 20 pea'cent RAP on TYP� � H.M.A.C. unless othervvise
2 sl�own an t13e Drawings.
3 3) Crusli or bt•eak RAP so that 100 percent af the particles pass the 2 inch
4 sieve.
5
6
7
8
10
11
]2
13
14
15
16
17
18
19
2fl
21
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
4) RAP from either Contractoi' or City, including RAP generated during the
project, is permitted only wl�en sl�own an tl�e Drawings.
5) City-owned RAP, if allowed for use, will be availaUle at the loeation
shown on the Drawings.
6) When RAP is used, deterinine asphalt content and gradatian for mixt��re
design purposes.
7) Perform other tests on RAP when shown on the Drawings.
8) When RAP is allowed by plan note, L�se no more than 30 percent RAP in
Type A or B mixtures unless otherwise sl}awn on tlle Drawings.
9) Do not use RAP contaminated with dirt oi� ather objectionable materials.
10) Do not use tlle RAP if the decantation value exceeds 5 percent and ihe
plasticity index is greater than 8.
11} Testth� stockpiled RAP far decantation in accordanee with the ]aUoratoiy
inethod given in Tex-406-A, Pari I.
12) Deterinine the plasticity index using Tex-106-E if the decantatian value
exceeds 5 percent.
13) The decantation and plasticity index requixe�nents da nat apply to RAP
samples with asphalt reinoved by extractian.
I4) Do not intermingle Contraetor-owned RAP stockpiles with City-owned
RAl' stockpiles.
15) Remove unused Contractor-owned RAP material from the project site upon
completian of tlie groject.
16) Return unu,sed City-owned RAP ta the designated stockpile location.
o. Fine Aggregat�
l) �'ine ag�r'e�ates consist of manufactured sands, screenings, and field sands.
2) Fine aggregate stockpiles must meet the gradatian requirements iaa Table 3.
3) 5upply fine aggregates that are fi•ee froin o�-ganic i�np��rities.
4) The City may test the fine aggregate in accordance with Tex-4Q8-A to
�erify the material is fi•ee fi•o�n organic impui•ities.
5} AY most 15 percent of khe total aggregate may be field sand or other
uncrushed fine aggregate.
6} With the exception of tield sand, use fine aggregate frotn caarse agg►•egaYe
soui•ces that meet the requireinents shown in Table 2, unless otherwise
approved.
7) If l Q percent o�• moa�e of the stockpile is retained on the Na. 4 sieve, tes# the
stockpile and �erify that it meets t[7e j�equirements in Table 1 for coarsa
aggregate angulaiity (Tex-460-A) and f7at and elangated pai�ticles
(Tex-280-F).
C1TY OF FORT WORTH WA1'L•R & SANITAI2Y SEWERREPLACEMI;NT
5TA7�lDARD CONS"l'RLICTION SPECIT'ICATIaN bOCi)MGN7'S CO1V'I'RACT88
lZevised December 20, 20[2 CITY PRO.f£CT N4. 01955
321216-9
ASPiIALT PAVING
Page 9 of25
Table 3
Gradation Re uirements for Fine A re ate
percent Fassing hy Weight or
Sie�e Size Volume
3/$" 1 fl0
#8 70--1 DO
#200 0-30
2 2. Mineial Filler
3 a. Mineral flle�� eonsists of finely c�ivided mineral matter sueh as agricultur•al
4 lime, crusher fines, hydrated lime, ce�nent, or fly ash.
5 b. Mineral filler is allawed unless otherwise shown on the Drawings.
G c. Do not use more than 2 percent hydrated lime or cement, unless otherva�se
7 shawn on the Drawings. The Drawings may require or disa[low specific
8 mineral fillers. When used, provide inineral �Iler that:
9 1) Is sufficiently diy, free-fiowing, and free fi'om clumps and foreign inatter;
10 2) Does not exceed 3 pei•cent linear shrinkage when tested in accordance with
1 I Tex-107-E; and meets the gradation require3nents in Table 4.
12
Table 4
13 Gradation Re uirements for Mineral Filler
percent Passing �y Weight or
Sieve Size Volume
#S 100
#2Q0 55-100
14
1 S 3. Bagho.use Fines
16 a. Fines coll�cted by the baghouse o� other dust-collecting equipment tnay be
17 reintj•oduced into the mixing drum
18 4. Asphalt Binder
19 a. Furnish the type and grade of gerformance-��-aded (PG) asphalt bindei• specified
20 as follows:
21 I} Performanae-Gt'aded Binde�•s (PG Bindersj
22 a) Must be smooth and homogeneous
23 b) Sl�ow no sepa�•ation when tested in accot•dance with Tex�-540-C
24 c) Meet Table 5 req�ij�ements
C[TY O� rORT WaRTH WA'IER.& SAN1Tt1RY SEWER REPLACEMENT
STAIVDARD COIVSTRUCTION SPi:CII'1CA"flO1V DdCUME[�fTS COIVTiZACT Sff
Aevised December20, 2012 CIT�' PR�.IECT NU. O1955
�n
N
6
O
�
�
Gl.
3�.�
N
'�]
�
�
'a
a�
� �
� i,
� �
C0 �
� �
F'.
�
�
6
d
�
N n N n
� N � � N N o �!
� v /1 N oo LD ob
�
� ^ \O Q
�
� i
M /� M L`
�
�c �; � A N �
i` n w m
� � �
iL N v ^ N O
�
`_' ^ �n a
�
� v �
.a �; n h �
�
�.
� � ,
00 0
m o�; n cv v�
� �' 4 � � � U r
ce C7 � r�
N
� � N ^ � Q V�l
W ?�
d �
� � i � I �
� � � �C
�, z
�'`� /\ m � o. �
� � �
d• N � h N� � � �
V � � � � �
� � /1 N � � �
i �
� A � I F..i
� � �
f � �' O �
I� M- M
� �
N �
[`� N U A N vooi � `o�
p�a
N ri N I
�i � o U �+ o
C a � � s. C
.� .6T] q j � U R v U
N N
� � � � � � �
-d � �, -p Gx,� �.
W i... p. � � O � s.
� °c' °- U � � Q `^ � � Q
�� �' � � � � � � � o�
� � ,_, P V1
"d n' pA � ��' � � U r. N a�
Ky � w �i � M � i, Q � M � Y
� � � � � Gy, � � � f., X i..� � q�
F„i � v F�' F-' f rl � �/"` C1 4� N � � R+
o ri � � c � r' � � a��i � � � � �
� y( U m Y N [n (7 vt Y
� tG � c�V d � fd. � �"' D en
� °' C .� � � � C7 F ' � � � � C7 F-�
, � � � � � � � �
¢�? � w � fJ W� � A
F��n
z�°�
gUc�
W o
� �
ROC3
��ti
� �
0.
v3 �
�" CJ
�
Q
�
�
�
?
F-'
�
�
u
0
p
z
0
F
U
[Y.
U
w
a.
z
D
U �-�
H '��[ N
D V] N
F � .'
U �
k a �
�
D� �
� d '�
Ur�iaPC
� - L'7 �
�z �
� � o
N Q �
ni �l 1O
Q �
Q.
d
'� �
d �
S �
p c°
O L'
Gi �
� �
� �
�
H �
4
w
i.
W
O�a
m �,� W oo �
nl �.� � � �
� o
ni `n rl N a
� i N i i �
�
c
� � 1D �P O
,O
T
M � CV Cd �
' ' ' o
,.r
c
o� N o0 00 °'
�
� � N i � �
� �
�
pq nl � � �
w
n �,� � � y
7,
L
b � � � �
N i i a
0
V' u1 d' `� °-
y �'� ti �i °�
� i �
4 �
V N � N o0 oa �
i N ry � i �
c�i t^�^ p�q p `°
�
� rJ.r N � o N � .-�� a
in � ��q � � �
4"� �.�n 0.
d �D � �
� � �
� �y N � � ,�
w
_�
� y � N N �
� �00 � � 00 60
� � �r't N 1 I �
FR Q
p,d N , � N N `�
CV Z �y � � �5
� ��
b �
Q N � � C
� U
� �
�
� �
� � �l N h0
�
�� roC
00 � N DO W �d
('} N P� N i � �
�" a
nl � � � �
f �1 [d i i �
�
U �
U ° :'.
o � �-
� �
^o � o c � o
D y v �
w
d 0. M � n� v
� � O p p p � £
� a o '" �" �v
�
� �l
� � .. d � �. � � V �
'SS �" � � M p.�. o � � '� � �
C A �ry � � �
� f�d �� C Ld C'7 C,' cC �
R �
� � � a�i � a ' � a`'i H � � a�i �
rrr o.
L
a n� �°y' � ro a a��i .a � a��i �
ctl �L, � r� Y 4r r� y � �. � �
U � G
�a '� .�. iF y y � �-• LG � �
�a � C.7 F- � !� � � U L�. F-' >
'� � a
K �
P�-, �i U Q
Z �.
u �
�� �
[�] C:. ?' y
�� �� "�
a � � y a
� � o � �
� � � v � � v
a� � ¢ M s-a
W C . L 'O
�-Q � �p C.F'i p
'� � � � � �.' �
� � d
L� � � �
A aw 4, � �
� � � � � u d
v E � �' � > �
a. � o � °� y
� � � �y y o �
� t� c
a� o. c y m
m � o � � �
-a ° o U � o
M m ❑ . E a�i
u
ro � c °
n �
0. N . ��.,
O � � � � N r
� � X Q � �, �
0
� �� � o � �
ro o m: -o o �
K � s � ry v
� a� Q' w w �
'o
,�^ � u o .�y .��' '�
q i •C '� � = C
�a T� .. c, o
� � � � U �
� � .0 v'i b� y
T vf C
m o� n"i -= � :Ty u
7 `
� t�'J ttl L. � � ;�
� N � � � .� N
� � �� N � +�-
.0 � � � c y �'
a a ��� �n�i-E A�
�� v�' � ar w
� � � � �'E �
�n �� �� �
a � � .�h 'cn � o
L -y � O '+ � 'y3'
v v � ° �'' �
�
� 5 X .� .�+�N r�
�,� v.`a coi
c�tl ar e� � c� .'^ �
C'� � � '} p �
m �
� N Y � N �il
�. F � p�
�3 ��? o�a H
d � � �tp V
7 � � � W -0 e� �
� � � � v bC � 'a
R 4. � « c�i ' �• e�i
O
�� N y �� R � u
p ,t
u� � q n y� � n
Q � � i� "� � c
N� a. y � 7r,+ �' � a
� E o o¢ r;? m
v E °uU y ¢d� ��
` .vC,�.�
� o ��
C' �O p V Lti 'C3 �' �F�r--. C N
a�'i c��im CA m.o q^ ��
Q V���i�a� ��
y��'�.��-� c, �'n E
°O '� � � v1 e6 � ,� t� C
M(tl U. �� �'� y R. C]
y � � E
a j���i, m p v� t� v� �� a�
� m � .��`� �o.y � a �
� � � � .0 � � c a'a � �
R, � � . b 'I'�' O !� � � t� � N
� � � o"� � � °,.�°',�a � a
� � �. o G �n Q. � O . �
� � a�i °�n-� � �� E ��
Q w Go �'� � �3 � ��
�.O N , R. ` a'
C CT' >'�' � Nl � N 0. N
���� r.�] i Q� O H�
F.� L�'o -�' i'�' d O o.-� .a .?
�1-- �N? ��u., Ecn .�"" v
o r�i � rr ' ec tY ..°�.� �n �n u
F
U
�
�
Q
J
�
�
�
W
y,
�
d
�
-�✓+
�
�
H
�
�
�
U
0
C]
z
�
F
¢
U
Gi.
W
n.
z
O
U
��
r.� �
�Q
hU
0 �
oz
�^ d
F
Ca c�/J
ry
ca
N
�
�
u
�
V
.�
CC
32 i2 16 - 12
ASPHALT PAVING
Page 12 oE'25
7
8
9
10
11
12
13
14
IS
16
17
1.8
19
2D
21
22
23
24
25
26
27
28
29
30
3]
32
33
34
3S
36
37
38
39
4a
41
�-2
43
Sepa��ation testing is not required if:
l) A modifter is introduced se�arately at the mix plant either by injectio�� in
tize asphalt line or mixer,
2) The binder is 6lended on site in continuously agitated tanks, or bir►der•
acceptance is based or� fi�ld samples taken fi•o�n an in-line sainpling port at
tl�e hot mix plant after tkie addi#ion of modifie�•s.
5. Tack Coat
a. Unless othe��wise shown on the Drawings or approved, furnish CSS-1 H, SS-1H,
ot• a PG binder with a minimum liigh-teinperature grade of PG S$ for tack coat
binder in accor�iance with 5ection 2.2.A.5.
�. Additir�es
a. Genera]
U.
c.
1) When shown an the Drawings, use the type and rate oi additive s.pecified.
2) Otl�er additives that facilitate mixing or iuiprove the quality qf tl�e n�ixtu�-e
may be allow�d when approved.
Liquid Antistripping Agent
1) Furnisli and ineorporate all required asphalt antistripping agents in asp1-►alt
concrete paving mixtures and asphalt-sta6ilized base mi�ures to meet
moisture resistance testing requirements.
2) Provide a liquid antistripping agent that is uniform a.r�d shows no evidence
of crystallization, settling, or separalion.
3) Ensure that all liquid a.ntistripping agents ari•ive in:
a) Prppa��ly labeled and unopened containers, as shipped from the
manufacturer, or
b} Sealed tank trucks with an invoice to shaw eoratents and quantities
c) Provide produci inforination to the CiYy including:
(l) Material safety data sheet
(2) Specif c gravity of the agent at the rnanufacturer's recommended
addition teinperature,
{3) Manufacturer's recammended dosage range, and
{4} Handling and storag� instructions
4) Addition af lime oj� a liquid ant�stripping agent at tl�e Mix A{ant,
incorporate into the binder as fo]lows:
a) Handle in accordance v�+ith the mar�ufacturer's recommendatioras.
b) Add at tne manufact�a�-ei's reeommended adciition tempe�ature.
c) Add into the asphalt line by means of an in-line-ynet�ring device.
Liquid Asphalt Additive Meters
1) Provide a means ta check the accueacy of ineter output %i- asphalt pri�ner,
fluxing material, and liquid addikives.
2) Furnish a met��- that reads in increments af 0.1 gal, or less.
3) Verify accuracy of tl�e ineter in accordance with Tex-923-K.
4) Ensure the accuracy of the ineter within 5.0 percent.
44 7. Mixes
45 a. Desi�n Requirements
45 1} llnless otherwise shawn an tlie Drawings, �zse t11e typical weight design
47 example given in Tex-204-�', Part I,10 design a mixture meeting tl�e
48 requirements listed in Tables 2 thi•ough 8.
CITY OF FORT WQRTH W;4T�R & SAiVITARY ST:W�R R�PI�ACEM�:N'r
STANDARD CONS"1'RUCTION SPECIPICAT[ON DOCUMT'NTS CONTRACT 88
Cievised lJeeember 20, 2012 C1TY PRO.fECT NO. O1955
32 12 16 - 13
A5PF3RI..T AAVING
Page I 3 nf 2S
]
2
3
4
5
2) Furnish tl�e City with representative samples of all materials used in ihe
mixture design.
3) T��e City will vej�ify the mixture desigt�.
4) If the desigti cannot be veriiied by the City, fiu•nish anothe�� mixtui•e des.ign.
Table 6
Masker Graciation Bands ( percent Passing hy Weiglii or Volume)
and Volum.ekric Pro erties
Sie�e B C D
$ize Fine Coarse Fine
Base Suriaee Surface
1- U2" — — —
1 " 98.0--1 Q0.0 — —
3/4" 84A--98.0 95.0-1 D0.0 -
1/2" - -- 98.0--100.0
318" 6Q.0--S0.0 70.0-$5.0 55.0-100.0
#4 40.4--G0.0 43.0-63.4 SO.Q-70.0
#8 29.0-43.0 32..0-44.D 35.0-46.0
#�30 13.Q-28.0 I4.0-28.0 1 S.0 29.0
#50 6.0 20.0 7.4-21.0 7.0-20.4
#200 2.0-7.0 2.0-7.0 2.0-7.0
Desi VMAi, ercent Minimum
— 13.0 14.0 15.0
Plant-Produced VMA, ercent Minimum
— 12.0 13.0 I4.0
1. Voids in Mineral Ag�re�ates.
b
7
8
9
lfl
ll
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
Table 7
Laboratory Mixture Di
Pr+�perty Test Requirement
Method
Target laboratory-molded density, percent Tex-207-F 96.0'
Tensile sh•ength (dryj, psi (molded to 93
percent �1 percent density) Tex-22C-F 85 2Q0�
Boil test3 Tex-530-C —
I. U�iless otlieiwise shown on the Drawings,
2. May exceed 2p0 psi when appa•oved and may Ue `aaived wiyen approved.
3. Used to estaUlish beseline for comparisou to production resutts, May bc waived when
�pgroved.
8. Warm Mix Aspllalt (WMA)
a. WMA is de�ned as additives or processes that allow a.redtiction in tl�e
temper�.ture at which asp[ialt inixtui•es are pi•oduced and placed.
b. WMA is allawed fo�- use at the Cantractor's option unless otherwise shoWrrn on
the Drawings.
c. Praduce an asphalt mixture within the temperature range of 215 degl•ees I' and
275 degrees F.
CITY OP �ORT WORTI-t
STANDARfl CO]VSTRlICT10N SPIsCIfICA'I'lON DQCUM�NTS
Revised December 2D, 2012
WATCFt & 5AN11'FIfLY SEWER REPLACEMENT
CUtvTrtACI' 8A
CiTY PRO.trCT 1V0. 0 I 955
32121G-14
A�P{]AI.T PAVIhfG
Page 19 of25
]
3
d. Wl�en WMfI is not required l�y Dt•awin�s, praduce an asphalt mixture within
tlze teinperature i'ange af 215 degrees F and 275 degrees F.
� 2.3 ACC�SSORICS [N�T US�D]
5 2.4 SOURCE QUALITY CONTROL [NOT USEDj
6 PART 3 - �XECUTION
7 3.1 1NSTALLERS (NOT US�D]
8 3.2 EXAMINATION [NOT ITSED]
9 3.3 PRE�ARATION
10 A. Hauling Operations
11 1. Before use, clean all t��uck beds ta ensure mixture is not contatninated.
12 2. When a t•elease agent is necessaZy ta coat truck beds, use a release agent approved
I3 by the City.
14 3. Petroleum based products, such as diesel fuei, shou�d not be used.
15 4. lf wind, rain, teinperature or haul distance impacts cnaling, insulate truck beds or
] 6 cover the t��uck bed with tarpaulin.
17 5. Cf haul time in project is to be greater #han 30 minu#es, insulate truck beds or cover
18 the iruck bed with tarpaulin.
19 3.4 INSTALLA.TTiON
20
21
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. EquFp�nent
1. General
a. Provide required or necessary equipment to produce, haui, place, eompaet, and
core aspl�alt concrete pavement.
b. Ensure weighing and measuring equip.ment co�nplies with specificatian.
c. Synclv�onize equipm�nt to produc� a inixture meeting the required proportions.
2. Production Equipment
a. Prqvide:
1) Drum-mix type, weigh-bateh, or modified wei�►-batch mixing plants t�►at
ensure a uniform, continuous production
2) Automatic propn�'tioning and measuring devices with interloak cut-off
circuits that stap apa�-aiions if the e4ntrnl syste�n inalfunctions
3) Visible readouts indicating the weigt�t or volume of asphalt ai�d aggregate
proportions
4) Safe and accut•ate r�eans to take required sarnples hy inspection farces
5) Permanenk �neans tb check the output of inetering de�ices and to perform
calibration and weight c�tecks
6) Additive-feed systeins to ensure a uniform, contint�otEs materia] f�ow in the
desir•ed propoi�tion
3. Weighing and Measuring Equipment
a. General
1) Provide weighing and nrteasuring equipment for materials measured or
proportioned by weight or volume.
CITY pI' PORT WUItTH WATCR& SAN17'ARY SEWER REPLACEMENT
5TANDARD CONSTAUCTION 5P�CTFICATION DOCUM�NTS CC7NiRAC7' $8
Revised Qecember 20, 2012 C[TY PRQJGCT NQ. 019a5
321216-IS
ASPI IALT PAVING
Page iS of2S.
1 2} Provide cei�ti�ied sca�es, scale installations, and meas�iring equipment
2
3
4
5
6 h.
7
8
9 c.
10
1]
12
13
l4
IS
16
I7
l$
19
20
Zl
22
z3
24
25
26
27
2&
29
30
31
32
33
34
35
3G
37
38
39
40
41
�2
43
44
45
46
47
48
49
d.
e.
g•
meeting the requirements of NIST Handbook 44, except rhat the reqttired
accuracy must be 0.4 percent oftl�e material being weiglied or measured.
3) Fu�•r�isi� ieak-free weigliing containers large enough to i�old a coinplete
batch ofthe materiai being �neasu�-ed.
Truck 5cales
]) Furnish plaifori�n truck scales capaUle of weighing the ei�tic•e truck o.r truck—
trailer co�nbination in a single draf�.
Agg�-egate Batcl�in� Scales
1) Equip scales used for �reighing aggregate with a quiek ad}ustment at zera
that provides for ar�y change in tare.
2) Pro�ide a visual ineans that indicates the required weig}1t for each
aggregate.
S�spended Hoppej•
I} Provide a means for the addition or the rem�va] of small ai�ounts of
inaterial to adjust the quantity to the exact weight per batch.
2) Ensure the scale equipment is ]ewel.
Belt Scales
1) Use belt scales foa• proportipning ag�•egate that a�•e accu�'ate to within 1.0
percent based on the avet•age of 3 test runs, where no individual test run
exceeds 2.0 perc�ent when checked in accot•dance with Tex-920-K.
Asphalt Material Meter
1) Provide an asphalt material meter with an auto�naiic digital display nf the
valuine az• weight of asphalt material.
2) Verify the accuracy ofthe meter in accordance with Tex-921-K.
3) When using the asphalt meter for payment purpases, ensure the acc�racy of
the meter is within 0.4 pereent.
4) When used to measure component materia.is only and not for payment,
ensure t1�e aec�t•acy of t11e ineter is v�ithin I.p percent.
Liquid Asphalt Additive Meters
1} Provide a means to check the aceut•acy of i�seter output for asphalt primer,
fluxing �nateriai, and Iiquid additives.
2} Furnisli a meter that reads in increments of 0.1 gallon ar l�ss.
3) Vezify accui'acy afthe meter in aecordance with TeX-923-K.
4} Ensure the accuracy of the meter within 5.0 percent.
4. Di�um-Mix Plants. Provide a mixing plant that complies with the reGuirements
belaw.
a. Aggregate Feed System
1} Provide:
a} A mini�num of 1 cold aggregate bin far each stockpi}e of individual
materials used to produce the mix
b) Bins designed to preve.nt overflow of material
c} Scalping s.creens or other a}�proved methads to remove any Qversized
mate�•ial, roots, ar ather abjectionable materials
d) A feed system to ensure a unifoi7n, eontinuous materia] flaw iEi the
desired proportion ta the d�yer
e) An integrated means far moisture compensation
� Belt sc�les, wetglz bax, or other appi•oved devices to measuce the
weigllt of tl�e co�nbined aggregate
CITY OF PORT WORTH VJ�iTER �Y: SANI7'Al2Y SEWER REPLt�CEMENT
5"fA�fDAItD CONST[ZItCTfON 3PECIFICATEON DdCi1M�IVTS CONTR.ACT 88
Revised decemher2:Q, 2D12 CITY PRO.I£CTNO. D1955
32121G-]6
ASPIdALT T'AV]NG
Page 16 of25
1 g) Cald aggregate bin flow indicators tl�at autamatically signal interrupted
2 material flow
3 b. Reclai�ned Asphalt Paveme��t (RAP} Feed Systein
4 1} Provide a separate system to v�eigh and feed RAP inta the hot mix pla�t.
5 c. Mineral Filler Feed. System
6 1) F►•ovide a closed systein for mineral fille�• that maintains a constant supply
7 with minimal Ioss of tnatez•ial tl�rougl� tl�e exl�aust system.
8 2) Interlock tl�e measuririg device ir�to the atitomatic plant controls to
9 automatically adjust the supply of mineral filler to �lant production and
10 provide a cor►sistent percentage ta the mixture.
11 d. Heating, Drying, and Mixin� 5ysterns
12 1) Provide:
13 a} A dryer or �nixing system to agitate tl�e aggregate during heatin�.
14 b) A heating system that controls the temperature ciuring production to
1S prevent aggregate and asphalt hinder dama�e
l6 c) A heating system that co�npletely burns fue! and leaves na residue
17 d} A recording thermameter tllat cantinuously measures ar�d records the
18 mixtur� dischargc; temperature
19 e) Dust collectian system to collect excess dust escaping from the drum.
20 e. Aspha�tBinderEquipr�►ent
21 1) Supply equipment to heat binder to the required ternperature.
22 2) Eguip t11e lleating apparatus vt�it�3 a cantinuously recorc�ing thermometer
23 located at the higl�est temperature point.
24 3} Produca a 24 hour chart of t�e recorded temperature.
25 4} Place a device with automatie teinperature compensation that accurately
26 meters the binder in the line leading to the mixer.
27 S) Furnish a sampling part on the line between the stoz•age tank and mixer.
28 5upply an additional sampling port between any additive 6lending device
29 and mixer.
30 f Mixture Storage and Discharge
31 1) Provide a sw•ge-storage system to minimize interruptions during operations
32 unless otherwise approved.
33 2) Furnish a gob hopper or ather device to minimize segregation in the bin.
39 3) Provide an autamated systein that weighs the mixture upon dischar�e and
35 praduces aticicet showing:
36 a) Date
37 h) Project identifiication numbe��
38 c} Plant identi�cation
39 dj Mix identification
40 e} Veliicle identification
41 fl Total weight of the load
42 g) Tare weight of the vehicle
43 h} �iVeight of mixture in eacl� ioad
4A� i) Load num6er or sequentiaf ticket number for the day
45 �. Tr�Eck Scales
46 1) Provide standard platform scales at a�i approved Ipcation.
47 5. Weigh-Batch Plazits. Pravide a mixing plant tl�at cainplies with 5ectioi� 2.2.B.4
48 "Drum-Mix Plants," except as requir•ed below:
49 a. Sc►•eening and Proportioning
C[1'Y QF FORT WORTIi WATr'R & SNViTARY SEWEIZ ItEPLACEMENT
STAIVDARQ CO3V5TRUCTIQN SPEC1FiCAT101+1 dOCUM�IVTS CQNT1tAC'C 8.8
Itevised [7ecember 2p, 20I2 C[Tl' PROJLCT �10. � 1955
32l216-17
ASPHALT PAVING
Page 17 of 25
1 1} Provide enougll hot bins io separate the aggregate and to control
2 �ro�ortioning of the mixtua�e type specified.
3 a) Supply bins that discard excessive and aversized materia] thrqugh
4 overflovv chutes.
5 b) Pravide safe access for inspecto�•s to obtain sainples from the hot bins.
6 b. Aggregate Weigh Box and Batching Scales
7 1) Provide a weigl� bax and batching scales to hold and wei�h a co.mplete
8 batch of aggregate.
9 2} Provide an automatic pi•opai�tioning syst�in witl� low bin indieators tl�at
]0 automatically stop when material level in any bin is not sufficientto
] 1 complete the bafich.
12 c.. Asphalt Binder Measuring System
13 1) Provide bucket and scales of sufficient capacity to hoid and weigh binder
lq for 1 bakch.
15 d. Mixer
16 1) Eq.uipment mixers with an adjustable autoir►atic timer that controls the dry
17 and wet mixing pe�'iod and locks tl�e discharge doors for th� required
1 S mixing period
19 2) Furnish a pug mill witli a mixing chambe�� large enough ta prevent spillage.
2�
21
22
23
24
25
26
Z7
28
29
30
31
32
33
34
35
36
37
38
34
40
mixture.
Hauling Equipment
I} Pravide trucks witl� enclased sides to prevent asplzalt mixtui�e lnss.
2} Cover each ]oad of inixture with waterproof tarpaulir�s.
3) Sefore use, clean all truck beds to ensure the miYture is not contaminated.
4) When necessary, coat th� insicie truck 6eds with an approved release agent
from the Ci�y.
Placeanent and Compactian Equipment
l) Provide equipment that does not damage underlying pavement.
Z) Comply with law�s and regukations concerning overweight vehicles.
3) When permitted, othea- equipment tliat will consistently produce satisfactoiy
results �nay Ue used.
Asphalt Pa�er
a. General
41 1) Furnisl� a paver that will prodlice a finished surface that meets longitudinal
42 and trans�erse profile, typical secYian, and placement requirements.
43 2) Ensure the paver does not support the weigl�t af any portion of liauling
44 equipment other #han the cannecti.on.
45 3) Provide loading equipment that does not trans�nit vil�rations o�� ather
46 motions to ti�e pave�� that adversely afFect ti�e finished pavemen# quality.
47 4} Equip the paver with an auto�natic, dual, longitudinal-grade control system
48 and an automatic, t�•ansverse-gi�ade coiltrol system.
49 b. Tractor Unit
6. Modified Weigh-Batch Flants. Provide a znixing plant khat complies wi#h Section
2.2.B.5. "Weigh-Batch Plants," except as specifically described below.
a. Ag�re.gate Feeds
1) Aggregate control is requia•ed at the cold feeds. Hot 6in screens are not
required.
b. Surge Bins
1) Provide 1 or mnre bins large enough to praduce 1 complete batcll of
c.
d.
CITY QF FQRT WOF�TH WATER & SAIVITARY S�W�.[212�:C'LACEMCNT
STANDARI� CONSTIZUCT"ION SPECIFICAT101V DOCUM�NTS CbNTRACT 88
i�evised December 20, 2012 C1TY PRO.fECT �'O. 01955
32 12 16 - l8
ASPHALT PAVI�YG
Page I $ oF25
1 1) Supply a tractor unit tliat can push or propa] vehicles, dumping directly inlo
2 tl�e finisliing machine to obtain tl�e desired lines and grades to eliminate any
3 hand finishing.
q 2} Equip the unit witl� a hitcll suffic�ent ta maintain contact between the
S haufing Equip�-�ent's rea�• wheels and the finishing machine's pusl7er ralle�•s
6 while mixture is unloaded.
7 c. Screed
8 1) Provide a heated compactin� screed that wi11 pE•oduce a finished surface
9 that meets longitudinal and transveese proiile, typical section, and
i 0 place�nent reqLiiren�ents.
11 2) Screed ex.tensians must provide the same compacting action and ��eating as
12 tlle rnain unit unless otlzei•wise app�•o�ed.
13 d. G��ade Reference
14 t} Provide a grade reference with enougl� suppo�-� that t�ie maximurn
15 deflection does nat exceed 1/1b inch between suppai�ts.
16 2) Ensure t��at the langitudinal conti•ols can operate fi�am any longitudinal
17 g�'ade reference including a string line, s%i, inobi}e st�'ing line, or inatching
I 8 shoes.
l9 3) Furnish paver skis or mobile string ]ine at least 40 feet long iinless
20 otherwise approved.
21 $. Matet•ial Transf.er Devices
22 a. Provide tlle specified type of device when shown on the D�-awings.
23 b. Ensure the deuices provide a cantir�uous, uniform mixt��re flow to the asphalt
24 pavei•.
ZS c. When used, pravide �,indrow pick up equipment consri�ucted to pick up
26 substantially all roadway mixture placed in the windrow.
27 9. Remi�ing Equipinent
28 a. Wh�n required, provide equipment that includes a pug mill, variable pitch
29 auge3�s, oz• variable diameter augers operating under a storage unit with a
30 minimum capacity of 8 tons.
31
32
33
34
35
3G
14. Motar G�•ader
a. When allowed, pravide a self-pi•opelled grader witll a biade length of at leas� 12
feet and a wheelbase of at least I 6 feet.
1 I. Handheld lnfrared Therinometer
a. Provide a�iandheld infi�ared thermometer meeting the requirements of
Tex-244-F.
37 12. Rollers
38 a. The C.ontractor �nay use any type of roller to meet the production rates and
39 quality i•equirements of the Contract unless otl�erwise showij on the Drawings
40 or directed.
4S b. When specific types of e�uipment are req.uired, use equipment that m�ets tl�e
42 specified requirements.
43 c. Alternate �quipment
44 1} lnstead of the specified equipment, tl�e Contracto►• �nay, as approved,
45 operate othar compaction equipment tl�at produces equivalent results.
4b 2} Discontinue the use of the alternate equipment and fii�nish tl�e specified
47 eqL�ipment if the desired results are �Zot achieved.
48 d. City may require Contractor to substitute ec�iiipir�ent if productio�� j•ate and
49 q�iality requieements of the Contr.ac# are not met.
C�TY QF FORT WpRTH WA7'ER & SANITARY SEWHit ftEYLAC£MENT
STAI�?ARp CONS'fRlICTIOIV SP�CIF1C�l'I'10N DOCUMElVTS CO1�3TItACT 88
Aevised I�eceml�er 20, 2012 Cl'f'Y PRdJECT NO. 0 i 955
�a�zi6-i�
ASP]-IALT �'AV1NG
i'age 19 af25
1 13. Sti�aiglltedges and Templates, Furnish 10 faot st��aightedges and otl�e�• templates as
2 req�ured or� approved.
3 14. Distributor vehicles
4 a. Furnish vel�icle #]rat car� achieve a uniform tack coat place�nent.
5 b. Th� nozzle paYre�•ns, spray bar height and distribution pressut�e Ynust work
6 together to produce uniform application.
7 �. The vehicfe should be set to provide a"double lap" ar "`tr•ipie 1ap" coverage.
8 d. Nozzle spray patterns should be identical to one another along the distributor
9 spray bar.
10 e. 5pi-ay bar height sllould re�nain constant.
11 f. Pressure within tl�e distributor must be eapable of forcing the tack coat material
12 out of spray nozzles at a constant rate.
13 15. Coring EGuipment
14 a. When coring is required, provide equipment suital�le to ohtain a pavement
15 specimen meeting the dimensians far testing.
1G
17
18
14
2D
21
22
23
24
25
26
27
28
Z4
30
31
32
33
3�
35
3G
37
38
39
40
41
42
43
44
45
46
B. Construction
1. Design, produce, store, transport, place, and co�npact the specif ed paving mixture
in accordance with the requireinents of this Section.
2. Unless otherwise sl3own on the Drawings, p3•o�ide the mix design.
3. The City will perforin quality assurance (QA} testing.
4. Provide quality cantrol {QC) testing as needeei to meet the rec�uireinents of this
Section.
C. P�'oduction Operations
1
2.
3
4.
General
a. The City may suspend production for noncoinpliance with this Section.
6. Take carrective action and obtain approval to proceed after any pcaduction
suspension for noncomplian�e.
Qpe�•ational Tolerances
a. Stop production if tes#ing indieates tolerar�ces are exceeded on any of the
�ollowing:
1) 3 consecutive tests on any individual sieve
2) 4 consecutive tests on any of the sieves
3) 2 cons.ecutive tests on asphalt content
b. Begin production onEy wE�en test results or otl�er i�lfarmation ir►dicate, to the
satisfaction of t17e City, that tl�e next �nixture produced will �e witl�in Table 9
tolerance�.
Stora�e and Heating of Materials
a. Da not heat the asphalt bindei a6o�e tE1e te��npei•atures specifted in Section
22.A, or outside the manufacturer's recommended va[ues.
b. On a daily basis, �rovide the City with the records of asphalt binder and l�ot-
mix asphalt discharge temperatures in accordance with Table lb.
c. Unless otherwise approved, da not skore mixtua'e for a period lang enough to
affect the quality of the mixture, nor in any case longer than 12 hours.
Mixing and Disclia��ge of Materials
a. NotiFy the City qf the target discllarge temperature and produce t11e �nixture
witl�in 25 degrees F of the target.
C1TY OP FOAT WORTH WATER & S.AN[TARY SEWER REPLACEMGN7"
STN�i�ARD CONSTRUCT[ON SPECIFICAT[ON DOCUMEiV'f5 CONTRACT 88
Revised December 20, 2012 CITY PRUJEC'C NO. 01955
32 ]2 ]6-2D
ASP]-IAI.T PAV1NCr
Page 2a of 25
]
2
3
4
5
6
7
8
9
10
ll
12
i3
14
15
i6
l7
18
19
20
21
b. Monitar the temperatUre pf the material in t11e tru�k before sl�ipping to ensw•e
that it does not exceed 350 degrees F. �'he City will not pay for or aliow
placement af ai�y mixture peaduced at more than 350 degrees F.
c. Co.ntrol the mixing tim.e and temperature so that substantially all moistur� is
reirtoved fi-oin the mixture before discharging fi•om the plant.
b. 1'}acernent Operations
l. Place the mixture to nie.et the typical section requii•einents and produce a smoath,
finished surface or base course with a uniform appearance and texture.
2. Offset longitudinal joints of successive courses of hoi m�x by at least 6 inches.
3. Pl�ce mixture so langitudinal joints an the surface cou.rse coincide with lane lines,
a�' as direcied. Cnstcre that afl finished surfaces will drain properly.
4. When End Dump Tru�ks are used, ensure #he bed does nfl# contact the paver when
raised.
5. Placement can be perfarmed by hand in siCuations where the paver cannot place it
adequately due to space restrictinns.
6. Hand-placing s�ould b� minimized ta prevent aggregate segregation and surface
texture i.ssu�e�.
7. All hand placement shall be checiced witl� a straightedge or template before rolling
ta ensure un.iformity.
S. Place mixiure within the co�npacted lift t��ickness shpwn in Tabl� 9, unless
otherw►se shown an tl�e Drawings or otherwise dia•ected.
22 Tab[e 9
23 Com acted Lift Tk�ickness and Re ui�red Core Hi
Com acted Lift Thicicness
Mi�ture Type Minimum Maacimwm
: 11 li
� �� �
� 1 11
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
40
9. Tack Coat
a. Clean the surface befare p]acing th� tack coat. Unless otherwise approved,
apply tack coat uniforinly at the rate directed by tlie City.
b. The City will set the rate between 0.04 and O.I O gallons of cesidual asphaft per
square yard of surface area.
c. Apgly a thin, uniforn� tack coaC to al� coniact surfaces of curbs, str��ctures, and
all jaints.
d. Pr�vent splattering of tac�k coat when placed adjacent to curb, gutter, meta]
beam guard fence and struetures.
e. Rol] the tack coat with a pne«matic-tire roller when directe.d.
f. The City may use Tex-243-F to verify thai t11e tack coat lias adequate adhesive
praperti�s.
g. TIZe City may suspend paving apez•ations until there is adequate adhesion.
h. The tack caat sllould be placed with enough tiine to break or set before
applying hot mix as}�halt layers.
i. Traffic sI�ould not be allawed oi1 tack coats.
CITY OF PDRT WOR77-I WA7'ER & SAiVITARY SEWER R£PLACEMENT
57'ANDARD CON57'[ZUCTION SPECIFICA'TIO%1 I70CUMENTS CONTRACI' SS
Revised DecemUer 2Q 2012 CITY PROIECT NO_ 0[ 955
32 l2 ]6-21
ASPHALT PAV]l�iG
Page 21 of 25
l
2
3
4
5
6
7
8
9
1D
j. W1ien a tacked road surface must be opened to traffic, they should be covered
wiih sand tq provide fi•ictian and prevent pick-up.
k. A ty�ical rate �or applying a sand cover is 4 to 8 lbs/squaa�e yard.
1Q. Genara] �lacementrequirements
a. Material sl�ould be delivered to inaintain a relatively constant head of �naterial
in fi�o�it of the screed.
b. The l�oppe�� sllould neve�� be allowed to einpty during paving.
c. Du►uping wings between trucks not allowed. Dispose of at end af days
production.
E. Lay-Dawn Operation
11 l. Minimum M.ixt�ir� Placement Temp�ratures. Use Table 10 for minimum mixture
12 Placement temperat�Eres.
13 2. Windrow Operations. Wl�en hot mix is placed in windraws, operate windraw
14 pic[cup equipment so that substantially ali the mixture deposited on the roadbed is
15 picl�ed up and loaded into th� p.aver.
16 Table 10
17 Su ested Min'smum Mixture Placement Tem era
High-Temperature �nimum Plac�ment
Binder Grade T ` Temperature
PG 64 or lower
PC 7D
PG 76
PG 82 or Iii�,l�e�
18
19
20
21
22
23
24
25
26
27
2$
29
3�
31
32
33
260°F
270°F
280°F
29Q°F'
F. Cainpaction
1. iJse aii• void contr•ol unless o�•dinary co�npaction control is specif ed on the
Draw i ngs.
2. Avaid displacement af tl�e mixture. If displacement occurs, coi•rect to the
satisfaction oFthe City.
3. Ensure pavernent is fiilly cainpacted before allowing rollers to stand on the
pavement.
4. Unless otherwise directed, use only water ar an approved reiease agent on rollers,
tamps, and other compactian equipment.
5, K.eep diesel, gasoline, oil, gt•ease, and other foreign matter off the mixture.
6. Unless otl�erwise directed, ope3•ate vibratory rallers in static mode wl�en nnt
compacting, when changin� directions, ar wh�n the plan depth of the pave�nent mat
is ]ess than 1-112 inehes.
7. Llse tainps ta thoi�ougllly cornpact the edges af the pavement along cur6s, headers,
aa�d si�nilar st��uctures aj�d in ]ocations that �ili not allaw thorough compaction witll
the rollers.
34 S. Th� City may require rolling with a t�-ene]� raller an widened areas, in t��enches, and
35 in other limited areas.
36 9. Allow tl�e eompacted pavement to coo] to 160 degrees F or lower before opening to
37 traffic unless otherwise dir�cted.
C1TY OP FORT WORTIi WATER & SANITARY SGWER [��PLACEMENT
SIANDARD CONSTRUCTION SPECIPICA7'CON I7DCUM�NTS CbNTRAC'l' 88
Revised December 26, 2012 C1TY PRO.F�CT NO. O1955
32121b-22
ASPHALT PAVJNG
Page 22 oi25
1
2
3
4
5
6
7
8
9
1p
11
12
13
14
15
16
]7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�
35
36
37
38
39
4Q
41
42
43
4t4
45
46
47
10. When directed, sprinkle tl�e �nished i��at witla water or limewater to expedite
opening tlae roadway to traffic.
] 1. Air Void Cantrol
a. Genera]
1) Compact dense-graded hot-mix aspl�alt ko 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.
l�. Rollers
1} Furnish tlie type, size, and num6er of rollers required for compaction, as
appro�ed.
2) Use a pnewnatic-tire roller to seal fl1e surface, uiiless otherwise shown on
the Drawings.
3) Use additiona] rallers as required to remo�e any roller marks.
c. Air Vaid Deter�nination
1) Unfess otherwise shawn on the Drawings, abtain 2 roadway specimens at
each location selected by the City for in-place air void determination.
2) The City will ineasure air voids in accordanee with Tex-207-F and
Tex-227-F.
3) $efore drying to a canstant weight, cores �nay be predried using a Corelok
or similar vacuum device to remove excess tnaistu�•e.
4) The City will use the average air void content of the 2 cores to calculate the.
in-place air voids at ti�e selected location.
d. Air Voids Out of Range
i) [f the in-place air void content in the compacted mixture is below S percent
oi� greater thar� 9 percent, ch.ange the praduction and placement operations
to bring the in-place air void cantent within t•equirements.
e. Test Section
]) Construct a test sect�on of 1 lane-width and at most 0.2 miles in length io
demonstrate that compaction to between S percent and 9 percent in-place
air voids can be obtained.
2) Continue this procedur� until a test section with 5 percent io 9 percent in-
place air voids can be prod�ced.
3} The City will allow oniy 2 test sactiQns per day.
4} When a test section producing satisfactoiy in-place air void content is
placed, resu�ne f��ll production.
12. Ordtnary Compaction Contt�ol
a. Furnish the type, size, and numbei• of rollers required for compaction, as
approved. Furnish at least 1 medium pneumatic-tire rollej� (minimuin 12-ton
�eight).
b. llse t13e contro! sh•ip method given in �'ex-2D7-F, Part IV, ta establish rolling
patterns that acl3ieve maximum compactian.
c. Follow the seleeted rolling pat�ern unless changes that affect compaction occur
i�a the mixture o�• placement canditions.
d. WI1en such changes occur, estab[ish a new rolling pattern.
e. Compact the pavement to meet tlae require�nents af the Dra�ings and
specifications.
C[1'Y OF FORT WORTH
STANpARD CQ1+iS�CRUCCIa1V SP�CIP[CAT1Q3�! �OCUMEIVTS
Aevised QeeemUer 20, 20 [ 2
WATER& SAN[TARY SEWCA R�PLACEI+9ENT
CONTRACTBS
C[TY PR4]ECT Nd. 0] 955
32 i2 16-23
x1SPHALT PAVING
1'age 23 of 25
1
2
3
4
5
6
7
S
i�
�•
h.
i.
When rolling with tkle 3-wheel, tandem or vibratory rollers, sta�-t by f rst rof[ing
the joii�t with the adjacent pavement and then cantinue by i•olling longitudinally
at the sides.
Proceed toward the center of the pavement, overlapping on successive trips by
af least 1 ft., unless otherwise directed.
Make alternate trips of the roller sligf�tly different �n length.
On superelevated curves, U�gin ralling at the iow side and progress toward tl�e
high side unless otherwise directed.
9
10
11
12
13
14
15
1 �i
17
T8
19
20
21
22
23
24
25
26
27
G. Irregu[arities
]. ldentify� and cnrrect irregularities including, b�t not ]imited to segregation, rvtting,
raveling, flushing, fat spots, mat slippage, irregular cola�', i�'regular textu��e, roIler
inarks, tears, gouges, streaks, uneaat�d agg3•egate particles, or broken aggregate
pa�-ticles.
2. The Ciiy may also identify irregularities, and in such cases, tlae City shall pramptly
notify tl�e Contractar.
3. If the City detei�nines that the irregularity will adversely affect pavement
performance, the City tnay require the Contractor to remove and replace {at the
Contractar's expense) areas of the pavement that contain tlle ir�-egularities and areas
where the mixture does not bond to the existing pavement.
4. If i�'�'egularities are detected, the City may require the CanY�'actor to immediately
suspend operations or may allow the Contzactn�' to continue operations for no more
than 1 day wl�iie tl�e Contracto3' is #aking appi•opriate corrective action.
S. The City ma� suspend production oj' piacement operations until the pt�oblem is
corrected.
6. At the e�pense of the Contractor and to the satisfaction of the City, remove and
replace any �nixture tnat dfles not bond to tlie existing pavement or that has other
surface ireegularities identified above.
28 3.5 REPAIR
29 A. See Sectian 32 O1 17.
30 3.6 QUALITY CONTROL
31.
32
33
34
35
36
37
38
39
4�
41
42
43
44
A. Production Testing
1. Perfoj•rn produc#ion tests to v�z-ify aspl�alt paving ineets tl�e pei�forinance standard
required in the Drawings and specifications.
2. City to measure density of asphalt paving with nuclear gauge.
3. City to core asphalt paving fi�om the normal thicicness of seetion once acceptable
density xchieved. City identifies locatio� of cores.
a. MinimLun core diamete��: 4 inches
b. Minimum spacing: 200 feet
c. Minimum of 1 core eve�y black
d. Alternate lanes between coj�e
4. City to �se cores to deterrrzine pavemenf thickness and calc«late thearetical density.
a. City to perfarin theot•etical density test a minimum ai 1 per day per street.
l
B. Density Test
Tl�e averaga measured density of asphalt paving inust meet specified der►sity.
C17'Y OF' �Oli7' WORTE-1 WATLR & SAfYITARY S�W�R 1tEPLACEMEIVT
STANDARn CONS"I7tUCT[a�f SP�CIFICA'C1DN DOCUMI:NTS CO]+I772AC"1' 88
Revised Deccmbcr 2Q 2012 CCTY PAO.IECT NQ O1955
32 12 1G-24
ASPHftLT PAVIIVG
Page 24 of 25
]
2
3
4
S
G
7
8
9
]0
11
]2
13
14
Ys
16
17
18
19
20
21
2. A�erage of ineasurements per street not meeting the minimum specified stretagth
shall be subject to the maney penalties oi• reinoval and replac��nent at the
Cont�•actor's expense as show in Tabl� 11.
Table 11
Densi Pa ment Schedule
Percent Rice Percent of Contract Price Allowad
$9 and ]ower remove and repl�ce at the enti�•e cnst and expense of Contractor as
directed by Ci .
9D 75-percei�t
91-43 100-percent
9� 90-percent
95 75-percent
Over 95 remove and replace ai the entire cost and expense nf Contractor as
directed bv Citv.
3. The amaunt of penalty shall be deduct�d fi'om payment due to Contractor.
�l. These i•equirements are in aciditian to the requirements of Article 3.2.
C. Pave�n�nt T��ickness Test
1, City ineasure each core tl�ickness by a�eraging at least 3 measurements.
2. The number of tests and location shall be at the discz•etion of the City, unless
otherwise speeif ed in the special provisians or on the Dcawings.
3. In the event a deiiciency in the thickness of pa�ement is revealed during production
testing, subsequent tests necessary to isolate the deficiency shall be at the
Contractor's expense.
4. Tl�e cnst far additional coring test shall be at th� same rate cY�a.rged by cominerciai
lahorataries.
5. Where the average thicicness of pavement in the area found to be deficient, paymant
s.l�ali be made at an adjusted price as specified in Tahle 12.
C[TY OF PORT W61�7'H
STANDARD CONSTRUCTION SP�GFtCAT1UN DOCUMGMS
Itevised I?ece�n6er 2D, 2012
WA7"ER & 5AN]TARY 3@WER RGPLACEMEIJT
COAITRACT 8$
CiTY PRO.fECTNO. 01455
32 l2 16-25
ASPHALT PAVI7+IG
Page 25 of 25
�
3
4
5
6
7
8
9
io
11
12
13
1�
15
16
17
18
Table 12
Thicltness Deiicienc Penalties
Deficie�icy in TIrickness Propo��tional Part
D�termined by Co�•es �f Contract Price
Greater Than 0 percent - Not More than L 0 percei�t 90 percent
Greater Than 1p percent - Not More than 15 percent SO percent
remove and replace at
Greater Tha�i 15 percent the entire cost anel
expe3ise of Cantractar
as direcked by City.
6. If, in the judgment of the City, the area of sucl� deficiency r�;aarrants reinaval, the
at ea sha11 be reinoved and replaeed, at the Coniractor's entire axpense, with asphalt
paving of the khicl��ess shown an the Drawings.
7. No additional payi�ent over the contract �znit pric.e shall be made for any pavement
af a diickness exceeding that required by the Drawings.
3.7 F�I�LD QUALITY CONTROL [NOT USEDI
3.$ SYSTEM STARTUP [NOT iTSED]
3.9 ADJUSTING [NOT US�D]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTYVITIES [l�TOT USED]
3.12 PROTECTION jNOT USED]
313 MAINTENANCE [NUT i1SED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Re�ision Log
DATE NAME 5l3MMARY OF CHANG�
1212Q/2012 D, Johnsnn I.2.A — Modified items ta he included in price hid
I9
CITY OF rOR"C WOIi"fH
STANDf1RD C�NSTRUCTIOIV SPECIFfCATION DOCUMGNTS
Revised December 2fl, 2412
WA7"Eli & 5ANITARY 5EV17�R R1:PLACEMENT
CO3VTRACT 8&
CI7"Y PItOJECT NO. 01955
321313-1
CONCRE"C� PAVTI+]G
Page 1 of Z 1
2
3 PART l. - G�NERAL
4 l..l Si1MMARY
S
6
7
A
A. Section includ�s:
SECTION 32 13 13
CONCR�'I'� �'AVING
1. Finished pavement constructed of pottland cement concrete including
monolithieally poured curb on the prepared subgeade oi• other base course.
B. Deviations fi•otn th.is City of Foi�t Warth Standard Speciiication
] . None.
l0 C. Re6ated Specification 5ections. include, but a�'e not necessa�•ily limited to:
11 1. Division 0- Bidding Requirements, Contraet Forms, and Conditions of tl�e Contract
12 2. Division 1- General Requirements
13 3. Section 32 O1 29 - Conctete Pa�ing Repair
14 4. Sectian 32 13 73 - Concrete Pauing Joint Sealants
15 1.2 PRICE AND PAYM�NT PROCEDURES
Ib
f7
18
19
20
21
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
40
A. Measurement
1. Measurement
a. Measurement for this Item sllall be �.y the sc�uare �+ard of completed and
accepted Concrete Pa�ement in its final posit.ion as measured from back of curb
for various:
1} Classes
2) Thicknesses
2. Fayment
a. The work performed and materials furnished in accordance with this Item vwill
be paid for at the unit price bid per square yard af Conc��ete Paveinent.
3. Tl�e price bid shall include:
a. 5haping and fine �•ading the placemen# area
b. Furnisl�ing and applying all water• requir•ed
c. Furnishing, laading and unloading, storing, hauling and handling all concrete
ingredients including all freight and royalty involved
d. Mixing, placing, �nislun� and eu3-in.g all conc��ete
e. Furnishing. and installin� all reinforcing steel
f. Furnishing all materials attd placing ]angitudinal, war}�ing, expansion, and
conta-action joints, including all steel dowels, dowel caps and load transmission
units requiz•ed, wire and devices for placing, hotding and suppoirting the steel
ba��, load trans�nission units, and joint filler material in the proper ppsition; far
coating steel bars where required by the Drawings
g. Sealing j oints
]7. Manolithically poured curb
i. Cleanup
CI7'Y OF FOR'1' WORTH WATGR & SA�IITARY SEWER REPLACEMENT
5TAI�DARD CONSFRUCTION SPECI�ICATION DOCUMENTS CONTRACT $8
Revised DecemUer 2�, 2012 CITY PAOJrCT NQ. fl19S5
321313-2
CONC2L-TE PAVING
Paee 2 of21
1.3 REFERENC�S
2
3
4
5
6
7
8
9
10
11
]2
13
14
1s
16
17
1S
19
20
21
2�
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A. Reference Sta�ldards
2.
3
Reference standaeds cited in this specification refer to the current reference standard
published at the time afthe latest revision date logged at tlfe end of this
specifcation, unless a date is specifically cited.
ASTM International (ASTM}:
a. A615/A615M, Deformed and Plain Billet-St�el Bars for Concrete
Reinforcement
b. C31, Standard P��actice for Making and Curing Conci•ete Test 5peeimens in the
Field
c, C33, Concrete Aggregates
d. C39, Standard Test Method for Comp.ressive Str�ngth of Cylindrical Concrete
Specimens
e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed
Beams of Concrete
£ C941C94M, Standard 5pecifications for Ready-Mixed Concrete
g. C15Q, Portland Cement
h. C156, Water Retention by Concrete Curing Nlaterials
i. C172, Standard Practice far Samplipg F�•esl�ly Mixed Concreie
j. C260, Air Entraining Admixtures for Concrete
k. C309, �.iquid Membrane-Forming Compounds for Curing Concrete, Type 2
1. C49�, Chemical Adinixtures for Concrete, Types "A", "D", "�"' and "G"
m. C618, Coal Fly Ash and Raw or Calcined Natural Pazzolan for use as a Minei�aI
Admixture in Canct�ete
n. C881, Standard �pecification for Epoxy-Resin-Base Bonding Systems far
Concrete
o. C1064, Standard Test Method fQr Tempe��ature of Fr�shly Mi�ed Hydraulic-
Ceir�ent Concrete
p. C1602, �tandard Speci�ca#ion for iVlixing Water Used in t��e Production of
Hydraulic Cement Concrete.
q. D698, Laboratoiy CompactiQn Characteristics of 5oil Using Standard Effort
(12,400 ft-Ibf/ft3)
American Concrete Institute (ACI}:
a. ACI 305.1-06 Sp�cification for Hot Weattier Concreting
b, ACI 306.1-90, Standard Specification for Cold Weather Conc��eting
c. ACI 318
37 1.4 ADMINISTRATNE REQUIR�MENTS [NOT USED]
38 1,S SUBMITTALS [NOT iJSED]
39 1.6 ACTI�N SUBMITTAL�IINFORMATIONAL SCIBMITTALS
44 A. Mix Design: submit for approval. See Item 2.4.�.
CITI' Ol� FOCi"I' WORTH WATER & SAhi1TARY S�WER RL•PLACGMGN"C
STANDARD CON5TRUCTION SPECI�ICATION DOCUtv1E1VTS CONTRACT 88
Revised Decembcr 20, 2012 CITY PI�OdECT NO. 41955
32 13 13 - 3
CONC1�ETi PAVING
Page 3 01�2 ]
1 1,7 CLO5EOUT SU$MITTALS [NOT USED]
2 1.8 MAINTEIVANC� MAT�RIAL SUBNIITTALS [NOT USED]
3
4
�
6
7
8
9
10
11
12
13
14
15
16
17
I8
19
20
21
1.9 QUALITY ASSiTRANCE [NOT USED]
1.14 DELNERY, STORAG�, AND HANDLING [NOT USED]
111 FIELD CONDITIONS
A. Weaiher Canditions
1. Place concrete when eoncre.te temperature is between 40 and 100 degrees when
measured in accordance vvith ASTM C1064 at point of placeinent.
2. Hot Weather Concreting
a. Take iminediate carrective action or cease paving wlien the ambient
temperatut•e exceeds 95 degrees.
b. Conc�°ete paving operations shall k�e approved by the City when #he concrete
temperafiure exceeds 100 degrees. See Standard Speci�cation fior Hot Weath�r
Concreting (ACI 305.1-06).
3. Cold Weather Concreting
a. Do not place when ambient temp in shade is below 40 degrees and falling.
Concrete may be placed when atnbient temp is abo�e 35 degrees and rising or
above 40 degrees.
b. Concrete paving operations shall be approved by the City when ambient
temperatui•e is below 4Q degrees. See Standard Speci�cation for Cold Weather
Concreting (ACI 306.I-90).
22 B. Time: Place concrete after sum'ise and no later than sha1S permit the finishing of the
23 pavement in natura] iight, ar as directed by the City.
24 1.12 WARRANTY [NOT USED]
25 PART 2 - PRODUCTS
26
27
28
29
30
2.] OWNER-�"URNISH�D PRUDLICTS [NOT IISED]
2.2 MAT�RIALS
A. Ceinentitious Material: AST'M C15Q.
B. Aggregates: ASTM C33.
C. Watee: ASTM C1602.
31 D. Admixtures: When admixtures are used, conform to the appropriate specification:
32 1. Air-Ent�'aining Admixtures for Concrete: ASTM C260.
33 2. Clae�nical Adinixtui•es for Concrete: AS'i'M C494, Types "A", "D", "F" and "G."
34 3. Coal Fly Ash and Raw or Calcined Natura] Ppzzolan far Use in Concrete: ASTM
35 C618.
36 E. Steei Reinfoa'cei�ent; ASTM A615.
37 F. Steel Wire Reinforcement: Nat used for concrete pavement.
CITY OF POR7' W012TH WA'1'ER & SANITARY SEWER RE:FLACEME�IT
STAI+IDARD CbNSTTiIJC"I']0�15PEC[FICATION IlOCUM�NTS CONTRACT 88
Re�ised Decam�er 2U, 2D12 CTTY PROJECT NO. 41955
321313-4
CONCaE�rE PAV[NG
P2ge 4 of 2 ]
2
3
4
5
6
7
8
9
10
11
12
13
14
1S
16
17
18
19
20
21
22
23
24
25
G. Dnwels and Tie E3ars
2.
3.
Dflwel and tie bars: ASTM A615.
Dowel Caps
a, Provide dowel caps witll enough range of move�nent to allqw eqinplete closure
ofthc expansion joint.
b. Cap� for dowel bars s�iall be oithe lengtla shown on tl�e Drawings and sl�all
have an internal diameter suffcient to pet•mit tlae cap t� freely slip over the 6ar.
c. In no case siiall the internal diametei• exceed the bar diameter• by more li8 inch,
and one end of the cap shall be rightly closed.
�pnxy for powel and Tie Bars: ASiM C881.
a. See following ka61e far approved producers of epoxies and adhesives
Pre-Qualified Producers pfEp.oxies and Adliesives
Product Name Producer
Concresive 1420 BASF
HTE-5� Hilti
T 308 + PovNers Fasteners
P E 1000+ Powers Fasteners
C-b Ramset-R�dhead
Epcon G-5 Rains�et-Redhead
Pro-Poxy-300 Fast Tube Unitex
Shep-Poxy TxIII CMC Construction 5ervices
CJitrabond 130Q Tubes Adhesir��s Teehnalogy
Ultrabone 2300 N.S. A-22-23p6 Adhesives Teehnology
Slow 5et
Dynapaxy EP-430 Pecora Corp.
�.bOT Simpson Strong Tie
ET22 5impson Strong Tie
SET 22 Simpson 5trong Tie
SpecPoxy3DOQFS SpecChem
b. Epoxy Use, Storage and �Iandling
l) Package c.omponents iR ai�•tight containers and protect fi•om 3ight anc{
moisture.
2) Include detailed instruc#ions for tha application of filie �naterial and a!1
safety infoeination and warnings regarcfing contact with the co�nponents.
3) Epoxy label requirements
a) Resin or hardener components
b) Brand name
c) Name of manufacturer
d) Lot ar batclz nu�nber
e) Temperature rang� for storage
fl Date of manufacture
GTY OF FORT WORTI-1
STANDAR➢ Ci�N�TItUCTIQN SFGCIFICA'CIdN �OCUMENTS
Revised Dece�nber 20, 2012
WAT�R $c SAIVITARY SEWER R�PLAC�M�NT
CO3VTKACT 88
CITY ['Rd,IECT NO. 01955
3213 ]3-5
CQNCRETE PAVING
Page 5 of 21
1
2
3
4
5
6
7
8
9
10
11
l2
13
14
l5
16
17
18
19
20
a1
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
ai
42
43
44
45
�}
5)
6)
7)
$)
g) Expiration date
h) Quanti#y c.antained
Store epoxy and adl�e5iva componeilts at temperatures recomme��ded by the
manufacturer.
Do not use damaged or previously opened containers and any material thaf
shows e�idence af crystallization, lumps ski��ning, extreme thickening, or
setkling of pigments that cannot be readily dispe�•sed with normal agitafion.
Fol[ow sound environmental pt•actices wlien disposing of epoxy and
adhesive wastes.
Dispose of a11 einpty containers separately.
Disppse af epoxy by completely emptying and inixing the epaxy befor�
disposal
H. Reinforcement Bar Chairs
I. Reinforcement bar chairs or sL�pports shall t�e of adequate strength to suppotrt the
reinforcement bat�s and shall not band or break under t11e weight of the
reinforcement bars �t' Cant�•actor's personnel walking on the reinforeing bars.
2. Bar chairs may Ue made of Enetal (free of rust), precast mortat' or cnncrete blocks or
plastic.
3. For appro�al of plastic chairs, representative sainples of the plastic shali sho�+ no
�isi6le indications of d�teriaration after immersi�n in a 5-percent solution of
sodium hydroxide for 12b-hours.
4. Ba.r chairs may be rejected for failure to meet any af t�ae requiremen#s o#'this
specifieation.
�. Joint Filler
1. Joint filler is th� material placed in cancrete pavemenk and concrete sti�-uetures to
allow fnr the expansion and contraction of the concrete.
2. Wood Boards: Used as joint filler for concrete paving.
a. Boaeds far expansion joint fiiler shall be oftl�e requiz•ed size, shape and type
indicated on the Drawing;s or required in the specifications.
1) Boards shall be of selected stock of redwaod or cypress. The boards shali
be saund heartwood and shall be free fi•om sapwood, knots, cluste�•ed
birdseyes, ck�ecks and splits.
2} Joint filler, boards, shall be stnooth, ilat and straight throughout, and shall
be sufficiently rigid to per•�nit ease of installation.
3) Bo.ards shall be furnished in iengths equal to the width betvveen
langitudinal jpints, ai�d may be furnished in st��ips or scored sheet af tlae
required shape.
3. Diinensions. The thickness of the expansion joint filler• shall be shown on the
Drawings; the �vvidth shall be not less than that shown on fhe Drawir�gs, providing
%r the top s�al space,
4. Rejection. �xpansion joint fi]]ar may be rejected for failut�e io meet any of kl�e
requirejnents of this specification.
J. Joint Seaiants. Pro�ide Jaint Sealants in accoi'ciance witl� Section 32 13 73..
K. Curing IWIaCerials
1. Memb�-ar►e-Farm�ng Compotmds.
CITY OF FORT WORTH
STANDAKD CC)1V5T1tUCTLON SPECIPICAT10�1 DDCUMEiVTS
Revised 1]ecem�er 20, 2012
I�ATER & SANITARY S�WER REPLACEMENT
coNTnAerss
CITY PROJ�CTNO. 01955
321313-b
CONCR�TI.: PAV[iYG
Page 6 af21
I a. Conforn� to the requirements of ASTM C309, �'ype 2, white pigiraented
2 compou�lei ancl be of sucl�► nature that it shall 3�ot praduce �ae�•manent
3 discaloratian of concrete surfaces not• reaet deleteriously with the �oncrete.
4 b. The compound shall praduce a firr�i, continuous uniform moisture-iEnpermeaY�le
5 tilm fi-e� fi-oin pinholes and shall adhere satisfactori3y to the surfaces of damp
l0
li
12
13
14
15
16
17
l8
l9
20
21
canca�ete.
c. It shafl, whe�� applied to klae damp concre#e surface at the specified rate of
coverage, dry to touch in ] hotn� and dry through in not more #han 4 hours under
normal conditions suitable Fqi• cancrete ope�•ations.
d. It s1�a]] adhe�'e in a tenacious film without running ofif or appreciably sagging.
e. It shall nat disintegrate, cl�eck, peel or crack during Yhe required curin�; period.
f. T1�e compaund shall not peel or pick up under traffic and shall disappear from
the surface oftl�e eoncret� by gradual disinteg�•ation.
g. The compound sllail be deiivered to the job s�te in tl�e manufactut•er's original
co.ntainers only, which shall be clearly iabeled with the manufacturer's najne,
tl�e trade name af the material and a batch number or syinbol v�+ith which test
samples may be �orrelated.
h. When tested in accordance with ASTM C156 Water Retention by Concrete
Curing Ma#erials, the liquid meinbran�-fi�rming campound shal] restrict the loss
of waier present in the test specimen at the time of application of the cu��ing
co��pound to nat more than D.O1-oz.-per-2 inches of surface.
22 2.3 ACCESSORIES �NOT iTSED]
23 2.4 SOURCE QUALITY CONTROL
24 A. Mix Design
25 1. Cancrete Mi� Design and Control
26 a. At loast l 0 calendar days priot• ta the start of cancrete paving op�ratians, the
27 Cont�actox• shall subinit a design of the concrete �ni� it propos�s to use and a
28 full description af the source of supply of each matErial component.
29 b. The design of the cancrete mix shall p�•oduce a quality concrete complying with
30 Yhese specifications and sl�all include the following inforination:
31 1) Design Requirements and Design 5ummary
32 2) Material source
33 3) Dry weight of cementfcubic yard and type
34 4) Dry weight of fly ash/cubic yard and type, if used
35 5) Saturated surface dry weight of fine and coarse aggre�atesPeubic yard
3b b) Design water/cubic yard
37 7} Quantities, type, and r�aine of adinixtures with tnanufacturer's data sheets
38 $) Ciirrent strength tes#s or sh•ength tests in aceordanee wit11 ACI 31 S
39 9} Current Sieve Analysis and -20D Decantation of �ne and cflarse aggE•egates
40 and date oitests
41 10) Finei�ess modulus of fine aggregate
42 1]) Specific Gravity and Absorption Values of iirae aa�d cnarse aggregates
43 12) L.A. Abrasion of coaE•se agg►•egates
44 c. Once mix design approved by City, maintain intent of mix design and
45 maximum water to cement ratio.
46 d. Na concz•ete may be placed on flie job site until t11e mix design h�s been
47 approved Uy the City.
48 2. Quality of Concrete
CITY bP PORT WOR"I'H
STEINDARD CONSTKUC'C10N SPECIFICATION I]OCUMGN'TS
Rewised December 20, 20 E 2
WATER & 9ANITARY 3LWGR RFPLACEM6NT
CdI�TRAC7' 88
C11'Y PROJEC"I� NU. 01955
321313-7
CONCRETE P�1V1NG
Page 7 of 21
] a. Consistency
2 1) [n general, tl�e consistency af cancrete mixtures shall 6e sucli that:
3 a) Mo�-ta�� shall cling to the coarse aggregate
4 b) Aggregate shal] not segregate in concrete w1�en it is transported ta tl�e
5 place of deposit
6 c) Concrete, when deopped directly firom the dischat�ge chttte of tl�e mixer,
7 sliall flatten out at the cente�• ofthe pile, Uut the edges o.iChe pile sllall
8 stand and not flnw
9 d) Cancrete and rnortar shall show no fi•ee water when removed fi•om the
10 mixer
11
12
]3
74
15
16
17
18
i9
20
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
3:9
40
41
42
43
e) Concrete s11all slide and not flow iz�ta piace when transpoi�ed in meta�
chutes at an angle of 3D degt'ees with the hoi•izontaf
fl Surface of t17e finisf�ed concrete shall be fi�ee fi•om a surface film or
laitance
2) Wlaen field conditions are such that additional mqisture is needed for the
final concrete surface finishing operation, t1-�e requiz•ed water slial] be
applied tQ the sui�iace by hand sp�'ayer only and be held to a minimum
amount.
3) The concr�te s3�all 6e workable, cohesive, possess satisfacto�•y finishing
quatities and be of the stiffest consistency that can be placed and vibrated
into a Isomogeneous mass.
4) Excessive bleeding shall be avoided.
5) If the strength Qr consistency t�equired for #he class of cancrete being
produced is nat secured with the minimuin cement specified or witl�out
exceeding the mvcimum waterlcemeni ratio, the Cantractor may use, or the
City i��y require, an appi�ovec� cement dispet�sing agent (water reducer); or
the Contractor shall furnish additional aggregates, or aggregates with
different characteristics, or the Contracto�• may us� additional cement in
order to produce the required j•esults.
6) The addifional eement may be permitted as a tempdrary measure, until
aggregates are changed and designs checked wit17 the different aggregates
or cement dispersing agent.
7) The Contractor is solely responsible for the quality qf the coi�ci•ete
produced.
8) The City reserves the right ta independently verify ihe quality of the
cnncrete through inspection of the batch plant, testing af th� various
materials used in the concrete and by casting and testing concE•ete cylinders
or beains on the concrete actually inco�•parated in the paveinent.
b. Standard Class
1} Unless otherwise shown on the Drawings or detailed specifications, the
siandaa'd class for conc�•eke paving for streets and apeys is shawn in tf}e
following table:
C1TY OF �O[Z'C' WORTH
STAN�ARD CONS"i'ILUC'TiON SPECICICATION DpCUMENTS
Revised December 20, 20 ] 2
WATER & SANITARY SCWER [tGPLnCEMENT
CONTRAC7" $8
C]TY PRb.fECT NO. 01955
321313-8
CONCR�TL- PAVING
Pagc 8 of 2l
2
3
4
5
G
7
S
9
10
]1
12
13
1 �F
15
1b
Standard Classes of Pavement Concrete
Class of Minimum 28 Day Min. Maximum
Concrete� Ceanentitious, Compressive, Waterl
I�b.ICY Sti•engthz Cementitious,
psi Ratio
P 517 3600
H 564 4500
1. Ali exposed liorizontal cor�crete shall lia�e
2. Minimmn Conlpressive 3trength 12e.quired.
2) Machine-Laid concrete: Class P
3} Hand-Laid concrete: Class H
c. High Early Strength Concrete (HES)
i) Wl�en sllown an the Drawings or allawed, provide Class HES concrete tor
very early opening of pavements area flr ]�aueouts ta traffic.
2.) Design class HE5 to meet ihe requirements of elass specified for concrete
pavement and a minimum compressive strength af 2;600 psi in 24 hours,
unless vther early strengtl� and time reqiiirements are shown on kl�e
Drawings allowed.
3) No strength overdesign is required.
5iandard Glasses of Pavement Concrete
Ciass of Minimum 2$ Day Min. Maximum Course
Conerate� Cementitious Coinpressive 1�Vaterl Aggregate
Lb./CY Str�ength� Cementitious Maximuin
psi Ratio 5ize,
inch
HES 564 4500 0.45 1-112
17
l8
l9
2a
2�
22
0.4�
0.45
CQurse
Aggregate
M�i�num
Size
inc13
1-1/2
1-112
d. Sluinp
1) Slump requirements for paveinent and r�lated et�nct•ete sllali be as specified
in the following table:
Concrete Pavement
Concre�e Us.e
Recominended
Design
and Plaeement
S lun�p,
inch
1-112
4
4
MaxE mwn
Acceptable
Placement
Slump,
inch
3
5
5
51ip-FormlForm-Riding 1'aving
�Iand Formed Paving
Sidewalk, Cuz-b and Gutte3•, Concrete
Valley Guiter and Otl�er MiscellaE�eous
Concrete
23
24 2) Na cancrete shall be permitted witi� slump in excess of tl�e maximtiuns
25 shawn.
CITY OF FORT WORTFI
STAI�3DA.R_D CONSTRUGTFON SP�C[I']CATION D�CUM�NT5
Revisad DecemUer 2p, 2fl12
WATGR & SAIVITAAY SEWLR RL:PLACCMGNT
CONTRACTSS
CIT`! PROJECT NO. 0195�
321313-9
C(]NCRET]? PAVING
Pagc 9 of21
1
2
3
4
3} Any cancrete mix failing to meet tk}e above consistency requirements,
altl.�oug1� meeti»g the sl��m� requii•en�ents, sl�all be co��side�•ed
u»satisfactory, ar�d the mix shall be chan�;ed to co�•rect such unsatisfactary
canditions.
5 PAR'r 3 - �KECUTION
b 3.1 INSTALL�RS [NOT USED]
7 3.2 �XAMIN.ATION [NOT USED]
8 3.3 PREPARATiON [NOT USED]
9 3.�{ INSTALLATION
10
11
12
13
14
15
16
17
18
19
2�
21
22
23
Z4
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4�
4]
42
A. Equipment
l. All ec�uip►nent necessa�y for the cnnstj�uction af this item sl�all be on the project.
2. The equipment shall include spreading de�ices (augers), internal vibration,
tamping, and surface tlaating necessary to fnish the fi•eshly placed concrete in such
a manner as to pravide a dense and homogeneous pavement.
3. Machine-I.aid Concrete Pa�ement
a. Fixed-�'or�n Paver. Fixed-form paving equiprnant shail be pravided with fo�'rris
that aj•e uniformEy supported on a very fi.rm subbase to prevent sagging undar
the weight of inachine.
b. Slip-Form Fauer
1) Slip-form paving equipment shall be provided with trave�ing side foi�rns of
suf�cient dimensions, shape and sirezagth so as to support tF►e concrete
laterally for a suffcient length of time during placeinent.
2} City may reject us.e of Slip-Fonn Paver if paver requires aver-digging and
impacis tre�s, mailboxes or othei• imp�ovements.
�. Hand-Laid Cancrete Paveinent
a. Machines that do not incorporate these features, sueh as roller screeds or
vib3•ating screeds, shall be considered tools to Ue used in ]�and-laid conerete
construction, as slu�nps, spreading rnethods, �ibration, and other procedures are
more coinmon to l�and methods than to �nacl�ine metllads.
5. City may reject equipment and stop operatian if equipinent does not meet
requirelnents.
B. Concrete Mixing an�f Delivery
l. Transit Batching: shall nat be used — onsite mixing not permitted
2. Ready Mixed Concrete
a. The concrete shall be produced in an approved metl�od conforining to the
requir�inents of this specification and ASTM C94/C94M. City shall have access
ready mix to get samples of materials.
b. City sha[1 have access to ready inix plant to obtain material sainples.
c. When ready-►nix coner•ete is used, satnple concrete pec• ASTM C94 Alternate
Pi�acedure 2:
1) As the inixer is being �mptied, iradividual samples shall be taken after the
discharge of app.roxii��ately I5 percent and $5 percent af th� load.
CITY OF FQRT WORTI-I WA1'ER & SANITARY SEWER REPLACEMENT
STANI]ARD CaNSTRUCT[t�N 51'ECTFICATION DC]CUMENTS CONTC2ACT 88
Revised December 20, 2a12 CITY I'RO.ICCT N.n. � 1955
32 13 l3 - 10
CO?�ICR�TC PAVING
Pa�e k � of 21
1
2
3
4
5
6
7
S
9
10
li
12
l3
14
15
16
17
18
19
20
2l
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
�l5
4G
2) The inethod of sampli��g shail provide thak the samples are re�z�eseiltative of
widely separated portians, 6ut not fi-am the veiy ends of ihe hatcll.
d. The mixin� of eacl� batch, a�ter all materials are in tl�e drum, shall continue until
it produces a thorougl�ly mixed concrete of uniform mass as deter�nined by
establisl�ed mixer pei•formance ratings and inspection, oe apprnpriate uniformity
tests as described in ASTM C94.
e. The entire contents of the dru�n shall be disclia��ged before any materials at•e
placed therein fa�� the succ��ding batch.
f. Retempering or remixing shali not be per•mitted.
3. Deliveiy
a. Deliver concrete at an inte�val not exceeding 30 minutes or as dete�-mined by
City to prevent cold joint.
4. Delivery Tickets
a. For all operations, the �nanufacturer of the concrete shal[, before unloading,
furnish tn the purchaser with each batch of concrete at the site a delivery ticket
on wllich is printed, stamped, or written, the following information to dct�r�nine
that the concrete was propQi�tioned in accordanca with the appraved mix design:
1} Naine of concrete suppliei-
2) 5erial num6er af ticket
3) Date
4) Tt'uck numbez•
5) Name of purchaser
6) 5pecific designation of job (name and locatiqn)
7) Specific class, design identaficatian and designation of the concrete in
cnnformance with that employed in job specifications
8) A�nount af concrete in c�ataic yards
9) Time loaded or of first mixing of cement and ag�regates
10) Water added by recei�er of concrete
1 l) Type and ainount of admixtures
C. Subgrade
1. When m�nipulaiion or tz�eatrnent of subgrade is required on the Drawings, the work
sl�all be perforrned in proper sequence with the preparation of the subgrade fnr
}�avement.
2. The roadbed shafl he excavated atad shaped in canformi#y with the typical sections
and to the lines and g�'ades shown on ti�e Drawings or estab[ished by the City.
3. All holes, ruts and depressions sl�all be fiiled and �ampacted with suitable material
and, if required, #he subgrade shall be thoroughly wetted and reshaped,
4. Zrregtilarities of m�re than 1/2 i�lch., as shown by straightedge o�• te�nplate, shall be
corrected.
5
�
8.
The su6grade sl�all be uniformly compacted to at least 95 percent of the �naximum
densEty as determined by ASTM D6�8.
Moisture content sha11 be within minus 2 percent to pllis 4 percent af optimum.
The prepared subgrade shall b� w�tted dawn suff7eiently in ad�ance af placing the
pavement to ensure its Ueing in a�rm and moist condition.
Sufficient subg�'ade shall be prepared in ad�ance to e��sure sat.isfactory prosecution
of the wark.
Cl'1'Y OF HOItT WORTH
STAN➢ARD CONS7'RUCTION 5PECIFICATION DOCUMENTS
Revised Deeeinber 20, 2012
WA"I'ER & 5ANITARY SL-WC'R RL-PLACEMENT
C(?]VTRAC'1' 88
Cl"fY PROJECT NQ. 01955
32 13 13 - 11
CONCR£TE PAVI�(G
Page f 1 0l'21
1 9. T11e Conta•actor shal l notify the City at least 24 haurs in advance af its intention to
2 place concrete pavement.
3 10. After tlle speciFied moisttu-e and density are ach�eved, th� Contractor shall maintain
4 d�e subgrade moisture and density in accordance with this Section.
5 i 1. In tf�e event that rain or other conditions inay have adversely affected the conditian
6 of the suUgrade o�• Uase, additional kests may be t�equiz'ed as directed by the City.
7 D. Placi�g and Removing Forms
8 1. Placing Farms
9 a. Farms for machine-laid concrete
10 1) The sid� forms slial] Ue metal, of appE-oved cross section and bracing, of a
1 l height no les:s tha�� the �rescribed edge tl�icl�iess of the conerete section,
12 and a miniinum of 10 feet in ]ength far eacl� individual fo�•m.
13 2) Forms shall be of ample sti•ength and staked wi#h adequate number of pins
l4 capable af resisting the pressure of concrete plaeed against thern and ihe
] 5 tl��•ust and the �ibration af the const►•uctian equipment aperating upon the�n
16 without appreciable springi��g, settling or deflectian.
17 3) The forms shall be fi•ee from warps, bends a�• kinks and shai! show no
18 variation fi•orn the krue plane fnr face oi• top.
19 4) Forms shal] be jointed neat�y and tightly and set with exactness to tlte
20 established grade and aligmnent.
21 5) Forrns shall be set to line and grade at least 200 Feet, where practicable, in
22 advance ofthe paving operations.
23 6) In no case shall the base width be less than $ inches far a form S incl7es or
24 more in height.
25 7) Forms �nust he in firm contact with the subgrade througliout their ]ength
26 and base vaidth.
27 8} If the subec•ade becoines unstable., forms shall be reset, using heavy stakes
28 or other add�tional supports may be neeessaiy to provide the required
29 stability.
30 b. Forms for hand-laid conerete
31 l) Fot�ins shall extend tl�e full deptl� of concrete and be a tninimurr� of 1-1/2
32 inches in thickness oi• eGuivalent when wooden farins are used, or be of a
33 gauge tl�at shall provid� equi�alent rigidity and strength when inetal forms
34 �'e used.
35 2) Foj• cuiwes with a radzus of less than 250 feet, acceptable flexibl� m�tal pr
36 waod foi7ns shall be used.
37 3) Ail forms showing a deviation of 1/8 incl3 in l0 feek ii•om a straight line
38 shall be rejected.
39 2. Settling. 1+�hen forms settle over 1/8 inch under finislling ope3•ations, paving
40 operations shali be stapped the forms reset to line and grade and the pavement then
41 brotiighi to tiie required section and thickness.
42 3. Cleaning. Forms sha]! be thoroughly cleaned after each use.
43 4. Reinoval.
44 a. Forins shall remain in pl�ce until tl�e epncrete has taken its final set.
45 b. Avoid damage ta the edge of the pavement when i•emo�ing forms.
4G c. Repair dainage rasulting fi•am form removal and ho�i�ycqmbefl areas with a
47 mortar Tnix within 24 hours after for�n re�naval unless otl7erwise ap}�roved.
CTTY OF FOI2T WORTH WATER & 5ANITP:RY SEWER REf'LACEMCNT
ST:4NBARD CONSTRLICTION SPECIPIC�+TION UOCUM£1VTS CONTRACT 88
Revised December 20, 2012 CJTY PRp,IECT 1�i0. 01955
321313-]2
CONCRETE PAV]NG
Page l2 of 21
I d. Clean joint face and repair honeycom�ed or damaged areas within 24 hours
2 after a bulkhead fo►• a transve�•se consti�uction joint has been reinoved unless
3 otherwi�e approveci.
4 e. When %rms ai-e removed befare 72 hpurs after concrete placement, pi•omptly
5 apply mezr►brane curing compound to the edge of the conerete pavernent.
6 E. Placin� Reinforcing 5tee1, Tie, and Dowel Bai•s
7 l. General
8 a. When reinforcing ste�� tie bars, dowels, eYc., ac•e required they shall be placed
9 as sl�awn on the Drawings.
10 b. All reinforcing steel si�all be clean, free fro�n rust in ti�e farm of loose or
l l objectianahle scale, and of tl�e type, size aiid di�nensions shown on the
12 Drawings.
13 c. Reinfareing bars sl�all be securely wired together at the alternate intersectians
14 and all splices and shall be secLn-ely wired at each interseetion dowel and load-
IS transmission unit intersected.
16 d. All bat's shall be installed in tl�ei�� required pasition as shown on the Drawings.
I7 e. Tlae storing of reinforcin� or structu►•a] steel on completed roadway slabs
18 generally shall be avaided and, where permitted, such storage shall 6e limited
19 to quantities and distribution that shall not induce excessive stresses.
20 2. Sp.lices
21 a. Provide standard �einforcement splices by lapping and tying ends.
22 b. Camply with ACI 318 for Enini�num lap of spliced bv�s wliere nat specitied an
23 the. Drawings.
�4 3. Installation of Reinforcing Steel
25 a. All reinforcing bars and bar tnats shall be instailed in tlte slab at t11e r•equired
26 depth belaw the finished surface and supported by and securely aftached to bar
27 chairs installed on prescribed longitudina] and transverse cente�•s as shown 6y
28 sectional a�d detai}ed drawings on t1�e Drawings.
29 b. Chairs Assembly. The chair assembly shall be similar and equal tq that shown
30 on the Drawings and shall he apprnved by the City prior to extensive
3 l fabricaii on.
32 c. After the reinforcing steet is securely installed a�ove tlse subgrade as specified
33 in Drawings and as herein prescribed, no loading shal] be iinposed upon the
34 bac mats oi• individLial bars before or during the placizl� ar finishing of the
35
3U
37
38
39
4fl
41
42
43
44
45
46
4'7
48
concrete.
4. Installation of Dowel Bars
a, lr�stafl tllrougi� the predrilled jo.int filler and rigidly support in true horizontal
and vertical positions by an assembly of bar chaii•s and dowel baskets.
b. Dowel Bas[�ets
1) The dowels sl�all be 11e1d in pasition exactly parallel to surface and
c�ntea'line of the slab, by a dawel basket that is l�ft in the pa�ement.
2) The dowel basket shall hold eac.h dowel in exactly the correct position s.o
firmly that the dowel's positian cannot be a�te��ed by concreting operations.
c. Dowel Caps
1} Install cap to allow the bar to ir�ave not less than 1-114 rnch in either
direction.
5. Tie Ba�• a»d Dowe! PlaceEnent
a. Place at mid-depth of the pavement slab, parallel to tl�e surface.
CITY OF FQRT WORTH WATER & SAiYIi'ARY S�WER R1:PLACENfENT
STAN��iR� CONS'PIiUCTION SPECIFICATIQN DOCUMElVT3 CdIVTRACT 88
Revised 1]ecemUer 20, 2Q ] 2 C17'Y PROJECT NO. b I 955
321313-f3
CONCCtE1'E PAVING
Page 13 nf 21
] b. Place as shown on the Drawings.
2 G. Epoxy for Tie and Dowel Bar Installati4n
3 l) Epoxy bars as shqwn on the Drawings.
4 2) Use anly d�'illing apa�'ations that do not damage the siu-raunding operations.
5 3) Blow out drilled hales with compressed air.
6 4) Co3npletely fili the drilled hole with approved epaxy bef'oa�e inserting the tie
7 ba�• into the l�ole.
8 5} Install epoxy gout and bar at least 6 inches eml�edded into concrete.
9 F. ]oints
l0 1. loints shall be placed where shown on the Drawings or where du'ected hy tl�e City.
11 2. The plane of all joints sl�all make a right angle with the surface of the pavement,
12 3. No joints shall have an erroe in alignment of mare tl�an 112 inch at any point.
13
14
15
16
17
I8
19
20
�4.. loint Dimensions
a. The width of tt�e jpint shall be sl�own on the Drawings, creating the jaint
seaiant reservoir.
b. T11e deptl� of the joint sha11 l�e sl7own on the Drawings.
c. Di�nensions of the sealant reservoir shall be in accordance with �nanufactu��er's
reco�nmendations.
d. After curing, the joint sealant shall be 118 inch to 114 ineh below the pavement
surface at the center of the joint.
21 5. Transve�•se Expansion Joii�ts
22 a. Expansion joints sliall be installed perpendicu�arly to the surface and to the
23 cente�•line of the paveinent at the locations shown on the Drawings, or as
24 approved by the City.
25 h. 7oints s��all be of the design width, and spacing shown on the Drawings, or as
26 approveci by tile City.
27 c. Dowel bars, shall be of tlie size and type shown on the Drawings, nr as
28 approved by the City, and shall be installed at the specified spacing.
29 d. SupporC dawel bars with dowel baskets.
30 e. Dow�ls shall restrict the fi�ee opening and closing af the expansion j oin and
31 si}ali not ia�ake pl.anes of weaknesses in the pavean�nt.
32 f. Gt•eased Dowels foz• Expansion Joints.
33 1) Coat dowels �itls a thin film of gr�ase or other approved de-bonding
34 material.
35 2) Provide dowel caps on the lubricated end of each dowel baa�.
36 g. Proximity to Existing 5truetures. Wl�en the pavement is adjacent ta or a.round
37 existing struciures, expansions joints shall be eoi7siructed in aecordance witli
38 tile detaifs shown an the Drawings.
39
40
41
�2
43
44
45
4b
47
48
6. Transverse Contraction .Toints
a. Contractian or dum�ny jaints shal] be installed at t11e locations and at ihe
intervals shown on the Drawings.
b. loints shall be of the design width, and spacing sh4wn o.n the Drawi��gs, oi� as
approved by the City.
c. Dowel bars, shall be of the size and kype shawn on the Drawings, or as
approved by t11e City, and sl�all be installed at the specified spaci.ng.
d. loints sl�all be sawed into the completed pave��aent surface as soon afte�• initial
concrete set as possible so that some E�aveling af the conerete is observed in
order for the sawing pa�ocess ta prevent uncontrolled shrinkage cracking.
CIT'Y OI" POFtT WOIiTH WATLR & Sf1NITARY SEWER RE1'LACEMENT
STANDAItD CONST7tUCT10N SI'ECIFICATI(]N DOCUMENTS CQI�lTRACT 88
Revised December 20, 24112 Cl7'Y PRp,IECl' NO. 61955
32 13 13 - 14
CONCIZETE PAVING
Page 14 of21
I e. The_joints shall be constructed Uy sawing to a 1/4 inch wicith and to a depth of
2 1/3 inch (1/4 inch permitted if liinestone aggre.gate used) ofthe actua!
3 pave»e�t thickness, or deeper if sa indicated on the Drawings.
4 f. Cnmplete sawing as soo�� as passible in hot weather cond'ttions and within a
5 maximum of 24 hours after saw cuiting begins under cool weakher conditions.
6 g. If sharp edge joints are being obtained, the sawing process sl�all be sped up ta
7 the point vvhe��e some z�aveling is observed.
8 h. Dainage by blade action to the slah surface and ta the concrete immediately
9 adjacent to the joint sha11 be mini�nized.
] 0 i. Any poi•tion of the curing membrane which has been disturbed by sawing
11 operatiails sl}all be restored by spraying the areas with additiona] curing
12 compound.
13 7. Tj•ansverse Canstruetion Joints
14 a. Const�•uction jaints formed at the clase of each day's work or when the placing
15 of concrete has been stopped for 30-minutes oa� ]ongec shall be constructed by
l6 use of inetal or wooden bulicheads cut true ta the section of the finished
] 7 pavement and cleaned.
18 b. Wooden bulkheads shall have a thicicness of not less than 2-inch stock rnaterial.
19 c. Langitudinal bat•s shall be he{d securely in place in a plane perpendicular to the
20 surface and at right angles to the centeriine of tha pavement.
21 d. Edges shall be rounded to 1/4 inch radius.
22 e. Any surplus concrete on t11e subgrade shall be 3•emoved upon the resumption of
23 t1�e work.
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
��
4t
42
43
44
�5
8. Longitudina� Gonstruction Joints
a. Longitudinal construction joints shall be of H�e type shown on the Drawings.
9. Joint Filler
a. Joint filler shall be as speci�ed in 2,2.I of the size and shape shown on the
Drawings.
b. Redwood Baard joints shall be used for all pavement joints except fo3•
expansion joints that are coincident with a butt jaint against existing
paveinents.
c. Boards with less than 25-percent of rnoisture at the ti�ne of installation sl�all be
that•flughly wett�d on t11e job.
d. Green lu�n6er of inuch higher moisture content is desirable and acceptable.
e.. Tl�e j aint filier sf�all be appropriately drilled to admit ti�e dawel bars when
r'equi��ed.
f. Tl�e bottoEn edge �f the filler sl�all extend to or slightiy bel�w the bottom of the
sla�. The top edge sl�ail be 17e1d approximateiy 1/2 inch l�elow the finished
surface ofthe pavement in nrder to allow the fnishing operations tp be
C017tIT►L10LlS.
g. Tl�e joint filler may be composed of more tl�an ane length of board in the
length o� joint, but no board. of a lengtla less than 6 foot may be used unless
ofhei�wise sliovvn on tl�e Drawings.
h. After the reinoval of the side Forms, the ends of the j oints at the edges of the
slab shall be ca�•efully opened far the entire deptl� of tha slab.
46 i 0. .Toint Sealing. Routine pave�nent joints slzail be filled consistent with pa�ing details
�t7 and as specified in Section 32 i 3 73. Materials shall generalfy be handled and
48 applied accordingto the manufacturei's recommendations as specified in Seetion
49 32 13 73.
CITY OF f•'ORT WORTH Wr�TER & 5AI�i1TARY S�WER I2EPLACEM�N'T
S'I'ANDAIiD CONSTRUCTIQN SPLCIFICAT]ON DOCUIv[�.hf'I'S COl�!'fRACT SS
Revised [7ecember2a. 2012 C1TY PRO.IECT NO. O1955
32 I� l3 - l5
CONCItCTE nAVING
Page lS of21
l G. Placing Conc�-ete
2 l. U��less otllerwise specified in the Drawings, the finished pa�ement shal] be
3 constructed monolithically and constructed by machined laid method unless
4 impractical.
5 2. The conc�'ete sl�all be rapidly deposited on the subgrade in suceessive batches and
G shall ba dist��ibuted to the required deptll and for t17e entire width of the pavement
7 by sl�oveling or other appt•oved methods.
8 3. Any conceete not placed as herein prescribed within t��e t'rrr�e limits in the fol{owing
9 table wilI 6e rejected. Time b�gins when the water is added to #he mixer.
10
Conerete Temperature
(at point of placement)
All temperatures
Above 90°F
Above 7S°F thi•u 90°F
75°F and Below
1 Nonnal dosage of retardar.
�rature — Tiine Requirem�
Max Time — minutes
(no retartiing agen�}
Non-Agi.tated Concrete
45
Agiiated Concrete
Time may be reduced by
City
60
60
Ma�c Tfine — minutes
with retardi� agent)'
45
75
90
120
11
12
13
14
15
1B
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
4. Rakes shall nat be used in liandling concrete.
5. At tl�e end of the day, or in case of unavoidable interr.uption or delay of more than
30 �ninutes ar longer to prevent cold joints, a transverse construCtion joint sl�all be
placed in aecordance with 3.4.F.7 Qf this Seetion.
6. Honeycombin�
a. Special caz�e sl�all be taken in placing and spading fhe concreie against the
forms and af afl joints and assemblies so as to pr�vent honeycoznbing.
b. Excessive �oids and honeycombing in tlie edge of the pavement, revealed by
tlie removal of the side fo��ins, may be cause for rejection of the section of slab
in which the ciefect occui•s.
H. Finishing
1. Machine
a. Toleratice Liinits
1} Wl�ile the concrete is still workable, it sl�all l�e tested fo�• irregularities with
a 10 foot sta�aightedge placed parallel to the centerline of the pavement so as
to bridge depressions and to touch al] high spots.
2} Ordinates measured from the face of the straigtiiedge to the surfaca of the
paveinent shall at no. place exceed i/l6 incl3-per-foat from the nearest point
of contact.
3) In no case shall the maximum ordinate to a 10 foot straightedge be greater
tkrtan 1/8 inch,
C1TY O�' FORT WOEt'I'H WATEA & 5ANITAAY SEWER REPLAC�MENT
STANDAI2D CONSTltUCTION SP�GFICATION DdCUML•NT5 CONTIRACT $8
Revised Decen�6er 20,2012 Cl'1'Y Yk20.lEC"f NO. 01955
3213V3-16
CONCRETE PAVING
Page i G of 2 I
3
2
3
4
5
b
7
8
9
10
I1
12
13
14
1S
16
17
�}) Any surface not within the toleranee limits shall ba r�warked and
refinished.
b. �dging
1} The edges of slabs and all joints requiring edging shall be ca�•efully tooled
with an edger of tlie radius required by the Drawings at the time the
concrete begins to take its "s�t" and becomes non-worlcable.
2) All sucl� work shall be left s�nooth and true to lines.
2. Hand
a. Hand finisising perjniited only in intersections and areas inaccessible to a
finishing machine.
b. When the hand method af stri.king off and �onsolidating is perinitted, the
co.ncrete, as soon as placed, sl�all be approximately le�veled and then struck off
witl� sc�'eed bar to such elevation above grade that, when consolidated and
finislled, the surface of the pavement shall be a# the grade elevation shawn on
tl�e Drawings.
c. A slight excess of material sha11 be kept in front of the cUtting �dge at all tirnes.
cf. The straightedge and jaint finishing shall be as prescribed herein.
18 I. Cu��ing
19 1. The curing of eoncrete pavement sl�all 6e #horougl� and continuo�ts tYu•oughout the
2Q entire cw•ing period.
21 2
22
23 3
24
2S
26 4
27
28 5
29
30 6.
3l
3z �.
33
34 8.
35
36
37
38
39
4Q
41
42
43
44
45
Failure to pxovide proper euring as herein prescribed shall be considered as
sufficient cause for immediate sUspensian nf the paving operations.
The curing metltod as l�erein specified does not preclude the use of any of t11e other
cozx�monly used rnethods of curing, and tl�e City may approve another metl�od af
curing if so requested by the Contractor.
If any selected method of curing dnes nat afford the desired results, the City sl�all
have tile right to order that aiaothe�• method of curing be insfituted.
After removal of tlte side farms, the sides of the slab shall receive a like coating
before eai�th is banked against them.
The solution shall be applied, under pressui•e witii a spray nozzle, in such a mannei•
as to ca�er the entire surfaces ihoroughly and completely witl� a uniform film.
T13e rate of application sl�al] be such as ta ensure �co�nplete coverage and shall not
exceed 20-square-yards-per-gallon af cu�ing compound.
When tlto�'oughly dry, it shall provide a coniinuo�ts and flexible membrane, fi�ee
fi•oin ceacks or pinholes, and shall noC disintegrate, check, pe.el or crack during Yhe
curing period.
9. lf for any reason tl�e seal is bz-oke�� during the curing period, it shall be iininediately
repaired with additional saaling solution.
10. When tested in aceordance with ASTM C156 Wate�• Retention by Concrete Curing
Materials, the curing coinpoui�d shall proWide a flm which sliall have retained
within tlle test specii�ien a percentage ofthe tnaisture present in tl�e speciir�en when
the curing eompound was applied according to the followii�g.
1 1. Contractor shall maintain and praperly repair dainage to curii�g materials an
exposed sur•faces of eoncrete pavement continuo.usly for a least 72 hot�rs.
J. Monolithic Curbs
CfCY qF rOKT WORTH WtlTGR & SANITARI' SEWEIt RF.PLACEMENT
STANDARI] CONSTRUCT[DN SPECIF[CATION DOCUMElVTS CONTRACT 88
Revised Ilecember 20, 2012 CITY PRO.1L-CT Na. 01955
321313-i7
CO�ICRETC PAVING
Page I 7 of 2 I
i l.
2
3 2.
4
5 3.
6
7 4.
8
9
10
11
I2
i3
14
15
1G
17
18
19
20
21
22
23
Concrete for monol.ithic curb shall be the same as for the pa�einent and, if carried
back fi•om the paving 3nixer, sEiall be }�laced within 20-mi�autes af'ter Ueing mixed.
After tl�e concrete has been struek ofFand suf�ci�ntly set, the expased surfaces
shall be tharaughly warked with a�aoden flat.
The exposed edges shall be rounded by khe use of an edging tool to the radius
indicated on the Drawings.
Alf exUosed suriaces of curb shall be brushed ta a smooth and unifoz•m surface.
K. Alley Paving
1. Alley paving shal] be constructed in aceordance with the specifications for concrete
paving herein6efore descrihed, in accordance with tMe details shown on the
Drawings, and with the following additiona] provisions:
a. Alley �aving shall be const�ucted to the typical cross sections shown on tlle
Drawings.
b. Transverse expansion joints of the type shown on the Drawings shall be
consh•ucted at the prope��ty line on each end of the alley with a maximurn
spacing of 6Q0 feet.
c. Transverse contraction and dummy joints shall be plaeed at ihe spacing sh�wn
on the Di•awings.
d. Contraetion and dummy jnints shall be for�ned in such a manner tl�at the
1•equir•ed joints shall be produced to t11e satisfaction of the City.
e. All joints shall be constructed in accordance witli this specifieation and filled
in accordance with the requirement of Section 32 I3 73.
L. Pavament Leaveouts
2�# 1. Pavemeni leaveouts as necessary ta maintain ancE provide for local traffic shall be
25 provided at lacation indicated on the Drawings or as directed by the City.
26 2. The extent and location of each leaveout required and a suitable crosso�er
Zi cannection to pro.vide for traffc move�nents sltall he detei•mined in the field by th�
28 City.
29 3.S R�PAIR
30 A. Repair of conerete pavement concrete shall be consistent with the Drawings and as
31 speci#ied in Section 32 Ol 29.
32 3.6 RE-IN�TALLATIQN [NOT LTSED]
33 3.7 SYTE QUALITY CONTROL
34
35
36
37
38
34
40
4t
42
43
A. Concrete Placement
Place concrete using a fully automated paving machine. Hand paving only
perinitted in areas such as intersections where use of paving machine is not
practica]
a. All concrete pavement not placed Uy 1'�and sllall be placed using a fully
automated paving machine as approved hy the City.
b, Screeds wil{ nat be allowed except ifapproved by the City.
B. Testing of Materials
5ainples of all materials for test shall he anade at the expense of the City, unless
otherwEse specifed in t11e special pz'ovisians or in tl�e Di•awings.
C[TY QF FORT W'QRTH WATGR & SANITARY S�W�IZ 12EPLACEMENT
STANDARI] CONSTRUCTION SPECIPTCAT10�1 DQCCIMEN7"S CONTRACT 88
Rev ised lleeem6er 20, 2p 12 CTTY PRO.�L•:CT NO. U 1955
32 13 13 - 18
CONCRE7'E PAV�NG
Page l 8 nf 2 I
1 2. In the event the initial sampling and iesting does not comply with the specifications,
2 all subsequent testing oi the material in order to determine if the materia] is
3 acceptable sliall be at tiSe �Cantractar's expense at the same �•ate charged by the
4 comme�•cial laboratories.
5 3. All testing shall be in accardance with applicabie ASTM 5tandards and conci•eie
� testing technieian must be ACI certified or equivalent.
7
S
9
I0
I1
12
13
14
15
1G
17
18
19
2�
21
C. Paveinent Thickness Test
1. Upon ca�npletian of t11e wo.rk and before final aeceptanee and final payment shall
l�e made, pavement ti�ickness test shall he made by t11e City.
2. The number of tests and ]ocation shall be at the discretion of the City, «nless
otheitivise specified in the special provisions or on the Ltrawings.
3. The cost for the initial paveinent thickness test s17a11 be the expense of the City.
4. In the event a deficiency in the tl�ickness of pave�nent is ��evealed dui•ing nor�nal
testing operations, subsequent tests necessaty io isolaie tl�e defici�ney shall be at
the Contractor's expense.
5. The cost for additional coring test shatl be at the same rate charged by commescial
laboz•atories.
6. Where the auerage thickness of pavement in the area found ta be de�cient in
thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be
made at an adjusted price as specified in the foliowing table.
Deficiency in Thickness Prnpnrtional Part
qeterr�iined b Cares Of Contract Price
Inches Allowed
O.pO — 0.20 l OD pe�•cent
0.21— 0.30 8fl percent
0.31 � 0.4Q 70 percent
0.41 — 0.5� 60 percent
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
7. Any area of pavement found deficient in thickness by more than 0.50 incll but not
more t13an 0.75 inch or 1110 of the thickness s}�ecified on the Drawings, whichever
is greater, sha]! be e�aluated by the Gity.
8. lf, in the judgment of the City the az-ea of such deiiciency sl�ould not be removed
and r�plac�d, there sl�all be no payment for the area reta'rned.
9. If, in the jud�nent ofthe City, the area of such defcienc� warrants removal, the
area shall be removed and replaced, at tlie Contractor's entire expense, with
concrete of the thi.ekness shown on the Drawings.
10. Any ai�ea of pavement foi�nd deficient in thickness by more tl�an 0.75 inch a�- more
than 1110 of th� plan thickness, whichever is greater, shall be removed and
replaced, at the Contracto�•'s entire expense, wifh eo3�crete of tl�e thickness shown
on tlie D�•awings.
1]. No additional pay�nent over the contract unit price sl�all be i�acie foz' any pa�einent
of a thickness exceeding that ��ec�uir�d Uy th� Drawings.
D. Pavement 5trength Test
CI7Y OF FOR1' WQRTH W.ATEIZ & SANITARY SEVdER REl'LACEM�NT
STAIVIJ�IRn CONSTRUC'fION SPECIFICATIOI+I DOeUMENTS CC?NTRACT 88
Revised Decenther 20, 2012 CITY PRO]�CT NO. 0] 955
3213[3-19
CONCRETE I'AV1NG
Page l9 of21
1 l. During the prpgress of the work the City sl�all provide trained tecljnicians to cast
2 test cylinders for canforming to ASTM C31, to maintain a cliecic on the
3 co�npressive shengfihs o.ithe cancrete being placed.
4 2_ After the cylinders have been cast, they shall �•emain on the job s.it� and then
5 transported, maist cured, and tested by the City in accordance with ASTM C31 and
G ASTM C39.
7 3. In each set, 1 ofthe cylinders shall be tested at 7 days, 2 cyiinders sl�all be tested at
8 28 days, and 1 cylinder shall be held ar tested at 56 days, if necessary.
9 �4. [fthe 28 day test results indicate deficient strengfh, the Contractor �nay, at its option
10 and expense, core the pave��ei�t in question and have the cores tested by an
1 i approved laboR'atory, in accordance with ASTM C42 and ACI 318 pz•otocol, except
12 the average of aU cores must m�et 104 percent of tl�e minimum specified strength,
13 with no ind�vidual core ��esulting in less tlian 90 percent af design strengt��, ta
i4 override tlte results of the cylindei tests.
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
�a
31
32
33
34
35
36
37
38
5.
�
Cylinders and/or eores must meet rnini�num speeified sti•ength. If cylinders do not
meet minimu�n specified strengtl�, additional cores shall be taken to identify the
limits of deficient concrete pavement at the expense of the C.ontractor.
Cylindars and/or cores must meet minimuin speci�ied strengtl�. Pa�ement nat
meeting the minimum specified strength shall be subject to the money penalties or
removal and placement at the Contractor's expense as show in the following table.
7. The ainaunt of penalty shall be deducted fi•om payment due to Contractor; such as
penalty deducted is to defray the eost of extra maintenance.
8. The strength requirements for structui�es and other concrete work a�•e not altered by
the special provision.
9. No additional payine��t nve�' the cantract uiiit price shall be made fox any pavemenf
of strength exc�eding that t•equired by the Drawings and/or specif cations.
E. Cracked Cancrete Ac.ceptance Policy
1. If cracks exist in concrete pa�e�nent upnn cam�ietion of the project, the Project
Inspector shall make a determination as to ihe need for action to address the
cracking as to its cause and �'ecq.irunended �•emedial wof•k.
2. If the recommended remedial work is rauting and sealing af the cracks to protect
the subgrade, t11e Inspector shall make the detej�nination as to whetl�er io rout and
seal tlle cracks at the time af final inspection and acceptance or at any time pi�ior ta
the end of the project maintenanca period. The Contractor shall perfor�n the routing
and sealing work as directed by th� Project lnspector, at no cast to tl�e City,
rega�•dless of iha causa of the cracking.
C1TY OF FORT W012TH
5'I'ANDhRD CONSTRUCTION SPECIFI(:AT[ON DOCLIMEIVTS
Revised Decernber 20, 2012
WATE2 B� SANITARY SG4V�R RET'LACEME[�TT
CONTItACT S8
C1TY PRpJECT NQ. 0! 955
32 13 13-20
CONCRTTF PAVING
Pa�e 24 of21
� 3. If remedial work beyand rputing and sealing is determined to 6e necessary, the
2 lnspector and the Contraetor will attempt #o agree on the cause of the cracking. If
3 agreement is reached ti7at the cracking is due to deficient �natez•ials or work�nanship,
4 the Cont�•actor shall perforin the remedial woek at no cost to the City. Remeciia]
5 �ork in this case shall be limited to remaving and replacing the deficient work vviti�
6 new material and workmanship khat meets the requirements of the contract.
7 4. If remedial work beyond i•outing and sealing is determined io be necessaty, and tlie
8 Inspector and the Contractor agree that the cause of tE�� c�'acking is not deficient
4 materials or warkmanship, the City may request the Cnnteactor to provide an
10 estimate of the cost ofthe necessat'y rear►edial wor•k and/or additional woi�k io
11 address tlie cause oFtl�e cracking, anrl the Contractor will perform that wo��k at ihe
12 agreed-upot� price if the City elects tq do so.
13 S. If remedial w�rlc is necessacy, and the Inspector and the Contractor cannot a�;ree on
1� the eause ofthe cracking, the City may hire an independent g�otechnical engineer
1S ta pez�fortn t�stin� and analysis io detertnine the cause of khe crac[cing. The
16 contractor will escrow 50 pex'cent of the proposed costs of the geotechnical contract
17 with the City. The Contractor and the C.ity sha[l use the se�•vices of a geotechnical
18 �rm acceptable to both pat�ies.
19
20
21
22
23
24
2S
26
27
28
29
�a
6. If the geotechnical engineer determines tliai the primary cause of the cracking is the
Contractor's deficient inaterial or workmanship, the reinedial vvork will be
perforined at tl�e Cantractnz''s �ntire expense and the Contractor will also ceim6urse
th� City for tlle balance of the cost of tlie geotechnical in�estigation over arad above
the a►nount that has previously been escrowed. Reinedial work in this case sl�all be
lrmited to removing and replacing tlle deficient wark with new material and
uForkmansliip that meets the require�t�ents of the contract.
7. [f t11e geotechnical engin.eer dete�'mines tl�at the primary cause af the cracking is not
the Contractor's deficient material oi• worlanans3iip, tMe City will return the
escrowed funds to the Con#ractor. The Contractor, on request, will provide the City
an estimate pf the costs of the necessary reniedial wark and/or additional work and
will perform the work at tl�e agre�d-upan price as dij•ected by the City.
31 3.8 SYSTEM STARTUP [NDT iISED]
32 3.9 ADJiTSTING [NOT IISED]
33 3.10 CLEANTNG [NOT USED]
34 3.i1 CLOSEOUT ACTIVITI�S [NOT USED]
35 3.1� PROTECTION jNOT USED]
3G 3.13 MAINTENANCE [NOT USED]
37 3.14 ATTACHM�NTS [NOT USED]
38
CITY OF FORT WdRTE-3
STANDARD CONSTRUCTION SPCC]FTCATION DOCU1�fE]�FTS
Revised Deeem6er 20, Z01 �
WATCR & SAt�IiTARY SEWER REPLAC�1vf�NT
CO?�!"fRt1CT $8
CITY PROJ�.CTNO. 01955
32 ]313-21
CONCRL•Tf: f'P.V1NG
Page 21 of 21
END O� SECTTON
Revision Log
DATE NAME SUMMARY OF CHANG�
12I2D/2Q12 1.2.A — Modifie.d iteins Lo l�e inc{uded in priee bid
CITY OP FORT WORTH WATER & SAiVITARY SEW�R 1�E1'LACEIvIENT
S7'ANDARI7 CdNSTRUCTI0IV SYECIFfCr�T[ON DOCUMENTS CONTRr1C'r 88
2e�ised Deceinber 20, 2012 CITY PRO.TGCT 3V0. 01955
321373-]
CONCR�TE PAVING .IOINT SEALANTS
1'age 1 of �i
1
2
3 PART1- GEN�RAL
4 Ll SUMMARY
S�CTION 32 13 73
CONCRETE PAVING JO1NT SEALANT5
5 A. 5eckion Includes:
6 1. 5pecification far silicone joint sealing fo�• conc�•ete pavement and curbs.
7 B. Deviations from this City of Fort Woi•th Standard Specification
8 1. Nane.
9 C. Related Specificatian Sections include, hut are not necessarily ]imited to:
1Q 1. Division 0- Bidding Requirei�►ents, C�nh•act Forms, and Conditions of tk�e Contract
I 1 2. Division 1- General Requirements
12 3. Section 32 13 l3 - Concrete Paving
13 1.2 PRICE AND PAYMENT PROC�DUR�S
l4 A. Measurement and Payment
15 1. Measurerrient
16 a. Measurement for this ltem shall be by the linaar faat of Joint Sealant eo�npleted
17 and aecepted only when specified in the Drawings to 6e a pay item.
18 2. Payment
19 a. The work p��'formed ar�d materials furnished in accorciance wit1� this [tem are
20 subsidiary tp t11e various items bid and no other compensation will be allowed,
21 unless specifically specified on Drawings.
22 1.3 REFERENCES
23
24
25
26
27
28
29
30
A. Reference Standards
1. Reference standards cited in th�s Specification rafer to the current reference
standard pul�lished at the time of the ]atest revisian date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM In#ernatianal (ASTM}:
a. D5893, Standard Specification for Co3d Applied, Single Component,
Chetnically Curing Silieone Joint Sealant for Portland Cetnent Concrete
Pavei�ents
3] 1.4 ADMIlVISTRATTV� REQi1IREMENTS [NOT US�D]
32 1.5 ACTION SUBMITTALS [NOT USED]
33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS
34 A. Test and E�ali�ation Reports
35 1. Priar to installation, furnish eertification by an independent testing laboratoiy that
3G the silicone jaint sealant �neets the requirements of this Section.
CITY OF fOR'T WOIt1'H WATCR & SANI"1'AIiY SEWER REPLACLM�NT
S"fANDA1ZD CQI�lSTRiICT10N SPECIPlCAT1DN DOCl1MHNTS CONTRACT 8$
Revised Decembar 20, 2�12 CITY PROIECT NO. 01955
1
2
3
4
5
321373-2
CONCRL-TG PAV[NG.IOIN1' SEALAlVTS
Page 2 oi' 4
2. Submit veriiiable d�acwl3entation that tlle rnanufacturer af the siiicone jnia�t sealant
lias a minimuim 2-year demonstrated, doc�►mented suceessfiil feld performance
with conc�•ete pavement silicone joint sealant systems.
1.7 CL�SE�UT SiIBMITTALS [NOT USED]
1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED]
� 1.9 QUALITY ASSi1R.A.NCE [N4T USED]
7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D]
8 1.11 FICLD CONDITIONS
9 A. Do not apply 3nint sealant when the air and pavement temperatuj�e is ]ess tlaan 35
10 degrees F
11 B. Cancrete surface inust be clean, dry and fi•ost fi�ee.
j2 C. Do not place sealant in an expansion-type joint if surface te�nperature is below 35
13 degrees F or above 9Q de�rees P.
1�+ 1.12 WARIZANTY [N�T USED]
15 PART 2 - PRODUCTS
16 2.1 OWNER FURNISHED PRODUCTS [NOT USED]
l7 2.2 MATERIALS & EQUIPMENT
18 f1. Materials
19 1. Joint Sealant: ASTM D5893.
20 2. Joint �iller, Backer Rod and Breaker Tape
21 a. The jaint filler sop shall be of a closed cell expanded polyethylene foam 6acker
22 rod and polyethylene bond breaket• tape of sufficient size to provide a tigllt seal.
23 b. The back �od and breaker tape shall be insialled in the saw-cut joint tp prevent
24 the joint sealant fi•om flowing t� the bottom of the joint.
25 c. The backer rod and breaker tape si7ali be co.inpatible with the silicone joint
26 sealant and no bond or reaction sliall occur between them.
27 2.3 ACC�SSORYES [NOT USEDj
28 2.4 SDURCE QUALITY CONTROL [NOT USED]
29 PART 3 - EXECUTION
30 3.1 INSTALL�RS [NOT USED]
31 3.2 EXAMINATION [NOT iTS�D]
32 3.3 PREI'ARATI�N [NOT iISED]
C1TY O.F FpRT WdRTH
STANDAR� CaI�S�fRUCT[ON SPECIPICATI�1+1 DOCUMENTS
Revised Dacember 2q, 2Q 12
WAT612 & 5E1N1TARY S�WER R�PLACLMENT
CONTRACT88
Cl'I'Y PRQ7ECT NO. 01955
321373-3
CONCItL"TE PAV1NG,iOINT S�ALANTS
Rage 3 of 4
3.4 INSTALLATION
2
3
4
S
b
7
8
4
10
11
12
13
14
15
16
17
1S
19
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. General
The silicone sealant shall be cold ap�lied.
2. Aliow concrete to cure for a i�►inimum of 7 days to ensure it has sufficient strength
prior to sealing joints.
3. Perform jaint reservoir saw cutting, cleaning, bond Ureak�r installation, and joint
sealant placeinent in a continuous sequence of operatio:ns.
4. 5ee DE•awings far tlie various joint details with their respective dimensions.
B. Equi.pment
1. Provide all necessa�'y ec�uipment and keep equipment in a satisfactory working
conditian.
2. �quipment shall be inspected by the City prioi� to the beginning of the work.
3. The miniinum r•equirements for cnnstruction equipment shall be as follows:
a. Concrete Saw. The sawin� equipment shali be adequate in size and pow�r to
compiete tlle jaint sawing to tlze required dimensions.
b. Ai�' Compr�ssors. The delivered compressed air si�all have a pressure in excess
of 94 psi and shall be si�itabie for the remo�al of all free water and oil fi•om the
coinp�•essed air.
c. Extrusion Pump. The output shall be capable of supplying a sufficient volume
af sealant ta the joint.
d. Injectio� Taol. T11is mechanical device sl�all apply tlie sealant uniformly into
the joint.
e. Sandblaster. The design shall be for commercial use with air compressors as
specified in this Section.
f. Backer Rod Roller attd Tt�oling Instrument. These devices shall be cl�an and
fi•ee of contamination. They shall be catnpatible witl� the joint deptl� and width
r�quirements. �
C. Sawing loints; see Section 32 13 13.
D. Cleaning jaints
Dry saw in I directian with reverse cutting blade then sand blast.
2. Use comp�-essed air to remove the resulting dust froin tlie joint.
3. 5andblast joints after complete diying.
a. Attac[� nozzle to a mechanical aiming device so that the sand Ulast will be
directed at an angle of 45 degrees and at a distance of 1 to 2 inches fi�am the
face nf tl�e joint.
b. SandUlast both jaint faces sandl�lasted in separate, 1 ciirectional passes.
c. When sandblasting is complete, blow-aut using co�npressed air.
d. The blow tuhe shal] fit into tiie joints.
4. Check the hlown joint for residual dust pr othei• contamination.
a. If any dust or contamination is found, repeat sandblasting and �lowing t�ntil tlie
joint is cleaned.
b, Do not use salvents to remove stains and contai�aination.
43 5. Place the bond beeaker and sealant in the jnint invnediately upon cleaning.
44 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to ti�e application of
45 the jaint sealant.
CITY QP FORT WORTI! VWE1TE12 & SANITARY SEWER REPLACEivIEtVT
ST.4NUAltD COI�lSTRUCTION Sk'ECIFICA"l-101�f I7aCL1MEIV'fS CONTRACf 88
Ttewised December 20, 2012 C[TY PROJECT 3Vp. 0] 955
32 ]373-4
CUNCRE"CE ]'AV WG JOINT SEALAN'1'S
Page 9 of 4
1
2
3
4
5
6
7
8
9
IO
11
12
13
i4
15
15
17
18
19
20
21
22
23
24
25
26
27
28
7. Da not leave open, cleaned 3oints unsealed overnigirt.
�. Joint Sealant
l. AppIy khe joint sealant upa�� placement of tl�e bnnd breaker rod and ta}�e, usin� the
mechanical injection tool.
2. Do not seal joints unless t1�ey are clean and dry.
3. Re�nove and discard excess sealant left on the pavement surface.
a. Do not excess use to seal tl�e joints.
4. The pavernent sui�face sl�all present a clea» final coi�►dition as deter�nii�ed by City.
5. Do nat allow traffic an the fresh sealant until it becomes tack-free.
F. �lpproval af Jaints
].. The City may �•equest a�•epresentative of the sea.lant manufactueer to be prese��t at
tl�e job site at the beginning of tlie final cleaning and s:ealing of joints.
a. The representative shail demonstrate tn the Contractor and tlze City the
acceptable method for s�alani installation.
h. The r�presentative s��al1 approve the clean, diy join#s before the sealing
operation co�ninenc�s.
3.5 R�PAIR/RESTORATION [NOT US�D]
3.6 RE-�NSTALLATTON [NOT IISED]
3.7 �'I�LD QUALITY CONTROL [NOT USED]
3.$ SXSTEM �TARTUP [NOT USED]
3.9 AT]JiJSTING [NOT USED]
3.10 CL�ANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT US�D]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
�ND OF S�CTION
Revisian Log
DATE NAME SUMMAI2Y OF CHANGE
29
ClTY OP �ORT WOR7'Ei
STAND,412D CONSTRUCTION 5PECIFICATION I]aCUM�IVTS
Revised Decein6er Z0, 2012
WATER & SANITnIiY 5L-"WER k�EPLACEMENT
CONTR AC7' 8$
CJTY PRO,IrCT NO. 01955
321G13-1
COI*lC1iE'f'E CURB AND GUTTT:RS ATV1J VALI,EY GUTTERS
Page I of 5
9
�
S�CTION 32 16 13
CONCRETE C[ 1RB AND GUTTERS AND VALLEY G�JTTEA�
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
i l. Concrete Cur6s and Gutters
S 2. Concrete Valley G�atters
9 B. Deviations fram this City of Fort Woz•th Standard Specification
I D 1. None.
11
12
13
14
IS
1G
17 1.2
18
19
za
21
22
23
24
25
26
ii
28
29
30
31
32
33
34
3S
36
37
38
39
�FO
41
C. Related Specification Sections inclacie, but ar� not necessarily liinited to:
l. Division 0- Bidding Requirements, Cont�•a�t �'o�•ms, and Conditions of the Contract
2. Division 1- General Requi3•ements
3. Section Q2 41 13 - Selective Si#e Demolition
4. 5ection 32 13 13 - Concrete Pa�ing
5. 5ectio.n 32 13 73 - Concreie Paving Joint Sealants
PRICE AND PAYMENT PROCEDLJI�S
A. Measw•ezrrent and �'ayment
1. Concrete Curb and Gutter
a. Measurement
1) Measurement for tl�is Item shall be by tl�e kinea�' foot of Cancrete Curb and
Gutter.
U. Payment
1) The work perfarmed and inaterials fur��ished in accordance with this [ket�a
and measured as providad Linder "Measureinent" will be paid fo�� at the unit
price bid per linear foot of Canerete Curb and Gutter camplete and in place
17y Ctill'�7 �7�E�}lti.
c. Tl7e price bid sl�all include:
1} Preparing the subgrade
2) Furnishing and placing all materials, including fou��dation course,
reinforcing steel, and expansion material
2. Concrete Valley Gutter
a. Measure3nent
I) Measure�nent for tl�is Item sltaii be by the squa��e yard of Concret� Valley
Gutter.
b. Paymeni
1) Tl�e work performed and matej�ials furnished in accordance with t17is Item
and ineasured as provided unde.r "Measurement" will be paid for at the unit
price bid per square ya�-d of Canerete Valley Guttei� complete and in place
far:
a) Variaus street types
CITY OF ]�OFtT WORTIE WATIiR &. SAIViTARY SEWER REPLACEMCIVT
STAIVDARD COlVSTRlIC'I'fON SPECIFICATIOI�i DOCUMLNTS CON7'RAC'I' 88'
Revised Decem6er 20, 2Q12 CITY i'RO,IECT NO. fl22V3 & 01955
321b13-2
CONCRL-TE CllRB AND GUTTERS AND VALLI:Y CUTTCRS
Page 2 of 5
1 c. Tk�e price bid shali include:
2 1) Prepa�-ing the subgrade
3 2) F'��rnishing and placing all inaterials, including fou��dation course,
4 reinforcing steel, and expansion material
5 1.3 REFERENC�S [NOT US�D]
G 1.4 ADMINISTRATIVE R�QUIR�M�NTS �NOT US�D]
7 1.5 ACTION SUBIVIITTALS [NOT US�D]
S 1.6 ACTION SUBMITTALS/INFORMATIONAL SUi311�IITTALS [NOT US�D]
9
10
11
12
13
14
1S
16
17
18
19
2Q
21
22
23
24
25
26
27
28
29
30
l.7 CLOSEOUT SUBMITTALS LNOT USED]
1.8 MAINTENANCE MATERIAL SiTBMITTALS [NOT U�ED]
19 QUALITY ASSURANC� [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLYNG [NOT US�D]
1.11 �'IELD CONDITIONS
A. Weather Conditions: See Section 32 13 13.
1.12 WARRANTY [NDT USED]
PART2- PRODUCTS
2.1 OWNER FURNISHED PRODUCTS [NOT USED]
2.2 EQUIPMENT A1VD MATERIALS
A. Forms: 5ee Section 32 l 3 13.
B. Concrete: See Seetion 32 13 13.
C. Reinforcement: 5ee Section 32 13 13.
D. Joint FiIler
1. Wood FilIe�: see Section 32 13 13.
2. Pre-Molded Asphalt �oai•d Filler
a. Use anly in areas where not practical for wood boards
b. Pre-molded asphalt board filler: ASTM D545
c. Install tlie req�aired size and uniform thickness and as specified in the Drawings.
d. lnclude two iinei's of 0.D16 aspl�alt iinpt•egnated kcraft pap.er f lled with a�nastic
mixture of asphalt and vegeYable fiber and/or mineral fillet�.
E. Expansion Jaint Sealant: 5ee Section 32 ]3 73.
CITY QF I'ORT WbKTH WATER & SA�IITARY SEWEIt REPLACEMENT
STANDAAD CdNSTRL1CTIpN SPE�IF]CATION DOCUMENTS CQNTRACT $8
Revised l�ecember 20, 2012 _ C1'CY PRO.IECT NQ. 02213 & Q 19SS
321b13-3
COI+ICR�TE CURII AI+ID GUTTERS AND VALLGY CUTTERS
Page 3 of S
1 2.3 ACCESSORIES jNOT US�D]
2 2.4 SOi1RC� QUALITY CONTROL [NOT USEDj
3 PART 3 - EXECUTION
4 3.1 TNSTALL�RS [NOT US�D]
5 3.2 EXAMINATION [NOT USED]
b 3.3 PR�PARATION
7 A. Demalition / Removal: See Section 02 �41 13.
8 3.4 INSTALLAT�ON
9 A. Foi•ms
10 1. Extend forins the full depth of concrete.
13 2. Wood Facros: minimuin af 1-i12 inches in thickness
12 3. Metal Poz•ms: a gauge ihat shall provide eGuivalent rigidity and s.trength
13 4. Use acceptable wood or metal forms for curves with a radius of less t1�an 2S0 teet.
14 5. All forms showing a deviatian of 1/8 inch in 10 feet fi•am a stz•aigl�t Iine shall be
15 rejected.
16 B. Reinforcing Steel
I7 1. Place all necessary reinforcement for City approval prior to depositing conea•ete.
18 2. All steel must be fi�ee from paint and oii and aft laose scale, rust, dirt and other
19 foreign substances.
20 3. Remove foreign sL�bstances fi•om steel before placing.
21 4. Wire all bars at their intei�sections and �t all laps or splices.
22 5. Lap alI bar splices a miniinum of 20 diaineters ofthe bar or 12 inches, whicheve�• is
23 greatei•.
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
C. Canerete Placernent
1. Depasit cancrete to maintain a I�orizontal surface.
2. Work cnncrete into all spaces and araund any reinforcement to form a dense mass
free from vaids.
3. Work eo�•se aggregate away fi�om contact with the Fpr�ns
9. Hand-Laid Concrete — CurU and gutte��
a. 5hape and compact subgrade to the lines, grades and ci•oss section shawn on tl�e
Drawings.
b. Liglitly sprinkle subgrade material immediately beia.re coi�c��ete placeittettt.
c. Deposit concrete into forms.
d. Strike off witl� a teinplate t/4 to 3/8 inch less tf�an tlle dime��sions of the
fnished curb, unless otl�erwise approved.
S. Macl�ine-Laid Concrete — Curb and Gutter
a. Hand-tamp and sp��inkle subgrade materia] befare can�j•ete placement.
b. Provide clean surfaces for concrete placeinent.
c. Place t11e cancrete with approved self-pcopelled eqUipment.
C1TY OF FORT W qRT[-1 WATE12 & SANITARY SEV�ER REPLACEM�NT
STANdARD CONSTRUCTION SPGCIP[CATIOIV 1?OCUM�h3T'S C�NTRACT 88
Reuised DecemUer 20, 2012 C1TY PRO.TGCT tJQ. 02213 & 01955
321613-4
CONCRLTL• CURI3 ANQ GUTT��RS AND VALLEY GUTT�RS
Page 4 oi 5
1
2
3
4
5
6
T
S
9
l0
11
12
13
14
15
LG
l7
18
19
20
21
22
23
24
25
26
27
28
24
30
1} Tl�e foz•min� tube o.f the extrusion �nachine o�• the form of t1�e slipfarm
machine must easily Ue adjustable vertically during tE1e forward motion of
the machi��e tq �rovide vac•i�.hle heights necessary to conform to the
establisl�ed ga•adeline.
d. Attach a pointer or gauge to the machine so that a�ontinual compat'ison can be
made between the exh•uded o.r slipforin work and the grade guideline.
e. Brusl� f n�sh surfaces immediately after e�t�-usian or slipforming.
6. Hand-Laid Conc��ete -- Canerete Val ley Gutte►•: See Section 32 13 ] 3.
7. Expansion joints
a, Place expa��sion joints in the curU and gutter at 20�-foot intervals and at
intersection returns ai�d other rigid structures.
b. Place tooled joints at 15-foot intervals or matching abutting sidewall� joints and
pavement joints to a depth of 1-1/2 inches.
c. Place expansion joints at all intersections witll concrete dri�eways, �urbs,
buildings and othet• curb and gutters.
d. Make expansion joints no less t1�an 1/2 inch in thickness, extending t11e ful]
depth of the concrete.
e. Malce expansion joints perpendicular anci at right aflgles to the faee ofthe curb.
f. Neatly t��im any e�pansion material extending a6ove the finished to the surface
of the finished work.
g. Ma�Ce expansion joints in the curb and gutter coincide wikl� the concrete
expansion joints.
h. Longitudinal dowels across the expansion jaints in the curb and gutter are
required.
i. Inst�113 No. 4 round, smooth bars, 24 inches in ]ength, for dowels at each
expansian joint.
j. Coat 1/2 of the dowel with a bond breaker and tenninate witll a dawel cap that
pravides a mini�num oi 1 inch free expansion.
k. Suppoit dowels by an approved inethod.
D. Curing: see 5ection 32 13 13.
31 3.5 REPAIRIRESTORATION [NOT USED]
32 3.6 R��TNSTALLATTON [NOT USED]
33 3.7 FXELD QUALITY CONTROL [NOT US�D]
34 3.8 SYSTEM STARTUP [NOT US�D]
35 3.9 ADJUSTING [NOT U�EAj
36 3.1� CLEANING [NOT USED�
37 3.I1 CLOS�OUT ACTYVITIES [NOT USED]
38
39
40
41
3.I2 PROTECTION [NOT US�D]
3.13 MAllY'1'�NANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
�ND OF S�CTION
C1TY OF FORT WOR"TE] WATER & SANITARY SEVJCR R�PLACEMENT
5']'ANDARD CONSTRUCTION SPECIFICATION DOCUMEN�'S CONTRAC7' 88
I2evised Deceml�er 20, 2012 CI'T'Y PftO1�,CT NO. D2213 & D 1955
32 l6 13 - 5
COIVCR�TC CU128 AND GUTTGRS ANl] VAI.LEY GU'1-I'EItS
Page S of 5
DATE NAME
1 212 0/20 1 2 D. ,lolmson
Revisini� Lag
SUM3vIARY OF CHANGE
1.2.A.2. Modiiied pay�nent item to va�y 6y strcet tqpe
CITY O�" PORT WOI2TH WATER & SANITAIiY SEWER R�PLACEMGNT
STANDr�.RD CONSTItUCTION SP�CiF'ICATiON DOCUMENTS CONTIUICT 88
Revised December 20, 2� 12 CITY PROJECT ND. 02213 & 01955
33 D 1 30 - l
SEWTR ANQ MANHOLIs TLSTIIVG
Page l of 5
1
2
3 PART1- G�NERAL
4 l.l. SiTMMARY
S
6
7
8
9
10
11
12
13
14
15
l6
17
18
l9
20
21
22
23
24
S�CTION 33 01 3Q
SEWER AND MANNOLE TESTING
A. 5ection Includes:
1. Testing for sanita�y sewer pipe atld znanholes prior ta placing in service
a. Lnw Pressure Air Test and Deflection (Maiidrel) Test
1) Excludes pipe with flow
2} Hydrostatic Testing is not allowed.
b. Vacuum Testing foe sanita�y sewer manholes
2. Before any newly constr�.ictad sanita�'y sewe�' pipe and manholes are placed into
service it shall be cieaned and tested.
3. 1'ipe testing will include low pressure air test and deflection {inandrel) test for 36-
incl� pipe and smaller.
�}. Hydroskafic testing is not allowed.
5. Manhole testing wil] include vacuu�n test.
B. Deviations fi'om this City of �'oi�t Worth Standard Specifieation
i . None.
C. Related Speciflcation Sections include, but are noi necessarily limited to:
1. Division 0— Bidding Requirements, Contract Fari�s, and Conditions of the
Cantract
2. Div'is.ion 1— Genea•al Require�nent�
3. 5ec#ion 43 80 00 — Mod.ifications to Existing Concrete Structures
4. 5ection 33 04 50 — Cleaning of Sewer Mains
25 1.2 PRICE AND PAYMENT PROC�DUR�S
2b
27
28
29
30
31
32
33
34
3.5
3G
37
38
39
40
A. Measurement and 1'ayment
1. 1'ipe Testing
a. Meas:►i3•ement
1) This Ite�n is considered subsidia�y to the sanitary sewer �nain {pipe)
completed in place.
b. Payinent
1) T13e work performed and the materials fut•nishing in accordance witit tl�is
Item are subsidiaiy to the �init price bid per Iinear foot of sanitary sewer
main (pipe) co�nplete in place, and no other coil7pensation will be allowed.
2. Manhole Testing
a. Measurement
1) Measureinent for testing manf�oles shall be per each vacuum test.
b. Payment
l} Tlie wnrk perfor•med and the materials fiu•nislled in accordance with this
Item shall 6e paid for at the unit price bici per each vacuum test completed.
CfTY QF F4RT WOK7'H VJA1'ER & SAN[TARY SEWIsR RLPLACEMENT
STANDARD CON��FRllCTEON SPEC[FICA"f10N DOCUMENTS CONTRACT 88
Revisec� December 2D, 2012 CITY FRd.IE.Cl' NO 0 i 455
330130-2
SEWER AN� iv1ANf{OLE TES"i"[NG
Page 2 of 5
1 c. TI}e price bid shall i��clude:
2 l ) Mobiliza#ion
3 2) Plugs
4 3) C1ea�-up
5 1.3 R�FERENC�S [NOT USED�
6 1..4 ADMTNISTRATI'V� R�QUIREM�NTS [NOT USED]
7 1.5 SUBMITTALS
8 E1. SLibmittals shall Ue in accordance with Section O1 33 00.
9 B. All suUmittafs shall be approved by the City prioi• to deliveiy.
l0 1.6 ACTION SUSMITTALSIYNFORMATIONAL SUSM�TTALS [NOT US�D]
l ] ] .7 CLOS�OUT SUBMITTALS
12 A. Test and Evaluation Reparts
13 ]. A{I test repoz�ts generated du�•ing testing (pass and fail}
14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
15 1.9 QUALITY ASSURANCE
16 A. Certi�ications
17 1. Mand�-el Equipmea�t
1 S a. lf requested by City, provide Quality Assurance certification that tl�e equiprnent
19 used has been designed and inanufactured in accordance to tl�e reqi2ired
20 specifications.
21 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED]
22 1.11 RI�LD [SITE] CONDITIONS [NO'I' USEb]
23 1.12 WARRANTY [NOT USED]
24 PART 2- PRODUCTS [NOT LlSED]
25 PART 3 - EXECLTTION
26
27
28
29
3�
31
32
33
3.1 INSTALL�RS [NOT USED]
3.2 �XA.M.IIVATION [NOT USED]
3.3 PR�PARATIaN
A. Low Pressure Air Test (Pipe)
j. Clean the se�vej• main before testing, as outlined in Section 33 04 50.
2. Plug ends of all ��•anches, ]aterals, tees, wyes, and stubs to be included in test.
B. Deflection (mandrel) test (�'E�e)
l. Perform as last work itein before iinal inspection.
CITY OF FORT WORTI�] WATER & SANITARY SLWGR RLPI�AC�MEI�iT
STAND-ARD C(7N5TRUCTfON SPECIfICATTON DOCUMCIViS CONTRACT $S
Revised Dccember 20, 20I2 Cl'1'Y PIiO]ECT NO U 1 I55
330130-3
SEWGR AAiD MANHOLE TESTING
Page3of5
2
3
4
5
G
7
8
9
io
11
12
13
14
i5
16
17
18
19
20
21
2, Clean ti�e sewer �nain and inspect for offset and obstruction prior ta testing,
3. Materials
a. Mandrel Lised %r deflection test
1) Use of an uncerti�ed mandrel or a mandrel altered or modified after
ce��ification will invaiidate the deflection test.
2) Mandrel requirements
a) Odd nutnber of legs with 9 legs minimutn
b) Effective length not less than its no�ninal diameter
c) Fabricated af rigid and nonadjustable steel
d) �'itted with pulling rings and each end
e) Statnped a�• engra�ed on some segment otl�er than a runnet' indicating
khe following:
(1) Qipe material speeification
(2) Nominal size
(3) Mandrel outside diameter {OD)
� Ma,nda•el diameter �nust be 95 pe�•cent of inside diarneter (ID) of pip�.
C. Vacuum test (Manllole}
22 4. 1'lug pipes with drop connections beyond drop.
23 5. Place test head inside the frame at the top oftl�e mannale.
24 3.4 INSTALLATION
25
26
27
28
29
30
31
32
33
34
35
35
37
38
39
40
�41
42
43
44
45
A. Low pressure air test {Pipe)
1. install plug witla inlet tap.
2. Connect ait• hose to inlet tap and a portable air control s4urce.
3. After ti�e stabilization period (3.5 psig minianum pressure} start the stop watch.
�4. Determine time in seconds tl�at is ��equired for tI1e interna] air pressti�re to reach 2.5
psig. Miniinunr� per�nissible pressure liolding time per diameter per lengtl7 of pipe
is camptited fi'o�n the following equatian:
T = (O.D$50*D*K)
Q
G7
,�
S. Pfug lifting holes and exterior joints.
2. Flug pipes and stLibouts entering the �nanhafe.
3. Secu��e stubauts, manliole baots, and pipe plugs to prevent movement whil� vacuum
is d��awn.
Wl�ere:
T= shoi'test time, seeonds, allowed for air pressure to drop ta 1.0 psig
K= 0.000419'�D�L, but not fess than 1.0
D� nominal pipe diameter, inches
L= lengtl� of pipe being tested {by pipe size), feet
Q= O.Q015, cu6ic feet per minute per square foot of iniernal su�'face
UNI-B-6, Table 1 p�•ovides required time for given lengtl-►s of pipe for sizes 4-inch
through 60-inch based on t1�e equation above.
Stop test if no pressure loss llas occurred during the flrst 25 pet•cent of tl�e
calculated testing tiiT�e.
B. Deflection (ma��drel) test {Pipe)
CiTY OC I'012T WOIiTH W.ATEE� $z SANITARY S�W�R R�PLACEivIEN�'
STANpARD COIVSTRUC'TION SPE:CIFECATIQIV OOCUMENTS CQNTRACT 88
Revised Decem6er 2f1, 2D I 2 CI'PY PRO.�ECT NQ 019SS
33U130-4
SGWCR AND MANHOL� TEST[NG
Page 4 of 5
l
2
3
4
1. For pipe 3G inches and smallez•, the mandref is pulled througl� the pipe by hand to
ensure tk�at maxi�nu�n allowable deflection is not �xceeded.
2. Maximum per�ent deflection by pipe size is as follows:
Nominal Fipe Size
lnches Percent Deflec#ian Allowed
12 and smaller 5.0
15 throu.gh 30 4.0
Greate�� tl�an 30 3.0
5
6 C. Vacuum test (Manl�ale}
7 1. Draw a vacuum of 10 inches of inercuiy and turn off the pump.
& 2. With the �alve closed, read the ]evel vac�um lavel after the �•equired test tiine.
9 3. Minimum time rec�uired for wacuum drop of 1 inch of inercuj�y is as follows:
10
Depth af 4-foot Dia 5-foot Dia 6-foot Dia
Manliole, feet Seconds Seconds Seconds
8 20 26 33
10 25 33 41
12 30 39 4�
14 35 A5 57
16 40 52 67
1$ 40 59 73
�` * T=5 T=b.S T=8
1] �* For manlioles over 18 feet deep, add "T" seconds as shawn for each respective
12 diametei• far each 2 feet of additiona] depth of inanhale to the time shown for 18 foot
i3 depth. (Example: A 30 fooi deep, 4-faot diaineter. Total test ti�ne would be 70
14 secands. 40+6{5)=70 seconds)
15
16 4. Mani�ole �acuum levels obse�ved to drop greater than 1 inch of inercury will lrave
17 failed the test.
I S 3.5 REPAIR 1 RES`I'ORATIQN [NOT U�ED]
19 3.6 RC-INSTALLATTON [NOT USED]
za 3.7 FT�LD Q[1ALITY CONTROL
21
22
23
24
25
26
27
A. Non-Canforming Work
I. Low pressure air test
a. Should tl�e air test iail, fiiiid and repair leak(s) and retest.
2. Def7ection (mandrel) test (Pipe)
a. 5houkd tl�e inandrel fail Eo pass, the pipe is considered ovea-deflected.
b. Uncover overdeflected pipe. Reinstall if not damaged.
c. lf damaged, reinove and replace.
CI'rY dC HOC�"I' WOI2TH W�1TEA & SAIVITARY S�.WER REPLACEMENI'
STANDARD CON5TRUC7'ION SPECITICATIQN DOCUMENTS CONTRACT 88
Revisee3 DececnUer 20, 20 ] 2 C1TY PRO]�CT NU 01955
330130-5
SFWLR ANA MANHOLE TES7'ING
Page S of 5
!
2
3
4
5
6
7
8
9
io
11
12
13
��
1S
3. Vacuu�n test (Manhole)
a. ShQuld the vacuum test fail, repair susp�ct area and retest.
1) External repairs cequired fo�• leslcs at pipe connection to inanhole.
a) Shall be in aceordance with Section 03 $0 00,
2) Lealcs within the manhole stf•ucture may be repaired internally or
externaliy.
3.8 SYSTEM STARTUP [NOT US�D]
3.9 ADJUSTING [NOT US�D]
3.10 CLEr�.NING [NOT USED]
3.11 CL�SEDUT ACTNYTI�S [NOT USED]
3.12 PROTECTIQN [NOT USED]
3.I3 MAINTENANCE [NOT US�D]
3.1�1 ATTACI3MENTS [NOT USED]
�rrn o� s�cTrorr
Revisian Log
DATE NAM� SUMMARY OF CHANGE
�
CITY OF FQRT WOFt"CH
STAM}ARD COAISTRUCTION SP�,C[FIC:4T101+1 DOCLf1L[ENTS
Revised Decem6er 2D, 2Q 12
WAT�R & SANlTARY SEWER REPI.ACEMCiVT
CONTRACT88
C1TY PROJECT 3V0 � 1455
330t3]-I
CLOSED CIRCUITT�I.L-V[51QN (CC'IV) INSPEC170N
Page l af 7
I
2
SECTION 33 01 31
CLOSED CIRGUIT TELEVISION {CCTV) INSP�C'I'ION
3 PART 1 - G�N�RA.L
4 1.1 SUIVIMARY
5 A. Sectioiz Includes:
6 1. Requirements and procedures far Closed Circuit Tele�ision (CCTV) Inspection af
7 sanitary sewer pr storin sewer mains
8 2. For sanitary sewer projects aIl (existing: Pre-CCTV, proposed: Post-CCTV} main
9 shall be inspected.
]0 B. Deviations fi�om this City ofFo�-t Worth Standard Specifcatian
1 f 1. None.
12
13
14
15
i6
17
l8
19 1.2
aa
�]
22
23
24
25
26
2'7
2$
29
30
31
32
33
34
35
3G
37
38
39
C. Related Specification Sections include, but are not nec.essa�•ily iimited ta:
I. Division 0— Bidding Requirements, Contract Forms, and Canditions of the
Cantract
2. Division 1— General Requix'ements
3, Section 33 D3 1 p— Bypass Puinping of Existing Sewer Systems
4, Section 33 Q4 SQ — Cleanir►g of Sewer Mains
5. Section 01 32 16 — Construction Progress Schedule
PRTCE .AND PAYMENT PROCEDUR�S
Pre-CCTV Inspectian
1. Meas��•einent
a. Measurement for this Item will be by the linear foot of line tele�ised for CCTV
Inspection pei�formed prior to any line modification ot� ��eplacem�nt determined
fi�om the distance record�d an the videa log.
2. Payment
a. The wark performed and materials furriished in accordance vwith this Itein and
meas�ared as provided under "Measurement" will be paid for at the unit grice
bid per linea�• foot for "Pre-CCTV Inspeetaoi�".
1) Cantractor will not be paid for unacce}ated video.
3. The price bid sl�al] include:
a. Mobilization
b. Cleaning
c. Digital file
Post-CCTV Inspection
1. Measuretnea�t
a. Measu��einent for this Item wil] he by the linear foot of line telev.ised for CCTV
Inspection perforined following repair or installation de#ermined from the
distance recorded on t1�.e video lag.
�
2. Payinent
:
CITY Of rORT WORl'H WA'CER & SANITAf2Y SEWER REPLACEM�NT
STANDARD CONST[ZUCT[aN SPGCIFiCATION DOCUMEIVTS CONTRACT 88
Rev'tsed March 3, 2016 CITY PRO.IEC'1' 1�f0. 0] 955
33 01 31 - 2
CLOSED CIRCUI'f TELEVISION (CC"�V} iNSPECTION
Page 2 of 7
1 a. The work pei•formed and inaterials furnished in accordance with tl�is Itetn and
2 me.asu�•ed as pra�ided under "Measurernent" will l�e paid for at t��e unit price
3 Uid per ]inear fqnt for "Post-CCTV Inspection".
4 1) Contractor will not b� paid for unaccepted video.
5 3. The price bid shall incl«de:
G a. Mobiiizatian
7 b. Cleaning
8 c. Digital fiie
9 1.3 REFER�NCES
i 0 A. Reference Standards
11
12
13
]4
]S
16
17
18
19
20
1. Reference standards cited iil this Speci�cation refer to fhe current reference
standard publisl�ed at the time oi the latest �•evision dat� logg�d at the end of this
Sp.eci�catiqn, unless a date is specifically cited.
2. City of Fort Wortl� Water Deparhnent
a. City afFort Worth Water Depai�tment CCTV Inspec�ion and Defect Coding
Progr�n (CCTV Nianual}. The CCTV Manual is available for download on
Buzzsaw. Location: Resources170 — Inspection ToolslStandard Consri•uction
b. City of Fort Woi'th Water Department CCTV Spread Sl�eet Log is available for
down�oad on Buzzsaw. Lacation: Resources170 — Inspection ToolslStandard
Canstruction.
21 l.4 ADMINISTRATIVE REQUIREM�NTS
22 A. Coordir�ation
23 1. Sanitary Sewer Lines
24 a. Meet with City of Fort VVorth Water Departmeni staff to conftrm that the
25 appropriate equipment, software, s.tandard te�n}�lates, defect cqdes and defect
26 ranki��s are being used, r�'req�ired.
27 2. Storm Sewer Lines
28 a. Meet with City of Fort Woz�th Transpoi�tation/Public Works Department staff ta
29 confirm that the appropriate equipment, softw�re, standard templates, defect
30 cades and defect rankings a�-e being used, if required,
31
32
33
34
35
36
37
B. Schedule
1. Include Pre and Past CCTV schedule as part of the Const�•uction Ptogress Schedule
per Sectiqn O1 32 16.
2. Include time for City review (2 weeks minimLim —Noti�cation �eeds ta be send aut
to Project Manage3� & Field Operation).
3. If CCTV is accepted by City, praceed with work. If Z•ejected, coordinate with City
per Part 1.4 A.
38 1.5 SIIBMITTALS
39 A. Submittals sha11 be in acco�-dance with Sectiqn O1 33 00.
40
41
42:
43
B. All suhmittals shall ioe approved by tlie Enginee�• or the City pripr to delivery.
C. If inspected with Infi�astructure Technologies I.T. Software per CCTV Manual p�•ovide
video data per the CCTV M�uual. Provide additionat copy of video in Wi�idows Media
Audio/Video (.wm�} format for City Inspection review.
CJTY OT FORT WORTH WAT'GR $c SAN1Tr1RY SEWER REPLACEME]VT
STANDARD CONSTRUCTION SPECfF]CAT[ON DdCUNi�NTS COi�lTR�CT 88
Revised March 3, 2016 C1TY PitOJ�CTNQ, 61955
330131-3
CLOS�D CITiCUI'C TELEVE53DN (CCTV)1NSPGCTION
Page 3 pf 7
1 D. If inspected with other software peovide video elata in Windows Media Audio/Video
2 (.wm�) format. Provide CCTV log in EXCEL spt�ead slieet %rinat -- The CCTV spread
3 sheet lag can be found oia Buzzsaw. Location: Resources170 -- Inspection
4 ToolslSiandard Construction.
5 E. Inspection Aeport s1�al.l include:
6
7
8
9
�0
11
i2
13
14
l5
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
1. Asset
a. Date
b. City
c. Address ar�d/or Praject Name
d. Main Number — GIS iD (If Available)
e. Upstream Manhole GIS iD (If Available)
f. Downst�'ea�n Manilole GiS ID (If Available)
g. Pipe Diaineter
h. Mat�ria]
i. Pipe Length
j. Mapsco �,ocation Ntiinber
k. Date Constructed
1. Pipe Wall Thickness
2. Inspection
a. �nspectian Number (i.e. IS`,2°�,etc...)
b. Crew Number
c. 0}�erator Name
d. Operatar Comments
e. Reason for Inspection
f. Equipment Nuinber
g. Ca�nera Travel Direction (C7pstreamlDownstream}
��. lnspected Leng#h (feet)
i. Work Ordet• Num6er (if required)
j. City Project Number (if required)
k. City Contract Name
1. DO�/TPW Nu�nbei• (if required}
m. Cansliltank Company Name
n. Consultant Contact Name
o. Consultant Contact �'hone Number
p. Cantractor Company Nayne
c�. Cantractor Coniac# Name
r. Conkractor Contact Phone Number
38 L6 INFORMATI�NAL SUBMITTALS
39
40
�4 I
42
43
44
45
4b
A. Pre-CCTV subinittals
3. 2 copies of CCTV video �•esults on USB drive
2, 21�a�•d copies of Inspection Report and oiie pdf copy on USB drive
B. Additiana] inforEnatian that may be r�quested by the City
1. Listing of cleaning �quipment and proeedures
Z. Listing of flnw diveraion pracedures if requi3•ed
3. I,is#ii�g of CCTV equipment
4. Listing of backup and standby �quipment
CITY OF FORT WORTH WATCR & SAI�l'I'AI�Y SEWEI2 REPLACGM�NT
STANDARD CONS7'fi[1CTEON SP%CIFICATION DOCUMEAiTS CONTRACT 88
Revised March 3, 2016 CITY PROJEC'1' I�O. 01955
33D131-4
CL05T:a CI[iCUl'1' TELEVESlON (CCTV) INSPL'C17pN
Page 4 of 7
5. Listing of safety precautians and traftic controi ineasures
2 1.7 CLOSEOUT SUBMITTALS
3 A. 1'ost-CCTV submittals
4 1. 2 copies of CCTV video results on USB drive
S 2. 2 Hard copies of Inspect.lan Report. A p.df capy on USB drive sha11 be suhmitted to
S the Gity Inspector for re�iew priot• to scheduling a project iinal walk thrnugh.
7 3. CCTV speadsheet log in EXC�L format — A bEarilc copy oftlae CCTV spread sheet
S log can be found on Buzzsaw. Location: Resources170 --- inspection ToolslStandard
9 Const�•uc#ion
l0 4. Conshuction Plans ide��tifying the line seg�nents tl�at were �ideoed. Include cover
1 i sheet, overall ]ine layaut sheet(s), and plan and prafte sheet(s).
12 1.8 MAINT�N�NCE MATERIAL SUBMITTALS �NOT USED]
13 1.9 QUALITY �.SSUYtANC� [NOT LTSED�
14 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED]
15 1.11 FrEI�D [SITE] CONDITIONS [N�T USED]
16 1.12 WARRANTY [N(]T i7SED]
17 PART 2 - PRODUCTS
18
19
20
21
22
23
24
25
26
z�
28
29
30
3]
32
33
34
35
36
37
38
39
40
41
A. Equipment
1. CIosed Circuit Television Camera
a. The television camera used shall be �ne specifically designed and constructed
for sewer inspection. Li�hting for the came�•a shall be suitable to allow a clea.r
pictui•e of the entir� periphery of the pipe. Ti�e camera shall be operative in 1 D�
percent humidity/subinerged conditions. The eyuipmenf will provide a viaw of
the pipe ahead of tlle equipment and of features to the side of the equipineni
through turning and rotation of the Iens. The catnera s1�a11 be capable of tilting
at rigl�t angles along the �is of the pipe wl�ile panning the camera lens through
a full circke a6out the circumference of the pipe. The lights on the caniera shall
also be capable of panning 90-degr�es to the axis oithe pipe.
b. The radia] view camera must be solid state color and have remote contral of the
�'otafional lens. The camera shall be capable of vievain� tl�e co�nplete
circumference of the pipe and manhole stz'L�cture, including the cone-section oi�
co3�bel. Tlie camera lens shall be an auto-iris type with remote controlled
manual overrid�.
2. Video Capture System
a. The video and audio recat•dings of the sev�rer insp�ctions shail be inade using
digital video equipment. A video enhancer may be used in conjunction with,
but not in lieu of, the required equip�nent. The digital recording equipment
shall capture sewer inspection on USB drive, with each sev�er seg�nent {fi•om
upstreatn manhole to dawnstream manhole} inspection recoj•ded as an
individual file in Windows Media AudiolVideq (.wmv) format. City has a rigi�t
to change tl�e format froin .W11�IV media to .MP�
C1TY OF �ORT WORTI-[ Vw'ATGR � SANITARY SEWEIt REPLAC�iv][:�IT
STANI]ARD CONSTRUCTION SPIsCI�ICATION llOCUMENTS CON'fRACT 88
Revised Ivfarch 3. 2015 CITY PAO.IECT NO. 0]95S
33 O1 31 - 5
CLdSE17 CIIZCUIT TELEVISION (CCTV} INSPECTION
Page 5 0l'7
i
2
3
�i
5
6
7
8
9
10
I1
b. Tl�e syste�n s1�a1] t�e capab.le of printing pipeline inspectior� reports with
captu��ed images of defects or other related signiiicant visual information an a
standard color printer.
c. The sysiem shall store digitized color picture images and be saved in digital
foj�mat on a USB drive.
d. The systern s]�aII be able ta produce data iepoi�ts to include, at a ininimuin, ail
aUservation points and pe:-tinent data. All data re�orts sl�all match the d�fect
severity codes outlined in tl�e City's CCTV manual.
e. Cantiera fopta�e, date & manl�ole numbers shall be maintained in real time aiZd
shall be displayed on the video monitor as urelf as tlle vic�eo charaeter
generators iiluminated footage display at the control console.
12 PART 3 - EXECUTION
] 3 3..1 INSTA.LLER� [NOT US�D]
1 � 3.2 EXAMINATION [NOT USED]
15 3.3 PREPAI2ATION
l6
17
18
19
20
21
22
23
24
25
26
27
2$
29
30
3l
32
33
34 3.4
35
3b
37
38
39
40
41
A. Gene.ral
1. Prior to inspection obtain pipe and markho}e asset identif cation numbe�•s fi•om tne
plans or City ta be used dt��'ing fnspectaons. Inspeetions perfarined using
identification numbers other than the plans or froin assigned numbers from the City
will Ue rejected.
2. Inspection shall not commence unti.l ihe s�wer section to be televised has been
complete.ly cleaned in cnnfot'�nance with Section 33 �4 50. (Sewer system s�ould
be connected to existing sewer systein and should be active)
3. Inspection of newly installed sewers (not yet in service) shal] not begin prior to
completion of the following:
a. Pipe testing
b. All manho�e wo3-lc is cnnnplete
c. Installation of all lateral services
d. Vacuum test of manhoies
4, Teinporary Bypass Fumping (if reGuired) sliall canform to Section 33 03 10.
B. Stoem Sewer Lines
1. Coordinate wiil� City of Fort Wo�'i� Transpoi�tatian/l'ublic Works Depa.rtinent for
CCTV e�{uipi�ent and cleani�tg ►•equu•ernents.
INSPECTION {CCTV)
�i_ General
1. Begin inspection immediately after cieaning of the main.
2. Move camer� thro�gh the line in eitl�er direction at a i�oderafe rate, stopping when
necessary ta �erir�it pi�oper documentation of ihe main's condition.
3. Do not move camera at a speed greater than 3.0 feet per minute.
4. Use manual winches, power winches, TV cabl�, and pqwer rewinds that da not
ob5lru�t the camera view, allowing for' proper evaluatian.
C]TY OP FORT WORTI-[ WATER d'c SANITARY 5�WER REPLACEM�N1'
STAAlDARD COIVSTRUCTI(]lV �PECIFiCA'T10N DOCUMENI'S COIVTARCT 8$
[Zevise�l March 3, 201 b C1TY PROIECT iJO. 01455
33 O1 31 - 6
CLb5GD C[RClJ1TTGL1:VlSION (CCTV} WSPECT[ON
Page fi uf 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
l5
16
17
18
19
20
21
22
23
24
5. Dur•ing investigation stop camera at eacll defect along the main.
a. Recoz'd the nature, lacatian and o3•ientation of the defect or infiltE•ation location
�s specified in Y1�e CCTV Manual.
6. Pan and #ilt the camera to provicle additional detail at:
a. Manholes, Include condition of manl�ole in its entirety and interioa• co�•rosion
pi•ote�tion (if applicable) (Camera sl�auld pan the enti�•e manhole from tap as
well as wllile lowering into inanhole, also show co.mplete view of inve�-t)
b. Service conneciions, Pan the Camera to get a complete oveEview of service
connection including zooming into service connection Inciude location (i.e. 3
o'cloc[�, 9 o'clock, etc...)
c. Joints, lnclude comtnent on condition, signs of damage, etc...
d. Visible pipe defects s�cl� as eracks, b�•oken or deformed pipe, hales, affset
joints, obstructions or debris (sllflw as °/a of pipe diameter). If debris has been
found in the pipe during the post-CCTV inspectian, additional cleanin� is
requieed and pipe shall b.e re-televised.
e. Infilk�•atianlInflow locations
f. Pipe �naterial transitions
g. Other ]ocations that do not appear to be typical for normal pipe conditions
ti. No#e locations where camei•a is underwaier and level as a% ofpipe diameter.
7. Provide accurate distance measu��ement.
a. The meter device is to be accurate to t1�e nea�'est 1/10 foat.
8. CCTV inspections are to he continuous.
a. Do not pravide a single segment of main �n more than 1 U5B diive.
b. A single seginent is defined fiom manhole to manhale.
25 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated
26 1. �erform Pre-CCTV inspection immediately a�ter clea�ing of ihe �nain and be#'ore
27 rehabilitation work.
28
Z9
30
31
32
33
2. If, du��iag inspection, the CCTV wiil not pass through the entii•e section oimain due
to blockage pr pipe defect, set up sa the inspection can be perfonned fi-om the
opposite manhale.
3. Provisions for repairing or replacing the iinpassable location are addressed in
5ection 33 31 20, Section 33 31 21 and 5ection 33 31 22.
C. Post-Installation Inspeetion
34 1. Catx�plete manhole installatio� before inspection begins.
35 2. Prior to insei�ting the camera, flush and clean the main in accordance to Seetion 33
36 04 50.
37
38
39
40
41
42
43
44
45
D. Documentation of CCTV Inspection
1. 5anitai-y Sewer Lines
a. Follow the CCTV Manual (CCTV standard �nanual supplieci by Ciiy upan
request) far the msp�ction video, data logging and reparting ar 1'a�•t 1,5 E of
t1�is section.
2. Storm Sewet• Lines
a. Provided documentation foe video, data lagging, and reporting in aecot�dance
witll City of Fort Wo��tii Transpartatioi�/Pu61ic Works Depa��t�ner�t
��equi�•ements.
CITY pF FORT WORTH I�JA'fE2 & SANITARY SEWER REPLACT:MT:NT
$TANI?ARD CONS�I'RUCTlO1�f SPECIPICA'T']ON DOCUMEN7'S CpNTRACT 88
Revised March 3, 2016 C17'Y PROJEC']' NO, 01955
330131-7
CI.OSGD C1RCiJ17' "fELEV15ION (CCN) INSPEC'i'ION
Page7of7
]
2
3
4
5
3.S R�PAIR / RCSTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 TIELD �orc] SITE QUALITY CONTROL iNOT US�Dj
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT iTSED]
G 3.10 CLEANING
7 A. See Sectian 33 04 S0.
8 3.11 CL4SE4UT ACTIVITIES [NOT USED]
9 3.12 PROTECTION [NOT USED]
1D 3.i3 MAINT�NANCE [NOT USED]
1 I 3.14 ATTACHMENTS [NOT USED]
EC
13
14
END OF SECTION
Revision Log
DATE NAME SUMMAlt1' OF CHANGE
12/2p12012 D. Johnson Various— Added requirements Por cow•dinacimi with 7%PW fnr Stonn Sewer CCTV
03/Q3/2d16 7 Kasavicl� Various --Alternative to CCTV Ma�ival, modified submitlal detail rec�uirenlents
15
CITY pF FC1RT WORTH WAT�R & 5ANITARY SGWElZ REPLACL-ML•1VT
STAM7ARD CO%fSTRUCTION SPECT�ICATION DOCUMENTS CdN'1'RACT 88
Revised March 3, 2016 ClTY PRO.tGCT NO. 61955
�3 aa 30 - i
T�NfPC7RAItY WATCRSGRVICLS
Page I of4
1
2
3 PART1- GENERAL
SECTION 33 04 3a
TEMPORARY �JVATER SERVICES
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Ternpot•a�•y Water Seivice needed to maintain service dt�ring water main
7 replaceinent project
8 B. Deviafions fi�om this City of Fort Worth 5tandard Specification
4 1. None.
ia
11
t2
13
14
15
16
17
18
19
2Q 1.2
2r
22
23
2�}
25
26
27
28
29
30
31
32
33
34
3S
36
37
38
39
C. Products Installed But Not Furnished Under T1�is Section
I . Fire Hydrant Meters
D. Rela#ed Specificatian Sections inelude, but are not necessariky lirriitad ta:
1. Division 0—Bidding Requirements, Cantract Forrr►s, and Conditions of the
Contract
2. Division 1— General Requirements
3. Specifieation 32 12 16 — Asphalt Aaving
4. Specification 33 OS 1 a— Utility Trench Excavation, Embedment and �ack�ll
5. Specification 33 04 40 -- Cleaning and Acceptance Testing of Water Mains
6. Specification 33 12 � Q— Water Sez•vices l-inch to 2-incl�
PRICE AND PAYMENT PROCEDURES
A. Measua�einent and Payment
1. Measurement
a. Measuremant %r Te�nporary Watez' Sei°vices will be ��easured by:
1) Lump suin or
2) Par linear foot of Temparary Water Main for Miscellaneous Arojects only
2. Payment
a. Tha work performed and materials furnished in aecordance with tE�is ltem and
measured under "Measueem��t" will be paid for at t1�e unii price bid for
"Ternparazy Water Service" of the type speci�ed.
3. T11e price bicf shall include:
a. Te�nporary water service line
b. Connectians
c. Fit�ings
d. Valves
e. Corporation stops
f. Teinporary asplialt for crossings
g. T��affic Cantrol
h. Disinfectian
i. Removal of temporary servi�es
CITY OF FORT WORTI�[ WATGR & 5AN1TA2Y SEWER REPLAC�M�tVT
STANpAIill Cpt�ISTRUCTIpN SPEC]FICATIOI�I I]OCUM�NT$ C�N'iRACT &8
Revised ]uly 1, 2U1 l CITY PCtQ�ECT tJQ. 0] 955
33aa3a-2
TL-MPQRARY WAT�R 5E1tVIC£S
Page 2 of 4
1 1.3 RET`�R�NCES
2
3
4
5
6
7
8
9
10
Il
12
13
i4
15
]6
17
18
19
2(f
2I
22
23
24
25
26
27
28
2.9
30
31
32
33
34
35
36
A. Reference Standards
1. Reference standa�•ds cited in tl�is 5pecification refee to the current reference
standard published at the time oithe latest re�ision date logged at the end ofthis
5pecification, unless a date is specifically cited.
2. NSF Intet•natioi�al
a, 51, Drinking Water Systein Gomponents — Health �.ffects
3. ASTM intei•natianal (ASTM}:
a. D3035, 5tandai�d Specificatioil for Polyethylene (P�) Plastic Pipe {DR-PR)
Based on Controlled �uiside Diameter
�.4 ADMIIVISTRATNE REQiIIREMENTS
A. Scl�edu[ing
1. 1'rovide advance �Zotice for service interruptic�n and 3neet requij•einents of Division
1.
1.5 SUBNIITTALS [NOT USED]
1.6 ACTION SUBMITTALSIINF4RMAT�QNAL SUBMITTALS [NOT US�D]
1.7 CLOS�OUT SUBMITTALS jNOT USED]
1.8 MAINT�NANCE MATERIAL SUBNIITTALS [NOT US�D]
1.9 QUALITY ASSiJRANCE [NOT US�D]
1.1Q DELIVERY, STORAGE, AND HANDLIIVG [NOT USED]
1.1I FIELD [SITE] C.�NDITXQNS [NOT USEDj
1.12 WARRANTY [NOT ITSED]
PART2- PRODUCTS
21 OWNER-�'URNISHED PRODUCTS
A. Fire Hydx'ant 1'vleters
2.2 EQUI�'MENT, PRODUCT TYPE, AND MAT�RIALS
A. Description
1. Regulatory Req�i�•einents
a. All Temporary Water Service coinponents in contact with potable water shall
confarm ta the requirements ofNSF 61.
B. Materials
1. Service Couplia�gs, Fittings, and Caz•poration Stops
a. ConfoE�rn to Section 33 12 10.
2. Service lines
a. Palyetllylene tubing
b. ConForm to ASTM D3035 at�d SDR 1 1
CI'R' QI� FORT WORTH WATP_R & SANITARY SEWER AGPLACfiMENT
STANi�ARD COI�'STRUCTiON SP�CfFICA"1'lON DOCUMENTS CONTRAC� 88
Itevised July I, 2Qi 1 CI�'Y PE�O.tEC'C Nd. �1955
�3na3a-3
T�MPORARY WA'CEfi SERWICES
Paga 3 ot�4
1
2
3
4
5
6
7
8
9
l0
1]
f2
3. Temporary Water Seivice Main
a. Galvai7ized steel pipe
b. Conform to Schedule 40.
4. D��i�eway Approacl�
a. Asphalt
1) Type B Asphalt in accardance with Seetion 32 12 16
C. Design Cl'iteria
1. Sez•vice lines
a. 3/4-inch minimum pipe size
b. Minimum flow ra#e af 5 GPM ai a dynamic pressure of 35 psi
2. 'Temporary Water Service Main
a. 2-inc11 ir�inimuin pipe size
13 2.3 AGCESSORIES [NOT USEDj
l4 2.4 S�iTRCE QIIALITY CONTROL [NOT i1SEDj
1 S PART 3 - �XECUTION
16 3.1 INSTALLERS �NOT USED]
17 3.2 EXAMINATIDN [NOT USED]
18 3.3 PR,EPARAT�ON [NOT USED]
19
20
2I
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
3,4 INSTALLATION
A. General
i. Install Temparary Water 5ervices in accordance with provisions herein and in
acco�•dance �ith City 5tandard Details.
2. Aerfor�n disin%ction test of temporary water service inain and watei� services in
accordance with Section 33 �4 40.
B. Temporary Water Service Installation
I. Co�nect to e�sttng water supply
a. Fire hydrant
l) Connect to fii•e hydrant with hydrant meter and 2-inch gate valve.
b. if a fire hydrant is nat available, tap existing waEer main.
lj Connect to water main with 2-inch service tap and a corporation stop in
accordance with Section 33 12 14.
2) Record water usage with a hydrant meter.
3) Do not tap existing water main, unless appa'oved by tl�e City.
2. Water se�•vice
a. Connect 3/4-incii water service to 2-inch temporary water sei•vice main.
b. Re�nove existing meters, tag with address and provide to City Ii�spector.
c. �onnect a/4-inch tempora��y water service to existing private service.
d. Cover do�nestie metea' box wit11 protecti�e gua��d or harricade.
C. Intersection and Driveway �1p}�roaeh Crossi�ag for TeinpoE•ary Water Ser�ice
1. Crassing for Tempora�•y Water Service Main
Cli'Y QF' FpKT WORTH WATER & SANI'lARY SEWER REPLACEMENT
STAIVDARI� CO�VSTRUCTIDN �PECIFICATION TJOCUivIENTS CbNTFtACT88
Rcvised July I, 261 I CiTY PRO.IEC'[' NO. 01955
33043D-4
TEMPORARY WA'I�R 5ERVIC�S
Page 4 nt�4
t
2
3
�
5
6
7
8
9
10
il
12
l3
14
i5
1.6
I7
18
f3!�
zo
a. Cover temporary se��vice line with sufficient asphalt to �ratect service line and
to provid� a driveable crossing.
b. lf required to bury temporary ser�ice line due to �3igh volume traffic, at• ather
reasons required by the Gity, excat�ate, einbed and backfll in accordance with
Section 33 OS 10.
3.5 R�PAIR / RESTORATION [NOT US�D�
3.6 RE-INSTALLATION [NQT US�D]
3.7 FIELD �oa] SITE QUALITY CONTROL
A. Field Tests and Inspectians
1. Check eacEs wate3� service installation far leaks wi#h Full flow through the curb stop
at the kime ihe main is tested in accordance with Section 33 0� 40.
3,8 SYSTEM STARTUP [NOT USED]
3.9 ADJLT�TING [NOT USED]
3.10 CLEANING [NOT USED]
3.� I CLOSEOUT ACTNTTIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENAIVCE [NOT USED]
3.14 A'I'TACHNI�NT� [NOT USED]
END OF S�CTION
Revisian Lag
DATE NAME SUMMAaY �i' CHANC�E
21
CITY Ul= rd1tT WORTH
STANDARI7 CONSTRUCT[4N SPECIf•ICATiON D4ClJMENTS
Revised luly I , 2011
WA'I'EF2 & SANITARY SE4�ER 1tEPLACEMENT
CONTRAC'7` 88
CCI'Y P20JECT N0. 01955
33 aa ao - �
CLG'ANTNG AN]] ACCEPTAiVCE THSTiNG OT' WA7'Elt MAlNS
Page 1 ot� 8
1
2
3 PART1- GEN�RAL
S�CTION 33 04 40
CLEANjNG AND ACCEPTANCE TESTING OF WATER MA1N5
4 1.1 SUMMARY
5
6
7
S
9
10
11
12
13
14
1:1
:
Genei•al
1. Before any newly constructed potable wate3� mains will be permitted to be placed
into service in the Fort Worth Water Depaitment's 1�/ate�• D�sn�ibution System, it
shall 6e cleaned (purged) and tested, or cleaned, disinfeci�d, and tested until the
k�acteria count within the wate�� main meets the standards established 6y the Foirt
Wo�-�h Wale2• Depa��tment and ti�e requireinents of Chapter 290 of the Texas
Ad�ninistrative Code (TAC) established by the'C'exas Commission on
Environmental Quality (TCEQ).
Deviations from tl7is City of �'ort Wortli Standard 5pecification
1. None.
15 C. Related Specification 5ectians include, but are not nec.essarily limited to:
16 1. Di�ision D— Bidding Requirements, Contract Poi•ms, and Conditions of tl�e
17 Contract
18 2. Division 1— Genera! Requ'vements
19 3. Section 33 D1 31 — Closed Cii•cuit Te[evision {CCTV) Inspection
20 1..� PRYCE AND PAYM�NT PR�CEDURE�
21
22
23
24
25
26
27
28
29 1.3
30
3l
32
33
34
3S
3G
37
38
A. Measurement and Payment
1. Measurement
a. T11is Item is considered subsidiaiy to the water i-�ain being Cleaned and Tested.
2. Payment
a. Tl�e work perfor•med and the inate�'ials furnished in accordance with this Itein
are subsidiaiy to cl�aning, disinfectian, hydrostatic testing, and bacta�'iolag�ca�
testing and sl�al] be subsidiary to the unit pt•ice bid per lineaz� foot af water pipe
cotnplet� in pla.ce, and no other compensation will be allowed.
REFER�NCES
A. Reference Standards
1. Reference standards cited in this Specifieation refer to the curre�t t'efei•ence
standard pul�lished at the tiine of the Iatest revision date lag�ed at ti�e end of this
Specification, unless a date is specifically eite�l.
2. Ainerican Wate3• Works IlssociationlA�nerican (AWWA):
a. C301, Prestressed Concrete 1'ressu�•e Pipe, S#eel-Cylinder Type.
b. C303, Concrete Pressure Pipe, Bar-Wrapped, Stee.l-Cylinder Type.
c. G651, Disinfecting Water Mains..
d. C6S5, Field De-Chla�ination.
CTTY OF FORT WOR7'H WAT�R & SAN[TARY S�W[sR REI'LACEMENT
S7'ANDARD CONSTRUCI'[�N SPE�IF1CATfON DOCI]M�NTS Cdl+1TRACT 88
Revised February 6, 2413 CI'CY PRp1�CT [VO. 01955
33 04 40 - 2
CLEANTNG A�ID ACCEPTA3VCC TESTING p� WATI:R MAlNS
Page 2 of 8
I 1.4 ADMINISTRATIV� R�QUIREMENTS [NOT USEDj
2 1.5 SUBMITTALS
3
4
5
G
7
8
9
10
ll
12
l3
14
15
16
17
l8
t 9 1.6
A. Submittais
For 24-inch and lar��r water mains, provide the following:
1. Cleaning Plan — Prior to the start of construction, submit a water main eleaning plan
detailmg the methods and schedule, including:
a. A detailed deseri�tion of cleaning procedures
U. Pigging entry and exit ports
c. Flushing prqcedu3•es
d. Plans and 17ydraulic caleulations to demonstrate adequate flL�sl�ing velacities
e. Control of water
f. bisposa]
2. Disinfection Plan — prior to tl�e start of construction submit a disinfectian plan
including:
a. The methnd cnixing and introducing chlorine
b. �'lush�ng
c. De-chlorination
d. Sampling
ACTION SilB11'IITTALSIINFDRMATYONAL SUBMITTALS [NOT US�D]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAXNTENANC� MATERIAL SUBNLLTTALS {NOT USED]
22 1.9 QUALITY ASSURANCE [NOT IISED]
23 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED]
24
25
111 FIELD jSITEj CONDITi4NS [NOT iTSEDj
1.12 WARRANTY [NOT iTSED]
26 PART 2 - PRQDUCTS
27 21 OWNER-FURNISHED �oa] OWNER-SUPPLI�D PRODUCTS [NOT L1SED]
28
29
36
31
32
33
34
35
36
2.2 PRODUCT TYPES
A. Pigs
1. Open cell polyu��etha��e foau� body
2. Densi.ties �etwe�n 2 paunds per cubic foo# up to 8 pounds per cubic foat
3. May be wrapped �vith polyurethane spira[ bands
4. Abrasives a�•e not perinitted, unless expz'essly approved by the City in writing foj�
the pa��Eiculae application.
5. Must pass througll a i•eductio�� up to 65 pet•cent of the c��ass sectionai area qf the
nominal pip� diameter
C1TY bP FORT WORTH WATER & SAN]TARY SEWER REl'LACEMGNT
ST�IFVDA1tD CONSTItUC'TI(�N 51'ECIFICATiOIV DQCUMI:N1'S CONTFtACT 88
Aevised Fe�n�ary 6, 2013 CITY PROdECT 1�i0. Ol 955
33fl44Q-3
CLEANING AND ACCI:PTANCE'I'�STING OP WATCR MA[NS
Pa�e 3 of 8
I b. Pigs shall be able to traverse standaR'd piping arrangements such as 90 degree bends,
2 tees, crasses, wyes, and gate valves.
3 2.3 ACCESSORTES [NOT US�D]
4 2.4 SOURCE QUAL�TY CONTROL jNOT USED]
5 PART 3 - �X�Ci1TION
6 31 INSTALLERS [NOT US�D]
7 3.2 �XAMINATION [NOT US�D]
8 3.3 PREPARATION [NOT USED]
9 3.4 ERECTIONIINSTALLATIONIAPPLICATION [N�T USED]
�a
11
12
13
3.5 REPA�R/RESTORATION jN�T USED]
3.6 RE-INSTALLATION [NOT USED�
3.7 FIELD �onJ SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
S4 3.9 ADJUSTING [NOT US�D]
15 3,10 CLEANING
16
l7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. General
1. All water mains shall be cleaned pria�' to bacterialogical testing.
a. Pig afl 36-inch and smaller water inains.
6. Pig o.r manually sweep 42-inch and larger mains.
c. Fluslli.ng is anly permitted when specially desi�nated in the Drawirags, or if
pigging is not practical and approved by the City.
B. Pigging Method
1. ifthe method of pigging is to be used, prepare the inain for the installation and
removal af a pig, including:
a. Furnish all equipme��t, material and labQr to satisfaatorily expose cleaning urye,
�•ei�nove cleaning wye cor�ers, etc.
b. Whe�•e exp�.tlsion of the pig is required througl7 a dead-endeci conduit:
I) Frevent backflow of purged water into the main after passage af the pig.
2) Install a mecllanical joint to provide a riser out of the trench on 12-ine11 and
sinailez' inains to pre�ent backwater re-entry into the main.
3) Additi�nal excavation ofthe trencl> >r�ay be performed on mains ovej• ]2
inches, to prevent backwate�� re-enh•y into the inain.
4} Flush any backflow water ti�at inadvertently enters the main.
c. �luslt sl�art dead-end pipe sections not swabbed by a pig.
d. Once pigging is complete:
l) Pigging wyes shall remain in piace unless atherwise specifed in the
Contract Doc��n�eElts.
2) lnstail cl�aning �vye, biind flanges or mechanical joint plu�s.
CITY pI' Fq.RT WpRTH WATER& SANITARY SEWER REPLACEMENT
STANDARD CQNS'TRUCTIQN SPECIFICATiC)N DOCUM�.I�'[�5 CON1'R�1CT 8$
Revised Pahruary G, 2013 CITY PRO.IECT Md. O1g55
33044fl-4
CI,GAN[NG AND ACC�P'P�NCE TE5TING OI' WATGR MA1NS
Page 4 af S
1
2
3
4
5
G
7
S
9
ID
Il
12
13
14
15
16
17
18
19
2a
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
41
42
43
44
45
46
3} Plug and p]ace blocking at ot3�er openings.
4) Bac�cfill
S) Complete aii appurtena��t work necessary to secuz'e tl�e systerr► and proceed
witl� disinfection.
C. Flushing Method
Prepare the main by installing i�law-offs at appropriate locatioi�s, oisuffcient sizes
and numbers, and with adequate flush�ng to achieve a i�inimum velacity in kl�e
main of 2.S feet �aer sec.ond.
a. Mini�num blow-off sizes for various main sizes a�•e as follows:
i} 4-incl� tl�rough 8-incli main — 3/a-ii�ch Ulow-off
2) 10-inch through 12-inch main — 1-incl� blaw-off
3) i G-inch and greater main — 2-inch blo�,+-off
b. Flushing shall be subject to the following iimitations:
1) Limit the volume of urater for flushing to 3 times the voluine of the water
inain.
2} Do not uniawfiilly discharge clilorinated r�ater.
3) Do not damage private prape�'�y.
4) Do not create a t��affic hazard.
e. Once Flusl�ing is ca�npkete:
l) Carporations stops used for flushing sliall be plugged.
D. Daily main cleaning
1. Wipe jaints and then inspect far proper installation.
2. Sweep each joint and keep clean during eonsri•uction.
3. Install a temporary plug on aIl exposed mains at th� end of each working day or an
extended period af work stoppage.
E. Hyda�ost�tic Testing
I. �111 water inain that is to be unde�� pressure, shall be hydrostatically test�d ta meet
the following ci•iteria:
a. F�irnish and install corporations for proper testing of the tnain.
1) Furnish adequate and satisfactory equiprnent and supplies necessary to
make st�ch hydrostatic tests.
2} The section of line to be t�sted shall be gradually filled with wat�r,
carefully expeliing the air and the specified pressure applied.
b. The City will furnisl� water required far tlze testing at its nea�•est City line.
c. Expel air fi•om the pipe before applying the required test pressure.
d. Test Pi•essui•e
1} Test pE•essures should ���eet the following criteria:
a) Not less than 1.25 (1$7 psi minimum) times the stated wor�Cing
pressure of the prpeline measured at the l�i.gl�est elevation alon�; tlie test
seetion.
b) Npt ]ess tl�an 1.5 (225 psi minimum) times th� stated working pressure
at the lowest elevation of the test section.
e. Test Conditions
1) ML�st be at least 2 hour duration
2) Add water• as necessary to sustain the required test pressure.
3} Test fire hydrants to the fire hyda'ant valve.
C1TY Df' CORT WORTH
STANDARD C(�NSTEtUCTION 5PGC1PICA'I'lON DQCUMCtVTS
Revised �eiaruary G, 2013
WA'I'ER & SAIVITARY 5EWER REPLAGEMENT
CONTRACT$8
CITY 1'I20JECT NO. 01955
330444-5
CL�ANING AN� ACCEI'TAIVCE TESTING Or WATCR MA1NS
Page 5 of A
1
2
3
�
5
6
7
8
9
10
ll
12
13
14
15
l6
17
18
19
2D
21
22
23
24
Z5
26
27
28
29
3Q
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
a) Leave the isolation valve on the fire hyd�'ant ]ead line open during tlle
IZydrostatic testing.
4) Test servic.e lin�s to curb stop
a) Leave the co3•poration stop on the service line open during the
hydrostatic tes#ing.
5} Close isolatian valves for air release valves.
6} Makeup water mtzst come f'rortn a container of fixed 55 gallon container t�iai
does nat have a water souree.
f. Measure al] water used in the pressure test through an approved meter, or
ineasure the difference in valume within a 55 gal]on containe�'.
1) Do not test against existing water dist��i6ution valves unless expressly
provided for in the D�-avuings, oi• appro�ed by the Ciiy.
2) If th� City deni�es approval to test against exist�ng wafer distribution system
valve, then make aR7•angements to plug and test ihe pipe at no addit�onaT
cost.
2. Allawable Leakage
a. No pipe installation should Ue accepted if'the amount of makeup water is
greater than that determined usi�g the following formula:
In incla-pound units,
L — SD �IP
148,000
L
c
Q
e
VVhet�e:
L= testing ailowance (make up water), gallons per hour
S= lengtl� of pipe tested, ft.
D— noininal diameter af p�ge, in.
P= average test pressure durt'ing the hydrostatic test, psi
For any pipeline that fails to pass hydl•ostatic test:
1) Ide.ntify the cause
2) Repair the leak
3) Restore the trench and surface
4) Retest
A11 costs associated with repairing the pipeline to pass the hydrostatic test is the
sole responsibility af the Contractor and included in the price per lineai� faot oi
pipe.
Ifthe City determines tl�at an existing system value is responsihle for t1�e
hydrostatic test to fail, the Contractor shall rnake provisians to test tl�e pipeline
without the use of the system valve.
There shall be no additianal payrzzent to the Cont�•actar if the existing valve is
unable to sustain the l�ydrostatic test and shall be included in khe price per linear
foot of pipe.
F. Disinfection
Gec�eral
a. Disinfection of the main sliall be aceomplisl�ed by the "continuous feed"
�netllod or the "slug" method as determined by the Coniractor.
b. Tl�e fi•ee chlori��e ainounts shown ace �ninirr�ums. The Cantcactar may requi�•e
hi�her rates.
1) Calciu�n hypochlorite �;ranules shall be used as the source of cl3lorine.
c. Continuous Feed Method
C1TY Or �ORT WaRTH
5I'ANDAItD CONSTRUCTIQN SPECIFICRTIdiJ DOCUMENTS
]tevised FeUruary 6:2013
WATL•R & SANITAltY SEWER [t�PE.AC�MENT
CONTRACT88
GTY PRO.«CT NO, 019�5
33 04 4(] - 6
CL�ANING A3�lU ACCEPTANC� TrSTING OF WATi�R MAINS
Page G af S
1 ]) Apply water at a constant rate in the newly laid niain.
2 a) Use the existing distributian systein or othe�• approved source of
3 supply.
4 2) At a point not more thai� 14 feet downstream from the beginning of the new
5 �nain, water er�tering the new main shall receive a. dose of chlorine.
6 a) Free chlorine concentration: 50 rr►glL minimum, or as required by
7 TCEQ, whichever is grEater.
8 b) Chlarine applications sliall not cease until tl�e entire canduit is filled
9 with heavily ehIorinated water.
] D 3} Retain ciiloyinated water in the main for at least 24 hours.
11 a} Opei•ate valves and hydrants in the section t�eated in order to disinfect
12 the appurtenances.
13 b} Prevent the �law of cl�lorinated water inta rr►ains in active service.
14 e) Residual at tl�e end of the 2�-hou�� period: 10 mg IL ii'ee chlorine,
1 S c7�iniinum, for tl�►e treated water in all partions of the main.
16 4) �lush the l�eavily chlorinated water from the main and dis.pose of in a
17 inanner and at a location accepted by t�ie City.
18 5) Test tl�e chlorine residual priar to flushing operations.
19 a} lf the chlorine residual exceeds 4 tnglL, the water shall �'emain in tl�e
2fl new ►nain until the chlorine residual is less the 4 mg/L.
21 b} The Contractor may chaose to evacuate the wate�� into water trucks, or
22 otl�er approved storage facility, and treat the water with Sodium
23 Bisulfate, or anather de-cltlai•ination chemical, oi• metho.d apprnpriate
24 for potable water ancE approved by the City until the ci�lorine residual is
2S reduced to 4 mg/L or less.
26 c) A£ter the s.pecified chlorine residual is obtained, tha water may then be
27 discharged into the drainage systern ar utilized by the Contracto.r.
28 d. Slug Method
29 1) Water froin the existing distribution system oi• other app��oved saurce of
30 supply shall be made to flow at a constant rate in the newiy laid main.
31 2) At a point not more than 10 feet downstrearra froan the beginning of the new
32 main, water entering tl�e new main shall recei�e a dqse of ch�orine.
33 a) Pree chlorine concentration: l�0 mg/L minimum, or as required by
34 TCEQ, whichever is greater.
35 b) The chlorine sliall be appIied continuously and for a sufficient time to
36 develap a solid cQlumn or "slug" of chloritaated water tl�at shall expose
37 afl interior surfaces to tll� "slug" for at least 3 l�ours.
38 3} Operate the fittings and valves as the chlorinated water flows past to
39 disinfect C11e appurten�nces.
40 4) Pre�ent tlae flaw of chlorinated water into mains in active service.
41 5) Flush tlxe heavily chlorinated water from tl�e main and dispose of in a
42 manner and at a location aecepted by ihe Ci1y.
�+3 6) Upon completion, test tl�e ch3orine residual remaining in the main.
44 a) Chlorine levels of 4 �ng/I or less should 6e maintained.
4S 2. CQntractor Requiremellts
46 a. Furnisl� all equipment, m.aterial and labor to satisiactorily prepare the main far
�7 the disinfection methad approved by the City with adequate provisions for
48 sampling.
49 b. Make all necessary taps into the main to accomplish c111orination of a new line,
50 unless otherwise specified in the Contj�act Documents.
C1T1' 0� �OR7' WQRTH WATER 3 SATVITARY SEWER REPLACFMENT
S"fANDARD COivSTRUCTION SPECiFICATfa]V dOCUMHNT5 CONTRACT 88
Revised Fet�ruary 6, 2Q [ 3 CITY PRO.iEC'I' NO. 0.1955
330440-7
CL�ANING AND ACCf.-PTANCG'CL:S'I'1NG OP WATER MAl1�3S
Page 7 of 8
1 c. After satisfactory eoinpletion of t11e disinfection operation, as d�termi��ed by
2 the City, remove surplus pipe at the chlorinatian and sa�npling points, plug tl3e
3 �•emaining pipe, backfill and complete all appurtenant wor•k necessary to secure
4 the i.nain.
5 G. Decl�lar�nation
G ]. General, All chloj•inated water shall be de-chlorinated before discharge to the
T environ�nent. Chemical a�nounts, as listed in ANS�/AWWA C651: "Disinfecting
8 Water Mains", shall Ue used io neu#ralize the residual chlorine concentrations using
9 de-chlorination procedures listed in ANSI/AWWA C655: "Field De-Clilorination".
10 De-Chlorinatinn shall continue until chioa�ine residua] is non-detectable.
li
12
13
14
15
lb
17
18
19
20
21
22
23
24
Testing. Canti•acior s13a11 continu�usly test for the chlorine residual level
immediately downstream of the de-chlorination process, during t�1e ei�tire discharge
of the cMlorinated water. Con�iactar shall periodically eonduct chlorine residual
testing and check for possible fslt kills at locations where diseharged water enters
the existing watershed.
Fish Ki]!. If a fish kill accurs associated with the discharge of water frt�m the
distribution system or any other construction activities:
a. The Cantract shall immediately alter activities to prevent furthar fish kills.
b. The Contractor shall immediately notify Water Depart�nent Field Operations
Dis�atch.
c. The Contt'acto�' shail coordinate with City to properly notify TCEQ.
d. Any fines assessed by the TCEQ (or local, state of fedetal agencies) for fish
kills sha116e the responsibility of the Contractor.
H. Bacteriological Testin�; (Water Satnpling)
25 l. General
2G a, Notify the City wl�en the main is sui#able for sa�npling.
27 b. The City shall then take water samples fram a suitable ta� fo�• analysis by the
28 City's laboratoiy, unless otherwise specified in the Cantract Docuinents.
29 1} No hose or �'ire hydrant shall be used in the coiiection of samples.
30
3I
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
2. Wate�• Sampling
a. Complete mic�'abialogical sarnpling prior to connecting the new �nain intcs the
existing distribu#ian systerr� in aceordance with AWWA CG51.
b. Collect samples for bacteriological analysis in sterile bottles trea#ed with
sodium thiosulfate.
c. Collect 2 consecutive sets of acceptable samples, taken at leasi 24 hours apart,
fi�orn t1�e new tnain.
d. Collect at least 1 set of sainples fi•om every 1,OOQ linear feet ofthe new inain
(or at the next available sampling point beyond 1,004 linear feet as designated
by the City}, pIus 1 set fram the end of the line and at least 1 set from eacli
bra�ich.
e. [f trench water has entered kl�e new matn during constructioii or, if irf tlae
opinion of the City, excessive quantities of dirt or debris hav� entered the new
fnain, obtain bacterialogical sa�nples at intervals of approximately 200 linear
feet.
f. Obtain sa3nples fi-an7 water that has stood in the new ma.in for at [east 16 hours
after forma] flushing.
3. Repetitiqn of 5atnpling
CI"E'Y 01= FOAT WORTf-[ W A7"EIZ & 5ANITARY 51:WGR REPLACEMENT
S�I�AIVDAItL7 CpNSTRUCTION SPECIFICF1T10Ti QOCUMGNTS CO1V'i'KACT &8
Revised Febtuary 5, 2013 C1TY PROJECT i�10_ Q19S5
330440-8
CLEANIIVC AND ACCEPTAAICL• T[:STIiVG OF� WA7'ERMRfNS
Page S of $
l a. Uiisatisfactoiy test results require a repeat of tl�e dis.infection prncess and re-
2 sampling as required above until a satisFacto.ry sa�nple is obtained.
3 3.11 CLOSEOUT ACTI'VITIES [NOT Uu�ED]
4 3.12 PROTECTION [NOT U�ED]
S 313 MAINTENANC� [NOT USED]
G 3,14 ATTACHMENTS [NOT USED]
7 END OF SECTION
8
Re�isian i,og
DATB NAME 5UIVIMARY OF CHANGE
I2120/2012 D. Jolmson 3.10.�.1.e.- Added service fi�ies to hydrosfatic testii�g requirements
1.3.A.Z.d Added AW WA C655 Fielel De-C.hlorinatiai� as reference
216I2013 I7 Townsend
3.10,G--Added De-Chlorinatios� Requirement
C17'Y OF FORT WORTI7 WAT'ER & SANITARY S�WEIt REPLACEIv1ENT
STANLiARD CQN57RUCT[bN SP�CIFICATION DOCUMGNTS CON7�RACT 88
Revrsed �cUruary 6, 2D I 3 CITY PROJ�CT NO. � 1955
3305 1p- l
UTILIT�' TRENCH CXCAVAT[ON, EMBEDMENT, A1�3D BACKFILL
Page 1 of2{
2
S�CTION 33 05 10
UTTI,�TY TRENCH EXCAVATI0IV, EMBEDMENT AND BACKFIi,L
3 PART l. - GENERAL
4 Ll SCIMMARY
5
G
7
8
9
lD
11
12
13
14
15
16
17
18
19
2a
21
z2
23
24
25
26
27
28
A. 5ection InclucEes:
1.. Excavation, E�nbedment and Backf 11 for:
a. �'a'essure Applications
1) Water Distribution ar Transmission Main
2) Wastewate�' Force Main
3) Reclaimed Water Main
b. Gr�vity Applications
1) Wastewatei• Gravity Mains
2) Storin Sewer Pipe and Gulverts
3} 5torm Sewer Precast Box and Culverts
2. Including:
a. Excavation of a11 inaterial encountered, including j�ock and unsuitable inaterials
b. DisposaI af excess unsuitable �natei•ial
c. 5ite specific trench safety
d. Pumping and dewatering
e. �mbedrr�enY
f. Conc�•ete encasement fQr utility lines
g. Backfill
h. Compactian
B. De�iations from this City of F'or� Worth Standard Specification
1. None.
C. Related Specification Seciions include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Cantract Forms, and Condi#ions of the
Contract
29 2. Division 1- Ger�et•al Requirements
3D 3. Section 02 41 13 - Selective Site Demolition
31 4. Section a2 41 15 - Fa�ing RemovaI
32 5. Section 02 41 14 - Utility Removal/Abandon�r�ent
33 6. Seetion 03 30 00 -- Cast-in-place Concrete
3�t 7. Section 43 34 33 -Conteolled Low Strength Material (CLSIVT)
35 8. Section 31 10 00 - 5ite C[earing
3G 9. Section 31 25 DO -- EroSion and Sedi�nent Cont�•ol
37 10. Secfiion 33 OS 2b -- Utility Markers/Locato�•s
38 11. Sectian 34 71 13 - Traffic Cantrol
CITY F EOIZT WOR7 I WATER & SA�IITARY SI:WCR R�PLACEMENT
5"CA[�IDARD CONSTRUCTION SI'ECIFICATION DDCUMENTS CONTEtAC'1 88
�•v��r e�n��ilr�o�zr.t ��f5E1��FO�c"ac�-�i&kH�
c'r'enin��nnc_n�ic�ro��rm�n7�� encrtr:�C��F}BA�-J�BE�ne��.rrc rT.,..o.���"' n�"'..im,`_%i
Revised December l2,2DIb _ C1TY PItOIECTNO. Q1955
330� 10-2
lI'17L17'Y 7'RENCH GXCAVATIpN, EMBEDMENT, AN� BACKFILL
Page 2 of 21
1.2 PRICE AND PAYNi�NT PROCEDUR�S
2
3
4
5
G
7
8
9
l0
11
12
13
14
i5
16
17
]8
19
20
21
22
23
24
25
26
27
za
29
3a
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
A. Measure�nent and Payment
l. Trench Exca�ation, Embedment and Bacl�fil] associated with the installation af an
undei�ground Litilit}+ or excavatian
�. Measureinent
1) This �tem is considered subsidiary to the instaliatian of the utility pipe line
as des.ignated in tlre Drawings.
b. Payment
]) The work performed and the materials furnished in accordar�ce witli this
Item ar•e considered subsidiary to the installation af the �rtility pipe for the
type of errtbed3nent and backfill as indicated on the plans. No other
compensatian will be allowed.
2. Impoi�ted Embedment or �iaekfill
a. Measurement
1) Measured by tl�e cubic yaed as delivered to th� site and recorded by trtzck
ticket provided to Che City
b. Payment
1) Impotrted fill shall only be paid when using materials for embedment and
backfill other than thase identified in the Drawings. The work perforrned
and �nateri�ls furnished in accordance t�ith pre-6id item and measur•ed as
pro�ided under "Measurement" will be paid for at tl�e unit price bid per
c�bic yarcf of "Iinpoi�ted Embedment/Backf 11" deli�er•ed to tl�e Site for:
a} Various embedment/bacEcfifl materials
c. �i�he price bid shall include:
1} Furnzshing backfill ar embedment as speciiied b�r this Specification
2) Hauling ta the site
3) Placement and compaction of backfll or embedment
3. Concrete Encasement %r Utiiiiy Lines
a. Measurement
1) M�asured by the cubic yard per p]an quantity.
b. Pa�inent
1) The work perFonned and rnaterials fui•nishe.d in acco.rdanee with this Item
and measured as provided ��nder "Measurement" wiij be paid for at the u�it
price bid per cubic yarci of "Concrete Encasement for Utility Lines" per
plan qua.ntity.
c. The price bid sl�all include:
1) Furnishing, hauling, placing a��d finisl�ing cancrete in accordance witli
5ection 03 30 OQ
2) Clean-up
4. Graund Water Control
a. Measurement
1) Measueeinent shall be lump sum wl�en a ground water control pfan is
specifically rec�uired by the Contraet Docunzents.
b. Payment
1) 1'ayment shal] be pef� the lump sum price bid for "Ground Water Control"
including:
a) S�ibtnittals
CITY OF FORT WQRTH WATER & SANITARY SEW�R R�PLACEMENT
STANDARD C.OiJST[iUCT[QN SP£CIFICATIOT! �t7CUMEN7'S CONTRACT 88
rrrv�or. r.n���tt(��'� -
�Ifi&BI#�FBJBBF�3H1��
9[�I-��C�lrn-r�pn�in9�v"w".�AITO - ��;;��:°�o�oot-A]��e�]
Revised Dccem6er 12, 2016 CI'TY PROJEC7� NO. 01955
33 ns io - 3
UTILITY TR�NCH �.XCAVA7'101�, EMB�17M�1VT, AND I3ACKr[LL
Page 3 of2]
1 b} Add�tional Testi��.g
2 c) Gi�aund water contral system installation
3 d) Ground water control system operations and rnainienanee
4 e) Disposal ofwater
5 � Removal of ��ound watez� cantrol system
G S. Trench Safety
7 a. Measurement
8 1) Measur�ed per linear foat of excavation for aIl t�'enches that require trench
9 safety in aceaedance with 05HA excavation safety standards (29 CFR Part
10 i 926 5ubpart P 5afety and Health regulatipns for Constructioil)
i I b. Payment
12 1) The work perfo.rmed and �naterials furnished in accoa'ciance with khis Item
13 and �neasured as provided under "Measurem�nt" will be paid far at tl�e unit
1�+ price hid per finea�• foot of excavation to cqmply with OSHA excavation
15 safety standards (29 CFR Part I926.65Q Subpai�t P), including, but nat
16 �imiCed to, ali sub�nittals, labar and equipment.
17 1.3 REF�RENCES
18 A. Definitions
19 1. General — Definitians used in this section are in aecordance with Terminologies
20 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otheiwise
21 noted.
22 2. De�nitions fo►' trencli width, backfill, embedinent, initia� back�ll, pipe zone,
23 laaunching bedding, springline, pipe zone and founeiation at•e defined as shown in
24 the folfowing scheinatic:
C1TY OF FDRT WCIRTH _ WA7'ER & SANITRRY 3fiWER REPLACEMENT
S�'ANDARD CONSTl2UC7'EON 5I'ECIFICATION DOCUMENTS CONTRACT 88
rrrv�pr, r.nnmu�rn�n-ry n��e�F�Bj�gl j*�8ape}
C�t' AmI F �., o.t 1). 9�.�1
7
Revised Decemher 12, 2016 _ CITY PI�b]�CT NQ. 0] 955
3305 ]0-4
UTILITY TRE1+fCH T_'XCAVATION, �MI3EI)MEN'I', AND 13ACKPILL
Page 4 al'21
�!
c,�
�
LYs
�
��
�._
�
�
�
�
�
�
. ,T�
��
� Q�
f �} �
.��.� �
�.
; ;:; �
�� ,
;�� .
'�}`? �s
..},f t
�� �,�CF��r�k.��
;--r- J �..: _��, - — _
��;��..�/4�YI3f3�+yi�f.�,IC_.Y...M1�,�� 4��'+������ ����5,7 �\\���,.\
.,_ � � -ii�. • +rL• �rf ���� �
\� .; �' i.� �� �
�• �
k'�. . n ;�%� � �,
�
�-.I
4
-� ,`, I �,�-�---�-�,— �
�,, � ;�'�
1\;i ��� .
r`%/ 1 ��,
��:� — —- ���
14111�,L i�%
�3A�:;i r IL l .� �•
�
�R�`,"t�ll� —
+f 1,
. �
]���iU1��C?�1hiG - �-5'
��r��:� ��::= --� 1
�._ {5 �� ----� - - -: -
<kli�hi�+fl l �1J14 � .5. � + - . _ ,F .. { r .Y . .. . : f' �
�i` \w � � ' ' _i r�f'M1 ' . 4: �M1{' �
�k �' f }�r.� � ! {�'.�� � � ,
� . .. . . .. . :�.;:�'..'�` .
EY�'VA I�� T�€'�C'�$ %9i�Ti-i
1
2
3
4
S
6
7
8
9
10
1]
12
13
I4
i5
16
17
18
19
3. Deleterious mate�'i�ls — Hannful materials such as clay ]umps, silts and organic
material
4, Excavated Trench Depth — Distance from the surface to the 6ottom of t13e bedding
or the t�•ench foundation
5. Final Backf'ill Depih
a. Unpaved Areas — The depth of fhe f nal baekfill measu�-ed from the top of the
initial backfill to ihe surface
b. L'aved Areas — The depth of the final backfill measured fi•am tlaa tap of the
initial back#ill to bottair� of permanent or temporary pavement repair
B. Reference Standaa-ds
1. R�ference standat•ds ciked iil this Specificafian t•efei• to the cun�ent reference
standard published at the time of the latest re�ision dat� logged at the end of th.is
Specifcation, unless a date is specifically cited.
2. ASTM 5tandards:
a. ASTM C33-OS Standard Specifications for Concrete Aggregates
b. ASTM C88-OS Sound.ness of Aggregate L�y Use of Sodium Sulfate or
Magnesium Sulfate
c. ASTM C136-O] `I'est Method fot• Sieve Analysis of Fine and Coarse Aggregate
CITY OI' rOIi I' WORTH WATEI� & SAI�ITARY SEWER RCPLACEMENT
STAHDXIRD CONS'CRUCTION 5PECIFICATION DOCUiv1EiVT5 CONTRACT $8
(�'FT����]7�� — _ �TASEC{�FO.�&f-PIiHk7Nr}
C7' A Aill A D fl f'(�7.LC�'I'R1�f_'_Ti� _f T•,�e.+`�.- �^F hl��� �..1...�
l�i..�
[ie�ised Daeember I 2, 201 G CITY PROJECT NO. 61955
3305 ]0-5
U`CJLCCY 7'12LI�CH EXCAVATION, �MF3EDML"N"f', ANp [iACKFILL
Pa�e 5 of 2 I
]
2
3
4
5
G
7
8
9
t0
il
12
l3
i4
15
16
17
18
19
20
21
22
23
d.
�.
f.
g-
h.
i.
.I•
k.
�.
m
3. OSHA
a. Oc�upational Safety and Health Adrrtinistratian C�'R 29, Pait 1926-Safety
Regulations far Const�-uction, Subpart P- Exca�ations
ASTM D448-0$ Standa�•d Classification for Sizes of Ag�regate for Raad and
Bridge Construction.
ASTM C535-�9 Standard Test Method fo�� Resistaj3ce to DegE•adation of Large-
5ize Coarse Aggi�egate by Abrasian and Impact in the Los Angeles Machine
AS�'M D588 —Standai•d Test method for Moisture-Density Relations of Soil-
Cement Mixtui•e
ASTM D698-07 Test Metl�od for Laboratory Compactia�� Characteristics of
SQiI Using Stand Effoifis (12,40�1 ft-]bfft3 6Q0 Kn-t�/M3)).
ASTM 1556 Siandard '�est Metl�ods f�or Density and Unit Weight of 5oils ii�
Place b}+ Sand Cone Method.
ASTM 2487 — 10 Standa�•d Classification of Soils for Engineering Purpases
{Unified 5oil Classification 5ystem)
ASTM 2321-09 UndErg�ound Installation of Thermopkastic Fipe for Sewers
and Other Gravity-Flow Applications
ASTM D2922 — Standard Test Methods for Density of Soils aiid Soil
Aggregate in P3ace by Nuclear M�tl�ads (Shallow Deptl7)
ASTM 3017 - Standard Test Methc�d for Watet- Cnratent af Soil and Rock in
place by Nuclear Methods (S1Yallow Deptl�}
ASTM D4254 - Standard Test Method for Minimum [ndex Density and Unit
Wei.gl�t of Soils and Calculations of Relative Density
24 1.4 ADMINISTRATIVE REQUIR�MENTS
25
2G
27
28
29
30
31
32
33
34
35
A. Coordinatian
1. Utility Gampany Notificatian
a. Notify area utility companies at least 48 hours in advan�.e, excluding weekends
and holidays, before starting excavation.
b. Requesi the loeation of buried lines and cables in the vicinity of the proposed
worl�.
B. Sequenc.ing
1. Sequence wa�•k for each s.ection of the pi�e installed to complete the embedinent
and backfill plac�ment �n the day tl�►e pipe foundation is camplete.
2. Sequence work such that proctors are complete in accordance witl� ASTM D698
prior to cammeneement af c�nstruction activities.
36 1.5 Si1BMITTALS
37 A. Submittals shall be in accoa�dance w�tl� Section D1 33 00.
38 B. AIi subinittals shal[ he app�'oved by the City prio�• to construction.
39 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTtiLS
40 A, 5hop Drawings
41 1. Provide detailed drawings and �xplanation for �round water and surface water
42 controi, if required.
CITY O� FORT W�RTH WAT�R & SANITARY SEWER REPLACEIvIEIVT
STANDA2D CONSTRUCT[ON SPECIFICATIQN dOCUNf�NTS CON�RACT 8$
r�r��nr. r�{����(�}��.'��,-,i— —[�E�S&Y[-PYF!}C�3N"tL}
��n,�n�nn rnnrc�rorir�Trnni ce�r.�ir.��'F���_BBGrrn�ecrrrc - ir.....,., n.,,. ti, r.�
Revised Deeejn�er 12, 2�16 CITY PRO,IGCT NO. 01955
33 �5 Yp - 6
UT1L]TY TRCtVCE�3 I:XCAVA'1'ION, EMBE�MEN"f, AND BACKPIL.L
Page b o1' 21
1
2
3
4
S
b
7
2. Trench Safety Plan in accnrda�3ce wit11 Occupational Safety and Heaith
Administration C�`R 29, Par't 1�2b-Safe#y Regulations for Construction, Su6pa�-� P-
Excavations
3. Stockpiled excavation andloj• backfill material
a. Provide a description ofthe stoz'age of the excavated Enaterial only if the
Cantract Documents da not allow starage of materia]s in the riglit-of-�ay of the
easement.
8 1.7 CL0��4TJT SUBMTTTALS [NOT US�D]
9 l.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D]
] 6 1.9 QUALITY AS�LIRANCE [NOT USED]
1 l 1,X0 DELIVERY, STORAGE, AND HANDLING
IZ
13
i4
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
A. Storage
1. Vltithin Existing Ri�hts-of-Way (RDW}
a. Spoi1, imported embedment and backfill materials tnay be stored within
existin� ROW, easements or temporary construction easements, unless
specificakly disallowed in the Contract Documents.
b. D� not block drainage ways, i��lets oi• dri�eways.
c. Provide erasion control in accordar�ce with Section 31 25 00.
d, Store materials only in ar�as barricaded as provided in the trafftc contro] plans.
e. In non-paved areas, da not store material on the root zone of any trees or in
landscaped areas.
2. Designated Storage Areas
a. If the Contract Docurr►ents do not allow the storage of sppils, ernbedment o.r
backfill materials within the R4W, easement or t�inporary construction
easeinent, than secure and maintain an adequate starage location.
b. Provide an affidavit tliat rights have been secured to store the materials on
private pt•operty.
c. Provide erosion control in aecordance with Section 31 25 40.
d. Do not block drainage ways.
e. Only tnaterials used for 1 working day will be allowed to be stored in the work
zone.
B, Deliveries and haul-off - Coot•dinate all deliveries and liaul-off
111 FI�LD [SITE] CONDITIONS
A. Existing Canditians
35 1. Any daia wltich l�as been or may be pro�ided on subsuiiace conditions is not
36 intended as a representation or warranty of accuracy or continuity between soils. It
37 is exprassiy understood that neither ti�e City nor tl�e Engineer will be responsible
3& fo.r interpretations or coi7clusions d�'awn there fro3n by tl�e Contractar.
39 2. Data is made available fo�• the convenience ofthe Canti•aeta�.
CiTY DF FdRT V�ORTH WATE12 & SANITARY SEWER RGPLACCMEIVT
S'fANDAIill CONSTRUCTION SP�CIFICA'fION DdCUMiENTS CONTRACT 8$
1'T'V !lC C/hilT SlIlliJT1.T �
� -�F�serk-F'-ra�es aa�
c r n ni��,.�p�c�o T�r�nnr en�r�rr. tr A �•rnr� n�e��t eni�,�r.7'rc �.�����
Revised l7eceEnber l2, 2p16 � CITY PRQ,ILC'f NO. 01955
33OS 10-7
UTILITY TRLiJCH GXCAVATIQN, ENESEI]MGHT, AND L3ACKFILL
P�ge 7 af 21
1.12 WARRANTY [N�T US�D]
2 PART2- PRODUCTS
3 �.l OWN�R-FURN�SHED �ox] OWNER-SUPPLIED PRODUCTS
4 2.2 MATERIALS
S
G
7
8
9
ld
1�
12
13
14
l5
A. Mate��ials
l. L]tiliky Sand
a. Granuiar and fi•ee flowing
b. Generally meets ar Exceeds the litnits tin deleterious su6stances per Table 1 for
iine aggregate according to ASTM C 33
c. Reasonably free of arganic materiaf
d. Gcadation: sand inaterial consisting af durable particles, fi•ee ofthin or
elongated pieces, lumps of clay, Iaam o.r vegetabfe matter and meets tl�e
fnllowing gradation may be used for utility sand embedment/6ackfill, and
graded with following limits when tested in accordance with AST'M C136.T
Sieve Size Percent Retained
'/z" 0
yA" 0-S
#4 0-I 0
# I 6 0-20
#5.0 20-70
#100 60-90
#240 90-1 QO
16
l7
18
1'9
za
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
2. Crushed Rack
a. Durabfe crushed rock or recycled c�nci•ets
b. Meets the gradation of A�TM D4�S size numbers 5�, 57 or 67
c. May be unwashed
d. Free from significant silt clay or uns�itable materia.ls
e. Percentage af wea�' not tnore than 40 percent per ASTM C 131 nr CS35
f. Not more tlaan a 12 percent maxiinu�n loss when sub3ective ta S eycles of
sodzuin sulfate soundness per ASTM C88
3. Fine Crushed Rock
a. Durable crushed rocic
b. Meets the gradation of ASTM D44$ size numbers 8 or 89
c. May be unwasI7ed
d. Free fi'om significant silt clay or unsLiitaUle Gnaterials.
e. Ha€ve a percentage of wear noC more tl�an 4(l percent per ASTM C131 or C535
f. Not more than a 12 percent ��na�:imuin Foss when subjective to 5 cycles of
sodium sulfat� soundness per ASTM C88
4. Ballast 5tone
a. Stone ranging fi•om 3 inches t� 6 inches in greatest dimensian.
b. May be unwashed
c. Free fi�oin significant silt clay or unsuitable materials
CITY OF FORT WORTH WATER & SANITATtY S�WER REPLACEML•NT
STANDARD CO ST[ZUCTION SPECI�ICAT[ON 1]OCUMENTS CONTRACT 88
rr-r�ne�znn-r i��vnn�� ����}3}}a�}
����nn r�nri����rot �r'l'���irrr.rr�e�rrn�i nnr� �n.��{�-rc _ n.,���{�.��,��,�« wr.�...w�
Rcviscd RecemUer 12, 201G _ C17Y PRG.«�'T NQ. 01955
330SIU-$
U7'IL1TY'TFt�NCH EXC/1VAT[ON, CMl3EDM1=NT, AN1713ACKFILL
I'age 8 nf2]
1 d. Percentage oi wear not moa�e than 40 percent per ASTM C 131 or C535
2 e. Not more than a l2 percent ►naximuin loss when subjected to S cycles of
3 sodiutn sulfate sou��dness pet• ASTM C88
4 S. Aeceptable Baekfill Material
5 a. in-situ o�� imported soils classi�ied as CL, CH, SC o�' GC in accordance with
6 ASTM D24S7
7 b. Feee froEn deleteripus inaterials, l�oulders over 6 inches in size and organics
& c. Can be placed free froin voids
9 d. I�'lust have 2Q pereen# passing the number 200 sie�e
1D 6. Blende�l Backfill Material
11 a. In-situ sQils elassified as SP, SM, GP or GM in accnrdaizce with ASTM D2�87
I2 b. Blended with in-situ a�• iinpor•ted acceptable backfill �naterial to meet the
13 reqE�irements of an Accepta6le Backfill Mate�•ia]
14 c. Free from deleterious materiais, baulders over 6 inches in size and o��gan�cs
lS d. Must have 2fl percent passing the num6er 2Q0 sieue
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�
35
36
37
38
39
40
41
42
43
44
45
7. Unacceptable Backfiil Material
a. In-sitL� soils classifiEd as M�., MH, PT, OL ort• OH in accordance wit1� ASTM
D2487
8. Select Fill
a. Classified as SC or CL in accordance wi.ih ASTM D2487
b. Liquid li�nit less than 35
c. Plasticity index between � and 20
9. Cement Stabilized Sa�d (CSS}
a. Sand
lj Shall be clean, durable sand meeting grading requiremerats for fine
aggregates of ASTM C33 and the fallowirag requi�'ements;
a) Classified as SW, SP, o�' SM by the United Soil Classification System
of ASTM D2487
b) Deieterio�s materia�s
(l} Clay lumps, ASTM C142, less than 0.5 perceni
(2) Lightweight pieces, ASTNI C123, ]ess thara S.Q perceni
(3} Organic impua�ities, ASTM C40, color na darker #han standard
calar
(4) Plasticity index of 4 or less when tested in accordance with ASTM
D4318.
b. Minimuin of 4 percent cement content of Type �/II pot-tland cement
c. Water
1) Potable water, free of soils, acids, alkalis, orga�ic matte�• or ottler
delet�rious substances, ineeting i•equireinents of ASTM C94
d. Mix in a stationaiy pug mi11, weigh-hatch ar can.tinuous mixing plant.
e. Strength
]) 50 to 150 psi compressive strengtl� ax 2 days in accordance with ASTM
D1b33, Method A
2) 200 ta 250 psi coinpressive strength at 28 days in accordance witl� ASTM
D1633, Method A
CITY OF rC?RT W�R'T'H WATER & SANITARY 51sVJ�lt REPLACEMEN7
STANbARD CON5TIiUCTCQN SPECIFICATION I�OC�IMENTS CONT[tACT 88
E���I�BF�c�nn•r �irnn�ru , r�••�e�nFg ..,�r,.}}3
�...� }N
c�rnrinnnnrn�ic-rnric�rtnn� c��n�Gnc�r,E �.� nnr�rn,rcrrrc rr„�o.� n...'�e.����
1Zevised December 12, 2016 CITY PROJFCT NO. 01955
33051�-9
UTIi.[rY TRL-NCH EXCAVATIOAi, Civ1➢T:DM1=7V�', A1+FD 13ACKE[LL
Pnge 9 of 21
1
2
3
4
5
G
7
8
9
10
11
]2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
3) Ti�z maximum coinpressive stren�th in 7 days sh�ll be 400 psi, Backfill
that exceeds the inaximum cnmpressive strengtl� shall Ue removed by t1�e
Cantractor for no additianal compensation.
i. Rando�n samples of d�livered produck will be taken in the �eld at point af
deliveiy for eaeh day of placement in the warlc a�-ea. Specimens will 6e
prepared in accordance wit1� ASTM D1632.
] 0. Controlled Low Sti•ength Matez�ial (CLSM)
a. Confoc•m to Section 03 34 13
11, Trencla Geotextife F'abric
a. Soils otller than ML or OH in accoedanee witJl ASTM D2487
1) Needle punch, nonwoven geo.textile compas�d of polyprapylene fibers
2} Fibers shall retain their relative pasition
3} Inert to biological degradation
4) R�sist natui-aliy occurring cheinicals
5) L1V Resistant
6) Mirafi 14QN by Tencate, or approved equal
b. Soils Classified as ML or OH in accordance wifh ASTM D2�187
1) High-tenacity monofilament pafypropylene woven yarn
2) Pereent open ai•ea of $ perc�ni ta 10 percent
3) �'ibers sljall 7�eta�n their relative position
4) Inert to biological degradation
5} Resist naturally occurring cl�emicals
6) UV Resistant
7) Mirafi PW4D2 by Tencat�;, or approved equal
12. Concz'ete Encasement
a. Conforrn to Section 03 30 00.
27 2.3 ACCESSORXES �NOT USEDj
28 2.4 SOURC� QC7ALITY CONTROL [NOT USED]
29 PART 3 - EXECUTION
30 3.1 INSTALLERS [NOT US�D]
31 3.2 �XAMIIVAT�DN
32 A. Veri�cation of Conditinns
33 1. Review ail known, identi�ed or rnarked utilities, whether }�u6.lic or private, �rit��'to
3� excavation.
35 2. Locate and pratect a11 known, identified and marked utilities or underground
36 facilities as excavatio.n pro�resses.
37 3. Notify all utility owners within the project lim.its �8 hours prior to 6e�inning
38 exca�ation.
39 4. Tl�e infoi�nation and data shown in the Drawings with respect to utilities is
40 app�'oximate and based on record inforination or oi� physical appurkenances
41 obser�ed within the pt�oject lim�ts.
C1TY OF FpRT WdRTH 1�ATER & SANITARY SEW�R IZEI'L�.CEIVIEIVT
S"fAIrfDARD COIVST[tUCTION SPECIN 1CAT10N DOCUMENTS CONTRACT 8.8
�rr�nr ��,n�r�_� :. o.tirnnmi,{ rr ;�ep-FfejaEE-}V�El3�}
�.,
e�rn�irti��ur� rn�r�e,��r? TTr�rin�2 cor.rir.Tr_A•ri�ni B9�}���e�rm,� _ rr.,r�.-t nr,.;oQt-�+I��+s�tkie�}
Revised �ecemUer l2, 2016 C[TY f'R�1�CTN0. Q1955
33asia-�o
UTILITY TRT:'NC[-I i:XCAVAT[ON, CM[3L'DMENT, AND BACKFILL
Page 1 D of 21
Z
3
4
5
6
5. Caordinake with the Owner(s) oiundergrqund facilities.
6. I.minediately notify any �itility owner of da�nages to underg�-ound facilities resulting
fi•om construction activiti�s.
7. Repair any damages resulting fi�oin the construction activities.
B. Notify the City im�nediately of any changed condition that impacts excavation ai�d
installation aifihe proposed utility.
7 3.3 PRCPARATION
8
9
10
1l
i2
13
1.4
15
16
17
18
l9
20
21
22
23
24
2S
26
27
28
29
�a
31
32
33
34
3S
3G
37
38
39
4Q
41
�12
43
44
45
A. Pi�otectian of In-Place Conditions
1. Pave�nent
a. Conduct activities in such a way tl�at does not damage existing pavement that is
designated to remain.
1) Wl�e�•e desired to move equipment not licensed for operation on public
j•oads or across pave�nent, provide ineans to protect t1�e pavement f�'air► all
damage.
b. Repair or replace any pavement da.maged d«e to #he negligence of the
cont�-acior outside the ]ii�its designated for pa�ement reinoval at no additional
cost to the City.
2. Drainage
a. Maintain positive d►•ainage during canst��uction and re-estaUlish drainage fo�• afl
swales and culverts affected by construetion.
3. Trees
a. Wlaen operating ovtside of existing ROW, stake permanent and temporary
canstruction ease�nents.
b. Restrict a.il construction activities to the designated easeit�ents and RQW.
c. Flag and protect all n-ees designaied to remain in aecordanee with Section 31 10
00.
d. Co��duct e�cavation, e�t�bed►t�ent and backfill in a inannea� such that Yhere is no
damage to the t►•ee canopy.
e. Prune or trim tree limhs as specifieally allowed by the Drawings or as
specifically allotved by the City.
1) Prunin�; or trimming may only be accomplished with equipments
specifically designed for tree pruning or trimming.
f. Remove trees s�aeeifical{y designated to be removed in the Dcawings in
accordance with Section 31 10 00.
4. Above ground Sri•uctures
a. Protect a[1 above ground structures adjacent ta the eonstruction.
b. Reinove abovc graund structt�res designated for re�no�al in the Di•awings in
accordance with Section Q2 41 13
5. Traffic
a. Maintain existing Craffic, except as modi�ed by t17e traffic control plar�, and in
accordance with Section 34 7] 13.
b. Do not black access to driveways or alleys for extended periods oftime unless:
1) Alternatrve access E1as be�n provided
2) P�•oper notification I�as been provided ta kh�: prape�-ty owner or �•esident
3) It is specifically allowed in Ehe traffic contral plan
Cl'fY OF I�OIt7' WORTH WA'C�IZ � SANITARY SHW�R REPLAC�MI;NT
ST'ANDARU CONBTRUCTION SP�CIFfCA'110N DOCUMENTS CONTRACT 88
rrr�_r��n �u�nomu �r,.;�{,�.�t,..w�
c�• n a�n n nn rnrrc�rn�r��ri cor.�•rr.'tr• n'r'7n�1 nn�j�(,C,.�T•� «rr���„i.,.�i
���
Aevised Dece�nb.er ] 2, 2016 C1TY PItO.iECT NO. 01955
33os ia->>
fJT1Ll'TY TRENCl1 L•XCAVAT[[?l+i, EMBE�1t�fEl�#T, k�ID [3ACIC�ILL
Page 1 1 of 2l
c. Use traffic rated plates to maintain access until access is restored.
2
3
4
5
6
7
8
9
10
ll
12
13
6. TraFfic Signal — Poles, Mast rinns, Pull l�oxes, Detectar laops
a. Notify the City's Traffc Ser�ices Division a minimum of 48 hours prior to any
excavation that cot�ld i�npaet the operations o.f an existing traffic signal.
b. Protect ali t�•aff c signal poles, mast ar»�s, pul! boxes, traffic cabitleta, conduit
and detectar loops.
c. lmmediatefy notify the City's Trafiic Services Division if any dainage o��urs to
a��y co�nponent nf tl�e traffic signal dLie to the contractors activ.ities.
d. Repaii• any damage ta the traFfic signal poles, mast arms, pull boxes, traffic
cabinets, conduit and detector loops as a resul# ofthe eonstruction activities.
7. Fences
�. Protect all fences designated to remain.
b. Leave fence in the equal or better cpndition as priar to construction.
14 3.4 INSTALLATION
15
16
17
1$
]9
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
A. Excavation
1. Excavaie to a deptll indicated on the Dearvings.
2. Trencl7 excavations are defined as unclassified. No additiona] payment shall be
granted for rock or otl�er in-siku materials encountered in tl�e t�•ench.
3. Exeavate to a width sufficient for laying the pipe in acco�•dance with the Drawings
and bracing in accnrdance with the Excavation Safety Plan.
4. The bottotn af the excavation shal I be firm and free from standing. water.
a. NotiFy the City immediate[y if the water and(or the in-situ soils do not provide
for a fin� trench bottom.
b. The City will determine if any changes are required in the pipe fotu�dation or
bedding.
5. Unless other�wise permitted by the Drawings o�� by the City, ihe liznits of the
excavation shall not advance bey�nd the pipe placement sa that the t�ench may be
Uackf Iled in tl�e same day.
6. Over Excavation
a. Fill over excavated areas with the specified bedding �naterial as specifed for
the specific pipe to be installed.
b. Nn additional payment will be made for over excavation or additional bedding
material.
7. Unacceptable Backfil] Materials
a. In-situ soils classified as unaceeptable backfll material shall be separated fi•om
accepfiable backfi�l tnaterials.
b. If the unacceptable backfill material is to be blended in accor•dance with this
Speeification, then store inaterial in a suitable [acation until tl�e mate��ial is
blended.
c. Remove all unacceptable material fi•om the project site tl�at is not intended to be
6lended or madifled.
8. R.ock— No additional compensation wi[E be paid faz� rock excavation or other
cl�anged field conditions.
B. Shoring, Sheetin� and Bracin�
CITY OF FORT WORTH WA"CER & SANiTAAY S�W�R R�I'LACEML7V_T
31'ANDARD CON5TRl1CT1QN 3I'ECIFECATiOiV bOCUML-NT5 CON`PRACT 88
r�t-rv.,�or, r.n1���=`ri - ���+�5s����,.�ri,ntN6}
�.7a,�r.�innvn,t��_�-,,nric�-o�-�`—T.--.�n��1eon.G'�,rlt���w�n��hin�erhRo�.,,r._�_�_�ri�'S,y — — - ri.,��w�o...'o..r1w��
Reviscd Dccember 12, 2016 C1TY PRO.FECTNO.Ol955
33p51D-12
UT[LITY TftENCH �XCAVAT[ON, EMB�DMENT, AND BACKFq,I.
Page 12 oC2l
1 1. Engage a Licensed Frofessional Engineer in the State af Texas to design a site
2 specific excavation safety system in accordance with Federal and State
3 requirements.
4 2. Eacavation �rote�tion systems shall be designed according to the space lii�nitations
5 as indicated in the Drawi.ngs.
G 3. Furnish, ptit in place and maintain a trencll sa%ty system in accordance with the
7 Excavation Safe.ty Plan and required hy �'ederal, State or loca] safety requireinents.
8 4. If soil oi' water conditians at�e encountered t13�t are not addressed by the current
9 E�ca�ation Safety Plan, engage a Licensed Pro%ssionai Engineei• in ti�e State of
1D Texas to modify the Exca�ation Safety Plan and pt�ovitie a revised subinittal ta the
11 City.
12
13
14
15
16
17
18
19
20
21
2z
23
24
25
26
27
28
29
30
31
32
�3
34
35
36
37
38
39
4D
41
42
43
44
45
�4.6
47
5. Do not allow soil, o�� r�ater containing soil, to migrate through ihe Excavation
Safety Systei� in sufficient quantities to adversely affect tl�e suitability nf th�
Excavatian Prqtection System. Movable bcacing, sl�oring pfates or treneh boxes
used to support tl�e sides of the trench excavation shali not:
a. Disturb tl�e embedment located in tlZe pipe zone or lower
b. Alte�• the pipe's line and grade after the �xcavation Protection Systein is
reinoved
Compromise the cainpaction of the embedment located belnw the spring line of
the pipe and in kl�e haunching
C. Water Control
1. Surface Water
a. Furnish all �naterials and eguipment and perform all incidental work required to
direct surface water away fi•om the excavation.
2. Ground Water
a. Furnish all inaterials a�id equipinent to dewater g,i•ound water by a method
which preser�es the undisturbed state pf t11e subgrade soils.
b. Do not allovv the pipe to be subinei•ged within 2� how�s after piacement.
c. Do not allow water to flow over concrete until it has sufficiantly cured.
d. Engage a Ltcensed Enginee�• in tlie State of Texas to prepare a Grounei Water
Canirol Plan if a�7y ofthe %Ilowing conditions are encountered:
1} A Ground Water Control Plan is specific.ally i•eyuired by the Contract
Documents
2) If in the sole �{udgment of the City, ground waier is so se�ere that an
�ngin�ered Ground Water Cont��ol Plan is required to �rotect kl�e trench or
tha installation of the pipe which may include:
a) Grtiund water levels in th� trench are unable to be maintained below
the top of the 6edding
6) E1 iirm tz�ench bpttoin canr�ot 6e maintained due to ground water
c) Ground wateE• cnteringfhe excavation undermines tl�e stability ofthe
e.
f.
excavation.
d) Ground water entering th� excavation is transporting unacceptable
quantities af sails tl�rou�h the Excavation Safety Syste�n.
ln the event that tlaere is no bid itern for a GroLind Water Cnntrnl and the City.
requires an Cngineered Gi•qund Water Control Plan due to conditions
discovered at the site, the contractor wil] be eligible to submit a cl�ange order.
Coi�t3�o1 of gro�ind water s1�a11 be consider•�d subsidiary to the excavation when:
CITY aF FQR'f' WdRT WATER & SANI'I',AItY SEWFR REPLACEMENT
STANDl1RD CQNSTRUCTION SPIiC[r1CATl0%I DOCUM�IVTS _ CQN't1tACT 88
r'�-�-,-.�,Y-9� F41�-: �wrn�a-n.r. � � �— -- —�H5�``�0`, ^,a:: �}
c-rnntnn �onrnr���rnri,�_«Qr,,,�.�o�.��r�nntcnc��[r.�r�em��,�nr��rrn,rcf.rr�c�_ rr...,...+��n.�_'.��.�+ni�.��
Revised Deoernber 12,2U1G _ CITY PRD7E�TNO.Oi955_
33DS IQ-13
UTIL[TY TItENCH EXCAVATfON, EMBEQM�NT, ANiJ AACKFILL
Pagc 13 of 21
1 1) No Ground Watec• Cont�•ol Plan is specif cally identified and required in the
2 Conh•act Documents
3 g. Ground Watez� Control Plan in�tallation, operation and maintenance
4 �) Fumish all inaterials and equiptnent necessary to implement, operate anci
5 maintain t17e Ground Water Conti•ol Plan.
G 2) Oi�ce the excavation is complete, remove a11 ground water eont�-ol
7 equipme»t noi called to be incorporated into the work.
8 h. Water Disposal
9 1) Dispose of ground water in accordance witl� City policy or Ordinanee.
ID 2) Da nat discharge gt'aund water onto or across private propei•ty v,�itiiout
1 l written perinis5ion.
12 3} Per�nission from tile City is required prior to disposal into the S�nitaiy
13 Sewer.
14 4) Dispasal shall nat violate any Federal, State or laeal regulations.
15 D. Embedment and Pipe Placement
16 l. Water Lines less than,. or equal to, 12 inches in diameter:
17 a. The entire e�nbeciment zone shal] be of uniform materiai.
18 b. ll.tility sand shall �e generalIy used for embedment.
19 c. If gro�and water is in sufficient quantity to cause sand to pump, then use
2D ceushed rock as embedment.
21 1) li cruslaed roGk is not specifically identified in tlie Cantract Documents,
22 then c�•ushed rock shall be paid by the pre-bid unit piice.
23 d. Place e�enly spread bedding material on a firrn trench ba�tom.
24 e. Provide firm, uniform 6edding.
25 f. Place pipe on the bedding in aecordance with tl�e align�nen# of the Drawings.
26 g. In no ease s11all the top of the pipe be less than �l2 inches from the surface of the
27 praposed gr•ade, uniess specifically called for ir� the Drawings..
2S h. 1'lace embedment, including initial backfill, to a minimu�n of 6 inches, but not
29 more than 12 inches, ahove the pipe.
30 i. Wliere gate valves are preseni, the initial bacl�ill shall extend to 6 inches abave
31 the elevation nf the valve nut.
32 j. Fa►'in all blocking against undisturbed trench wall to the diinensinns in the
33 Drawings.
34 �. Campact einbedment and initial backfill.
35 1. Place �naf�ker tape on top of the initial trench backfill in accordance with
�G Section 33 fl5 26.
37 2. Water Lines I6-inc�les through 2�-inches in diameter;
38 a. The entire embedment zone shall be of uniform inaterial.
39 b. Utility sand may be used for �mbedment wl�en the excavated trench depth is
40 less than 15 feet deep.
41 c. Crushed rock or fine crusl�ed rncic sl�all be used for einbedment for excavated
42 tr�ncl� deptl�s ] 5 feet, or greater.
�3 d. Civs.hed rock shall be used for emUedEnent for steel pipe.
44 e. Pro�ide trench geotextile iabric at any location whet•e civshed raek or fine
45 cE•ushed rock come into ca��tacfi with atility sand
46 f. Piace evenly spread bedding material on a firm trench bottom.
47 g. Provide firin, uniform bedding.
CITY OF FORT WORTH WA"I'ER & SANITAftY SEWER RE['LACEMENT
STANDARD COIVSTRUCTiON SPECIFICATION DOCUtv1ENT5 � CONTRACT 88
�}�K-C��41a:a=1�— —[I}3s'.- � .°�' 7��'`'-�' �
e-rn� n�xn-n rnnic�rotir�r�nT� cn��l.yctrn�r��nT.r n����n�TS� � , n•,•.�}�-�(�g�.{ttEfl�)BF.}
[tevised December 12, 2fl16 _._ C1TY PR�.ICCT NO. 01955
33DS10-14
UTILITY TREIVCH EXCAIVATIOIV, EN3B�DMG�IT, AND I3I1CKl'ILL
Page 14 of21
1 1) Additional bedding may Ue i•equired if ground water is prese.nt in ti�e
2 t�•ench.
3 2) If additional crushed i'ock is required nnt specifically identi�ed in th�
4 Contract Docurrte�ts, then c�•ushed rock shall be paid by the pre-hid unit
5 pri�e.
6 h. Place pipe on the bedding acco�•ding to the aligninent sl�own on the Drawings.
7 i. Tk�e pipe line shall be within:
8 I) �3 inches of the elevation on tlle Drawings for 16-incl� and 24-incil water
9 lines
lfl j. Place and co�npact embedment materia[ to adequately support haunches in
i 1 accordance with the pipe manufacture��'s i•ecommendations.
12 k. Place remainin� embedinent including initial backfill to a ininimui�a of 6 inches,
13 but not �nore tl�an 12 incl�es, above the pipe.
14 I. Where gate valves are present, the initial backfill sllall extend to up to il�e valve
15
1G
17
18
19
20
21
22
23
�4
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
nut.
tn. Cainpact the embedment and initial backfili ta 95 percent 5tandard Proctor
ASTM D 698.
n. Density test may be pej�formed by City to verify that the compactian of
embedment meets requireinents.
o. Place tr�nch geotextile fabrie on kop of the initial backfill.
p. Place ir►arker tape on tap of the trench geatexiile fabric in accordance wi�h
Sec{ion 33 O5. 26.
3. Water Lines 30-inches and greater in dian�eter
a. The entire embedment zone shali be of uniform material.
b. Crushed racic shail l�e used for embedment.
c. Pravide trench geotextile fabric at any location where crushed roek or iine
crushed a•ock come inta contact with utility sand.
d. 1'lace evenly spread bedding inatei•ial on a firm treneh bottom.
e. Provide firm, uniform 6edding.
1) Additional bEdding may be �•equired if ground water is present in tlie
tr�nch.
2j if additional cruslled rock is requii•ed wllich is not specitically identifi�d in
the Contract Docu�nents, then crushed rock shall be paid Uy the pre-hid unit
price.
f. Place pipe on the bedding according to the aligmnent shown on the Drawings.
g. The pipe line shali be within:
1 j �1 incl� af the elevation on tl�e D�•awings for 30-inch and larger water ]ines
h. I'laee a��d compact embedmant inateriaE to adequately support haunches in
accoedance with the pipe manLifacturer's recotnmendations.
i. For steel pipe greater tl�an 30 inches in diarneter, tl�e initia] e�nbedment iift sltall
not exceed the spring line prior to compaction.
j. Place remaining e�nbedment, including initial backfill, to a minimum of 6
inches, but not more than 12 inches, above the pipe.
k. Where gate valves are present, the initia) backfill shall extend to up to the valve
nut.
I. Con�pact the embedment and initiai back.fill to 95 peecent Standard Proctor
�15TM D 698.
CfCY QF I�ORT WORTH V�ATER & SAN['I'AFZY SEWEIt EtEPLACEMENT
STANDARD CQNSTRUCT[ON SPECIFICATIOIV DOCUMENTS CpNTRACT 88
E��r�.�_. . "o-, �_o.,- T-'nr%T. ,`1zBR'FI�' — --��seYt PYHjBBL�`Iaat��}
c�rnh�nnnnr�nnir•rrrr�r�r���_.��rre�rn-rin�rnnrrtxer.�rrS� _-- rr�....hn.,.;��.hi,.�.i,a.i
Revised Decc:nber I 2. 2016 C[TY PRO.ICCT [JO. O1955
33 US 1U- 15
L]TILITY TRENC�T EXCAVATfON, GMB��MEN�1', ANp BACICFILL
Page 15 pf 2l
I m. Density test may be peeformed by City to verify t11at the co�npaction of
2 embedment meets requirements.
3 n. Place trench geotextile fabric an top of the initial backfill.
4 0. I'lace �narker tape an top of the f�•ench geotextile fabric in accordance witl�
5 Section 33 OS 25.
6 4. Sanit�ry Sewer Lines and Storm Sewer Lines (HUPE)
7 a. The entire emUedment zone si-►all l�e af unifoz-tn material.
S b. Crushed rock shall be used for embedment.
9 c. Place evenly spr�ad bedding material on a fi.rm t�•ench bottom.
] D d. Spread l�edding so that 1 ines ai�d grades are maintained and tl�at there are no
t I sags in the sanitary sewer pipe line.
12 e. Provide firm, uniform f�edding.
] 3 1) Additinnal beddia�g �nay be required if ground water is present in the
14 trencl�.
15 2) lf additional c�•ushed rock is requii•ed which is not specifically identified in
16 the Contract Documents, then cititshed rock shall be paid by the pre-bid unit
17 price.
18 f. Place pipe on the bedding according to the alignment shovvn in t11e Drawings.
I 9 g. The pipe line shall be within f0. � inches of the elevation, and be consistent
20 with the grade sliawn on the Drawii�gs.
2� h. Place and compact embedment maferial to adequately support haunches in
22 accordance with tlie pipe manufacturer's recom�nendatinn5.
23 i. For sewer lines grea�er than 30 inches in diameter, the e�nbedment lift shall not
2�F exceed the spring line prio�• to cora�paction.
25 j. Place remaining embed�nent including initial backfill to a minimum of 6 inches,
26 but not more than 12 inclies, above the pipe.
27 k. Coinpact the embedment and initial backfill to 45 percent Standard Proetor
28 ASTM D 698.
29 !. Density test �nay be perforrr�ed by City ta verify that the co�npac.tion of
30 embed�r�ent rneets requireinents.
31 in. Place trench geotextile fabric on top af the initial backfill.
32 n. Place marker tape on top of the t�•ench geotextile fabric in accoa�da�7ce with
33 Section 33 OS 26.
34 5. Stoi•m Sewer (RCP)
35 a. The bedding and the pipe zone up to the spring line shall be af unifo��m
36 material,
37 b. Crushed rock sl�all 6e used for e�nbedment up to tlse spring line.
38 c. T1ie specif ed backfil] materia] tnay be used above tl�e spring line,
39 d. Place evenly spread bedding inaterial an a fi�•m trencl� bottom.
44 e. Spread bedding so tilat lines and grades are maintained and that there are no
41 sags in the starm sewej• pipe line.
42 f. f'rovtde fij�n, uniform bedding.
43 1) Additional bedding may 6e required if ground water is present in t11e
44 trench.
45 2) If additiona) crusl�ed �'ock is a•equired which is na.t specifically identified in
46 t1�e Contract Documents, tl�en cE•ushed eock shall be paid by the pre-bid unit
47 price.
48 g. Place pipe on tl�e bedding according to the alignment of tlie Drawings,
C'ITY OF FORT O TH WATGR & SANETARY SEW£R REPLACEIvIEIYT
STANDARD CDNSTRUCT[dN SPEGF[CATIOI�i UOCUMENTS ___ CONT[tACT 88
rrrv�or. cn��T_�su�inz-r�_��a . —..�R,;�"��"gjeei-��Nie}
�i� i��� ta r1���nni c�rn i ir�r�n�.i e nerir. tr n�r-in�i nnr� rn��s�i �r� , n.,�o.a n���v�,li�nbeF}
Rcvised �ecember 1.2, 2016 CITY PRO.TECT NO. U1455
33nsin-i6
UTIL[TY "fR£NCH �XCAVATION, GMBCDM�:N7', AND BACKFILL
Page 16 nf 21
1 h. The pipe line slia[I be within f0.1 inches of the elevation, and be consistent
2 with t11e grade, shawn on the Drawings.
3 i. Place einbedment materia! up to ti�e spring line.
4 1) Place embedment ta ensure t1�at adet�uate sLipport is abiained in the l�aunch.
S j. Compact the einbedment and initial backfill ta 95 percent Standard Aroctor
6 ASTM D 698..
7 k. DensEty test ���ay be performed by City to verify tl�at the compaction of
8 einbedinent meets requirements.
9 1. Place trench geotextile fabric on top of pipe and erushad rock.
10 6. Stori� Sewer Reinforced Concrete Box
1 I a. Crushed rock shall be used for beddin�.
12 b. The pipe zone and t11e initial ba.ckfill shall be:
13 ] ) Crushed rock, or
14 2) Aceeptable backfill material coinpacted to 95 percent Standa�'d Proctai•
15 density
16 c. Aiace evenly spread comp.aated bedding material an a fij-rn trench bottom.
I7 d, Sp��ead bedding so il�at lines and grades are maintained and that there ai�e no
1 S sags i n the s.torm sewer pipe line.
19 e. P�•ovide firm, unifonn bedding.
2q I) Additional bedding may he required af �t'ound water is present in tl�e
21 trench.
22 2) If additional c�'ushed �•ocic is required which is not specifically identified in
23 the Cantract Documents, then cruslied rock shail be paid by the pre-bid unit
24
2S
26
27
28
29
30
3]
price.
f. Fill the annular space between ir►uliiple bpxes with erushed rock, CLSM
according to 03 34 13.
g. AEace pipe on the bedding accoz'ding to the alignment of tl�e Drawings.
h. The pipe shall be witllin �0.1 inches of the elevation,. and be cansistent with the
grade, shown on the Drawings.
i. Coinpact the embedtnent initial backiill to 95 percent Sfanciard Procto�• ASTM
D698.
32 7. Water Services (Less than 2 Inehes in Diameter)
33 a. Tf�►e entire embedment �ane shall be of uniform material.
34 b. Utility sand shall be generally used foz• emhedment.
35 c. Place evenly spread bedding material on a iirm trench bottom.
36 d. 1'j�ovide fii7n, uniform bedding.
37 e. Place pipe on the bedding according to the aligtunent of the Plans.
38 f. Compact the initial back�ill ko 95 percent Standard Pro.ctor ASTM D698.
39
40
4]
42.
43
4�4
45
46
47
8. Sanita�y Sewer Services
a. Tl�e entire embed��ient zone shall be of unifoa-m material.
b. C�vshed rocic shall he used for emhedment.
c. Place evenly spread bedding material �n a firm trench bottom.
d. Spt•ead bedding so tllat lines and grades az•e maintained and that there are no
sags in the sanikary sewe�• pipe line.
e. Provide firm, uniform bedding.
1) Additional hedding may be required if graund water is present in the
t�•ench.
CITY OE� rORT WUIi'['H WATE12 & 5ANITARY SEW�R REPI,ACEMEN'f
STANDARD CdNST[�UC7'ION SPECIFICAT[ON DdCUMENTS CON7'ii�iC"I' &8
C:IT�'-F}I'-�i'Q�T�:'9P�ru ��F�5e�E-RF&jeet Alatne]
Dc�r��rm n o n rn��c-ro r tr�-[����2��.p�r n�renni nnrr sn erc�z,��re n.....,.� n...:..,�� nr,,,..t,...i
[Zevised l�eceinUe� i2, 20.1G CI'iY PROJECT IV.O. 01955
3sa5 in-��
UTILITY TRENCF[ GXCAVATIpN, EMSEDMENT, AND C3/1CKl'1LL
Page 17 of 21
I 2) If additional crushed rock is required whicl� is nat specifically identified in
2 the Gontract Documents, then crushed �•ock shall be paid by the pre-bid unit
3 price.
4 f. Place pipe nn the bedding acco�•ding to the alignment of the Drawings.
5 g. Place remaining embedment, including initial backfill, to a m.inimum of 6
6 inches, but not more ihan 12 inches, ahove the pipe.
7 l�. Co�npact the initial backfiil to 9S percent Standa�'d 1'roctor ASTM Dfi98.
8 i. Density test may be r�quired to verify tl�at tl�e coinpaction ineeis the density
9 requirements.
10 E. Trench Backfill
11 1. At a ra�inimum, place backfill in such a inanner that the requireci in-place density
12 and ►no.isture content is abtained, and so tl�at the�'e will be no damage to the suf•face,
13 pavement or structures due to any treneh settlement o3• trench movement.
14 a. Meeiing the requirein�nt herein dQes no# relieve the responsibility tQ damages
15 assaciated with the Work.
l6
17
IS
19
20
z1
22
23
24
25
26
27
28
29
30
3]
32
33
34
35
36
37
38
39
40
4i
42
43
44
45
46
2. Backfiil Material
a. Final backfill depth less than 15 feet
1} Backfill with:
a) Acceptable backfill maferial
b) Blended backfill material, or
c) Select backfill material, CSS, or CLSM when specifically required
b. Final backfili depth 15 feet or gre�ter: (undex pavement ar future pa�ement)
1) Backfill depth fi-oin 0 to15 feet deep
a) Backfill wi#h:
(1) Acceptable backf Il material
(2) Blended backfil] tnaterial, or
(3} Select backfill tnaterial, CSS, ar CLSM when specifically reGuired
2} Backfill depth from 15 feet and greater
a) Backfi'ill with:
(1) SelectFill
(2) CSS, or
(3) GLSM when specifically requi��ed
e. Final backfill deptli 15 feet or greater: nat �nder pavement or future pavemenY)
1) Baekiill with:
a) Acceptable backf'ill material, oi•
b) Blended backfill matef•ial
d. Backfill for service fines:
1) Backfill for water or sewer seivice lines shall be the same as the
requirement ofthe main ti�at the selvice is connected to.
3. Required Coirapaction and Density
a. Final backfill (deptl�s ]ess than 15 feet)
1} Coinpact acceptable baciciill n�atet'ial, blended backfill inaTe�•ial or select
backfill to a minimuin o.f 95 pez'cent Standard Proctoi• per ASTM D698 at
inoistuj°e content within -2 to �-5 perce3�t of the optimiim moisttu�e.
2) CSS or CI.S.M requires no cornpaction.
b. Fiaial backiill (depths 15 feet and greatei•lunder existin� or future pavement)
C[TY r FDRT WORTH WATER & SANITAitY S�VJ�Ct [i�.PiACE1VIENT
5Tt1Nl]ARD CONSTRUCTION SP�CIPICA7'ION DOCUMENTS _ COA]TE2AC7 88
C—[�=�-9�9�'�ivs '^' �ejesb-Adar��;}
e�rnxrnnnn rnwrc•rt���rin�r cnrr�r.rrn�F���e��q��re � i�.,��.r or,. �«��.,m�,.�r
. ��,
Revised December 12, 2(] I6 _ C1TY PROJGCT N�- 61955
33 O5 10 - I 8
UTIi..[TY TRHNCH GXCAVATEON, CMI3F'I�Ni�N'�, AIVD BACK�ILL
P�ge 1 S of 21
l 1) Compact select backfill to a minimum of 98 percent Standard Proctor per
2 ASTM D 69$ at moisture content within -2 to +5 pez-ce��i af the optimum
3 moisture.
4 2) CSS or CLSM requi�es no co�npaction.
5 c. Final backfill {deptlis 15 feet and greater/not under existing or fiih�re pavenient}
6 1) Compact acceptable bacicfill material blended backfill �naterial, or select
7 backfifi to a minimum of 95 percent Standard Proctnr per ASTM D 698 at
8 r�oisture content within -2 to +� pe�•cent of the optimum �noisture.
9 4. Saturated Soils
1Q
11
12
13
14
rs
16
17
i8
19
20
21
22
23
24
ZS
2G
27
28
zs
30
�1
32
33
34
35
35
37
38
39
40
41
42
a. If in-situ soils consistent]y dempnsirate that they are greater than 5 percent q�er
optimum m�isture content, the sails are conside�•ed saturated.
b. Flooding tl�e trencl� or water jetting is strictly proEtibited.
c. lf saturated soils are identified in the D��awings or Geotechnical Repart in the
Appendix, Con1a•actor shall proceed witl� Wo�•k following all Uackfil]
procedures outlined in th� Drawings for areas flf soi[ sa#uration greater than S
percent.
d. If saturated sails are encountered during Work but not identified in Drawings oz•
Geoteehnical Report in tl�e Appendix:
1) The Conteactor shall:
a) Iinmediately a�otify the Ci .ty.
b) Subinit a Cantraet Claim for Exh•a Work associated witii direction fi'a�n
Gity.
2) The City shaIl:
a) In�estigate soils and determine if Work can proceed in the identified
location.
b) Direct the Conti•actor ofcl�anged backfili procedures associated with
the sat�rated soils that may include:
(1) Trt�ported backiill
(2) A site specific backfll design
5. Placement of Backfll
a. Use only coinpaction eql�ipment speeifically designed for coinpaction of a
�articular soil type and within the space and depth limitation eXperieneed in the
trench.
b. Flooding the trench oi� water setting is strictly prohibited.
c. Place in Ioose lifts not ta exceed 12 inelles,
d. Coinpact to speeified densities.
e. Compact only t�n top of initiai backfill, undisturl�ed t►•ench or previousiy
compacted backfill.
f. Aemove any loose materiais due to the movement af any tre��ch box or shoring
or due to sloughing af the trench vv�all.
g. Install appropriate tracicing balls fo�• watar and sanitary sewee trenches in
accordance vv�ith Section 33 OS 2b.
43 6. Backfill Means and Methods Demonstration
�4 a. Natify the City in w�•iting with sufficient tinle for the City to obtain samples
45 and perform standard proctor test in accordanee with ASTM D698.
4G U. Tl�e results of the standaxd proctor test �nust be received prior to begi.nning
47 excavatian.
CITY Or T"0[2'l' WORTH �VATCl2 & SANLTARV SEWER REPLACEIv1�N1'
STANDARd CONSTRllCT[ON 5PECIFICATION DOCUMEAiTS CONTRACT 88
C--�-T�'-9i'�F9i�-T',V9f�.�'" — - n••�e�l-p-Ke}eet-3afa+r�e}
c-rn�rnnonrrnr.�c�:p���rrnri cncr�r.rrn�rin �r.�n�Tor,ae,c;;_�r�rs� — — ��,r..e.+n...-,,..� �.r .,,ho �
Revised December l2, 2�16 � CITI' PRO,1�.C1' 1V0. 01955
�� os �a - i9
U7'ILfI'Y'CKEI�ICH EXCAVATION, �,MBEl7MENT, AND BACKFILL
Page ] 9 of 21
] c. Upon commencmg of backfill placement far tlle project tlie Contracta� sl�all
2 demonstrate means and methpds to obtain the required densities.
3 d. Deinanstrate Means and Methods for compaction including:
4 1} Depth of lifts for backfil] whicl� sl�all not exceed 12 inches
5 2} Method of moisture control for excessively dzy or wet 6ackfi�
6 3} Placement and inoving trench box, if used
7 4) Cpm�actinn tecl�niques in an open trench
S 5) Coinpaction techniques around st��uctui•e
9 e. Prnvide a testing treneh l�ox #o provide access to tlle recently backfilled
i 0 material.
1.1 f. The City will provide a quali�ed testing lab ful] time during this period to
12 randomly test density and moisture continent.
l3 1} Ti�e testing lab will p.rovide results as availa6le on the jab site.
]4
15
16
17
1$
19
20
7. Va�ying Ground Canditions
a. Notify the City of �arying graund conditians and the need for additional
p�•actors.
b. Requesi additional practors wl�en soil conditions change.
c. The City may acquire additionaf p.roctors at i#s disc�•etion.
d. Significant changes in soil conditions wiEl require an additional Means and
Methods demonstration.
21 3.� R�PAIR [NOT USED]
22 3.6 RE-INSTALLATION [NOT USED]
23 3.7 FIELD QUALITY CONTROL
24
25
26
27
28
29
30
3I
32
33
3�
35
36
37
38
39
A. �'ield Tests and Inspections
1. Proctors
a. The C�ty will perfonn P��octors in accordance wi#h ASTM D698.
b. Test results will generally be available to within 4 calendar days and distributad
c.
d,
e.
to:
1) Contractor
2) Gity Pr4ject Manager
3) City [nspector
4) Engineer
NotiFy the City if tlle characteristie of the soi) changes.
City wil[ perfor�n r�ew proctors for �aryin� soils:
1} When indicated in the �eotechnical investigation in tl�e Appendix
2) If notified by t11e Coniractor
3) At fihe convenience c�f the City
Trenches wl�ere di�'fet•ent soil types are p�•esent at differenk depths, the prnctors
sl�all be based on the mixture of tl�ose soi.ls.
40 2. Density Testing of Backfill
41 a. Density Tests shal� be in confo�'anance witl� ASTM D2922.
42 b. Provide a testing trench protection for t�•ei�ch depths in excess oi 5 feei.
43 c. Place, move and reinove testing trench protection as necessary �o facilitate a.l]
44 test conducted by the City.
CITY OF FORT WORTH WATER 8c 5ANITARY SEWLR REPI,ACkME]�i�C
STANDARD CONSTItUC'ITON SPECIFICATION DQCUh4ENT5 CONTRACT 88
rrr�n�r_ �r^-� � �1i,r�n�r" rr..SeFE-l�Fej�e}
�.�,�h,ori rnric�rnTir_�r�ap�sn�r��r n�r�nr��,nnrri�,n�,c��;� _ rr..�..., n.,.:....� rr,,..,i,o.i
Revised [)ecemUer 12, 2016 Cl'TY PRO.fECT IVO. 01955
33051�-20
UT1L[TY TRT:IJCl-1 EXCAVATION, EMBEnMrNT, AND 13ACKFIi,L
I'age 20 of 2 f
1
2
3
4
5
6
7
8
9
l0
11
12
l3
]4
1S
16
17
18
19
20
2I
22
23
24
25
26
27
28
24
30
31
3.2
d. Far final backfill depths less than 15 feet and trenches of any depth zlot under
existing or futui�e paveinent:
1) The City will perfortl� density testing #wice per working day when
backfilling operations are being conducted.
2) The testing lab sha11 ta[ce a mini�num of 3 d�nsity tests of the current �ift in
rhe available trencl�.
e. For final backfill depths 15 feet and greater deep and under existing or fufiui�e
pavement:
1} The City will perform density testing twice per woi�lcing day wl�en
back�lling operations are Ueing conducted.
2) The testing lab shalf talce a mini�num of 3 density tests of tl�e current lift in
the a�ailable trench.
3) The testin� lab wil] remain onsite sufficient time to test 2 additional lifts.
f. Make the e�ccavation available for testing.
g. The City will determine tlle location of the tesi.
h. The City testing lab will provide results io Contracto.r and the City's Inspectgr
upon coinpletion of the testing.
i. A formal report will be posted fio t11e City's Buzzsaw site within 48 hours.
j. Test repoifis slsall inc�4�de:
1) I�ocation of test by station number
2) Tiine and date oftest
3) Depth of testing
4) Field moisture
5) Diy density
6) Proctor identi�er
7) Pet'cent Proctor Density
3. Density of Embedjnent
a. Storm sewer boxes that a�•e embedded with acceptable backfill material,
blended backfill maierial, cement modified backfll material ar select matarial
will fallow tl�e same testing procedure as backfill.
b. The City inay test fine crushed rock or crushed rock embedtr�ent in accordance
with AS'TM D2922 or AS'FM 1556.
33 B. Non-Conforming Work
34 1. All non-conformin� woi�k shall be re�noved and replaced.
35 3.8 SYSTEM STARTIIP [NOT USED]
3G 3.9 ADJUSTING [NOT USED]
37 3.10 CLEANING [NOT U,SED]
38 3.1I CLOSE�UT ACTIVITIES [NOT US�D]
39 3.12 PRUTECTION [NOT USED]
40 3.13 MAINT�NANCE [NOT US�D]
41 3.I4 ATTACHMENTS [NOT USED]
42 �+ ND OF SECTION
CITY OP PORT WQItTH WAT�R & SAN[T,4[ZY SEWER REPLAC�MLNT
STAAiDAR1J CQNS�'1t11CT1dN SPECII'CCF�TION DOCUMENTS CONTAACT $&
rr-r�r.�t �'�W�n�r� � .. n.,.'
��,,,.�,�o�e aa
�rin�i encrirrr�t•renni �nE��unrrc _ rr„�o.t���es,r"�
Revised December 12, Z(J ] 6 _ CCCY PROJ�CT �10. 01955
�3as�o-zi
U'I'1L1TY TR1:1�lCl� E)CCAVAT]ON, LMC3E1]MENT, AND BACKrILL
Page 2l of 21
Revision Lo.g
DATE NAME SLIMMARY �F CHANGE
1.2—Added l.tam for Cancrete Encase3nent for Utility Lines
Various Sections — Revised Depths to ]nclude I S' aE�d g�•catee
1212{}/2U12 D. ,folmso�3 3.3.A -- Eldditional notes for pavement protection and positive drainage.
3.4,E.2 — fldded �•equirements for 6ackfill o1'service li��es.
3.4.E.5 — Added language grohiUiting, floading of E�•ench
1.2.A.3 — CJarified measureme»t and payment For concrete ei�casement as per plan
G118/2013 d..iohnson qua��tity
2,2,A — Added ]anguage for concrece encaseGnent
] 21121 f 6 Z. Arega 2.2.A. I.d Modify gradation for sand material
C1TY O� PbRT WORTH WATER & SA�JITAI�Y SEW�.It REPLAC�M�NT
51'ANDARD CONS'CRllCTfOIV SPECIFICATIOiV DbCUMENTS CQItITRAC�" 8$
r��nF-F�F}F7�'-F�9I�I� - [-k�sert-'Rre�•�-Alsi+�e}
C"t�,•A'�i�nnnr��,ntex2ur-rrnT���nrr�C�n�r7�aArnr7'�nRcrr�re - ��;�,�{}�j�
Revised Deceinber l2, 2016 _ CITY PRO.fECT NO. 01955
330513-I
['RAME, COVL:R, AND GRADE a]A3G5-CAST 1ROt�I
Page I of 5
1
2
3
S�CTION 33 05 13
FRAME, COVER, AND GRADC RINGS — CAST IRON
4 PART 1- GENERAL
5 1.1 �UMMARY
6
7
S
9
10
ll
12
13
14
15 1.2
l6
r�
18
19
20
21
22
23
fl. 5ectian [ncludes:
1. Cast iron ii-ame, cover a��d grade rin�s used as access ports inta water, sanitary
sewer and storin drain structures such manholes or vaults
B. Deviations fi'oin tl�is City of Foi�t Woi•th Standard Specification
1. Naa�e.
C. Relatec{ Specifica#ion Sections include, �ut are not necessarify limited to;
l. Division 0— Badding Requirements, Contt•act Forrr�s, and Canditians of the
Coniract
2. Di�rision 3 —General ReGuirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. Measurement
a. This Ite�n is considered subsidiaiy to the strueture epntain�ng the frame, cover
a.nd grade rings.
2. Payment
a. The work perforined and the materials ftunished in accordance with this Item
are subsidiary to the unit price bid per eaclz structuz'e eamplete in place, and no
other coinpensation will be allovved.
24 1.3 REI�ERENCES
25
26
27
28
29
30
31
32
33
34
35
36 1.4
A. Reference Standards
1. Reference standa�rds citeci in this Specification refer to the current refe��enee
standard publisl�ed at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM Ir►ternational (ASTM)
a. ASTM A48 -- Standard Speci�icaiion for Gray Iron Castings
b. ASTM A536 - Standard Specification for Ductile lran Castings
c. ASTM C47$ - Specification for Precast Reinforced Conerete Manhoie Seeiions
3. American Association of State Highways and Transportation Officials (AASHT4)
a. AA5HT0 M306 — Stai�tda�'d Specification for Drainage, Sewer, lltility and
Re[ated Castings
AIlMINISTRATIV� REQUIRCN�NTS [NOT USED]
37 1.5 �UBMITTALS
38 A. Submittais shall be in accard�nce with Section O1 33 0�.
CITY OP FORT WOlt1'H WATF'R & SANlTARY S�V�+�R l2EPLACEMENT
STANDARD CO[�TSTRUCTION SPECIFICAT[ON DqCUMEtYTS COiV7'RAC'C 88
[tevised January Z2, 2016 ClTY P�O.fL'CT TlO. �1955
330513-2
f I2AM�, COVLR, r�ND GRADE R1NGS-CAST [I20N
Page 2 hf 5
1 S. All subinittals shall be approved by the Engineer or the City prior to deliveiy and/or
2 fabrication for spzcials.
3 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS
4
5
6
7
8
9
10
ll
12
13
14
A. Product Data
1. Al l castings shall be cast witl�:
a. Approved found�y's naine
b. Park number
c. Country �f origin
2. P�•ovide ►nanufact�u•ar's:
a. 5pecifications
b. Load tables
c. Dimension diagrains
d. Anchor details
e. Installation instructions
15 B. Certifcates
16 1. Manufacturer shall certify tlzat a11 castings confor�n to the ASTM and AASHTO
17 designations.
18 1.7 CLOS�OUT SUBNIITTALS [NOT US�D]
I9 1.8 MAINTENANCE MATERIAL SUBM�TTALS [NOT USED]
20 1,9 QUALITY ASSURANCE �NOT USED]
21
22
23
110 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CO1VDiTIONS [NOT USED]
1.12 WARRANTY [NOT USED]
z4 PART 2 - PRODIICTS
25 2.1 OWNER-FiJRNISHED �oa] OWNER-SiTPPLIED PRODUCTS [NOT USED]
26
27
28
29
30
3i
32
33
34
35
36
37
38
2.2 �QUiPM�NT, PRODUCT TYP�S, MATETZIALS
�. Manufacturers
1. Oiily the manufacture�•s as listed o.n tile City's Standard Products List will be
considered as sl�ovwn in Section O1 GO Q0.
a. Tl�e »anufactut•er must coznply with this Specification and related Sectians.
2. Any pradl�ct that is nat �isted an the Standard Products L,ist is considered a
substitution and sl�all be submitted in accardance with Section O1 25 D0.
S. Castings
1. Use castings f�r frames tlTat confor�n to ASTNT A48, Class 35B or l��Eter.
2. llse castings for covers tl�at conform fo ASTM A53G, G►'ade 65-45-12 or better.
3. Use clean casting capal�le of witl�standing app�ication of AASHTO HS-20 veklicle
loading with pef•manent deformation.
4. Covees
CJTY QF �pR'T WaRTH WA'I'Elt 8c Sr1N11'A1tY SEWER 1tEPLnCEMEN�'
STAI�TDARD CONBTRUCTIOAi SPI:CIriCATIQ� I)QCUMLiVTS COiVTRACT 88
Revised ,�anuary 22, 201 G CITY PRQ.�GC'T NO. U I 955
33D513-3
PRANiL, COVGR, ANl7 GRApG R[NUS-C/IST IRdN
Page 3 af 5
1
2
3
4
5
6
7
8
9
1D
]l
12
13
I4
15
lb
j7
18
19
20
21
22
23
Z4
25
26
27
28
z�
30
31
32
33
34
35
36
37
38
39
40
a. 5ize to set flush with the fi�a�ne with no la�-ger than a 1/8 inch gap between the
fi�ame and cover
l�. Pravide with 2 ineh wide pick slots iil {reu of pick holes.
c. i'ravide gasket in fi•ame and co�er.
d. Standard Dimensions
1) 5anitary 5ewer
a) Provide a cl�ai• ap.enin� of 30 incl�es fa�� all sanitary sewer fraines and
eover assemblies unless otl�erwise specified in the Contract Documents.
2) Storm Drain
a} Provide a clear opening of 22 1/2 inches for all storm drain fi•a�i�es,
in[ets and cove�- asseinblies unless otherwise speeified in the Cantract
Docuir�ents.
b) Provide a�n�nimuin elear opening of 30 inches for all storm sewer
manholes and junction structu�•es.
e. Standard Lahels
1) GVater
a) Cast 1id vvith the word "WATER" in 2-inch letters across the lid.
2) Sanitary Sewer
a) Cast lid with the word "SANITARY SEWER" in 2-inch lettez•s aci•oss
the lid.
3) Storm Drain
a) Cast lid wit13 the ward "STORM DRAIN" in 2-inch letters across the
lid.
f. Hinge Covers
1} Provide water tight gaskEt on all hinged covers.
2} Water
a} Provide hinged covers for all water structures.
3} S�nitary Sewer
a) Provide l�inged Gavers fat' all manholes or st�•uctw•es consh•ucted over
24-ineh sewer lines and larger and for tnanholes where rim elevations
are greater than 12 inches ai�ove the surface.
C. Grade Rings
1. Provide ��ade cings in sizes from 2-inch up to 8-inch.
2. Use concrete in traffic loading areas.
3. 1n non-traffic areas concrete or HDPE can be used.
D. loint Sealant
1. Pro�ide a pre-forined or trowelable bitumastic sealant in an extruda6le or f7at tape
form.
2. Provide sealant tl�at is nat dependant on a chemical actinn for its adhesive
pt•operties ar eohesive strength.
C[TY OP FQRT WO�TH
S'fANDARD CQNS'flYl]CTIqN SPEC3FICATI03�! DOCUMEAlTS
Itevised lanuary 22, 2p16
WA'I'�lZ & SANI'TAR1' S�WE:It K�.PLACEMENT
CONTKF+CT $8
C1TY PRO.IrCT NO. D 1955
33 DS l3 - 9
I�ItAMG, COV£R, ANd GRADE R1N�5-CAST IRON
Page 4 nf 5
1 2.3 ACC�SSORI�S [NOT USED]
z 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECiTTION
4 3.1 INSTALLERS [NOT US�D]
5 3.2 EXAMINATION [NOT US�D]
b 3.3 PREPARATI4N [NOT IISED]
7 3.4 INSTALLATION
8
9
1q
1i
12
13
14
]5
16
1�
18
19
20
21
22
23
24
2S
26
27
28
29
A. Gra�le Rings
1. Place as sl�own in the water and sanitary sew��- City Standard Detaiis.
2. Clean surfaces of dirt, sand, mud or other foreign inattei• before placing sealant.
3. Seal each �•ade ring with sealant specified in this Specification and as shown on the
City 5fandard Details.
B. Frame and Cover
1. Water
a. For watar sh•uctures install fi�ame, covei• and grade rings in accordance with
applicable Cit}+ Stancia�•d Detail.
2. Sanitary Sewer
a. Por sanitary sewer strucfiures install fratne, cover and grade rings in accordance
with applicable City Standard Detail.
3. Storm Drain
a. For storm drain structures install frame, eaver and grade rings in accordance
witl�► applicable City Standard Detail.
4. Hinge Co�er
a. Provide hinge caver on elevated manholes, junction boxes, in the �load plain
and wllere specified on the Drav�+ings.
C. Joint Sealing
1. 5eal fi•a�ne, grade rings and structut•e with specified sealant.
D. Concrete Collar
1. Provide concrete collar around all fi-ame and cove�- assemblies.
CfI�Y OF I'012T WO121'H WATER & SANITAfLY SEWER f2EPLACEMEN7
STANDARD CbIYSTRUCTiO�I SPI:CIP'ICATION DOCUMENTS CQhlTItAC7' 88
Revised .ianuary 22, 2016 CITY PROJ�C"I' NO. 0] 955
33 DS l3 - 5
fnAME, COVEI�, AND GRADE RINGS-C115T 1RDN
I'age 5 of 5
1
2
3
�
5
6
7
8
9
10
11
12
3.5 REPA�R / RESTORATION [NOT U,SED�
3.6 R�-INSTALLATION [NOT iT.SED]
3.7 FIELD �oaJ SITE QUALITY CONTROL [NOT US�D]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTYNG [NOT USED]
3,10 CL�ANING [NOT US�D]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT US�D]
3.13 MAINTENANC� [NOT USED]
3.14 ATTACHM�NTS [NOT USED]
END OF SECTION
Re�ision Log.
DATE NAME SUMMARY OF CHANGE
b125/201�4 I'. Griifin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 %, i3achas raUiei•
tl�an 19'/a incl�es.
1/22/2016 �'. Griffin �'� 2-2.2-B-4-d-2-a., Cover size updated to 30 inclies to ntAtch Detai133 OS 1 G-
D�4] 7.
S.l30l2D17 W. Norwood Cl�ange specification name to add Cast I�ron
13
CITY OP F�RT WORTFI
STAND�U2D CONSTRLICTIOIV SPECIPICATIOIV DOCUMENTS
Re�ised .lanuary 22, 2016
WRTE2 R SANITARY SEWCR REPLACEM�NT
CpNTRACT88
CCl'Y 1'RO.f ECT Nq. 0 I 955
33 65 1? - ]
C171+lCRFTB COL3.,AR5
Page I of 3
1
2
3 PART 1 - GENEIlAL
4 11 SUMMARY
SECTION 33 OS 17
CONCRET� CQLLARS
5 A. Section lnclud�s:
6 1. Cailcrete Collars fo�• Manholes
7 2. This Item is intended fo1• use irr asplzalt stre.ets and unim�y�oved areas — rrot far use
8 in concreie streefs.
9 B. Deviations frotn this City of Foet Wortl� Standa��d Speci�ication
10 1. None.
]1
12
13
14
I5
1G
I7
C. Relat�d Sp:eci�cation Sections include but a��e nat ilecessarily limited to:
1. Division 0— Bidding Requirements, Con#�•act Fornis, and Canditions of the
Conn•act
2. Division 1— General Requij�ements
3. Section D3 30 00 — Gast-In-Pkace Cnnc�•ete
4. Section (?3 80 00 — Modifications to Existing Concrete St�•uctures
5. Section 33 OS 13 — Frame, Covei•, and Grade Rings
3 S 1.2 PRICE AND PAYMEN'I' PROCEDURES
19
zo
21
22
23
24
2S
26
27
28
29
3D
31
32
33
3 �4
3S
36
37
38
39
4Q
41
A. Measuremeni and Payment
1. Manhale
a. Measurement
1) Measu�•ement for this Item shall be pe�• each.
b. Payment
I} The work perfornraed and t11� �naterials furnisl�ed in accordance with this
Iterti shall be paid for at the unit price bid pei• each "Concrete Collar"
installed.
c. The price bid wi11 include:
1) Concrete Collar
2) Excavation
3) rarins
4) Reinforcing stee! (if reqtiired)
5) Concrete
5) Backfill
7) Pavement ��einova]
$) Hauling
9) Disposal of excess inaterial
i 0) AlaGement and co�npaction of backf 11
31) Clean-ug
i2) �.dditional pa�ement arou��d periir�eter of cancrete collar as required fol•
rim adjustment on existing manhole.
CITY OI' FpRT WOATI-I WATGR & SAI+�ITARY S�WGR RI:PLACCM�NT
STAIVDARd CONST2UCT10N SPECIFICATiON DOCUMENTS CqNTRACT 8$
Revised Decemder 20, 2012 CITY PRQ.I�CT NO. 0] 955
33os i�-z
co�vcRrTe. co�.�aas
Pagc 2 of 3
1 1..3 REF�R�NC�S
2 A. Refei•ence Stai�dards
3 1. Reference standards cited in tiiis Specii7catia�i refer ko tkie ctu�rent reference
4 stai�dard piiblished at the time af ti�e latest revision date logged at th� end of this
S 5pecification, unless a date is specifcally cited.
6 2. ASTM international (ASTM):
7 a. D4258, Standa��d Practice for Surface Cleani»g Concrete for Coating.
8 b. D4259, Standard Praetice for Abrading Concrete.
9 1.4 ADMINISTRAT�VE REQU�REM�NTS f NOT US�D]
10 1S �UBMITTALS [NOT USED]
11 i.6 ACTION SUBMITTALS/IN�'ORMATIONAL SUBMITTALS rNOT US�Dj
1z
13
1.7 CLOSEOUT SUB.MITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBIVIITTALS [NOT US�D]
14 1.9 QUALITX ASSURANCE [N�T USED]
15 11d DEL�RY, STORAGE, AND HANDLING [NOT USED]
16 1.11 FIELD [SITE] CONDITIONS [NOT USED]
17 1.12 WARRANTY [NOT US�D]
18
19
20
PART2- PRODUCTS
2.1 OWNER-�'URNISH�D �ax] OWN�R-SYIPPLIEDPRODUCTS [NOT i7SED]
2.2 EQUII'MENT, PRODUGI' TYPES, MATERIALS
21 A. Materials
z2 1. Concrete — Cnnforin tr� Section D3 34 p0.
23 2. Reinforcing Steel — Confarm to Section 03 21 00.
2�4 3. Fi•�ne and Caver — Con%rm to Section 33 45 13.
25 4. Grade Ring-- Confarm to Section 33 OS 13.
2G 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EX�CUTIOIV
29
30
31
32
3.1 INSTALL�RS [NOT US�D]
3.2 EXAMINATION
A. Evaluation and Ass�ssment
l. Verify lines artd grades are i.n accordance to the Drawings.
CIrY OP FORT WORTI-I WA"CEft & SAIVITARY SLW�R REPLACEMLNT
STANDARll CQNS'C'RUCTION SPECIFICATION DOCUMENTS CONTRACT 8$
lZe�ised 1�ecember 20, 24 ] 2 CITY PRO.IECT iVO. 01455
33Q517-3
C(]]VCRCTE CO[.I.AI�S
Page 3 of 3
[l
2
3
4
5
6
7
&
9
10
11
12
13
14
1S
16
17
18
19
20
21
22
3.3 YR�PARATION [NOT USED]
3.4 INSTALLATION
A. Final Rim Eleva#ion
]. Install concrete grade rings for height adjustmerrt.
a. Construct grade ring on load bearing shoulder of inanhole.
b. Use sealant between rings as shown on Dj�awin�s.
2. Set fc•a�ne on top oF m�nhnle oc• grade rings using continuous water sealant.
3. Remove deb�•is, sto��es and dirt to ensure a watertigi�t seal.
�4. Do not use steel shims, woo.d, stanes or othei• unspecified material to obtain tl�e
final surface elevation of the manhole fi•aine.
3.5 REPAIR 1 RESTORATION jNOT iTSED]
3.6 R�-INSTALLATION [NOT U�ED]
3.7 FIELD QUALITY C4NTROL [NOT USED]
3,8 SYSTEM STARTUP [NOT US�D]
3.9 ADJUSTING [NOT USED]
310 CLEAlVING [N01' USED]
3.1I CLOSEOUT ACTIViTIES jNOT USED�
3.Xz PR4TECTION [NOT US�D]
3.13 MAINTENANC� [NOT i75�D]
3.14 ATTACHMENTS [NOT USED]
�ND OF� SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1 2120/20 1 2 D. Joli��son 1.1.A.2 — Blue text added to cla��ify wheee coucrete collars are to be inslalled.
23
CITY OF FORT WORTH
STA1VD/iRD CQNS"CRUC'C[pN SPECTFICAT[bN DOCUMENTS
Revised December 2Q, 2012
WATL:[L & 5ANITAILY SEWEIt [iEPLACEMENT
CONTR�ICT 88
CITY PRO.II:CTl+IO. 01955
330522- 1
S'I'�LL CASING 1'1P�.
Page I af 6
�
3 PART 1 - G�N�R.A.L
4 l.1 SUMMARY
SECTION 33 05 22
ST�E�, CASING PIPE
5 A. �eckion Incl�Edes:
6 1. Miniinu�ll reqtiiire�nents for manufacturing, fiari�ishing and t�•ansporting Steel Casing
7 Pi}�e to be installed by Open Cut or By Other than Open Cut at the locations shown
S on the D�•awings
9 B. Devia#ions fi•nm this City ofFoi�t Wortl� Standard Specificatio��
10 1. Nflne.
11
I2
I3
14
15
16
17
18
C. Related Specification Seciions include, but are not necessarily li�nited to:
l. Division 0— B[dd.ing Requirements, Contract Forms, and Conditions of the
Conti�aet
2. Division 1— General Require.ments
3. Sectian 33 OS 10—Utility Trencll Excavation, Embecfinent and Backfill
4. Section 33 OS 20—Auger Boring
S. Section 33 05 23 —Hand Tunneling
6. Section 33 QS 24 — Ir�stallation af Carrier Pipe in Casing or Tunnel L[ner Plate
19 1.2 PRICE AND PAYMENT PROCEDURES
24
21
22
�3
24
25
26
27
28
29
30
3]
32
33
34
35
36
37
38
39
4D
41
A. Measurement and Paym�nt
l . 4pen Cut
a. Measure�nent
I) Measured horizontally along the surFace for length of Steel Casing Pipe
installed
b. Payment
]) 'I'he work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement'' wilI be paid for at the unit
�rice bid per linear foot of "Casing, By Open Cut" installed for:
a) Various Sizes
c. The price t�id sha�l include:
1) �'urnishing and installing Stee] Casing Pipe as specified by the Drawings
2) Mobilization
3) Pavement ►•emoval
4) ExEavation
5) Haulirag
6) Disposal pf excess material
7) Furnishing, placement, and compaction of embedment
8) Furnishing, placement, and co�npactinn of back�ll
9} C:lean-up
2. By Other than Open Cut
a. Measure�nent
CITY QF rpRT WdRTH WA7'ER & SANITARY 3EWLR RT:'PLACGMENT
STt1NUARDCaNSTl2UCTIQN SPL-CIFICATIdN! DOCUMENTS CON"fRACT88
Revised DeeemUer 2U, 20 ] 2 CI7'Y FRQ]EC'[" ND. 01955
330522-2
ST�:EL C�1511�iG YIPE
Page 2 of 6
1
2
3
4
5
G
7
8
9
l�
ll
12
13
14
l5
i6
17
1$
19
20
27
22
23
b
c.
1} Measured liarizo.ntally along t�he surface far length of Steel Casing I'ipe
installed
Paytnent
I} The work perfarmed and materials furnished in accordance with this ltem
and measw•ed as provided undet• "Measurement" rvili be paid for at tile unit
price bid per linear foot of "Casing/Tunne] Liner Piate, By Othe�• than Open
Cut" izlstalled for:
a) Variaus Sizes
2) Ti}e work perfor�ned and materials furnished in accoedance witl� tl�is Item
and measured as provicied under "Measurement" wi11 be paid for at the unit
price bid per linear faot of "Casing, By O.tl�er than Open Cut" installed for•:
a) Various Sizes
'I'he price bid shall inelude:
1} Furnisl3ing and installing 5tee1 Casing Pipe as specified by the Drawings
2} Mabilization
3) Launclting shaft
4) Iteceiving sl�aft
5) 1'avement removai
6) Excavation
7) Hauling
8) Disposal oi excess material
9) Furnishing, placement, and campactian pf bac�ll
] 0) Clean-up
24 1.3 REFERENCES
25 A. Reference 5tanclaeds
26
27
28
29
3a
3i
32
33
34
1. l�eference standards cited in this Specification r�fer to the current reference
standard pt�blislled at the ti�ne of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTM):
a. A139, 5tandard 5peciiication far Electric-Fusion (Arc)-Welded Steel Pipe
{NPS S.izes 4 and �ver).
3. American �hlater Works Associatian (,��'VVA):
a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines -
Enatnel and Tape - Hot Applied.
3S 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
36 1.5 SUBMITTALS
37 A. Submittals shall be in accordance with Section O1 33 00.
38 B. All subcnittais shall be app��oved Uy the City prior to delivery.
39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
40
41
42
43
44
A. Product Data
�xte►•ior Coating
a. Material data
b. rield touch-up pz•ocedures
2. InteriQ�- Coati�lg
C1TY Qf' F'ORT WDRTH WATER & SANITAIiY 5E4V�R REPLACi'ML•NT
STANDARA CONSTRUCTfQN SPECIFiCA'f[DN DOCUIv1�NT5 CONTI2ACT 88
1Zevised Decem6cr �0, 2D12 CITS� PR�J�CT NO. 01955
3305�2-3
STEEL CASING PlI'C
Page 3 af 6
I
2
3
4
S
6
7
8
9
ia
11
12
13
14
i5
16
17
i8
19
20
a. Material data
b. Field toucl�-up procedures
B. Shop Drawings
1. No shop deawin.gs required for Auger Baring
2. For Tunneling, provide the follawing:
a. Furnish details for• Steal Casing Pipe outlining the following:
i ) Grout/lubrication ports
2) Joint details
3) Other miscellaneous �tems %r furnis3�ing and fabricating pipe
b. Submit calculations in a neat, I�gible format tltat is sealed by a Licensed
Professional En�;ineer in Texas, consistent with the infortnatian provided in the
geotechnical repo��t, and includes:
]) Caiculations eonfirining that pipe jacking eapacity is adequate to resist tl�e
anticipated jacking loads for each cr6ssing with a miniinuin factor of safety
of 2
2) Calculations confirming tl�at pipe capacity is adequate to safely suppot�t all
other anticipated loads, inclucling eaith and groundwater pressures,
surcl}arge loads, and handling lo.ads
3} Calculations coniir�ni�►g that jointing method will support all loading
conditinns
21 1.7 CLOS�OUT SUBMITTALS [NOT USED]
z2 1.8 MA]NTENANCE MATERiAL SUBMXTTALS �NOT USED]
23 I.9 QUALITY AS5URANCE [NOT USED]
24 1.I0 DELNERY, STORAGE, AND HANDLING
25
26
27
28
29
30
31
A. Deiivery, Handling, anei Storage
i. Prior• to delivery of the pipe, end/internal bracing shall be furnislled and installed,
as recommended by the manufactw�er, for protection during shipping and storage.
2. Deliver, handle and store pipe in accordance with the Manufacturer's
reco�nmendatians to prtitect caating systeins.
1.11 FI�LD [SITE] CONDITIONS [NOT USED]
1..12 WARRANTY [NOT DSED]
32 PART 2 - PRODUCTS
33 2.1 OWNER-FURNISHED �oRj OWNER-SUPPLI�DPRODUCTS [NOT U�ED]
34 2.2 MAT�RIALS
35 A. Design Criteria
36 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or
37 exceeds the desi�;n requirei�ents oftl�is Specification and that is specifically
38 designed for installat�on by the intended �•enchless method.
39 2. Foi� Steel Casing Pipe u#ilized fo�• tuni�eling projects, consider the following:
CI�'Y OF FO[L'1' WOR'fH WATER & SANITARY S�WI:R R�PLACE�v1Ist�T
STANDARD CONSTRIJCT[(7N SPrC[�ICATIOI+J DOCUM�.NTS CONTRACT SS
Revised Deccmber 20, 20 E 2 CITY PROdEC7' NO. 0] 955
33fl322-4
STC�t. CASING PIPE
Page 4 af G
1
2
3
4
S
6
7
8
9
ro
11
12
]3
14
ls
lb
17
I$
19
20
21
22
23
24
25
26
27
28
29
3a
31
32
3�
34
35
36
37
38
a.
�
c.
Design of the casing pipe sl�all account for all installation and service loads
including;
I} Jacking ]oads
2} �xte�•naf groundwater and earth lnads
3) Traffic loads
�) Practical consideration far handlir�g, shipping and other construction
operations
S) Any other live or dead loads reasonably anticipated
Design shall be sealed and signed by a registered Professional Engineer
I icensed in tl�e State of Texas.
Tl�e allowable jacking eapacity shafl not exceed 50 pereent of the minimum
steel yield stress.
3. St�el Casiirg Pipe shall have a ininimum wall thickness as follows:
Casing Pipe DiameEer Minimum Wa[1 Thickness
inehes (inches
14— 18 .3125 5116)
26 — 24 .375 (3/8)
26-32 .5 (112
34 — 42 .625 5/S
44--48 .6875 (11/16
Greater than �8 Pro' ect s ecific desi n
4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently
install the required carrier pipe wiih casing spacers as required in Sectinn 33 OS 24.
a. Allowable casing dia�neters are shown on the Drawings for each crassing.
5. Furnish in lengths that are campatible with Contractor's shaft sizes and aliowable
work areas.
b. Random segments of pipe will not be permit�ed for st��aight runs of casing.
a. Closing piece segments, however, shali be acceptable.
7. W11en required by installation methad, provide grout/lubricant ports along the prpe
at intervals of 10 feei or 1ess.
a, Forts and �ttings shall be attacl�ed to the �ipe in a manner that will not
m�terially affect the strength of the pipe nor interfere wit�s installation of carrier
pipe.
b. Plugs fqr sealing the fittings shall be p�'t�vided by tl�e Coniractor and shall be
eapable of withstanding all external and interna[ p�•essures and loads wi.thout
leaking.
B. Materials
1. Pj�ovide new, sinoath-wall, carbon steel pipe conformingta �1,STi� A139, Grade B.
2. Dimensinna] Toleran�es
a. Furnishing and installing Steel Gasing Pipe with dimensional tolerances tl�at are
c.ompatible with perforinance i•equire�nents and pi•oposed installation metliods
that meet or exce�d t17e specifc requij-ements below:
]) Minimum wall thickness at any point shall be at least 87,5 percen� pf the
nominal wall thiclrness.
crrY �F EDRTwO�t7�x
5TAIVDAAD CONSTAUCT[ON Si'I:CiF[CA"T10N �OCUMENTS
Revised Deeember 20, 2012
WATER & SANITARY SEWER REPLACEMENT
CpNl"RACT $S
CCl'Y PRO,I£CTNp. Q1955
33 OS 22 - S
STGEL CA51NG P[PE
Page 5 of 6
1
2
3
4
S
G
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2l
22
1. Provide inside and outside of Steel Casing. Pipe with a cpal-tar proteetive coating in
acco��dance with the requireinents of AWWA C2p3.
a. Touch up after field welds sI1a11 provide caating equal to those specified above.
23 2.3 ACCESSORIE� [NOT USED]
24 2.4 SOURCE QUALITY CONTRDL [NOT USED]
25 PART 3 - ��ECUTI�N
2G 3.1 INSTALLERS [NOT USED]
27 3.2 EXAMINATION [NOT USED]
28 3.3 I'REPARATION [NOT USED]
29
30
31
32
33
34
35
36
37
38
39
40
2) dutside circumference within 1,0 percent or 314 incU of the nominal
circumference, whichever is less.
3) Outside diameier of tl�e pipe shall be within U8 inch of tlse noininal outside
diameter.
4) Roundness sucl� that the difference between the majar and minor outside
diameteis shall not exceed QS percent of tl�e specified nominal outside
diameter or i/4 inch, whichever is ]ess.
5) Maxirr�um allowable straightness deviation of 118 inch in any 10-foot
length.
3. All steel pipe shall have square ends.
a. The ends af pipe sections sl�all not vary by more t11an 1/S incl� at any poii�t fi•om
a true plane perpendiculaa• to the axis of the pipe and passing through tl�e center
of the pipe at the end.
b. When pipe ends l�ave to be Ueveled iar welding, the �nds sliall be beveled on
the outside to an angle of 35 degeees with a tolerai�ce of f 2%2 degrees and with
a width pf raat face ll16 incl� f i/32 inch.
4. Steel Casing Pipe sha11 be fabricated with langitudinal weld seams.
a. All girth weld seams shall be ground flush.
C. Finishes
3.4 INSTALLATION
F1. Install Steel Casing Pipe for By Otlier than Open Cut in accordance with Section 33 QS
20 ar 5ection 33 OS 23. jnstail Stee] Casing Pipe for Open Cut in accordance with
Section 33 OS 10.
2
3
4
Steel Casing Pipe connectians shall be achieved by full penetratipn field butt
welding or an integc•a:l machine press-fit conneetion (Permalok Qr ec�ual} p.rior to
installation of the pipe, depending on tl�e type of eaerier pipe.
Allowable joint types for eacii crossing are sho�vn on the Drawin�s.
Fie1d butt welding a square end piece of steel pipe to a 3S degree beveled and of
steel pipe is acce.ptable.
Integral rnacllined pi•ess-�t com3ections shall be ir�stalled in accoi•dance witl� tl�e
manufaet�rer's instalIat�on prQcedures and recomi�endatiflns.
CITY Of I'DRT WORTH WATER & SAN[TARY 5£WEIt REPLACEM�NT
57'ANDACLD CONS'1'12UCT1DN SPECIPICATION DOCUM�NTS COlVTRACT SS
Revised December 2Q, 2012 Cl'TY Fl�(iJEC1' NO. 01955
33052�-6
S'CEEL CASING E�iPE
Page 6 nf 6
1
2
3
4
5
6
7
S
9
10
11
12
i3
14
rs
16
B. Carrier pipe shall 6e installed inside Ste�l Casing Pipe in accordance with
5ection 33 OS 2�}.
C. Cantact grauting of the annulus outsid� tlie casing pip� sl�al] be performed in
accardance witl� Section 33 QS 23 or Section 33 QS 2�.
3.5 REPAIR / RESTOR.ATX4N [NOT USED]
3.6 R�-INSTALLATI4N �NOT X7SED]
3.7 FIELD [oR] STTE QUALITY CON'TROL [NOT US�D]
3.8 SYSTEM STARTUP [NOT USEDJ
3.� ADJUSTING [NOT USED]
3.10 CL�ANING [NOT USED]
3.11 CLOS�OUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINT�NANCE [NOT USEDJ
3.1� ATTACHMENT� [NOT USED]
�ivn o� sECTxorr
Revision Lag
DATE NAME SUMMARY OF �HANGE
I2/20/2012 D. )ohnson �•2,'�1— Forniatting modified to apply thickuess requ.ireinenis for all casing
installati.on meihods
17
CITY OF FORT WORTFI
5TA]VDARD CONSTAUCTIDIV SPECIFICATION 1]QCUML-NT5
Revised 17ece.mber 20, 2012
WATER & SAlV1TARY 5£WER 12�PLAC�M�NT
CON'1'itACT 8&
CITY PI20]ECT NO, 0{955
33 I ! OS - 1
B�L7'S, NU7"S, AIVD GASKGTS
Page 1 of 7
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 33 11 OS
BQLTS, NUTS, AND GASKETS
5 A. 5ection Inciudes:
b l. All nuts, bolts and gaskets assaciated with pressurized water utility iin�s including:
7 a. T-Bolts and Nuts
S b. k'lange Solts and Nuts
9 c. Th��eaded Rods
10 d. 1'ush-on Gaskets
I 1 e. Mechanical Joint Gaskets
] 2 f. Flange Gaskets
13 g. �'lange Isalation Kits
I4 11. Pett'olatutn 7'ape Sysfems
15 B. Deviations from this City of Foi�t Worth Standard Specification
16 1. None.
17 C. Related 5pecification Sections include, but are not necessariiy limifed to:
18 I. Divisian d—�idding Requirements, C.on�•act Forms, and Conditions of the
19 Contract
20 2. Division 1— General Requirements
21 3. Section 33 �A� 10 — Joint Bonc�ing and Electrica] Isoiation
22 4. Section 33 11 1� — Dueti�e Iron Pipe
23 1.2 PRICE AND PAYMENT PR4CEDURE�
24
25
26
27
28
29
3Q
31
32
33
34
35
36
37
38
39
A. Measurement and Payment
1. Hydrocarbon Resistant Gaskets
a. Measuj�ement
]) Measuren�ent for this 1#em s11a1 l be by lump sum.
b. PaymenY
1) The work performed and the materials fiunished in accordance with fihis
Item shall be paid far at the lump sum price bid far al] "Hydrocarl�on
Resistant Gaslcets".
2. Al1 Other Items
a. Measw'einent
1) The Itsms in this 5ection are considered subsicfiar•y to the Itein being
instal led.
b. Payinent
]) Tl�e work performed and materials fii►•nished in accordance ra�ith this Item
ai•e subsidiary to the unit price bid fof• the ltein being installed and no other
compensation will be allowed.
CiTY OF FORT WORTH W,�T�R & SANITARY SFWER R�PLACEMENT
5'1'ANDAItD CONS'CIiUCTION SPECIP[CATiOt� DOCU�I�NTS CONTRACT 8&
[Levised December 20, 2012 CITY PROlECT NO. 01955
3311Q5-2
BOL'C5, NUTS, AND GASKET5
Page 2 of 7
1.3 REFERENCES
2
3
4
5
6
7
8
9
]0
I1
12
13
14
15
�6
r7
l8
19
20
21
22
23
24
25
z�
A. Re%rence Stanclards
2.
3.
4
G"
27 6
28
29 7
30
31 $
32
33
Reference standards cited in this specification refer to tl�e current reference standard
puUlisl�ed at the ti3ne ofthe latest revision date logged at the end of this
specificatian, unless a date is specifically cited.
Ainerican Iron and Stee! lnstitute {AIS1}.
America.n Society of Mecljaniea! Engineers (ASME):
a. P�C-i-2012 Guidelines foi• Pressure Boundary Bolted Flar�ge Joint Assernbly.
Elmerican Society of Testing and Materials (ASTM):
a. A143, Standaz•d 5pecificatian for Alloy-Steel and Stainless Steel Bolting for
Hi�h Temperatur� or High Pressure Sei•vice and 4ther Special Purpose
Applications.
b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for
High f'�•esstire or High Temperature 5ervice, or Both.
c. A242, Standard 5pecification %r High-Strength Low-Alloy Carbon St��uctural
Siee{
d, B117, Salt Spray Testing
e. F�36, Standard 5pecification for Hardened SteeI Washers
American Water Works Association (AWWA}:
a. C111/A2I.1 i, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
b. C207, Steel Pipe Flanges foi• Waterworks 5ervice — SizeS � In. Thraugh 1441n.
(100 mm Through 3,60� mm).
c. CbDO, Installation of Ductile-Iron Mains and Their App�rtenances.
d. �VI11, Steel Pipe.
e. M41, Ductile-Iron Pipe and Fittings.
Fastener QuaIity Act {FQA)
a. Aublic Law 106-34 (P.L, lOb-34}
NSF Tnternational (N5F):
a. 6I, Drin[cing Water System Compnnents - Hea�tl� Ef'Fects.
Society for Protective C.oating (SSPC) Surface Preparation Standards (SP):
a. SP2, Hand Tool Cleaning
b. 5P3, Power Tool Cleaning
34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
35 1.5 SUBMiTTALS
36 A. Submittals sllall be in accordance witl� Section O1 33 00.
37 B. All submittaIs shall be approved by the Ciky prior to delivery and/or fahrication for
38 specials.
39 1.G ACTION SUBMITTALS 1 INFORMATIONAL SUB1VnTTALS
40
41
42
1. Bolts ancE nuts far �neehanica] and or flange joints
2. Gaskets
43 B. Certificates
A. Product Data
C1TY 01= FORT W�RTF{ WATER & 3ANITARY SEWER REPLACEM�NT
STANdARD CO1d5TRUCTiO�f SPECIFICATION DE7CUMENTS CON'1'IiAC"1' 8&
Revfsed December 20, 2a] 2 Ci�'Y PCZOlEC7' 1V0. UI95S
33�ias-3
BOL'I'S, A!U'I"S, ANU GASKE'1'S
Page 3 oY 7
1 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall confarm to
2 the Fastener Quality .act (FQA) (F.L. 106-34}.
3 2. Purnish an affidavit certifying that the Xylan Coating is man�.ifactured by Whitford
� Ca�-poration, or a WE�itford Co�-�or.ation cet�tified Applicatar.
5 1.'� CLOSEOUT SUBMITTALS [NQT USED]
6 1.8 MAINT�NANCE MATERIAL SUBM�'I'TALS �NOT USED]
7 1.9 QUALITY ASSURANCE
8 A. Quali�cations
9 1. Ma�3ufactu�•ers
1 Q a. Fastener �nanufactui•ing opei•ations {bolts, nuts, gaslcets and coatings) sl�all be
11 performed under the control of t9�e manufactUrer.
l2 6. All gaskets shall meet or exceed the latesfi revisions NSF 61 and shall meet or
13 exceed the requirem�nts of this Specificaiion.
14 B. Preconstruction Testing
15 1. T�e City may, at its own cost, suhject random fittings for destructive tasting by an
16 indepencient faboratory for compliance va+ith this 5pecification.
17 a. The compliance test shall be perforined in tlse United S.tates..
18 b. Any visible defects or failure to meet the quality standards her�in will be
19 grounds for ►•ejecting the entire order.
20 1.1U DELIVERY, STORAGE, AND HANDLING
21
22
23
24
25
A. Storage and Handiir�g Requirements
l. 5ecure and maintain a location to store the material in accordan�e with Section O1
b6 ao.
1.11 FI�LD [SITE] CONDITIONS [NDT USED]
1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCT�
27 2.1 OWNER-FIIRNISH�D [ox] OWNER-SiTPPLIED PRODUCTS [NOT iJSEI�]
28 2.2 EQUII'MCNT, PRODUCT TYP�S AND MAT�RTAL�
29 A. ManufactEtrers
30 I. Oniy the inanufactw�ers as listed on the City's Standard Products List will be
31 considered as shown in Section O1 60 00.
32 a. The marnifactw'er must eomply with this Specification and related Sections.
33 2. Any product that is not listed on the Standard Products List is considered a
34 s�bstitutioi� and shall be submitted in accordance with Section O1 25 00.
35 B. Regulatai•y Requirements
3G 1. All fastene�•s, excluding T-Bofts, sl�all conform to the Fastener Quality Act (FQA)
37 (P.i�. I D6-3�). All fasleners shall ineet the marking requirements set forth 6y this
38 Act.
CITY OI' PORT �DRTI-I WtCTER & SA]Vi'I'AE2Y SEWER REPLAC�ME3VT
51'ANDARD CONSTRUCTION SPECiPICATION DOClJML•I�1T5 COIJ'fRAeT 88
12evised December 20, ?U12 CITY PRO.IFCT NO. � 1 R55
331105-4
BOL"T'$, NUTS, AND GASKET5
Page �4 of 7
t
2
3
4
S
6
7
8
C. T-Balts and Nuts
1. Standa�cf Xylan Coated T-bolt and Nut
a. Hig1� strength, carrosion-resistant, low-carbon weatliering stee] in accordance
witl� AWWA/ANSI C11 UA21.I 1 and ASTM A2�2
6. Xylan Caating in aecordance witll this Secti�n
2. Stainless 5tee1 T-bolt with Xylan Coated Stainless Steel Nut
a. Staniless Steel T-boit and Nut in accordance vvith AISI 344.
b, Coat nut with Xyl�n in accordance wYth this Section.
9 D. Flan�e Bolts and Nuts
10 I. Stainless Steel Bott and Xylar� Coated Nut
11 a. Meet reqLiirements of AWWA C207
12 b. Bolts: ASTM A193, Grade B8, Class 1(AI51 30� Stainless S#eel, carbide
13 solution treated)
14 c. Nuts and Wasl�et•s: ASTM A19�, Grade 8 Nuts with AISI 304 Siainiess Steel
i5 Washecs
16 1) Coat nut with Xylan in accordance with this Section.
17 �;. Tlu�eaded Rads
18 1. Meet �•equirements of AWWA C207
19 2. Rods: ASTM A 193, Grade B8, Class 1{AISI 304 Stainless Steel, carbide salution
20 treated)
21 3. Nuts and Washers: ASTM A194, Grade S Nuts Uvitly AISI 304 Stainless Steel
22 Wash�rs
23 a. Coat nut witl� Xylan in accordance with tlsis Section.
24
25
26
27
28
2�
30
31
32
33
34
F. Push-on Gaskets
l. Canfarming to the physica] and marking requiretnents specified in ANS[IAWWA
C111/A21.11.
2. All gaskets shall meet or exceed the latest revisions N5F 61.
3. Rubber gask�ts shall be made of vulcanized styE•ene butadiane rubber SBR, unless
othej•wise specified in Drawings.
A. Gaskets shall be fi�ee fro3n porous areas, fareign material a.nd othez• defeets that
make them un�t for intended use.
5. Gaskets shall ba the size and shape required to provide an adequate coinpressive
fo�•ce against the plain end and socket aftet• assembly to affect a positive seal under
ail combinatians of joint and gasket tolerances.
35 G. Meel�anical .Toint Gaskets
36 1. Conforming to the pllysical and marking req�irements specified in ANSI/AWWA
37 CI1l/A2].11,
38 2. All gaskets shall meet or exceed the latest revisions N5F 61.
39 3. Rubber gaskets sl�all be made of vulcanized sty�'ene butadiene z•ubber SBR, unless
40 otlzerwise speeified in Drawiizgs.
41 4. Gaskets shall be fi•ee from porous areas, foi•eign material and othe�- defects that
42 �nake them unfit for intended use.
43 H. Flange Gaskets
4A 1. Class E Flanges
Ci'I'Y OP PQKT WOR'I'H WATER & SANITARY SEWER REPLACEMENT
STANDARD CQ1�5TRUCTION SPECIF[CAT70N dOCL]MENTS COIV7'IiAC'1' 88
Revisad December 20, 2012 CITY PRO.f�.CT NO. {?1955
3311D5-5
80LT5, NUTS, AND GASKETS
Page 5 of 7
I
2
3
4
5
6
7
8
9
16
11
a.
b.
c.
d.
e.
f.
��
h.
FLiI] face
Manufactured true to sha�e fi•om ininirnum 80 duromefer SBR rubUei• stock of a
thickness nat less than ]/8 inclt
Virgin stock
Conformingto the pltysicai and test reqt�irements specified in AWWA/ANSI
Cl l 1/A21.13
All gaskeks shall meet or exceed the latest revisions NSF 6l .
Finished gaskets shall have holes punched by tl�e fnanufactu�•er and shal] match
the flange pattern in e�eiy respect.
Frayed cut edges are not acceptable.
Field cut sheet gaskets are not acceptable.
12
l3
I4
I. Hydc•aca�•bon Resistant Gaskets
1. Fw•nish Viton� (Fluarocarbon} Rubber, hydrocarbon resistant gaskets, when
required.
15 J. Flange Isolation Kits
16 1. Flanges wl�ich au�e requireci by the Drawings to be Isolation Flanges shail conform
17 ta Section 33 04 10.
18 2. For balts used with isolation sleeves per Section 33 04 10, tl�t'eading musi extend to
l9 bolt head with no grip to ensure steeves �t properly.
20 K. Petrolatum Tape System
Z1 1. P�trolatum Tape 1'rimer•: Denso Paste, oj• approved equal
22 2. 1Vlalding and Filler mastic: Densyi Mastic, or approved equal
23 3. All Purpose Petrolatum Tape: De�syl Tape, or approved equal
24
25
26
27
28
29
30
31
32
33
34
35
36
L. Xylan Coating
a. Coat nuts and bolts with a ceramic-filled, baked on fluorocarbon resin, wl�en
required.
b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to
the coating manufactL�rer's recoinmended thickness by a certified applicat�r.
c. Coating sflall be of Xylan as manufachired by Whitford Carporation and
applied by Whitford Cot'poration or Whitford Carpaf•ation Reco�nmended
Coater.
d. Coating shall be fi•ee froin holidays and defects.
e. Coating thicicness shall between 0.0007-inches and 0.0�1 l2-inches and shall be
such tl�at the nut turns fi•eely on the bolt.
f. Caating shall conform to fhe performance �•ec�uir��l�ents of ASTM � 1 l7, "Salt
Spray Test" and shall inciude, if required, a cez•tificate of conformance.
37 2.3 ACC�S50RIES [NOT USED]
38 2.4 SOURCE QUALITY CONTROL [NOT U�ED�
39 PART 3 - �X�CUTIDN
40 3.� INSTALLERS [NOT US�D�
4i 3.2 EXAMINATION [NOT USED]
CC'I'Y OF FOR'f WOR'CH WATER & SAI�i1TARY SEWER REi'LAC£NfENT
STANDARD C(7N5TRl1C`l'lON SPECIFICATION DOCUMENTS CatJTRACT 88
Kcviscd Dec;ember 20, 2012 CITY PRQ.fGeT NO_ 01955
331105-6
BOLTS, NUTS, AIVD Gr15KETS
Page b of 7
3.3 PREPARATION [NOT USED]
2 3.4 INST:��LLAT�ON
3
�
5
b
7
S
9
10
11
12
13
14
IS
16
17
I8
19
2D
21
22
23
24
25
26
27
28
29
30
A. Mechanical.Ioints
1. Assem6le inechanical joints in accordance with AN51/AWWA C1 ] IIA21.1 l
Append�x A, AWWA C600 and AWWA Manual M�41.
2. Use Standard Xyian Coated T-bolts and Nuts.
a. Stainless 5teel T-liolts witli �ylan Coated Stainless 5tee[ Nuts shall only be
used when specifically required in the D�•awings.
B. Planged Joints
I. Ii�siall in accordanc� with ASME PCC-1-2aj2.
2. Use Stainless Steel Bolts and Xylan Coated Nuts.
3
4.
5.
Q
Wrap all buried steel flanges for AWWA C2QQ, C3D1 or C303 pipe with
PeU•olatuin Ta:pe 5ystem.
a. If only 1 flange in a joint is steel (AWWA C200, C341, or C303), petrolatui�
tape wra�ping wil� be requireci.
b. If a joint is inade between two ductile irpn flanges, the joint sl�auld be
polyethylene encased in accordance with Section 33 11 10.
Flange Uolts are normally spaced even�y around the flange.
During assemhly, tighten nuts gradually and equally «sing a tlu•ee-pass method in
accordance with A�ME PCC-1-2012.
a. For the fix•st pass, tigl�ten the nufs to SO per•cent at diametrically opposite sides
to prevent inisalig►ment and to ensure that all bolts carry equal loads.
b. For the second pass, tighten the nufs to lOQ percent again in a diametrically
appasite pattern.
c. Allow a tninimum of 1 hour to pass to provide time for set�letnent beiween
bplts and nuts and gasket �•elaxation.
d. Coinplete the third pass by checking each bolt in a clockwise pattern. Each nut
sliould he tightened untii it will no Ianger turn. This step campensates fo�•
elastic interaction and brings all bolts into parity.
The tl-u�eads of the bolts should profirude a minimum of Yz-incl� fi-oin the nuts.
3l C. Plan�ed .Toints with Isolation Kit
32 1. Fiange Isolatian Kits shall be installed in accordance with Section 33 04 10.
33 2. City will verify Isolatian in �ccordance with Section 33 04 10.
34
35
36
37
3$
39
40
41
42
43
D. Tt�•eaded Rod
2.
3.
4.
lnstall as pai�t of joint harness assembly in accordance with AWWA Man��al M11.
Space rads e�enly a�•ound the pipe.
During asse�nbly, tighten nuts gradually and equally using a tha�ee-pass metl�od ii1
accordance with ASME PCC-1-2012.
a. I'or the fiirst pass, tigl�ten the nuts 40 50 percent at diamet�'icafky op�osite sides
to prevent misalignment and to ensu�'e that aU bolts carry equal loads.
b. For tl�e second pass, tighten the nuts to ] 00 percent again in a diametrically
opposite pattern.
The tiveads of the bofts should protrude a mini�nuEn of %z-inch from the nuts.
CIT'Y OF I'On"1' W0121'Ti WATER & 5ANITARY SEWER REPLACEMENT
STANDARD CONSTRUCTIOI+I SP�CIrICAT[ON DOCUMCNTS COAITRACT R$
Revised December 20, 2012 C1TY PRQ.ICCT NO. O 1955
331kOS-7
BOLTS, NllTS, AND GASKETS
Page 7 af 7
�
2
3
�}
5
6
7
8
9
14
11
12
13
14
15
16 3.5
5. Wrap joint harness assembly with Petrolatum Tape System.
E. Petralatum Tape 5ystem
1. Surfaces should 6e fi-ee from dii�t, loose rust, scale or flaking coatings.
a. Clear� surfaces in accordance with SSPC SP2 o.r SSPC 5P3.
I) Higl� pressure �vash af 3,000 ta 7,000 psi is alsa suitable.
h. S�n•faces n�ay be da�np but shall not 11ave droplets or cantinuous film af watet•.
2. Apply a unifoi7n, thin coat of P�trolatum Tape Primer #o the entire surface Uy stiff
brush, gloved hand or rag at norma! ambient temperatures.
3. By hand application, apply Molding and Piller Mastic to a rounded configuratian to
fil] i��regtila�� shapes and reduce sharp-edged surfaces.
4. Spirally �vrap All Pui-�ose Petrolatum Tape with a ininimuin averlap of 1 inc17.
a. For se�er•ely corrosive environments, an averlap of 55 percent is recommended.
b. Press air packets out and smooth all ]ap seams.
5. For additional �nechanical protection, overwrap may be appfied to increase impact
streng#h and electrical resistance.
REPAIR 1 REST�RATION [NOT USED]
17 3.6 RE-INSTALLATI�N jNOT USED]
I8 3.7 FIELD [aR] S�TE QUALTTY CONTROL [NOT USED]
19 3.8 SYSTEM STARTi7P [NOT USED]
20 3.9 ADJUSTING INOT USEDj
21
22
3.10 CLEANING [N�T USED]
3.�� cx,osEouT ACTrv�T�Es CNOT usEn�
23 312 P�OTECTION [NOT USED]
24 3.13 MAIIVTENANCE [NOT USED]
25
26
END OF SECTION
Revision Log
J]ATE NAME 5UMMARY OF' CHlaNG�
27
3.14 ATTACHMENTS `NOT TJSED]
CITY QF PO[tT WOR7'H VVATER d: SANI'FARY SEWL•R RGPLACL-MCiVT
STAN�ARD CdNSTRi1CTI�N 5PECiFECA'1"I4N DOCUIki�N'I'S CON�'RAC7' 88
Revised l7ecember 20, 2012 Cf['Y PRO.IEC'f NO. 01955
331111-I
�uc�ri�� iaor� r•�rrn�Gs
Page ] nf 13
2
3 PART1- G�NERAL
4 1.1 �LTIWIMAR.Y
5 A. Section Includes:
SECTION 33 11 11
DUCTILE IR(�N FITT[NGS
6 1. Ductile Iron Fittings 3-inch throLigh 64-inch for potal�le wat�r, wastewater, and
7 other liquids for use with Ductil� iron Pipe and Polyvinyl Chlaride (PVC) 1'ipe
S 2. AI1 mEchanica] joint fittings shall be mechanically restrained using restrained
9 wedge type retainer glands.
1p
I]
B. Deviations froin this City of Fort Worth Standard Specification
] . None.
12 C. Related Speciiication Sections includ�, but are nnt necessarily limited to:
13 1. Division Q--Bidding RequirEments, Contract Forms, and Conciitions af the
34 Contract
15 2. Division I— General Reguire�nents
16 3. Section 03 3� 00 — Cast-in-Place Concrete
17 4. 5ection 33 04 10 —.Toint Bonding and Electrical Isolation
18 5. Section 33 04 40 — C1aaning and Acceptanee Testing of `hNater Mains
19 6. Section 33 05 10 — Utility Trench Excavation, EmUedmen# and Backfill
20 7. Section 33 11 OS — Bolts, Nuts, and Gaskets
21 1.2 PRICE AND PAYMENT PROCEDUR�S
22
23
24
25
26
27
2&
29
30
31
32
33
34
35
3G
37
38
39
40
�41
A. Measuj�ernent and Payment
l. Ductile Iroi1 Water Fittings with Rest�•aint
a. Measurement
I) Shail be per ton of fittings supplied
2) Fittings weights are the sum aithe various types offittings tnultiplied by
the weight per fitting as listed in AWWAIANSI CS 53/A21.53.
3) The fitting weights listed in AWWl1/ANSI C110/A21.14 a�•e only ailowed
for specials where an AWWAIANSI C1531A21.53 is not avai[able, or ift%e
Drawings specifical�y call for an AWWA/AN51 C1101A21.10 fittings.
4) If the Contractor chooses ta supply AWWA/ANSI GI I Q/A21.]Q (fufl
hody) Ductile Iron Fittings in lieu of AWWAlANSI C1531A21.53
(cotnpact} Ductile iron �'ittings at his conv�nience, then the w�ight shal] be
measured in accordance with AWWAIANSI Ci53/A21.53.
b. Payment
1) The work �erformed and mat�a�ials furnisl�ed i�� accordance with this Ite�n
and measured as provided Lindej• "M�asureinent" wil] be paid far at the unit
price bid per ton of "DL�ctile li•on Water Fittings with Restraint".
c. The price bid sl�ail include:
1) Furnisl�ing and instalfing Ductile lron 1�Vater fittin�s as specified by tl�e
Drav,+i ngs
CiTY OP FORT WORTH WATER & SANITARY S�WER Ct�PLACrNf�NT
5TAN17A1217 CONSTRLFCTION SPFCiPiC�1T10N DOCUMrNTS. CONTRACT 88
Revised Qecember 2�, �O12 C]'fY PRO,lECT NO. D1955
331111-2
L711CT1LE IRON FITTINGS
Page 2 of 13
1
2
3
4
5
b
7
8
9
I0
11
12
13
14
IS
16
17
IS
19
20
21
22
Z3
24
2S
26
27
28
29
3a
31
32
33
34
35
36
37
3$
39
4D
41
42
43
44
4S
46
47
Z) Polyetl�ylene encasement
3) Lir�ing
�} Pavement remo�al
5} Excavation
6} Haulin�
7) Disposal of excess maierial
8j FurnisE�ing and instaliing Uolts, nuts, and restrai�its
9) Furnisl}ing, placement and compaction af e�nbedment
10) Furnishing, placement and compaction of bacicfill
l lj Trencl� water sto(as
12} Clean-t�p
13} Cleaning
14} Disinfection
15) Testi.ng
2. Ductile lron Sewer Fittizags
a. Measua�ement
1} Shall be per ton of fittings supplied
2) Fittings weights are tl�e sui�n of the various types of fittin�s multiplied by
ihe weig3�t per fitting as listec{ in AWWA/ANSI CI53/A2i.53.
3) The fitting weighis listed in AWWA/ANSI Cl 1QIA21.10 are only allowed
for specials whe�•e an AWWA/ANSl C153/A21.53 is nok availabie, or ifthe
Drawings specifically �all for an AWWA/ANSI C11D/A21.i0 fittings.
4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full
body) Ductile Iron Fittings in Iieu of AWWAIANSI C 153/A21.53
(compact) Ductile Iron Fittings at his cnnvenience, tl�en the weight sha11 be
;neasured in acco�'dance with AWWA/ANSI C153/A21.53.
b.. Payinent
1) The work performed and materials furnished in accordance with this lfiem
and measured as provided under "MeaSure�nent" wi11 be paid for at the unit
price bid per ton of "Ductile Ii-on Sewet- Fitiings".
c. The price bid shall include:
1) ��rnishing ar�d installing Ductile Iron Water Fittings as specifed by the
Drawings
2) Epoxy Coating
3) Polyethylene encasernent
4) Lining
S) Pavement reinaval
6) �xcavation
7) Hauling
8) Disposal of excess tnaierial
9) Fuinishing and insfialli�g bolts, nuts, and ��est��aints
10) T'urnishing, placement and cqir�paction of embedment
11} �'urnishing, placeinent and compaction of backfill
I2) Clean-up
13) Cleaning
14) Disir�fectioi�
15) T�sting
CITY Q� FORT W�R1'H
STANDARD CO�ISTRUCTION 5P�C[F3CA7'CON 170CUiv1EN'1'S
Revised Decernber 20, 2012
WATER & SANITARY SEWER AEPLACENf�N�I'
CONTRACT88
C'11�Y PRL�,IECTNO. 01955
331111-3
DUCTILL IR(]N PITCINGS
Page 3 of 13
1.3 R�FEItENC�S
2
3
4
5
6
7
8
9
10
11
12
13
I4
15
16
j7
rg
19
20
2I
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
A. Definitians
Gland or Follower Gland
a. Non-restrained, mechanical joint fitting
2. Retair�er Gland
a. Mechanically restrained mecl�ar�ica] joint fitting, consisting of multiple
�•ippin� wedges iilcar�orated into a follower gtand meeting tlle applicable
requirements of ANSI/AWWA C1 ] O/A21.10.
B. Reference Standards
1. Reference standards cited in this Specificatian refer to the current reference
standard published at th� time af tlie latest revisini� date logged at tl7e and aftlais
Sp�cification, unless a date is spe�ifically cited.
2. Amej�ican Society of Mechanical Engineers (ASME):
a. B 16.1, Gra� Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250}.
3. ASTM International (ASTM):
a. A193, Standard Specification for Alloy-Steel and Stainless Steel BaJting for
Higl� Teinperature or High P�•essure Se��vice and Other Special L'urpose
Applications
b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts fof• High
Pressure or High Temperature Ser�ice, or Both
e. A242, S.tandard Specification for High-Strengtli L,ow-Alipy Structural Stee�.
d. A674, Standard Practice for Pqlyethylene Encase.ment for Ductile L•on I'ipe for
Vi7ater or Other Liquids.
e. B I i 7, 5tandat•d Feactice for Operating Salt Spray {N�og) Apparatus.
4. American Wate� Woi•ks Association (AWWA):
a. C203, Caal-Tar Pratective Coatings and Linings for Steel VJater �'ipelines -
Enamel and Tape - Hot Applied.
b. C600, Insta[lation of Ductile-Iron Water 11.�Iains and their Appurtenances.
c. M41, Ductiie-Iron Pipe and Fittings.
5. A�nerican Wate.r Works Association/Ainerican National Standards Institute
(AWWAIANSI):
a. CI04/A21.4, C�inent Mortar Lining fpr D�.tctile-Iron Pipe and Fittings.
b. C10S/A2J.5, Palyethylene Encasement for Ductile-Iron Pipe Systems.
c. C1101A21.1D, Ductile-Iron and Geay-li•on Fittings.
d. Ci ] I/A21.I l, Rubbei•-Gasket Joints foi• D►ictile-lron Pressure Pi�e and Fittin�s.
e. Ci 15/A21.15, Flanged Ductile-lron Pipe with D�}ctile-Iron or Gray-Ii•on
Tlu•eaded Flan�es.
f. C1511A21.S1, Ductile-Iron Pipe, Centrifugally Cast, for Water.
g. Cl53/A21.53, Ductile-lron Compact Fittings for Water 5ervice.
6. NSF International (NSF}:
a. 61, Drinking Water Syste�n Components - Health Eifects.
7. 5ociety for Protective Coatings (SSPC):
a. PA 2, Measurement of D�•� Coating Thickness with Magnetic Gages.
CITY OF P�RT WORTI�I
STAFVDARD CONSTRUCTION SP�.CIFICATfON DOCUMENTS
Revised December 20, 2612
Wl1'I'ER & 5A1�17'nRY 3EWER RE3'LACEMEIVT
CONTTtACT 88
CITY PRO.IrCT N0. O 1955
3siiii-a
DUCTILE IRON I'ITTINGS
Page 4 of 13
1.� ADMINISTRATIVE REQLiIR�M�NTS [NOT USED]
2 I.S SI713MITTALS
3 A. Submittals shall 6e in aceordanee wich Section O] 33 Q0.
4 B. Al] submittals sl�all b� approved by tl�e Gity prio►• to delivery and/or fabrication foj�
5 specials.
G 1.6 ACTION SUBMITTALS 1 INF4RMATIONAL SUBMITTALS
7
8
9
i0
I ].
12
l3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A. Product Data
] . Ductile Iron Fittings
a. Pressu�'e class
b. Inte.rior lining
c, 3oint. types
2. Polyethylene encasement and tape
a. Alanned metl�od af installation
b. Whether the fi]m is l.inear low density or high density c��oss linked polyethylene
c. The thickness af the filfn provided
3. 'The interio3� lining, if it is other than ce�nent mortar lining in accordarice with
AVJWA/ANSI C 144/A2l .�
a. Material
b. Application recommendations
c. Field touch-up proc�dures
4. Th�vst Rest�•ain#
a. Retainer glar�ds
b. T11i�ust harnesses
c. Any oiher means
5. Gaskets
a. Provide Gaskets in aceoj•dance with Section 33 11 05.
6. Isolation Flanges
a. Flanges required by the drawings to be lsolation Flanges shall confo�'m to
Sec#ion 33 04 10.
7. Bolts and Nuts
a. Meci�anical Joints
l) Provide balts an�i nuts in accordance with Section 33 11 O5.
b. Flanged Ends
1) Meet requiremenfs ofAWWA C] IS.
a) Provide �olts and nuts in accoi•dance with Section 33 11 O5.
$. Flange Coatings
a. Connections to 5tee1 Flanges
1) Buried connections vvith Steel Flanges shall be eoated with a PetR�olatum
Tape 5ystem in accordance with Section 33 1 1 p5.
4d B. CerEifieates
41 1. The manufaeturei• shall furnisl� an affidavit ce�-tifying that all Ductile lron I'ittings
42 meet the prouisions of tl�is Section and meet the requirements of AWWA/ANSI
43 C110/A21.10 or AWWA/ANSI C153lA21.53.
4�4 2. Furnish a ce.rtificate statin.g that b�u-ied bo.lts attd nuts confarc�i to ASTM Bl 17,
C['I'Y OF I'ORT WOR7'H WATCR & SANITARY SEWER REPLACEMENT
STANDARD CONSTftUCTION 5P�ClFICATION DOCUM�NTS CO]VTItAC'1' 88
Revised Decem6er Z0, 2012 ClTY PR[)iG(:T NQ, 01955
331f II-5
I7l1CTIT�E 1RON P]TCiNGS
Page S nf I 3
1 1.7 CLOSEOUT SUBMITTALS [NOT US�D]
2 1.8 MAINTENANCE MAT�RIAL SUBIVIITTALS [NOT US�D]
3 1.9 QUALITY ASSURANCE
4
5
6
7
8
9
10
ll
12
l3
14
15
IG
17
A. Quaiifications
1. Manufacturers
a. Fittings maniifacturin�, aperations (fttin.gs, lining, and coatings) shall be
performed ui�der the control of the inanufacturer.
b. Ductile Iron 1=ittings shall l�e manufactw•ed in aecordance witl� AWWA/ANSI
C] 10IA21.10 oe AWWAIANSI C153lA21.53.
1) PerfoE•m qt�ality control tests and inaintain the restilts as owtlined in these
standards to assure compliance.
B. Preconstruction Testing
1. The City may, at its own cost, subject random fittings fo�• dest�vctive testing by an
independent laboratory for compliance with th�s Specification.
a. Ti�e coi-�pliance test shall be performed in the United States.
b. Any visible defects or failure tfl �neet the quality standards herein wilI 6e
gi'ounds for rejecting the entire arder.
1 S 1.10 DELiV�RY, STORAG�, AND HANDLING
19 A. St�rage and Handling Require�nents
20 1. Store and hand�e in accordance with the guidelines as stated in AWWA M4I.
21 2. Secure and maintain a location to store tl�e material in aceardane� wit11 Sectian O1
22 C>6 00.
23
24
25
26
27
28
29
36
31
32
33
34
35
36
37
3&
39
40
1.11 FI�LD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY �NOT US�D]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED �ax] OWN�R-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES �ND MATERIALS
A. Manufacturers
]. Only the manufacttirers as listed on the City's Standard Products List will be
co�zsidered as sho�n in Sectia�� 4l 60 00.
a. Ti�e manufactu��er �n�.ist co�r�ply with this Specifcation and related Sectians.
2. Any prodL�c# that is not listed on the Standard Products List is considered a
substitution and shafl Ue submitted in accordance witM 5ection Ol 25 00.
B. Ductile Iron Fittings
]. Ductile lron Fittings shal] be in accordance with a11�WA/ANSI C] IO/A21.t0,
AWWA/ANSI C] S3/A21.53.
2. All fittings fnr pntable water ser•vice shall meet the requii•ements of NSF 61.
3. Ductiie Iron Fiftings, at a ininimum, shall meet or exceed the pressures �lasses of
khe pipe which the fitting is connec.ted, unless speciiically indicated ii� th�
Drawings.
C1TY OF FpR'f' WQRTH WATCR & SATV[TAE2Y 5�W6R ELEI'LACEl1AENT
STANDARD CONSTRUCTION SPGC1FICdA'i'lON DOEUiv]EIJ'1'S COi�TRACT 88
Revised I�ecemUer 2Q, 2D 12 C1TY PRO.fECT NQ D 1955
33 11 11 -6
DUCTfG� IR�Ai FI'['TII+IGS
Page b af 13
] 4. Fittings Markings
2 a. Meet the ininimum requireinents of AWWA/ANSI C151/A21.51.
3 b. Minimum �narkings shall inel�.�de:
A ]) "DI" or "Ductile" cast or metal stamped on each fifting
5 2) Applicable �-1WWA/ANSI standard far that the fitting
6 3) Pressure rating
7 �) Number of degrees for afl bends
8 5) Nominal diametej� of the apenin.gs
9 b) Year and country fittmg was cast
10 7} Manufactures•'s mark
I ] S. Joi��ts
12 a. Mechanical loints with mechanical restraint
13 1) Comply with AWWAIANSI C1 I 1/A21.1 l and applicable parts of
14 ANSIIAIWWA C11dCA21.1D.
15 2) The retainer gland shal] have the followir�g working pressure ratings based
16 on size and type of pipe:
17 a) Ductile Iron Pipe
I8 (]) 3-inch — 36-inch, 350 psi
19 (2) 18-inc.h —48-inch, Z50 psi
2D b) PVC C900 and C90S
21 (l) 3-incl� — 12-incl�, 305psi
22 (2) 14-inch — 16-inch, 235psi
23 {3} 18-inch — 20-inch,. 20Qpsi
24 {4} 24-inch — 30 —inch I6Spsi
25 c) Ratings are far water ptessua'e and must include a minimum safety
26 faetor of 2 to 1 in all sizes
27 3) Retaine�• glands shall hawe specific designs for Duotile Iron and PVC and
28 should 6e easily difFerentiate between the 2.
29 4) Gland body, wedges and wedge actuating components sl�all be cast from
3Q grade 65-45-I2 ductile iron inaterial in accordance with A�TM A536.
3l 5) Mechanical jaini r•estr•aint shall require conventionai tools and insiallatian
32 pt•ocedures �er AWWA C600, while retaining full mechanical jnint
33 deflection dw•ing assembly as well as allowing joint defleetion after
34 asse�n.biy.
35 6) Pi•oper actuation of the g�-ipping wedges shall be ensured with torque
36 fimiting twist off nuts.
37 b. Push-On, Restrained Joints
38 1) Restraining Push-on joints 6y means ofaspecial gasket
39 a) Only those products thai are listed in O1 6D DO
40 b) The working p�-essure ��ating af the restrair�ed gasket must exceed ihe
41 test p3-essure of the pipe line to be installed.
42 c) Approved for use of restraining Ductile Iron Pipe in casir►g with a
43 carrier pipe of 4-inches to 12-inclses
44 d) Otherwise only appi�oved iispecialiy listed on the drawings
45 2) Ft�sh-on Restrained Joint bell and spigat
46 a) Only tl�ase products list in the standa�•d products list wiil be allowed for
47 the size listed in the standard products ]i�t per Section Ol 60 �Q
48 b) Pressure ratii-�� shall exceed the working and test pressure of the pipe
49 1 ine
CITY OF PORT WORTH WATCR & SANI'CA[2Y SEWER REPLAC�M�N'f
5TANI]ARD CbNSTRUCT[nN SPL-CC1�ICATION DOCUivIENTS CONTRACT 88
Revised Dece�uUer20, 20i2 C1TY PRO,IEC'1' NO. D1955
331111-7
DUCT[L�:IRON P1'I"I'1NG5
Page 7 of 13
1
2
3
4
5
6
7
8
9
10
11
12
13
1A
15
16
17 9.
18
19
20
21 IO
22
23
24
25
26
27
28
29
3fl
31
32
33
34
35
36
37
38
39
aa
4�
42
43
44
45
46
47
11
c. Flanged Joints
1} AWWA/ANSI Cl 151A21.15, ASME 516.1, Glass l25
2} Flange bolt circles and bolt holes sl�all matcl� tk�ose of ASME 816.1, Cl�ss
125.
3) f'ield fabricated flanges are p�•ohibited.
6. Gaskets
a. Pro�ide Gaskets in accardance with Seatian 33 I 1 O5.
7. Isolatioii Flanges
a. Flai�ges required by the drawings to be lsolation Flanges sl�a.11 confQr•in to
Section 33 04 1Q.
8. Bolts and Nuts
a. Mechanicat JQi.nts
1} Pro�icie bolts and nuts in accordance with Sectian 33 1 l O5.
b. F']anged Ends
1) Meet requirements ofAWWA C115.
a) Provide bolts and nuts in accordance with 5ection 33 1 l O5.
Fla��ge Coati�igs
a. Connections to Steel Flanges
I) Buried connections with Steel Flanges shail ba coated with a Petralatum
Tape Systeln in accar•dance witl� Section 33 11 05.
Ductile Iron Fitting Exterior Coatings
a. All Ductile Iron F�ttings shall have an asphaltic coating, minimum of 1 mil
thick, on the exterior, unless oti�erwise specified in the Contract DnGuments.
Polyethylene Encasement
a. All buried Ductile Iron �'ittings shall be polyethylene er�eased.
b. Qnly inanufacturers listed in tne City's 5tandard Products List as shown in
Section D1 60 00 will be considered accepta6le.
c. Use only virgin polyethylene material.
ci. Encasement %r bu��ied fittin�s shal] be 8 mil linear low density (LLD)
polyethylene confor�ning to AWWA/ANSI C105/A21.5 or 4 mil l�igh density
cross-laminated (F-IDCL) polyethyIena encasement conforining to conforming
ta AWWA/ANSI C� OS/A21.5 and ASTM Ab74.
e. Marking: At a►ninimum of every 2 feet along iis lengtl�, the mark tl�e
polyethylene film with the follawing; infartnation:
I) Manufacturer's name or trademark
2) Year of tnanufacturer
3) AWWA/ANSI C]Q5/A21.5
4) Minimum film thickness and inaterial type
S) Applicable range of nominaI diameter sizes
6) Warning -- Cora�osian Protection -- Repair Atty Damage
f. Speciai Markings/Colors
l) Reclaimed Watet•, per•foiyn one of tl�e following:
a) Labe.l polyethylene encaseme��t with "RECLAIMED WATER",
b) Provide pu��ple polyethylene in accordance witi3 tha Atnerican Pubiic
Works Associatian Uniform Colai• Code; or
c) Attach purple reclaimed water marker tape to the polyetisylene wrap.
2) Wastewater, pe�•fQrm ane of the following:
Cl"CY OI� FORT WOATH WATER & 5AAi1TARY S�WGR R�PI AC�M�NT
STAIVDAR� CO1V5'I"RUC7'[QN SPECIFICATION DOCUMENTS CO1�TR�.CT S$
I2evised Deeem6er 2U,.2012 CITY PRO,iECTNO. D1955
33l111-S
DUCTILE IRON FITTINGS
Page 8 of 13
l a) Label polyetf�ylene eneasement with "WASTEWAi'ER";
2 b) Frovide geeen �olyetlrylene in accordance with the Atnerican Public
3 Works Association Uniforin Color Code; or
4 c} Attach green sanita�y sewej� inarker tape to tl�e po{yethylene vvrap.
5 g. Minimu�n widths
6 Polyethylene Tube and Sheet Sizes for Pusli-On Joint Fittings
Non�,inal �iYtings Diameter Min. Width — Flat Tube Min.1�'idth — Sheet
(inches) (inches} (inches)
3 14 28
4 14 28
6 16 32
8 20 4D
10 24 48
12 27 54
14 30 60
Ib 34 68
18 37 74
20 41 82
24 54 108
30 67 134
35 $l l62
42 81 152
48 45 190
S4 108 216
60 108 21b
b4 I21 242
7 ] 2. Ductile Iron Fittings lnterior Lining
8 a. Ce�nenk Mortar Lining
9 1) Duc#ile Iron Fittings foi' potable water shall have a cen�ent moi�Yaz' lining in
]0 accordance with AWWAIANSI C104/A21.4 and be acceptable acco�•dingto
11
12
13
14
15
16
17
i$
19
20
21
22
23
24
NSF 61.
b. Ceratilic �poxy o�• Epo�y Linings
1) Ductile Iron Fittings for use in wastewater applications shall be lined with
a Ceramic Epoxy or Epoxy lining as designaied in tl�e Standard Products
List as shown in Sectaan 4] 60 OQ.
2) Apply lining at a minimum of 40 mils DFT
3) Due to tl�e tolerances involved, tl�e gasket area and spigot end up to 6
inches bac[c fi•om kl�e end of the spigot end must be coated with 6 mils
nominal, 10 �nils maxiinum us�ng a 3oint Cainpqund as supplieci by the
inanufacturer.
a} Apply the jqint cqmpound by bf•ush to ensure covet•age.
b) Care should be taken tI1at the jaint compound is s�nooth without excess
buildup in the gasket seat or on the spigai ends.
c} Coat the �asket seat and s.pigot ends aftes'tl�e application ofthe linin�.
CCCY �F rnR'[" WORT11 WATEA & SANITARY 5I:W�R REI'I,ACEMENT
STANDARD CONSiRUCTIdN SYECIFICATION DOCEJMENTS CONTRACT 88
Aevised DecernUer 20, 2012 C[TY PKO.I�CT Nd. 01955
3311 1{-9
bUCI1LE ERON FI"I"[7NG5
Page 9 of I 3
l
2
3
4
5
6
7
8
9
10
11
12
i3
14
4) 5urface p�'eparation sl�al] be in accordance with tl�e �nanufacturer's
recommendations.
5) Check tliickness using a �nagnetic film thickness gauge in aecordance with
the method outlined in SSPC PA 2.
6) Test khe interior lining of all fittings for pinholes with a iion-destructive
2,500 volt test,
a) Repair any �lefects prior to sllipinent.
7} Mark each fitting with the date of application of the ]ining system along
with its numerical sequence of application on that date and i-ecords
maintained by tl�e applicato�� of his work.
8) For all Duetila Iron Fit�ings in wastevvater seiwice wl�ere tl�►e fitting has
been cut, coat the exposed surface with tile tnu�h-c�p material as
recotninended by the ina.nufacturer.
a} The touch-up material and the lining sl�alI be of the same manufactuj�er.
� s �.� acc�ssoatu�cs �zvoT usEn�
16 2.4 SOURCE QUALITY CONTROL [NOT US�D]
7 7 PART 3- EXECUTION
18 3.1 INSTALLERS [NOT USED]
19 3.2 EXAMINATION [NOT USED]
20 3.3 PRCI'ARATION [N�T USED]
21 3.4 INSTALLATION
22
23
24
25
2.6
27
2$
29
30
31
32
33
34
35
36
37
38
39
4a
41
42
A. General
L Install fittings, specials and appurtenances as specified herein, as specified in
AWWA Cb00, AWWA M41, and in accordance withthe fittings manufacturer's
recommendatians.
2. Lay fittings tc� the lines and grades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with 33 OS 14.
4. Embed Ductile Iron Fittings in aceordance with 33 OS 10.
B. .Toint Making
1. Mecl�anicalloints with required mecllanical restraint
a. All mechanical joints require tnechailieal resh•aint.
b. Bolt fihe retainer gland into co�npression against the gasket, witl� the bolts
tightened down even]y then cross torqued in accordance with AWWA C600.
c. Ove�•stressing of bolts to compensate for poor instailatian practice will nat be
permitted.
2. Push-on Joints (restralned)
a. All push-on joints shall he restrained push-on type.
b. Install Push-on joints as defined in AWWA/ANSI C111/A21.1 l.
c. Wipe clean the gasket seat inside the beil of all ext�'aneoL�s matter.
d. Place the gasket in t11e bell in the positian pa'escribed by th� manufacturer.
e. Apply a thin fil�n af non-toxic vegetab�e saap ]uba•icant to the inside of the
gastcet and the outs�de of the spigot prior to entet•ing the spigot into the bell.
C1TY OF FdRT WORTH WAT�R & SANITARY SEWER REPLACEM�NT
57'ANDARD CONS'I'RUC"f10N SPECIFICATION bOCUM�NTS CONTRACT S&
Revised �ecein6er 20, 2012 C1TY P]iO.IEC7' NO. 01955
33 11 11 - 10
DUCTiLE [RON PITTINGS
Page 1 Q o.0 I 3
1 f. Wlaen using a field cut plair� end piece of pipe, refinished tlie field cut and scarf
2 ta conforin to AWWA M-41.
3 3. Flanged loints
4 a. Use erection bolts and drift pins to make flanged connections.
5 1) Do not use t�ndue force or res�raint on tite ei�ds of tlae fittings.
G 2) Apply even and unifor•m pressure to the gasket.
7 b. Tl�e #itting must be fi•ee to move in any direction while bolting.
8 l) Install fiange f�olts with all bolt heads faced in 1 direction.
9 �4. Joint Deflection
Iq a. Defiect tl�e pipe only when necessary to avoid obstructians ar ta meet the lines
11 and �z•ades and shown in the Drawings.
12 b. The deffection of each joint must be in accardance with AWWA C640 Table 3.
i 3 c. The inaximum defleetian allowed is 50 percent af that indicated in AWWA
14 C6Q0.
15 d. The �nanufacturej�'s recommendation may be used with the appraval of tlle
I 6 Engineer.
17
18
19
2Q
2t
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
3$
39
44
41
42
43
44
45
46
47
C. Polyethylene �ncasement Installation
1. P�epacation
a. Remove all lumps of clay, mud, cindei•s, etc., on iittings suj-face priai' to
installation ofpalyethyl.ene encasement.
1) Prevent soil or embedrraent zr►aterial fi•o�n becoming trapped batween
fYtings and palyetriylene.
h. Fit polyethylene film to contour of fittings to afFect a snug, but not tight encase
with minimum space between polyethylene and iitCings.
1) Pro�id� sufficient slack in contouring to pr�vent stretching polyethylene
where it bridges ir�'egulaz' surfaces such as beli-spigot i.nterfaces, 6olted
joirtts ox' �ttings, and to prevent daynage to polyethylene due ta backfilling
operations.
2) Secure overfaps and ends with adhesive tape and hold.
c. For installations �elow watei' ta61e andlor in areas subject t.a iidal actions, seal
both ends of polyethylene tube with adhesive tape at joint overlap.
2. TLtbular Type (Method A)
a. Cut polyethyjene iube to length approximately 2 feet longer than fittings
section.
b. 51ip tube around fiitings, centering it to pro�ide 1 foot overlap on each adjacent
pipe section and b�nclling it �ccordion-fashion lengthwise until it clears fittings
ends.
c. Lower fttings into treneh with preceding section of pipe.
d. Mal�e shallow bell hole at joints to facilitate installatian of polyetl�ylene tube.
e. After assembling fittings make oveelap of polyethylene tube, pull bunched
polyethylene from preceding lea�gth af pipe, slip it over end of the fiiting and
wrap until it overlaps joint at end of preceding length of pipe.
f. Secure averlap in place.
g. Take up slack width at top af fitting to make a snug, but not tight, iii along
barrel of �tting, secLuing fold at quai-Eer points.
h. Repair cuts, te�t's, p�mctuc•es p�• othed• damage to polyetliylene.
i. Proceed with installation of next irtting in same inanrrer.
CITY OF FORT WORTI�1 WAT�[t & SANI'['Altl SEWEIt REPLACEMENT
STANDAR� CQNSTRUCTION SPECIPiCATInhI 430CUMCi�fTS C�IVT[tACT 88
F2evis�d December 2Q, 2.p12 CITY PROJIiCT NO. D195S
3311 ]l-ll
DUCTILE IIZDIV F17'1'1NG5
P�ge 11 nf 13
I 3. Tubular Type (Method B)
2 a. Cut polyethylene tu6e ta length approximately 1 foot shorter than fiitting
3 , seetion.
4 b. Slip tube araund fitting, c.entering it to provide b incl�es of bare fitting at each
5 end.
b c. Take up slacic width at tap of fitting to make a snug, but not tight, fit along
7 barrel of fitting, sect�rin� fold at qua�-�er points; secLire ends.
8 d. Before making u� joint, slip 3-foot lengt�� nf polyethyle��e tube over end of
9 p�'oceedi��g pipe section, bunching it accardion-fashion lengthwise.
10 e. After eoinpEeting joint, pull 3-foot length ofpolyetllylene ovet• jaint,
] 1 overlapping polyethylene previously installed on each adjacent section of pipe
l2 by at least 1 foot; inake each end snug and secure.
13
]4
]5
16
1'7
18
19
2�
21
22
23
24
25
26
27
28
29
30
31
az
33
39�
35
36
37
38
39
40
41
42
43
44
45
4b
47
4. Sheet Type
a. Cut palyethylene she.et to a length appa•oximately 2 feet lon�er than piece
section.
b. Center length to p�•ovide 1-foot ove�•lap on each fiiting, bunching it until it
cleais the fitting ends.
c. Wi•ap polyethylene around fitting so that it circumferentially overlaps top
quadrant of fitting.
d. 5ecure cLtt edg� of potyethylene sheet at intervals of appraximately 3 feet.
e. Lower wrapped fitting into trench with preceding section af pipe.
f. Make shallpw beli Iiole at joi.nts to facilitate installation of polyethylene.
g. After cornpleting joint, make averlap and secuce ends.
h. Repair cuts, teats, punctures or othez• damage to polyethylene.
i. Proce�d witla installation of fittings in same manne►•.
5. Pipe-Sl�aped Appurtenances
a. Cover bends, reducers, offsets, and other pipe-shaped appui�tenances with
polyethylen� in sa�ne manne�• as pipe and fittings.
6. Odd-Sl�aped Appurtenances
a. When it is not pracfical to wrap valves, tees, crnsses and ather• odd-sha�ed
pieces in tube, wrap with flat sh�et or split length polyethylene tube by passing
sheet under appurtenances and bringing it up around body.
b. Make seains by bringin� edges togekher, folding over twice and ia�ing down.
c. Tap.e polyethylene securely in plae� at tha val�s stem and at any otner
penetrations.
Repairs
a. Repair any cuts, tears, punctures or damage to po�yethytene with adhesive tape
or with short length of polyetliylene sl�eet or cut open tube, wrapped around
fittingto eovei daznaged area, and secure in place.
Openings in Encase�nent
a. Pirovide openings for branches, service taps, blow-offs, air valves and similar
appuitenances by making an X-shaped cut in polyathylene and temporarily
folding back #iEm.
b. After appurtenance is installed, tape slack seeurely to appu��tenance and repair
cut, as well as other damaged area in polyethylene with tape.
c. Service taps may also be made directly thf•ough polyethylene, witli any
resulting damaged areas being repaired as described a6ove.
CITY OT' FOR"i WORTH WAT�R & SANITARY SEWER REPLACEM�tYT
ST'ANI7AEtD CONSTRUCTION SPECIFICATION DpCL]M&NT5 CONTRACT $S
l2evised UecemUer 2Q, 20.12 C[TY PRO.IECi' NO. 01955
3311 II-l2
DUC�'IL� EftON FlT7'INGS
l'age l2 af ] 3
[
2
3
�4
5
6
7
�. lunc#ions between W3�apped and Unwrapped Fittings
a. Where palyethy]ene-wrapped fitting joins an adjacent pipe tl�at is no.t w��apped,
extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet.
b. 5ecure end with circuttaferential turns of tape.
c. Wrap service linas of dissimilar metals with polyetl�ylene or suitable dieIectric
tape for �ninimum clear distance of 3 fee# away from cast or Ductile Iron
Fittings.
8 D. Blocking
9 1. Install concrete blocicing in accordance witii Section 03 30 00 for all bends, tees,
10 crosses and plugs in t11e pipe fines as �ndicated in tl�e Drawings.
11 2. Piace the concr•ete blocking so as to rest against firm undisturbed trench wa[Is,
12 normal to the thn;�st.
13 3.
14
15
16 4.
17 5.
18
19
The supporting area for each block shall be at least as great as ilzat indicated on t11e
Drawings and shall be sufficien.t to withstand fhe th��ust, inciuding water hammer,
wliich may develop.
Each block shal] rest on a fum, undistui•bed foundation or trench bottoi�n.
If the Contractor encounters soil that appears #o t�e different than that which was
�ased to ealculate the �I4cking aceoi•ding to the Drawings, the Cont�•actor shall
notify the Eng�neer prior to the ir�stallation of the blocking.
2� 3.5 REPAIR�RESTORATION
21 A. Patcl�ing
22 I. �xcessive field-patching is not permitted of linin.g or coating.
23 2. Patcl�ing of lining or coating will be allowed wh�re area to he repaired da�s nat
24 exceed 100 square inches and has no dim�nsinns g�'eater t11an 12 inches,
25
26
27
28
29
�a
31
3. In general, there sha11 not be ir�az'e than 1 patch on either the lining or tl�e coating of
any �tting.
4. Where�er neeessary to patcl� the fitting:
a. Make patch wi#h cement mortar as previously specified for interioj' joints.
b. Do not install patchsd fitting until the patcli t7as been praperly and adeguately
cured and approved fot- laying by ihe City,
c. Promptly remove rejected fittings fi•om the site.
32 3.6 ItC-INSTALLATION [1VOT US�D]
33 3.7 FIELD [ox] SITE QUALITY CONTROL
34
35
36
37
A. Potable Water Mains
l. Cleanin�, disinfectian, l�ydrostatic testing and bacteriological testing of water mains
a. Clean, fiush, }�ig, disinfect, hydrostatic test and bacteriological test the water
mai3� as specified in Section 33 0� 40.
CITY OT-' PORT WOEtTH WATEIt & SANITARY SEWER RE�'LACiM�NT
STANDARD COIJSTRUCTEON SPECIFICATION DOCUME3VTS CO�TRACT 88
Revised December20, 2Q12 C1TY I'RO.Ik.C7"Np, Q1935
33 fl 11-13
DUC"f1L� IRQN FITTINGS
Page ] 3 of l 3
1 3.8 SYSTEIVI STARTUP [NOT U�ED]
2 3.9 ADJUSTING [NOT US�D]
3 3.1D CLEANING �NOT iISED]
4 3.11 CLOSEOi7T ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT iTSED]
G 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8
9
ENb OF S�CTION
Revision Lag
DAT� NAME SUMMARY OF CHANGE
].2.A.l.e—Reslraints included in price bid
1.2.A.2.c — liestraints included in price hid
1.3 — Added definitioiis of gland tyges for cla�•ity
1212UJ2012 D, Johnson 2•2•�•5 — Removed unrestrained pu�h-ou and mecha�iical joints
2.2.B.6, 7, S, and 9—Added 3•eference to Section 33 QS 10 and 33 04 14; removed
matei7al speciiicatious for bolts, nufs and gaskets.
3.�4 — Rcquirenient for all mechanical and push-on jaints to be restrained
3.4.D — Cnrrected reference
�
CITY QF FpRT WqRTH WA7'�R & 5ANITARY SEW�R RGALAC�M�%fT
STANRARD CONSTRUCTIp�I SPECIFICATIqN DdCIIMENTS COhiTRACT 88
Revised 1]ecernber 20, 2012 C1TY I'RO]�.CT NO. 0! 955
33 ] 1 12 - 1
POLYV1d+IYLCHLQIt[DE {PVC) PRrSSIIRL- Y1PC
Page I nf �
SECTION 33 11 I2
POLYVINYL CHI:ORiDE (PVC) PRESSURE 1'IPE
PART1- GENERAL
I.1 SUMMARY
A. Seckion Includes:
]. Polyvinyl Chla�•ide (PVC) Pressure Pipe 4-inch through 36-inch for potabke water,
wastewater and reuse ap�lications
B. Deviations from this City of Fort Worth Standard Specification
1, None.
C. Related 5pecif�catian Sections include, but are not necessarily limited to:
1. Division Q-- Bidding R�quirements, Contract Forzns, and Conditians of the
Contract
2. Division 1— General Requirements
3. 33 O 1 31 — Closed Circuit Television (CCTV} lnspection
4. 33 0� 40 — Cleaning and Acceptance Testing of Water Mains
5. 33 OS 10 — Utility Trench �,xcavafion, �mbedment and Backfill
6. 33 OS 24 — Installation pf Cai��ier Pipz in Casing Qr Tunnel Liner Plate
7. 33 ll 11 — Ductile Iron Fittin�s
I.2 PRICE AND YAYM�NT PROCEDURE�
A. Measm�ement and Payanent
2.
3.
1. Measut-ement
a. Measw•ed hoi-izontaliy along the surface from centei• line to center line of the
ftting, inanhole, or appurtenance
Payment
a. The wark performed and inaterials furnished in accordance �with this [tem and
measur�d as p�•nvided under "Measurement" will be paid for at the unit price
bid pe�• linear foot of"PVC Water Pipe" installed for:
1) Various sizes
2) Various types of backiill
b. The worlt pez�%rmed and �naterials furnished in accordance wit11 this Item and
measured as prqvided tmder "l1�'Ieasurement" will be paid for at the unit price
bid pe�• linea�• foot of "Sewe�• Force Main" installed for:
1 } Va�•ious sizes
The price bid slial] include:
a. Furnishing and installin�; PVC Pressw•e Pipe witl� joints as speeified by the
Drawings
b. Mobilization
c. Pavement removal
d. Excavation
e. Hauling
CITY OF FORT WQRTH WATGR & SAIJi'C'A[ZY SEWER REPLACEMENT
STANDARD CONSTRUCTION SP�(;IFICATIQN DOCUMEN'CS COI+lTRACT R8
Revised Navember ] 6,.2� l8 CITY I'ROJTiCT NO. 01955
33 11 12- 2
POLYVINYLCHLDRIDE {PVC) PRL55lJRL- PIPG
Pagc2of8
f. Disposal of excess material
g. Furnisl7ing, placement and compaction oiembedi�ent
h. Furnishing, �lacement and compaction of �ackfikl
i. Trench water slaps
j. Thrust restt•ain.t, if required by Contraet Documents
k. Gaskets
1. Clean-up
m. Cleaning
n. Disinfection
a. Testing
1.3 R�FERENC�S
A. Reference Standards
1. Reference standards ciied in this Specification r�fer to the eurrent reference
standarci puhlished at the time of the latest revision date logged at the end of this
S�ecificatian, unless a date is specifically cited.
2. American Association of Sta#e Highway and Transpoi�tation Of�icials (AASHTO}.
3. ASTM international (ASTM}:
a. D1784, Standard Specification faa' Rigid Poly(Vinyl-Chloi7de) (PVC)
Compounds and Chlarinated Poly(Vinyl Chloride) (CPVC) Coan�aunds.
b. D3139, Standa.rd Specification far Joints for Plast�c Pressure Pipes Using
Flexi6le Elastomeric Seals.
4. American Water Wnrks Association {AWWA}:
a. C60Q, Installation of Ductile-Iron Water Mains and theu Appurtenances.
b. C60S, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes
and Fittings for Wafer.
c. C900, Polyviny] C1�loi•ide {FVC) Pressure Pipe, and FaUricated Fittings, 4 IN
through b0 IN, for Water Transmission and Dist�'ibution.
d. M23, PVC Pip.e—Dasign and Installation.
e. M41, Ductite-Iron Pip� and Fittings.
5. NSF [nternational (NSF):
a. 61, Drinking Wate�� 5ystem Campflnents -- Health EfFects.
6. Underwriters Laboratories, Inc. {UL).
l.4 ADMINISTRATNE REQUIREMENTS [NOT i75ED]
X.5 SUBMITTALS
A. Subznittals shall be in acco�•dance with 5ection O1 33 00.
S. Al] submittals shall be appi-oved by the City prior to delivery.
�.6 ACTION SUBMTI'TALS / INFORMATiONAL SUBMITTALS
A. Praduci Data
]. For PVC Pressw�e Pipe that is used for water distribution, wastewater force mains
or wastewater gi�a�ity �nains, inciucting:
a. PVC Pressu3�e Pipe
b. Manufacturer
c. Dimension Ratio
C1TY OP �ORT WORTH Wt1TER 8c SAN[TAIZY SLW�It R�I'LILC�MENT
STANI3ARD COfVS'TRUC'1"lON SPEC1FiCATION DOCiJMENTS CONTRACT 88
Revised �ioveml�er l�i, 2018 C1TY PROIECT NO. 01955
33l112-3
POLYVINYL C}{LORIDE (PVC) PE�55U12E P]PF
Page 3 of 8
d. Jaint Types
2. Restraint, if required in Contract Documents
a. Retainer glands
b. Th�'usi harnesses
c. Any other means of t�estraint
3. Gaskets
B. SIiop Drawings: When resk��ained jQints are required, fu��nish for PVC P��essure Pip�
used in tlle water distribution system or for a wastewater force main for 24-inch and
greater diametei�s, including:
1. Wa]] thickness design calculations sealed by a Licensed Professional Engineer in
'T'exas including:
a, Working pressui•e
b. 8urge p�•essui•e
c. Deflectian
2. Provide tl�t�ust rest��aint calculatians far all fittings and valves, sealed by a Licensed
Professional Engineer in Texas, #o verify the restraint lengtl�s shown on the
Drawings.
3. Lay schedule / drawing for 24-inch and greater diameters sea]ed by a Licensed
Professional Engineer in T�xas including:
a. I'ipe ciass
h. Joints type
c. Fittings
d. 5tationing
e. Transitions
f. Joini deflection
C. Certificates
I. Fui•nis1� an affidavit cei�tifying that all PVC Pressure P1pe meets tl'►e p►'avisians af
this 5ection, each run of pipe furnished l�as met Specificati�ns, all inspections have
been made and that all tests ]�ave been performed in aceordai�ce with AWWA
C900.
1.7 CL�SEOUT SUBMITTALS [NOT US�D]
1.8 MAINTENANCE MATERIAL �UBMITTALS [NOT iTSED]
1.9 QiI�iLITY ASSURANCE
A. Qualificatians
1. Manufacturers
a. Fi�lished pipe s�all be the product af 1 manufacturer for each size, unless
otl�erwise approved by tk�e City.
1) Clia��ge oj�ders, speciais, and field changes may be provided �y a different
manufacturer upon City approval.
b. Pipe manufacturing operations shall 6e performed under the contro] of the
manufacturer.
c. All pipe furnished shall be ir� conforinance with AWWA C904.
Cl'['Y QC PORT WOR`Cfi WATER & SP:NITARY SEWEIt �tI:Pi.AC�MEN'1'
STANDARD CONSTRUC'C103V SPECLFICATION DOCUMEIVTS CONTRACT $S.
Revised November 1G, 2018 C17'Y 1'RO,IECT iVp. pl955
3311 ]2-4
PULYWINYL. CkII..OILE�L- {PVC) PR�SSIIRF P{PE
Page 4 af 8
1.10 D�L,IVERX, STORAGE, AND HANDLIN�
A. Sto��age and Handling R�qui��ements
1. Store and handle in accordance vrith ihe guidelines as stated in AWWA M23.
2. 5ecure and �naintain a location to store fi}e inaterial in accordance with Section 0 l
b6 00.
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT [7S�D]
PART2- PRODUCTS
2.A OWNER-�'URNISHED [aR] 4W1VER-SiJPPLT�D PR�DUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacture�'s
l. Only the �nanufacturers as �isted in the City's Standarcf Pt•od�cts List will t�e
considered a.s shown in Sectian O1 60 00.
a. The inanufacturer must comply with this Speeiiication and related Sectians.
2. Any product that is not Iisted an the Standard Products List is cansidered a
substitutian and shai� be suhir�itted in acco�'dattce with Section O1 2� 00.
B. Pipe
1. Pipe shall be in accordance wi#h AWWA C900.
2. PVC Pressure Pipe for potable water shall meet the requirernents oi NSF 63.
3. Pressure Pip.e shall be approved by the UL.
4. Pipe shall have a lay lengih of 20 feet except for special fittings or closure pieces
necessary tn eoinply with the Drawings.
5. The pipe material shaIl be FVC, ineeting the requiremenfis o.f ASTM D1784, witl� a
cell classification of 12454. Outside diameters must be egual to those of cast n-on
and ductile iron pipes.
6. As a minimurn tl�e following Dimension Ratio's apply:
Diameter Min Pressure Class
inch} ( si)
4 throu h 12 DR 14
16 thrpugh 24 DR 18
Pipe Markings
a. Meet the miniinum requiretnents ofAWWA C900. Minitnum pipe markings
shall �e as follows:
1) Manufacttu•er's Name or Ti•ademark and produc#ion record
2} Nominal pipe size
3) Diinension Ratio
4) AWWA C90Q
5) Seal of testing agency that verified tl�e surtability of the pipe
CITY QF FOR7� WQRTH W:4T�It & SAN]'I'AItY S�W�Ci RI:['LACEMENT
STANDARD CONSTRUCTIO]V SPECIFICA"iION DOCUMENTS CDNTRACT 8R
Revised November lfi, 2U18 C1TY PRO]ECT NO. fJ1I55
�3 ii iz-s
I'OLYVINYL CHLD[Z1DE (PVC) PR�SSURE 1'll'E
Page 5 of 8
C. Pressure and Deflection Design
1. Pips design shal] be based on trencl� conditions and design pressure class speci�ied
in tl�e Dea�vings. Pipe shall be desigr�ed accarding ta the inethods indicated in
f1W WA M23 fai� ixencl� canstruction, using the following parameters:
a. Unit W�ight af Fill (w) = 130 pcf
b. Live Load = AASHTO HS 20
a Trencl� Depth = l2 feet minimum, or as indicated in Drawings
cl. Maximum E' — 1,000 max
e. Deflection Lag Factoz' = i.0
f. 1Worlcing Pressu�'e (P,,,) = 150 psi
g. Surge Allowance (PS) = 10�0 psi min.imum
11. Test Pressw�e =
j) No ]ess than 1.25 times the stated working pressure (l 87 psi �ninimuin) of
the pipeline jneasured at the highest elevation along tl3e test section.
2) No less than ].S times t11e stated working pressure (225 psi minimum) at
the lowest elevation of the test seetion.
i. Maximum Calculated Deflection = 3 percent
j. Restrained Joint Safety Factor (SF) = 1.S
k. M�imum Jaint Deflection = 50 percent of the manufacturer's
recommendations.
2. Verify trench depths af�er existing utilities are located.
a. Accoinmodate vertical aligilment changes required Uecause of existing utility or
ather conflicts by an appropi-iate changa in pipe design depth.
b. In no case shail pipe be instailed cfeeper than its design allows.
3. Provisions for Thrust
a. 'I'hrusts at bends, tees, plu�s ar ather fittings shall be mechanically restrained
joints wh�n required by the Drawings.
b. Na thrust res#raint contribution shall be allowed for tlae restrained lengtl� of
pipe within the casing.
c. Restrained joints, whe�'e required, shall be used for a sufficient distance from
each side of the bend, tee, plug, valve, or other fitting to j�esist ti�rust wi�ich will
he der�elnped at the design pressure of the pipe. For the purpose af thrust the
follawing shal.l appiy:
1) Calculate �alves as dead ends.
2} Design pressure si�all 6e greater than the pressure class of the pipe or the
inte�'na] pressure (P,), whiche�er is greater.
3} Restrained jaints sf1a11 consist of approved mecl�anical i•estrained or pusla-
on restrained joints as ]isted in the City's Stancfard Prod�►cts List as shown
in Section O1 50 a0,
4) Restrained PVC pipe is not a]lowed %r pipe greater than 12 inches.
d. Tlse Pipe Manufacturer slzall verify tlie ]ength of pipe witl� resirained joints ta
res.ist tl�trust in acco.rdance with tl�e Drawings and the following:
1) Calculate the �+eight afthe ea�th (W�) as th� weigllt pfthe projected soil
prism above ihe pipe, for unsat«rated soil canditions.
2) Soil densiiy = 115 pcf (maximum value to 6e used), for unsatui�ated soil
conditions
3) In locations w1�eE•e ground water is encounte�-ed, reduce tl�e soil density to
its buoyant weight for the backfill belo�v tlle water table.
a) Reduce the coefficient af frictian ta 4.25.
CITY qP' FORT WORTH WATGR & SAN!'['ARY SEWER REPLACEMGNT
STAI+lDARD CONSTItUCTION SPECIE [CAT10N �OCUMENTS CON1"RACT 88
Revised NovemUar l6, 2fl1$ CITY P[iO.IECT ND. 0195�
33 11 12 - G
POLYViNYL CHLORIDE (I'VC) PRESSURE PIPE
Pa�e 6 of S
4. �0117tS
a. Joints sl�all be gasket, bell and spigot and push-on type conforming to ASTM
D3139.
h. Since each pipe manufact�rer has a different design fo�� push-on,jaints, gaskets
sliall be �aE�t oi a complete pipe section and ptn�chased as sucll.
c. Lubricant must be non-toxic and NSF appraved for potable water ap�licatioi�s.
d. Push-On Restiained Joints shall only be as approweci in the Standard Products
List in Section O1 b0 O(].
5. Detectable Markers
a. ProVide detectable marlcers in accordance with Section 33 OS 26.
2.3 ACCES.SORIES [NDT USED]
2.4 50URCE QUALITY CONTROL [NOT USED]
PART 3 � EXECUTION
3.1 YNSTALLCRS [NOT USED]
3,2 EXAMINATION [NQT USED]
3.3 PREPARATION [NOT USED�
3. �4 INSTALLATIO N
A. General
1. Install pipe, fittings, specials and appurtenances as specifred herein, as specified in
AWWA C600, AWWA CbOS, AWWA M23 and in accordance with the pipe
inanufacturez's z•ecainmendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3, Excavate and backfill trenches in accordance 4vikh 5ection 33 OS 10.
�. Embed PVC Aressiire Pipe in accordance with Section 33 05 10.
5. Far installation of carrier pipe within casing, see Section 33 OS 2Q-.
B. Pipe Handling
I. Haul and �listribute pipe and fittings at the project site.
2. Handle piping with care to avoid damage.
a. lnspect each jaint of pipe and reject or repair any damaged pipe p�•ior to
lowering into the trench.
l�. Use anly ny[on ropes, slings ar other lifting devices tl}at will not dainage the
s�arface of the pipe for handling the pipe.
3. At the cfose of eaeh operating day:
a. Keep the pipe clean and free of debris, dit�t, animals and t�•ash — dtiring and after
the laying operatinn.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Joint Making
1. Mechanica[ Joints
a. In accordance with Section 33 11 1 l.
C1TY OF FORT WflRTH WA'CER & 5AN[7'ARY SEWER REPLACEMGNT
STANDARI] CUNSTI2UCTIdN SPECIFICATION DOCUMEtVTS CONTRACT 88
Revised I�ovetn6er IG, 2618 C[TY I'RDJEC7' 1��. U1955
33 k] i2-7
POLYVINYL C[{LORTDC (PVCj PR�.SSlliZE PIPH
I'age 7 af 8
2. PUS�7-017 JO[11tS
a. Install Push-On joints as defined in AWWA C900.
}�. Wipe clean tMe gaslcet seat inside the bell of all exh-aneous �natter.
e. P{ace the gasket in the be11 in tl�e position prescribed by the �nanufacturer•.
d. Apply a thin film of non-toxic vegatable saap lubricant to the inside of the
gasket and the outside of the spigot prio.r to �ntering tl�e spigof into the 6e11.
e. When using a field cut plain e��d }�iece of pipe, refinish the field cut to confortn
to AWWA C605.
3. Joint Deflection
a. Defiect the pipe only when necessa�y tn avaid obstructions, oz• to �neet tiie 1 ines
and grades shown in the Drawings.
b. Joint deflection sfzall not exceed 50 percent of the manufacturet•'s
recamir�endation.
D. Detectable Metallic Tape [nstallation
1. See Section 33 OS 26.
3.5 R�PAIRIRESTORATION [NOT US�D]
3.6 RE�INSTALLATION [NOT USED]
3.7 FIELD [ou] STTE QUALITY CONTROL
A. Potable Water Mains
1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water
malns:
a. Clean, #�usl�, pig, disinfect, h�drostatic tes# and bacteriological test the waiar
main as specified in Section 33 04 4Q.
B. Wastewater Lines
L Closed C�rcuit Television (CCTV) Inspectinn
a. Provide a Past-CCTV lnspection in accordance with Section 33 Ol 31.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING jNOT USEDj
3.14 CLEANXNG [NDT USED]
3.1 l CLOSEOUT ACTIV�TIES [NOT USED]
312 PROT�CTION [NOT US�D]
3.13 MAINT�NANC� [NOT USED]
3.14 ATTACHIVIENTS [NOT USED]
CITY OF rOE�'1' WORTH WATGR & SAIVI�CARY SEWER REPLACEMENT
3TAIVDARD COI�ISTRUCTiQN Si�ECIFICATIO�T DOCUMET�iTS CONTRACT 88
Revised No�emher k6,2fl18 CITY PRa.I�.C�� NO, 01955
33 11 12- 8
POLYVINYLCHE.D[tID� (PVC) PR3�SSURE C'IPE
Page 8 of 8
END OF S�CTION
Re�isinn Lng
DATE NAME SLIMMAi2Y OI' Cl-IANGE
2.2.C.1 avd 3,�}.C.3 -- revised maximin�� joi�[ deilection requirements
3.4.C.1 -- Added refereoce to Ductile Iron Fittings
12/20/2032 D, ]ohnson
3.4.D — Removed M ai-ker Balls
1.] Madified acc�ptable range fol� specification from up to 24-inel� !o up to 3G-inch
Change Section 2.2 Ii. 5, fi•o�n "The pipa material sliall be PVC, meeting ihe
411/Z013 F. GriffiE� requirements of ASTM I]1784, with a cell elassification of 12454-B." to "The pipe
malerial sl�al] he PVC, meeting the require�nents ofASTM 817�4, witli a cell
classification of 12454".
All refe��ences Eo lhe use of C90S are no I�nger applicable and a�•e deleted.
11/14/2U18 �.V. Magar�a
i.3.A.4.c. — Updated tn i•eflect C900 applicaUle on PVC pipe sizes 4" dsrough 60".
CITY OF FORT WORTH WATGR &c 5AN1'fARY SEWER REPLACENIENT
S'TANDARD C�NS'1'RUC770�I SPEC[r1CATFON DOCl3tv1EN�5 CONTRACT 88
IZevised 1Vavcmber lG, 2018 C:ITY PRUJECT NO. 03955
33 12 10 - ]
VJATER SERVICES 1-1TICII TO 2-1NC1-i
Page 1 of l7
��CTION 33 12 I4
WAT�R SERViCES 1-INCH TO 2-INCH
CText in 131ue is for infor•nzatiorr or gur.'danee. Remove ald blue text in the fanal project c�ocu�nenl.]
PART1- G�N�RAL
11 SUMMARY
A. Sectioi� Includes:
Lead-f'ree 1-inch to 2anc1� water servic� lit�es fi•om the water inain to the right-of
way, fittings and water meter �oxes eompfete iii place, as shown on the D►•awings,
dieected 6y the Enginee��, and specified herein for:
a. New Water 5ervice
b. New '17Vater Service {Bored}
e. Wate3� Meter 5ervice Relocate
d. Private Watee Service
B. Deviations fi�om this City of ForC Warth Standard Specification
1. None.
C. Products Installed but nat Furnished Under this 5ection
1. Water ineters for various sizes
D. Related 5pecification 5ections inelude,. but are not necessarily ]imited tn:
1. Division 0— Bidding Require�nents, Contract Forrns and Conditions of the Contract
2. Divisian 1— General Requirements
3. Section 33 44 40 — Cleaning and Acceptance Testing of Water Mains
4. S�;ction 33 OS l0 — Utility Teench E�ca�ation, Embedment and Back�ll
5, Sectian 33 1 Z 25 — Connection to Existing Water Mains
1.2 PRICE AND PAYMENT PROC�I�UR�S
A. Measur��ent and l�ayment �Itelns in this Section ar^e intencled lo be cornbr'ned for
specif c pro ject situations. For exans�le - Ilera7s 1 or� 2 shoudd be used alone for• a
previously un-serviced lot. Itenzs 1 or 2 shauld be used ir� canju�ction with Item 3.far a
n2eter relocate wheJ�e dhe neiv se1•uice is S feet or less fi°a�rr the e�isting service. Itenis �
or 2 shoiild be conzbir�ed ti��rth Items 3 and � foJ� a meter rel�ccrte whe�e the service is
berng rnoved mo�°e t]�arr S feet frpin the existing servrce.J
1. New Water Service
a. Measurement
1} Meas�u�ement for this Item shall be pe�• eacE1 new "Water Ser�iee" comple#e
in place from t11e tap of tl�e maiil to the installation of the metei• Uox and
assaciated appurtenances where tl�e service line is installed l�y open cut
constructio».
b. Payment
1) Tlle work pe�-forined and materials furnished in ace.ordance wifh tt�is Ttem
and ineasured as provided under "]Vieastn•ement" will be paid for at the unit
priee bid per each "Water Service" installed for:
C1Tt' pF PQR']" WORTH WATER & 5ANITARY 5L4GLR REPLACEH�[E1VT
STAAiDARD CONSTitUCTION SPECIFICATfOiV DpCUMENTS CO�I7�RACT 8$
Kevised i'ebruary t4, 2017 GTY PRO,fECT NQ. 01955
33 1� ]0-2
WATER SERV➢CES I,IIVCH Tq 2-]NCH
Page 2 of l7
a) Various sizes
c. i'l�e price bid sl�all include:
]) FurnisUing and installing New 5ervice Line as specified by the Drawings
2) Submitting product data
3) Tapping sadd[e
4) Corparation stop
5} CurU stap
6) �'ittings
7} Se�•vice line installed by open c�Et
$} Connection to metee
9) Meter Box and Lid
10) Pav�ment removal
11) �xcavat�an
12) Hauling
l3} Disposa] of excess n}ateria]
] 4} 5urface Restoratian associated with Meter Bax installation and connection,
excluding grass (seeding, spdding or hydro-�nulch paid separately)
15) Clean-up
16) Disinfection
17) Testing
2. New Bored Water Ser�ice
a. Measurement
1) Measurement fpr this Itein shall be pej• eacli new Watez• Serrrice complete in
place fi•ain the tap of the main to the installation of the meter box and
associated appurienances vvhere ti�e service line is installed by tr�nchless
method.
b. Payinent
1) Tlie work pei�farined and materials furnished in accordance with this Itein
and measuxed as provided under "Measure�nent" will be paid for at the uttit
pt•ice bid per eacl� `Bored Water 5ervice" installed far:
a) Various sizes
c. The price bici shall include:
1 } Subinitting product data
2) Tapping saddle
3) Corporation stop
4) Curb stop
5� �1tt133�S
6) Seivice line installed by�trenchl�ss metIlod
7) Connection to meter
8) Meter• Box and Lid
9) Pavement reinoval
10) Excavation
11) Hauli�ag
l2) Disposa] of excess �nateria]
13) S�irface restaration associated with M�ter Box installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid se�aratel�+)
14} Clean-up
15} Disinfection
lb} Testing
CITY O� P[JRT WORTH WATER & SANITARY SI:�WER RSPLACE11+fENT
STANDARB CONSTRUCTION 5PL-C[!•ICA'T10N �OCUMENTS CO3vTIZACT88
Revised February 14, 2017 CiTY PROJECT NO- Q I 955
33 �z ia-3
WA"C�it SERV ICES l-[NCI I T(7 2-I NCH
Page 3 oF 17
3. Water Meter Ser�ice Reconnect
a. Measurement
1) Measurement for k13is ltem sl�all be pe�� each Water Meter Service
Reconnect coi�nplete in place from pubjic servic.e line connectian to private
ser�ice line connectioa�.
b. Payi3�ent
1) The work pet�Forined in conjunctic�ii with .relocation of the meter, assaciated
private service line, fittings and meter box 5 feet or less in a�iy direction
fi•om center{ine of existing meter location and the materials fuj•nisl�ed in
accordance w.ith this jiem wiil be paid for at ti�e unit price bid per each
"Wate�- Met��- Service, Reconnection" ins#aiied fQr:
a) Various size of services
c. T1�e price bid shafl include:
1) Private service line
2) Fi.ttings
3) Private conneciion to water meter
4} Connection to existing private service line
5) Cut and crimp of existing service
6) Removal and Disposal or 5alvage of existing 2-inch or smal�er water �neter,
as directed by City
7) Pave3nent remo�al
8} Exca�vation
9) Hauling
1Q) Disposal ofexcess material
i 1) Surface restoration for area distuj•6ed for instal�ation of ineter box,
excluding g�'ass (seeding, sodding or hydro-mulch paid separately)
12} Clean-up
l3) Cleaning
14} Disinfection
l5) Tesfing
4. Private Water 5elvice Relocation
a. Measure�ner�t
I) Measurement for this Item sl�all be p�r linear faot o:f Priva#e �ezvice
relocation eomplete in place ii-om tk7e meter box to a eonnection to the
existing service line an private property.
b. Payment
]) The work performed in conjunction with Private Service Line installation
where tl�e meter ancf ineter baxes are �noved mare than 5 feet in any
direetion from centeriine of e�isting meter location and materials furnisheci
in accoirlance with tl�e Item and measured as providecf under
"Nieasuz'ement" will be paid for at the �mit p.rice bid p.er linear foot of
"Private Wate3• Service" performec) for:
a) V'arious service sizes
c, Tlie price bid shall i��cfude;
1) Obtaining appropriate permit
2} 06tainir►g Rig��t of Enfry
3) Submitting produe# data
4} Pt�ivate service line
5) Fiitings
CITY pF FpRT Vi/dRTH WATGR & SANITAlZY SEWJER REPLAC�M]:NT
STANnARD CONSTRUC170N SPECIP[CA7'fON DOCU[v1ENT5 CONTRACT 88
Reuiscd fe6ruary 14,2017 CITY P120JBC1' NO. O1455
33 iz in-4
W:4TER SERV[C�5 I-[NCH `CO 2-INCH
Pa�e4af17
6) Backflow preventer, cl�eck valve, and isolation valve relocation, if
ap�alicable
7) Co��nection to existing private service iine
8) Pavement reinoval and replacement
9) Excavation
10) Ha�aiing
1 i) Disposal of excess mateciat
12) Surface restoration, excluding grass (seeding, sodding or hydro-mulch �aaid
separately)
j3) Clean-up
14) Cl�aning
1 S) Disinfection
16) Testing
�.3 REFERENC�S
A. Definitions
l. New Service
a. Ii�stallation of new 1-inch to 2-inch Water Se�vice Li.ne by apen cut
canstruction fi•om the water main to the right-of-way, including corparation
stop, curb stop, fittings and water meter boxes complete in place, as shown on
the Drawings.
2. New Service (�ored)
a. Installation of new 1-inch to 2-inch Water Service Line by trenchless
construction method from the watar main to tl�e right-of way, including
coi•paration stap, curb stap, fittings and water meter boz�es coi�aplete in place, as
shown on the Drawings.
3. Meter Se�'vice Reconnec#ion
a. Relt�cation and reconnection of t11e private service Iine from an existing rneter
to be abandoned and a new meter installed that lies witliin S feet of ihe existing
meter.
4. Private 5ervice Relocation
a. Relocation and reconnection of private se�viee line behind the water meter
whei•e the existing meter to be abandoned and the n�w meter installed is greater
tllan S feet of the existing inetei•. A licensed plumher is requi��ed to relacate the
private see�ice.
5. Lead-fi•ee
a. Lead-fi-ee pipes and plumbing fittings and fixtures sha11 eantai�� less than 0.25
per•cent lead in accardanca with the �•eduction of Lead in Drinking Water Act
(P.L. 1 i 1-380).
B. Reference Standards
1. Refere��ce standarc�s eited in this Specification refer to the current refei•ence
stai�►dard published at the fime of the latest revision date logged at the end af this
5pecifcation, unless a date is spec.ifically cited.
2. ASTM lnternational (ASTM):
a. A48, Sta�3dard Specif cation for Gray Iron Castings.
b. A536, Standard Speeification for Ductile Iron Castings.
c. B8$, Standard Specifi�ation fnr Seamless C.apper Water Tube.
d. B98, Standard Specificat.ion for Copper-Silicnn Alloy Rod, Bar and Silapes.
CITY OF FdRT WORTH WATGR & SANITAEtY SEWEIt REPLACEM�NT
STAN�AI�D CONS'CItUC"I'ldN SPECIFECATION 170CUMCNT5 CQNTRACT 88
Revised February ]�4, 2p l7 C ITY PRO.FECT NO. 01955
331210-5
WATERSERVICCS l-[NCIi'CO2-[NCH
Page 5 of i7
e.
f.
��
h.
i.
�•
C13 i, Standard 5pecification for Resistance to Degt�adation of Smali-Size
Coarse Aggi•egate by Abrasion and [rnpact in the Los Angeles Machine.
C150, Standard Speci�cation fo�' Poi-tland Cement.
C330, Siandard Specification for Lightweight Aggregates for Structu►'al
Canc3•ete.
C857 (TtL}, Standaed Practice for Minimut� Sh'uctural Design Loading for
Underground Precast Concrete Utility Struct���es
D883, Standard Terminology Relating to Plastics.
D 1693, Standard Test Metho.d for Environtnental Sta�ess-Cracking of Etl�ylene
Plastics
3. American Water 1�Vorlts Assaciation (AWWA):
a. C700, Cold-Water Mete�•s - Displacement Type, Bronze Main Case.
b. C800, Under�round Service I�ine Valves and Fittings.
4. N5P International (NSF):
a. b1, Drinlcing Water System Coinponents - Healtli Eff�cts.
S. Reduction of Lead in Drinking Water Act
a. Pul�lic Law 111-380 (P.L. I 11-380)
6. General 5ez-vices Administ�ation (GSA):
a. RR-F-�2lE, �'rames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole
1.4 ADMINISTRA.TIV� REQUXREMENTS
A. Scheduling
1. Provide advance notice for serviee interruptions and meet require�nents of Divisiot�
0 and Divisian 3 .
I.5 SUBMITTALS
A. Submittals shall be in accordanee wit� Section Ol 33 00.
B. All sub�nittals shaii be approved by tl�e City prior to delive�•y.
].6 ACTXON SUBMITTALS/INFORMATXDNAL �UBMITTALS
A. Product Data, if applicable:
l. Tapping Saddle
2. Gorporation stop
3. Curb Stop
4. Serviee Line
5. Mete�� Bnx
6. Meter Box Lid
B. Cei�tificates and Test Reports
1. Prior to shipment of any� Water Serviee components, d1e man�ifacturer shall sub�nit
the followif�g:
a. A Cez•tificate of Adequacy of Design stating that the components to be
fin•nished comply with all regulatory requi�•einents identified in this Seciion
ineludii}g:
1) Tl�e Reduction of Lead in Drinking Water Act (P.L. 111-380)
2) AWW�. CSOQ
3) NSF 61
CITY O�' FORT WORTH WAT�R & Sk1V1TF1RY SFt�R REPLACEMENT
STANDARD CONSTRUCTION SI'ECIF3CATION DQCUiv1ENTS CONTRACT $:8
Revised Pebru�q� 14, 2017 CfiY PRD.IECT NO. �1955
33 �z �a-6
WATGR SGRVICES I-INCH TO 2-INCI�
Page6of17
1.7 CLO�EOUT SiTBMITTALS [NOT USED]
1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT iTSED]
1.9 QUALITY ASSiTRANCE
A. Qua]iiicat.ions
l. Manufacturers
a. Water Services shail meet or exceed the latest revisions of AWWA C800, NSF
b1, the Reduction of Lead in Drinkiilg Water Act and shall meet or exceed the
eeqtiirements of t��is Specifica4ion.
114 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect all pa�-�s such that no damage or deteriax'atian will occur during a prolonged
delay from the time of shipment untkl installatirnz is c�znpleted and the units and
equip�nent are ready for operation.
2. �rotect all equipinent and pa��ts against any damag� during a prolonged period �t tl�e
site.
3. 1'revent plastic and si�nila�• brittle items fi-o�n being direetfy exposed to suniight or
extremes in tempej•ature.
�4. 5ecure and inaintain a iacatian to store ti�e materia] in accoidance with Section 01
6� ao.
1.11 FI�LD [SIT�J C�NDITIDNS [NOT USED]
1.12 WARRANTY [NOT USED]
�'ART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCT�
A. Water tneters for �at�ious sizes
2.2 EQUIPM�NT, PRODUCT TYPES, AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on tE�e City's Stanciard Products List wilt be
conside�•ed as shown in Section OI 60 00.
a. The manufacturer must comply with filiis Specification and related Sections.
2. Any product that is not listed an the Standa��d Products List is considered a
substitution and slzall be subinitted in accordance with 5ection O1 25 00.
3. The Water Services and appu�•tenances shal] be new and the product of a
maflufacturer regi�larly engaged in the �nanufacturing af Wate3• Services and
appu►�tenances having similar serviGe and size.
B. Descripfion
Regulatory Requirements
C[TY dP T'OAT lVOItTH WATER & SANITARY SEVJER RE�'LACEIV[E1VT
STAN�ARD CONSTRUC'k"ION SPECIFICATIOAi DpCUMENI'S CQNTRACT 8$
Itevised February ]4,2�17 CITY PROJECTNq, U1955
3312i0-7
WATI:R S�RVlC�B I-INCH TO 2-[NCH
Page 7 01' ] 7
a. A11 materials sha�l conforrr� to the Reduction of Lead in Drinl�ing Water
Act (P.L. 111-380). This Aet defines "Lead-fr•ee" %r pipes and flther
appurtenances to be less than 0.25 percent lead.
b. Water Ser�ices sMa�l ineek or e�ceed the latest revisions of AWWA C800 and
sha[1 meet or exceed tl�e r�quirements of tl�is Specificatian.
c. All Water Se�•vices components in con#act with potable water sha11 conform to
the requirements of NSF C� 1.
C. Materials/Design Ci•iteria
l. Service Lines
a. Provide Type K Copper Tubing per ASTM B88.
b. Furnish in xhe annealed conditions, unless otherwise specified in the Contract
Docu3nents.
2. Serviee Couplings
a. Fitting Ends
1) Flar�d Copp.er Tubing with thread dimensiqns per AVJWA C804
2} Provida coupling nuts �+ith a machined bearing skirt of a length equal to tlie
tubing auter diameter {O.D.).
b. P'rovide with hexagonal wrench grip compati6le with the coupling size,
c. Pro�ide lead-free sej�vice couplings in accordance with the �eduction of Lead
in Drinking Water Act.
3. Corpal-atian stops
a. �'rovide brass castings per AWWA C8Q0 far:
1) Bodies
2} Plugs
3} D washers
4) Bottam nuts
U. Macl�ining and Pinisliing of Surfaces
1} Provide 1 3/� inch per faot or 0.1458 inch per inch � O.D07 inch per ine11
taper of the seating surfaces for the key and body.
2) Reduce large end of the tapered sur•face of the key in diamet�r by chamfei•
or turning for a distance that will 6ring the largest end of the seating surface
oftlle key inta the largest diameter of the seating surfaee of tl�e body.
3) Relieve taper seat in the body on the small end.
4) Extend sma11 end of the key thej�e-tht�ough to prevent the wearing of a
shoulder and faciiitate prnper seating of key.
5) Desigii key, key nut and washer such that if the key nut is tightened to
failure point, the stam end o.fthe key shall not fi•acture.
6) Design nut and stem to witl�stand a turning f�rce on the nut oi at least 3
times the necessary effort to properly seat the key withoui fail����e in any
manner.
7) Port th�•ough co�poration stop sl��ll be full size to eliminate turbulence in
the flow way.
8} Design stop far rotation abouf the axis of the flow passageway insid.e tl�e
follovving minimum circles in order to properly clear the tapping rr►achine:
a) Two 718-incl� for ]-incli cox�paa'ation stnps
U) Four 15116-inch for 1'/z -inch and 2-inch corpoi•ation stops
c. Pravide lead-fiee corporation stops in aceordance with the Reduction of Lead in
Drinking Wate�• Act.
CiTY OF FORT WORTH WATER & 5AIVITARY S�WEK R�PLAC�M�N"C
S"I'Ai�fl]ARD CpNSTRUCTI�IY SPECI�ICATIQIV 1�OCl]MENTS CONTRACT 88
Re�ised I'eUruary I4, 2017 Cli'Y PRO.ILCT NO. 91955
33121p-S
WA'1'ECi S�RV[C�5 ]-I1dCN TD 2-INCI-I
Page 8 of 17
4. Curb Stops
a. Pi'avide brass castings per AWWA C$00.
b. Valve plugs shall be:
1 } Cylinder type
2} Plug type, or
3} Bal! type
c. incorporate full flow porting.
d. Pi•ovide for full 360 degt-ee plug rotation elocicwis.e or counter-clockwise.
e. Overall Lengtl�
1) 3-5/16 inch ± 1/8 incl� for 1-inch diameter
2) 4-1/32 [nch ± 9.32 for 1-inch diameter
f. Cylind3�ical Pfug Type
1) Provide O-ring seal at top and 6ottom.
a) a-ring at top only is acceptable ifbottom of curb stop body is closed.
2} Seals sliall be Buna N.
3) 1 O-ring seal shall surround the outlet poi�t of the curb stop and act to
effectively seal in the closed position.
4} The poi�t in the plug shall provide a stt•aight through, full size ffow way, sa
sl�aped as to eliminate turhulence.
5) All waferways si�all be smootl� and free of burrs or rough areas.
6) Design the curb stop tn provide �ase and acc.uracy of operation and positive
sl�ut-off of water.
g. 'I'apered Plug Type
1) Provide Oa�ing seal at top and bottam.
2) The tapered plug �d eylindrical recess in the valve body shail be inachined
to match within approv�d manufacturing tolerances.
3) Inlet and auilet pot�ts s�►ali be sealed hy O-rings or combination Teflon U-
shape�l seal rings backed with O-rings.
4} The poi�t in the plug shall provide a straig,kit through, full size flow way, so
shaped as to eliminate tu1'bulence.
S) All waterways shall be sinaoth and free of burrs or rough areas.
b} Design tl�e curb stop to provide ease and aceuracy of operation and positiv�
shut-off of r�vater.
�i. Ball Plug T�+pe
1) Provide double O-ring seals on the stem.
2) The ball sl��ll seal against rubbe�' rin.gs mounted in the valve hody at the
inlet and autlet poi�s.
3) TE�e Ua11 shall be bronze with a smootIi Teflon coating.
4) 'I'he port in tlie plug silall prflvide a straight through, full size f7ow way, so
shaped as to eliminate turbulence.
5) Ail waterways shall be smo.oth �nd fi•ee of burrs or rough aieas.
i. Pro�ide lead-fi'ee curb stops in acco.rdance with tl�e Reductian of Lead in
Drinking Water Act.
5. Sh��ight Adapters
a. Srass castings and threads perAWWA C800
b. Provide lead-fi�ee. stz�aiglat adapters in accordance witl� th� Reduction of Lead iji
Drinlcing Wate�• Act.
6. Tlv�ee Pai-t Copper Unions
a. Brass castings and ihreads pez- AWWA CS00
CITY OF FQKT WORTH WATER & SANITARY SGWCR It�PLACEMENT
STAhIDARD CQNSTRUCTlO1V SP�CIi'TCAT[qN DOCUMENTS CbNTCLAC�' 86
Revised Fel�ruary ]4, 2017 C1TY PROIEC[' NO. 01955
33 12 I0-9
WAT'�ItS£RVICES 1-11VCH'fd2-iNC]-i
Page9af17
U. Provide ]ead-free Three Part Copper Unions in accordance r�vith the Reduction
of Lead in Drinkin� Water Act.
7. Straight M.eter Couplings
a. Brass castir�gs per AWWA CS00
b. Threads per AWWA C700
c. Tailpieee with outside iron pipe thread
d. Chamfer corners on threaded end of �neier nut.
e. Macl�in� inside and nutside aftailpiece.
f. Provide lead-free SU'aight Meter Coup.lings in accordance vdith the Reduction of
Lead in Drinkin� Water Act.
8. Branch Connections
a. Brass castings per AWWA C800
b. Inlet and outlet conneetions �er AWWA C800
c. Provide lead-free brancla connections in accordance with the Recfuction of Lead
in Drinking Water Act.
9. Service Saddles
a.
b.
c.
d.
Castin�s
I} Brass or Nylon coated ductile i�•on castings per AWWA C800
2} Free of porasity with sl�ar� ed�es removed
3} Saddle
a} FoY-�n to fit firmly against side of maximum diarr�e�er of water main
t�vith approxiinately 180 degt�ees wrap around.
4) Outlet
a) Design au�let boss fm• no thread distai�tion by bending moments.
b) Tapped for taper threaded carporation stop conforming to A W WA
C$D0.
Straps
1) Conform to ASTM B98.
2) Form flat to �t uniformiy against tl�e wall of the wafer main.
3) Shal] be double straps
4) Rod diameter not less than 518 inch flattened to 1 inch on one side.
S} Straps shall be t��eaded 5/$ inch (11-NC-2A} for a distance such that'/z
inch remains after clam� is fully tightened on tne pipe.
6} Chainfer strap ends ta pr•atect tlae sta�ting threads.
7) The threads shall be full and fi•ee from shear.
8) 4-incl� and �ai•ger pipe shail be in accordance with 5ection 33 12 2S.
Nuts
1) Bronze material
a} Saine material as straps
2) Dime�sions equal ta or large�• than heavy Mexagon nuts
3). Tapped 5/8 inch (l l-NC-2B)
Gaslcets
l ) Neoprene rubber matea�ial
2) Cemented to saddle and positioned to facilitate installation
10. Brass Flanged Angle Valve
a. For 1%z-inch and 2-inch services
b. Brass castings per AWWA C800
c. Valve Body with integral outlet flange and inlet wrenci�ing flat
d. Fit together ]cey and body by turni»g key and reaining body
CITY OF FORT WORT7-i WATER & SA111TAILY SEW�R REPI,AC�ME.IVT
STANDACL� CONSTRUCTION SPECIFICA110N I}OCUMENTS CONTRACT 88
Revised Ccbruary 14, 2017 CITY PRO.fECT 1V0. O] J55
33 ]2 10 - 10
WATER SLRV]CES [-INCH TO 2-ftVCl�l
Pagel0ofl7
1} Key with O-ring seal seat at t11e uppe�• end
2) Lap key and body seat are to conforin to corporatian stop eequii•etnents of
this Specifieation.
3) Tl1e outlet flange shall contain an O-ring seat ar a uniform flat d►•op-in
flange gasket surface.
4) Drop-in flange gasket surface shall contain gasket retaining grooves milled
circ�lar about the axis of tlte #7a��ge.
S) The s�ze of the outlet flange and t1�e diameter and spacing of the bolt hole�
shall canform to AWWA C70Q.
b) The flange on 2-inch angle valves shall be dou6le drilled to permit
connection to 1'/2 -inch meters.
7} The inlet port of the valve shal] be tapez-ed ta c.onForin to AWWA C800
taper pipe tl�read.
8) TI1e key cap shall include a wrenching tee marked with a raised or recessed
arrow to show whether the valve is open or closed.
9) Valve Assembly (main body, key, key cap)
a) Brass mate.rial per AWWA C80Q
b) O-ring seal on the iap of tl�e key between the key and 6ody seat
e) Key cap shall complete tESe assembly by attaclling to the key by means
of a strong bronze p.in with phQsphor bronze spring wasl�ei�{s)
depi•essed between the key cap and the top of the valve main body.
d) Provide vUith padlock wings for locking the valve in the clased position.
e} There shall Ue a uniform applicatian af cold water valve grease
i�etwe�n the body and the key.
fl The valve s�all be capable of being easily opened and s�oppin� lugs.
g) Ti�e watei•way through the val�e sliall be smooth and rounded for
minimum pres�ure loss, and shall be free of burrs ar fins.
h) The valve sltall be strong, well designed, neat in appearance, water-
tight and entn•ely adequate for the intended purpose.
i) Provide wifh either a high quality rub.bej� dro.p-in �asitei or an O-ring
seal depending on the �nanufacCurer's ffange seal surface design choice.
e. Provide lead-fi•ee hrass flanged angl� valves in accardance with t11e Reduction
af Lead in Drinking Water Act.
1 I. Meter Baxes shall:
a. Be constr�cted of:
1} Pofymer, biack polyethylene materia! as defined in ASTM D883.
a) Minimum wall thickness of 3/8-inch througl�out with no blowing
agents or foa�ning plastics
b) Body sliall be black tlu•o�tgl�out, blended at tl�e time of manufacture,
and shall have a molded recycled emblem with a minimum of 35
pereent Post lndustriall Pre Consuine�' Recycled Content- veri�ed with
a Leed Product Documentaiion.
c) Have a tensile stE�ength greate�� tl�an 1700 pounds per square i�sch (psi).
d} Sinooth ed�es and corners and be free fi•oEn sharp edges so titie unit can
be handled safely witliout gloves.
e) Exteriar fi•ee from seains ar parting lines.
fl Have crush resistant ribb�ng along tl�e outside of the bax.
g} Have a flange ai•ound the lid op. ening to help prevent settling and aide
in adjustinent to grad�.
C]TY OF' POR'C WORl H WAT�R & SAN].TAitY SEWER RFPLACCME,N'i
STANDARD CONSTIiUCT[pN SPGCIFiCAI'[ON DOCUMENTS CdNTRACT 88
Revised February 14, 2O l7 Ci`l'Y PRd.TECT NQ. U 1955
33 tz ja-ii
WA'IT;'R 5ERVICES 1-1NC1� T02-INCIi
P3ge 1 I af 17
c.
d.
e.
fi1
g•
h) Not to be installed in roadwa� — designed to withstand loading in non-
deliberake and incidental traffic only.
2) Cancrete
a) Fracne of No. 6 gauge wire welded closed
b) Type I or Type II Portland ceme�it, in accardance with ASTM C150,
pQ��tioned with fightweight aggeegate, i�� accordance with ASTM C330
{ 1) Pea-centage af wear not to exceed 40 per ASTM C I 31
{2) Minimum 28 day campressive strength of 3,000 psi
Be able to withstand a minimum 15,OOQ �ounds vertical load
Withs#anc! a minimum 400 po«nds sidewall ]oad.
Have pipe holes measuring a miniinum of 2-1/2" x 3-1/4".
i-inch Standard Meter Box (Class A)
l) For use with se►'vices utilizing 5/$-inch x'/4-inch,'/-incl� or 1-inch meter
Single oz' Dual service metej�.
2} Polymer
a) Size: working of not fess than 10 inches x 16 inches, 12 inclies high
3) Cancrete
a) 5ize: working area not less than 10-inches x 1 G-inches, 12 i�zches higl�
2-inch Standard Meter Bo:x {Class C)
1) For use with services util�zing 1-1/2-inch or 2-inch Si�gle ser�ice metE�'.
2) Polymer
a) 5ize: working a��ea not less than 14-inches x 28-inches, 12 inches high
3} Concrete
a) Size: warking area not less than 15-inches x 25-I/2-inches, l2 inches
high
Bullhead 5tandard Meter Box (Class B)
1) For use with ser�ices utilizing two SI$-inch x 3fa-fnch o�' �/a-inch or 1-inch
Single service meter.
2) Polymer
a) Size: working area not less than 15-inches x 18-inches, 12 inci�es higl�
3) Concrete
a) Size: warking area not ]ess than 15-inches x 18-inches, 12 inches high
12. Meter Box Lid
a. Meter Box T,ids Shall:
1) Be solid throughout with reinforcing i•iUs.
2) Have City of Fort Vl�oeth `Molly' logo molded into the lid.
3) Bear the Manufactuj�er's IS (name or 1Qgo) and Countiy af O�'igin.
4) Be desigrred botl� with and without AMI re.ceptacles
5} Have a molded tread-plata
6} Seat secu�•ely and evenly inside the meter box and shall not overlap the tap
edge af the �neter l�ox.
7) Ha�e a molded picic 6ar for us:e by meter reading tool.
8) Have Automated M.eter Inirastr�ucture (AMI) snap iocking slide mpunts far
nu�nber af ineters/endpaints associated with �neter box
9) Have an opening ta accept tl�e AMI end-point. Opening shall accom�nodate
an endpoint vwith a 1-718 inches diameter.
10) Have recessed AMI end point area, to alleviaie a t�'ip liazard, centei•ed ovar
AMI slide mounk. Recess area sl�auld l�e 4-112 inches in diameter and 3/$"
deep.
] ] ) Have built-in anti-flotation devices.
C1TY OF rORT WO12TE-I WATER & SANITARY SEWE[2 AEPLACL-MEtJ"J�
5']'ANllARD CONSTRUCTION SPrCIFiCATIDiJ D.00UMENTs CONTRACT 88
Itevised February 14, 2017 CITY P1201ECT NO. 01955
33 12 10- l2
WATCR SERVICES [-[NCH TO 2-1NC1�1
Page 12 ni� 17
b. Cast I�•on or DuctiEe Iron
1) Lids %r Concrete Metee Boxes sl�all be constructed out of a cast iron and
meet RRF-621 specifcation.
2) Shali withstand a minimum ve�tical laad af l5,pOQ pounds
3) Coat castings witl� a bituminnus e�nulsified asphalt unless otherwise
specified in the Contract Docuinents, ground smooth, and cleaned with shot
blasting, to ge# a unifai7n quality free from strength defects and distortions.
4) Dimensions shall be within indust�y standards of �1116 inch per foot.
S) Shall have a plug inserted in to the AMI recepta�.]e ta a�oid water entering
througl� npening until tl�e AMI receptacle is used
6) Be a�ninimuin of 1-3/4 inehes thick at r•einforcing ribs.
7} Casting weights may vary �5 peecent fi�o�n drawing weight per industry
standards.
c. Plastic(Co�nposite)
1) The lid shall :
a) Constructed ofEngineered Plastic as defined in ASTM D$83
(1) Ha�e a molded �•ecycled emblem with a minimum of 50 percent
Post Consumer Recycled and SO percent Post Industrial/ Pre
Consumer Recycled Content- v�rified with a Leed Product
Documentation.
{2) Be designed to fit a concrete box/cast iron hox in ret�•o�t
instaIlations.
{3) Have a tensile strength greater than 1700 psi.
(4} Ha�e a`knocic-out" plug ta accept the AMT end- point. Knock-aut
diaineter sl�all b� 1-7/8 inch diarnet�r. A rei�novable plug inay be
substituted far tl�e knock-out plug.
(5} Be cor�structed out of a composite material blend for maximum
durability and corrosion i•esistance.
(6) Be blacic th��oughout witl� no blowing agents ar foanr�in� plastics
(7} Smaoth edges and coz-ners and be fcee from sha�•p edges so the unit
can he handlec� safely �,+itliout glaves.
(8) Exterior free frorn seains or pat�ting lines.
(9) Have a molded tread-pattein- teead dimensions shall he .188-inch x
.938-inch x .150-inch deep.
(] 0) Have "City af Fort Warth" molded intq the lid.
(11) Have "Water Meter" �nolded inio t13e lid-Font shall be standard
Fadal CN� %nt with I-inch charactei•s x. I 50-inch deep.
(12) Have a moldecf piek hole pocket- diinensions shall be 3-inch x
9/16-inch x Tl7ru Hole with 3116-inch 304 stairaless stee� rad.
(13) Have � pieces of %a-inch rebar lacated in Iid pnckets fpr
locatability as shown in D�•awings.
(14) Have location ca}�ability using Enetal detecto3�.
b) Do�nestic Manufactui�e Only-Made in USA moldeci on Lid.
c) Nol to be installed in roadway ar parking area
d} �e designed to withstand H-10 loading for non-deliberate and
incidei�tal traffic only as .
e) Have ultraviolet proteetion.
2) 1-inch Standard Plastic Meter Box Lid (Cl�ss A)
CITY Or NOR'f WOCi1'H WATGA & SANITARY S�WER REPUAC�MEN7'
STAI�lDARD CON5TRUCTIUN SPCCIFICAT]OIV DOCCJMENTS CONTRACT SS
Re�ised P'e6ruary 14, 2�17 C1TY PROJECTNO. 01955
33 12 10 - 13
WATER 5GRV1C�5 I-ENC[-1 T02-INCEI
Page 13 of l7
3}
4)
a) For use with services utilizing 5/8-inch x'/4-inch, 3/-0-inch or 1-inch
meter Single or Dua� service �neter.
b) Size: ] I-718-inch x 17-7/8-incl�, 1-1/2 inches high
c) Fpr use r�ith Class A Standard Metei• Box.
d) Polymer lid si�all seat evenly inside meter box and sEiall noi aver[ap the
top edge of the meter box.
2-inch 5tandard Plastic Meter Box Lid (Class C}
a) For �cse witl� services utilizing 1-1/2-inch or 2-inch Single service
ineter.
b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high
c} For use witl� Class C Standv�d Meter Box.
d) Polyiner lid shall seat evenly inside meter box and sl�all not overlap the
top edge of tlre meter box.
Bullhead Standard 1'lastic Meter Bo� Lid (Class B}
a) For use with seivices utilizing two 5/8-inch x 3/4-inch or'/4-inch or 1-
inch Single service meter:
6) Size: 16-5/$-inch x 14-5/8-inch, 1-3/4 incl�es high
c) For use with Class B Standa►'d Meter Box.
d) Po]y�ner lid sl�all seat evenly insida meter box and shall not overlap the
top edge of the meter box.
13. Horizontal Cl�eck Va1ve
a. Equip ]'/�-inch and 2-inch Water Services with a horizonta] check val�e, with
pipe plug, only if specifed in the Drawings.
b. Cf an e�sting ba�kflow preventer is present, the Conti•aetor is to leave it, and is
not required to provide an additional horizontal check valve.
c. P�•ovide lead-fi•ee horizontal check valves in accordanee with the Reduction of
Lead in Drinlcing Water Act.
14. Ser�+ice Marker
a. 3 inch wide, 5 mil blue vinyl tape
x.3 ACCES��R�E� [NOT USED]
Z.4 SOURCE QUALITY CONTROL
A. Tests and Inspectians
2.
3.
At tl�e C�ty's opYinn, the inanufacturer shall be required to pi�ovide cei�tification
recoi•ds showing conformance of inaterials, design and testing to tllese
Specifications.
The test procedu�•es sl�all conform to AWWfl C800.
a. In t�ie event that a chosen valve fails the City's hydrostaiic test, the cost af ti�e
test shall be at th� expense of the supplier.
b. 1'roof testing of the remainder of the valves shall be at the cost and
responsibility of the supplief•.
c. These tests will be the basis of acceptance or rejection of the remainder of the
shipment by the City.
The City reser�ves the right to select producis at rando�n for testing. Tf�e failtir•e of
materials to conform to the applicable Specification may result in the rejection of
the entit•e shipment.
B. Marking
CITY OF FpRT WdRTH WATI:R 8z 5AN[TARY S�WER fiEPLd10EMENI'
STANI]ARR CQNSTRUCTIDN SPECIFICATION DOCUMENTS CONTRACT 88
Revised rebruary 14, 2p17 C[Tl' PRO.IrCT N(�. Q1455
I
33 l2 10 - [4
WATGft S�.ItVICE3 I-1NCH TO 2-INCH
Pagel4ofl7
l. Service saddle castings sliall be clearly inarked hy letters a��d nun�erals cast the�-eon
sl�owing:
a. Manufacturer's name
b. Type
c. Size of Pipe
PART 3 - EXECUTION
3.1 INSTALL�RS
A. A licensed plumUer is required for installations on the outlet side of tl�e service meter.
3.2 EXAMiNATION [NOT US�D]
3.3 PREPARATION [NOT i1S�D]
3.4 INSTALLATION
A. General
1. Install Water 5ervices and appurtenances in accardance with AWWA C800.
2. Instalf Water Seivice Linas S feet n�rth or east of center of lot frontage on lots 75
feet nr wider, or where shown on Drawings.
3. Install Watei• Service Lines on lot center line on lots less than 75 feet wide, unless
otherwise shown on the Drawings.
4. Install services ai a jninimum depth of 36 inches below final gradelproposed top of
curb, unless otherwise specified in th� Contract Dacuments.
5. Perform ]eak tests in accordance with Section 33 04 �l0.
6. l�eplace existing'/a-inch �ervice Lines with 1-inch new Service L.ine, kap, and
carporation.
7. Install replaced or relocated services with tlae service inain tap and service line
being in line with ihe service meter, unless otherwise directed by the City.
8. Exca�ate, embed and backfill trenches in accordance with Section 33 OS la.
B. Handling
1. Haul and distribute Service Lines fittings at the pi�oject site and handle with care to
a�oid damage.
a. Inspect each segmer�t of S�rvice �,ine and rejecl or repair any da3naged pipe
priar tn lowering into the trench.
b. Do not handle tl�e pipe in such a way that wi11 damage the pipe.
2. At the close of each aperating day:
a. Keep the pipe clean and fi�e� of debris, dirt, aniznals and trasl� — during and after
the laying o.peration.
b. Cffectively seal the open end of the pipe using a gaskeied night cap.
C. Sea'vice Line Installatian
1. Se�•vice Taps
a. Only ductite iron pipe may be directly tap�ed.
b. Install servic� taps andlar tap assemblies of the specified size as indicated on
the Drawings, or as specified by the Engineer.
c. Perfo�7n taps on a water system that is either uncharged or undeG- pa'essure.
C1TY OP FORT WOTt'PH WA'fElt & SANITARY SEWER RT_PLACT'M�NT
STANDARD CpNSTRUCTIO�I 5PCCTPICAT[ON 1]OCUM�N'I'S CpNTRftCT SS
Revised February 14, 2017 CITY PFLQ.IEC7' N�. D1955
331210-]5
Wt1TGR 5ERV1Cr5 l-[NCI] TO Z-I1�CH
Page I 5 of 17
d. Taps consist of:
1) F'or Concrete Pressure Pip.e or Steel Pipe
a) Standard intej�nal pipe tlzreaded holes ii� tlae pipe walls
(1 } Made d►,u�ing pipe fabrication
(2} Provide tapered tlu•eaded outlet with cc threads for up to 2-inch.
(3) Pravide flange outlet with flange to theead insulator adaptor kits for
4-inch ai�d larger taps.
2) Other pipe materials
a} Bronze service clamp with a sealed, tl�readerl Uort through which the
pipe wall is drilled ta cfl�nplet.e a ser�iee pac-t
e. Tap Assembiies
i} Cansist of coi�poi�ation stap witiz iron to copper co�lneetion attached ta:
a) Cop�er tubing ter�ninating as shown on tl�e City's SYandaa•d Detail
b) May be required adjacent to gate valrres
c) Install as shown on the D�•awings, or as directed hy the Engineer.
d) When required, shall be included in tl�e unit pr�ce bi.d far installin� gate
valve.
2) Chlorination and testing purposes
a} Na separate payment wi116e made for taps required for testing and
chlorination.
2. Installation of Water Se�'vices
a. Install tap and Service Line in accordance witit City Details.
b. InsYall ineter box in accordance with City Details.
1) Adjustment of the 5ervice Line to praper meter placement heighF shall be
considered as part ofthe Meter Bax installation.
3. Trenching
a. Provide a trench width sufficiently wide to allow for 2 inches of g��anulat
enlbedment on either side of the 5ervice Line.
4. Bored 5ervices
a. 5ervices shall be bored uti]izing a pilat hole having a diameter %2 inch to 3/a
inches larger t13ar� the Service T.ine.
5. Ai�rangement
a. Arrange corporation stops, branches, curb stops, �neter spuds, meter boXes and
other associate appu��tenanees as shown in the Ciiy Detail, and to the approvai
af the Engineer.
5. Service Marker
a. When Metex• �ax is not installed im�nediately subsequent to sei-vice installation:
1) Mark Cui•b Stop with a strip of blue vinyl tape fastened to the end o�the
service and extending through the backfill approxi�nately 6 inch�s above
grour�d at the Meter Box location.
U. Installation of seivice taps only:
1) Attach ser•vice inarkei• tape to the corpo.ration stop Qr plug and extend
upward and normal to the main through the backfill at the adjacent trench
edge to at feast 6 in�ches above ��aund to flag the tap location.
7. Coi•poration stops
a. Fully open coz'paration stop prior to Uacicfill.
D. Remaval of Existing Water Meters
CITY OI' FORT WUItTH WATER & SAIY1TnILY SEW�.i� I2EPLACEIVfENT
STANDAR.D CONSTRUCTIDIY SPF.CIPICATLON DOCUMENTS COl�iT12AC'C 88
FZevised February 14, 2017 C1TY PROJL•CT NO. O1955
33 l2 Ifl- I6
WATGR ST:RV[CCS 1-INC3I TO 2-[NCH
Page Ib of 17
1. Retnove, tag and collect existin� Water Sei•vice meier for picku� by lhe City foi�
reconditioning or replacement.
2. After installation of the Water Se.rvice in the pro�osed location and receipt of a
meter fro�n the City inspector, install the meter.
3. Reset t11e �netel• box as necessary to be fl�ish with existing ground or as otherwise
directed by the City.
4. Al l such wa•k on the outlet side of the service meter sl�all be perfof•med by a
licensed plumber.
3.5 R�PAIR 1 RESTORATION [NDT US�D]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD �on] SITE QUALITY C�NTROL
A. Field Tests and Inspections
1. Check each Water Serdice installation for leaks and full flow through the curb stop
at the time the main is tested in aecordance with Section 33 04 40.
3.8 SY�TEM STARTUP [NOT USED]
3.9 A.DJUSTING [NOT USED]
3.10 CL�ANING jiVOT US�D]
3.11 CLOS�OUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.1.4 ATTACHMENTS [NOT USED]
END OF SECTION
CITY QF FOAT WORTH WATER 8: Sf�NITARY SEWER RL-PLACEMENT
STANDAR� CO1V5'CRUCTION SPECIFICATION DOCiJh�[EIVTS CONTRACT $$
Revised February 14, 20 [ 7 CiTY i'R03ECT NO. D E 95S
33�xia-i�
WATER S�RVICCS �-INCH TO 2-INCH
P3ge 17 nf 17
Re�ision �,og
DAT� NAM� SUMMARY OF CHANGE
Adc�ed E31ue Text for clarification
� I.2 A. — Re�is.ioa� to items included in price Uid
S�ecificatioa� mndified 4o be i� acc�rdance with tlte Reriuction of Lead in Drinking
1 212 012 0 1 2 p. .Tahusou Water Act—All materiats sl�alf be lead fi•ee in accordance witli this Act.
1.2.A.3 -- Water Meter Seivice Relocate ��as reuamed W atei• Meter 8e�vice
Reeonnecl
1.6.8. — addeel certification s��Uinittals Far compliance with eegulatory 3'equire3nents
Adc3ed the phrase `, including grass' to lines;
Pa�Y T, 1.2.A.1.c.14, PartL 1.2t1.2.c.i3, Part 1, 1.2.A.2.c.i3, ]'att ],1.2.A.3.c,1 I,
2/13/2013 F. GrifFin Partl, 1,2.A.4.c.11
p.dded tlie pl3rase `atid repiacement' to line Antt i,1.2.A.4.c.7
Revised lines witli `including grass' replacii�g ��itl� `excluding grass (seeding,
4/2G/2013 F, Griffin sodding. ar hydrqenulching paid separetely)'
Included in Part 1, 1.2, A, I, c, 14; Part l, 1.2, A, 2, c, 13; Par€ 1, 1.2, A, 3, c, 11;
Part 1, 1.2, A, 4, 2, l I
G/19/2q13 D, Johnson 1.2.A.4.c — Addition of private waier service app�rEeuances relocatiQn to Ueing
inclt�ded in die linear foot }�rice of rivate water services
I i/21l20] 6 W. Norwood Require ineter boa saitable fot• AMl meter. 2.2,C, 1 1& 2.2,C,I2
i 1/2712D16 W. Nonvood Requii�e service saddle wiEh double straps. 2.2,C,9,b
2/14117 W. Norwood 2.2, G, 9:a.3 Reinave t�ble "Fit Cnntour ofpipe..."
2I14117 W. Nonvood 3.4, C, l.d.(2) Remnve nylou sleeve inserts, require ce direads.
CITY QF FOR'I' WORTH WATLR & SANITARY 51:WGR REPLACEME�iT
STANI7ART� CaNSTRUCT[ON SPECIF[CATI03+i dOCUMENTS C(]NTRACT $8
Revised PeGruary 14, 2.D17 C]TY PROJECT NQ. O195S
33 �zzo- i
R�SEL[EN'1' SEATED (WEDGE} GAT'E VALVG
Page 1 of 9
1
z
�
S�CTION 33 12 20
RESILIENT SEATED (WEDGE) GATE VALVC
4 PART1- G�N�RAL
5 1.1 SUMJVIARY
6 A. Sectio.n Includes:
7 1. Resiiient Seated (Wed�e) Gate Valves 4-incl� thraugh 30-inch for• use with potable
8 water mains
R a. 30-inch and larger valves wiEl be equipped with an integt•al bypass
10 B. Deviations fi•om this City of Fort Wo�rth Standard Speciiication
11 l. Nane.
12
13
14
IS
1G
17
1 S 1.2
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3b
37
38
39
40
C. Related Specification Sections include, but are no# necessarily lim.ited to:
1. Division 0-- �idding Requirainents, Gantract Forins, and CanditiQ��s of tlle
Contract
2. Division 1— General Requirements
3. Section 33 11 OS —Bolts, Nuts, and Gaskets
4. Section 33 11 10 — Ductil� iron Pipe
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Gate Valve
a. Measuj�ement
1) Measurem�nt for this Itet�� sl�all be per each.
b. Payinent
1) The work performed and the materials furnished in accordance wiih this
Item shall 6e paid For at the unit price bid per each "Gate Valve" installed
for:
a) Various sizes
c. T11e price bid shall include:
1} Furnishing and installing Gate Valves with cannections as specified in the
Deawi ngs
2) Valve box
3) Exiension
4) Extensions for val�es in vaults
5) Valve vault and appurtenances (for 16anch and la�•ger gate valves)
6) Aet��olatum tape for connections to steel flanges
7) 2-inch risers (for 16-inc1Y a�d lar�er gate valves)
8) Tsolatiota kits when installed with flanged connections
9) Polyethyiene encasement
] 0) Pavement removal
l l) Excavation
CI7"Y O�' FORT WOfZfH WATEft �. SANITARY S�:W�R RGPLAC�MEN7'
STANDARD COIYSTRIIC`I'1�N SP�CINICA"170FV DOCUNfENTS CONTRACT 88
Aevised December 20, 2412 C1TY PRQ.IECT NO. D I 955
33 122U-2
RESILIENT SEATED (WGDGL) GATE VALVE
Page 2 of 9
1
2
3
4
S
G
7
8
9
]0
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
�
12) Hauling
13) DisposaJ of excess materiaV
14) Furnishing, placemet�t and coinpaction of embedrnent
15) Furnishing, placetnent ai�d compaction of backfil]
16) Clean-up
17) C{eaning
18) Disinfeckion
19) Testi�ig
Cut-i� Gate Valve
a. Measurement
]) Measurement foi• this jtem shall be per each.
b. Payment
1) Tl�e work perfor�ned and t11e n7ate�•iais furnislled in accordance with this
ltein s17a11 be paid for at the unit price bid per eaeh "Cut-in Gate Valve"
installed for:
a) Vario�s sizes
c. The price bid sha11 include:
i) Fwrnishing and installing Gate Valves wiih connections as specified in the
Dt-awings
2) Systern dewatering
3) Connections to existing pipe materials
4) Valve box
5) Extension
6) Extensions for valves in vaults
7) VaIve vault and appurkenances (for 16-inch and lat•ger gate valves)
S) Petrolatum tape for connections to steel flanges
9} 2-incl� risers (for � 6-inch and larger gate valves)
10) Isolation kits when installed wifih fkanged conneetiQns
I lj Valve vaLilt a�d appurtenances {For 16-inch and larger gate valves)
12) Polyethylene encasement
I3) Pavement ►•e�nova]
14) Excavation
j5) Hauling
l6) Disposal of excess matarial
17) Furnishir�g, placement and compaction of e�nbedment
1$) Furnishing, placement and compaction of backfill
1�) Clean-uU
20} Cleaning
21} Disinfection
22} Testing
41 1.3 R�F�R�NC�S
42 A. Abbreviations and Acronyms
43 1. NRS — Non Rising 5tem
44 2. 05&Y---Dutside Screw and Yoke
45 B. R�fex�ence �tandards
CI7Y OP FORT WORTI-3 WAT�a & SANCCARY SEWECi REPLACEMENT
57'AAIDARI] COIVS"IRUCTIDN SPECII=ICAT101V DQCUML-IVTS CON"i'EZAC7' 8%
Revised December 20, 2012 C]"il' PRO.IGCT NO. i)1955
33 1220-3
ItESILIENT SEAT�D (W1;DG�) CAT� VALVE
Page 3 af 9
1
2
3
4
5
6
7
8
9
10
11
12
l3
I4
15
16
l7
I. 8
19
20
21
22
23
24
25
26
27
28
29
30
3f
Reference standa�-ds cited in this S�aecification refer to the cE�r��ent �•eference
standard published a# the time of tl�e latest revision da#e logged at the end of this
Specificatian, unless a date is specifically cited.
Atnerica�► Assaciation oi State Highway and Transpartataon Dfficiais (AASHTO).
American Soci�ty of Mechanical Engineers (ASME):
a. B 16.1, Gray I�'on Pipe Flanges and Flanged Fittin�s (Classes 2S, 125, and 250).
Airierican Iro�l and Stee] Institute (AISI).
5. ASTM Internatianai (ASTM):
a. A48, Standard Specification %r Gray Iron Castings.
h. A242, 5tandard Sp�cification fo�' Higla-Strengt�l Low-Alloy Structural 5teel.
c. A307, Standaz•d Specification for Ca►•6on Steel Bolts and Studs, 60,000 psi
Tensile Stren.gtll.
d. A536, 5tandard Specification for Ductile Iron Caskings.
e. B] 17, Standard Practice fo�� Operating Salt 5pray (Fog) Apparatus.
f. BG33, Standard Specificaiian for Elecirodepositecl Coatings of Zinc on Iron and
Steel.
G. Ainerican Water Works Association (AWV'A):
a. C509, Resikient-5eated Gate Valves for Water Supply 5ervice.
b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water S�apply Service.
e. C550, Proteciive interior Coatings far Valves and Hydrants.
d. C900, �'olyvinyi Chloride (PVC) Pressuz•e Pipe and Fabricated Fittings, 4 IN
thraugh 12 1N, for Water Transinission and Dish•ibution.
7. American Water Works AssociationlA�nerican National Standards Institute
(AW WA/�NST):
a. ClO51A21.5, Pofyethylene �ncasement for Ductile-Iron Pipe 5yste�ns.
b. C1 1 I/A21.I 1, Rubher-Gasket 3oints for Ductile-Iron Pressure Pipe and
Fittings.
c. C1 151A2�.1 S, Flar�ged Ductile-1rQn Pipe vvitii Ductile-Irnn or Gray-Xron
Tlu•eaded rlanges.
8. NSF International (NSF'):
a. 61, Dt'inking Water System Components - Health Effects.
32 1.4 ADMiNISTRATIVE REQUTREMENTS [NOT USEDj
33 1.S SUBMITTALS
34
35
Z.
3,
4.
A. Sub�nittals shall be in accordanc� with Section O1 33 00.
B. All subinittals sl�all be appi•oved by tlie City prior to delivet•y.
36 1.6 ACTIOIY SUBMITTALSIIN�'ORIVIATIONAL SUBMTI'TALS
37
38
39
40
41
42
43
�. Prod.uct Data
Resilient Seated (Wedge) Gate Valve noting the pressure rating a�id coating system
supplied, inciuding:
a. Dimensions, weights, material ]ist, and detailed drawings
b. Joint type
c. Maxi.mum torque reea.mmended by t11e manufacturer for the valve size
2. Polyethylene encasement and tape
Cl1'Y pF FQR`f �1pRTH WAT�R & SAN1TNtY SEWER REPLACEMEI�IT
STAAlDAF21� CONSTRUC'I'[pN SPECIFICATION aOCUNErNTS CONTftACT SS
Revise.d DeeemUer 2Q 2p 12 CITY PRO.I�CT NO. 01955
331220-4
RC5ILI�NT SLATED (WEDG�) GAT� VALV�
Page 4 01' S
�
a. Whethe�� the film is linear 1pw density or high density ct�oss linked polyethylene
b. The thic[�ness of the film provided
3 3. Thrust R�straint, if required by conta•act Documents
4 a. Retainer glands
5 b. Thrust harnesses
6 c. Any other mea��s
7 4. ]nstructians for field repair of fusion bonded epaxy coating
8 5. Gaslcets
9 B. Certafieates
10 1. Furnish an affidavit certifying that all Resilient Seated {Wedge) Gate Valves meet
11 the provisions of tl�is Section,. eac� va�ve meets Specifications, all inspections have
12 been �nade and t11at all tests have been performed in accardance wit17 AWWA C509
13 or AWWA C515.
14 2. Furnisl� a ceriificate sta#ing that buried bolts and nuts conform to ASTM Bl I7.
15 1.7 CLOSEOYIT SUBNIITTALS [NOT iTSED]
16 1.8 MAINTENANCE MATERIAL SIIBMITTAL� [NOT USED]
17 1.9 QUALITY ASSURANCE
18 A. Qualifications
19 1. Manufacturers
20 a. Va[ves 16-inch and larger shall 6e the praduct af 1 manufacturer for each
21 project.
22 I) Change oz•ders, specials and field cManges may be provided by a different
23 manufacturer upon City approval.
24 b. For valves less than 16-inch, valves of each size sl�all be the produet of 1
2S manufacturer, unless approved by tl�e City.
26 1) Change orders, specials and feld cl�anges may be provided by a different
27 tnanufacturer upon City approval.
28 c. Val�es shall meet or exceed AWWA C509 or AWWA C5�5.
29 d. Foa• �alves eqtupped with a bypass, the bypass valve must be of tk►e sarne
30 manufacturer as the main vaiv�.
31 e. Resilient Seated Gate Valves shall b� new and the prodLic# of a inanufactu��ej�
32 regularly engaged in the manufactui�ii�g of Resilient Seated Gate Valves klaving
33 similar seivice and size.
34
35
3G
37
38
39
40
41
42
1.10 D�LIVERY, ST4RAGE, AND HANDLING
A. Storage and Handling Requirements
I. Protect al] parts so that no da�nage ot• defierioration will occur du�•ing a prolonged
d�lay fi'om the time of shipment until installation is completad and the units and
equipment are ready for opeeation.
2. Proiect all equipmei�t and paa'ts ��ainst any damage during a prolQnged period at tlie
site.
3. P�-otect the finished surfaces of all exposed flanges by wooden blank flanges,
stf•ongly built and secureEy bolted thereto.
CJTY OP FDRT WO[iTFI WATER & SAIVITARY SEWER REPLACEM£NT
5'fANDARD CONST[�UCTIaN SPL-C[riCAl�IpiV DOCUMENTS CO�ITRAC'I' 88
Revised Deeem6er2U,20.12 CITY PRO.IL•C�f NQ. (Y1955
33122(J-5
RI:SILIGNTS�AT�D (WGDGL) GATE VAl.VL'
Page 5 of 9
1 �. Protect finished. iron or steel surfaces not painted to pre�e:nt z�ust and car��osion.
2 5. Prevent plastic and sitnila�' ba'ittle items from being directly exposed to sunlight or
3 e�rames in temperature.
4 6. Secure and maintain a location to store the material in aeeordance with Section O 1
5 66 40.
G 1.11 F��LD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY
8 A. Manufacturer Warrattty
9 1, Manufacturer's Wat•ranty shall be in accordance witn Division l.
1 Q PART 2- PRODUCTS
11 21 OWN�R-T<URNISHED �oR] OWNER SUPPLI�D PRODUCTS [NOT USED�
12 2.2 EQUIPM�NT, PRODUCT TYPES AND MATERIALS
i3 A. Manufacturers
14 l. Only the manufacture�s as fisted on the City's Standat•d Products List wil] be
l5 considered as shown in Section Q1 60 D0.
16 a. The manuiacture�' must comply with this Spa�ification and related Sections.
17 2. Any praduct tl�at is not listed on the Standard Products List is considered a
]8 substitution and shal] be subinitted in aceardance with Section 03 25 00.
l9 B. De�cription
20 1. Regulatory Requirements
21 a. Valves shail be new and meet or exceed AWWA CS09 or AWWA C515 and
22 sha11 in�et at' exceed the requirements oftlais Specificatian.
23 b. All va�Ve components in contact with potable water shall conform to the
24 requirements of N5F 61.
25
25
27
28
29
30
31
32
33
34
35
3G
37
38
39
�44
C. Matei•ials
l. Valve Bo.dy
a. Valve bady: ductile iron per ASTM A536
b. Flanged ends: Furnish in accordance with AWWA/ANST C.315/A21.L5.
c. Mechanica] loints: Fuz•nish with outl.ets whicl� confarm to AWWA/ANSI
C111/A21.11.
d. Valve inte��ior and exterior surfaces: fusian bonded epoxy coated, minimum 5
mils, a�►eeting AWWA C550 requi.reznents
e. Buried v�.lves: Provide with polyethylene encaseinent in accordance with
AWWA/AN51 C1051A2].5.
1) �olyethylene encaseinent: Furnish in accordance with 5ection 33 11 ] 0.
2. Wedge (Gate)
a. Resilient we�ge: rated at 2S� psig cold water woa�king pressure
b. T13� wedge (gate} for all val�e sizes shall be 1�iece, fully encapsulated with a
permanently bonded EPI)M rLi6ber.
3. Bypass
CITY �r FORT WaRTI-I WA"[T:R 8c SAIJITAiZY' SEWER REPLACiMEIVT
S'E"ANDNtD CONSTRUCTfON Sf'CCT�lCATION DOCUMENl'S COi�'TRt1CT 88
Revised I]eeein6er 20, 2012 C[TY PRO.f�CTNO. O1955
33 1220-6
RESILIENT S£ATED (WEDGG) CATf VALV�
Pagc 6 of 9
1
2
3
4
S
6
7
8
9
10
I1
12
t3
14
1S
IG
17
18
19
2a
21
22
23
24
25
26
27
28
29
3Q
31
3z
33
3�l
35
36
37
38
39
40
41
42
43
44
45
46
47
48
4.
5
a. 34-inch gate �alves �•equire an integralSy cast bypass on il�e b.ody ofthe �alve.
1) Orient the bypass on the same side oi the g�te valve as the spLu gear to
allow operation of 6oth valves from tlte manhole opening.
Gate Valve Bnits and Nuts
a. Bonnet, Stuf�ing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM
A307 Gr. B, Zinc Plate per ASTM Bfi33, SC3 fo�� non-buried service (4-inch
through 12-inch valves) or as specified in 2.2.C.4.b.
b. Hex head 6olt and hex nut: AI51304 stainless steel for buried service (all
sizes) and for val�es 16-inch tllrough 36-inch (non-buried seevice)
�olts and Nuts
a. Mec�anieal7oints
a) Arovide bolts and nuts in accordanee with Section 33 11 O5.
h. Flanged Ends
l) Meet requirements nf AWWA C115 or AWWA C207 depending on pipe
inaterial.
2) Provide bolts and nuts in accordance with Section 33 11 OS.
3) Flanged isolation l�its shall be prov�ded when connecting to buried sfeel or
concrete pressui•e pipe. Kits shall confonn to Seciion 33 04 10.
6. Joints
a. Valves: ifanged, or mee}tanical-joint or any cntnbination af these as specified
on the Drawings or in the project Specifcations
1} Flanged joints: AWWA/ANSI C1151A21.15, ASME B16.1, Class 125
a} Flange balt circles and bolt holes shall match those ofASME BI6.1,
Class. 125.
b} l�ield fabricated flanges are prohibited.
2) Steel or concrete pressure pipe
a) llse flange joints unless otl�ej'wise specified in the Contract
Documents.
3) Ductile Iron or PVC pressure pipe
a) Use mechanicaI joints with �nechanically restrained retainer glands
unless atllerwise specified in the C.ontract Documents.
7. Operating Nuts
a. Supply for buried se�vice valves
b. 1-15116-incn square at the top, 2-inch at the base, and 1-3/4-inch high
c. Cast an arrow showing the dir�ection of opening with the word "QPEN" on the
operating nut base.
d. To open, tlie operating nuf shall be turned to the RIGHT (CLOCKWISE)
direction.
e. Connect fl�e aperating nuk fio the shaft with a shear pin il�at prevents the �iut
fi•om transfei7�ing tarque to that shaft o�- the gear bax that exeeeds the
manufactL��`er's recoinmended torque.
f. �'urnish handwheel operators for non-l�uried service, o�� vvlien sl�own in the
Drawi ngs.
�. Gearing
a. Gate valves that a�'e 24 inch and lar�er: Equip wit11 a spua• gear.
b. �3eve1 gears for horizontally mounted valves are not allowed.
c. The spur gear shal] be designed and supplied by the manufaeturer of the valve
as an integral part of the gate valve.
C1TY OF FORT WORTH
STANDARD C�NS"['RUC'1'lON 5I'i,C3FICATIOIV DOCUMENTS
Revised Dcccm6er 20, 2012
WA'i�R & SAhl1TARY SEWER KEI�LACEMENT
CdNTRACT88
Cl'i'Y PRO]F.CT 1�Q. d11955
3� �zzo-�
RLSII,i6NT SEA�1'ED (WEDGE) GP:TE VALVE
Page 7 of 9
1 9. Gaslcets
2 a, Provide gaskets in aecordance with Section 33 11 O5.
3 2.3 ACCESSORIES
4
5
G
7
8
9
10
11
12
13
34
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
A. All gate valves shall ilave the following accessories provided as pai�t of the gate valve
installation:
2.
3
A keyed solid extensio�i stem of suffcient iength tq bi•ing tl�e operating nut up to
within 1 foot ofthe surface of the grouild, when the aperating nut on the gate valve
is 3 feet or maj�e beneath the suiface of the ground. Extension Stems aj�e:
a. Not �•aquired on City stock �rders
b. Not to be bolted or aitached to the valve-operating nut
c. Ta be af cold i•o11ed steei with a cross-sectional area of 1 square inch, firting
loosely enQugh to allow de�lecti�rn
Furnish joint cojnpanents such as gaskets, glands, IuUricant, bolts, and nuts in
sufficient quantity for asseinbly of each jaint.
Cast Iron Valve Boxes: pravide for buried service gate valves, cast iran �afve
baxes and covers
a. Eacli valve box fo;• 4-inch througi� 12-ineh valves shall be 2-piece, 5'/n-inch
shafts, screw type, consisting of a top section and a battoin section.
b. Valve boxes sl�all be as listed in the City of Fori Worth Standard Praducts L,ist
in attached in Sectian O 1 60 04.
c. Valve box covers shall be so desigr�ed that they can. be easily re�no�ed to
provide access to valve operating nut.
d. Valve box covers must be designed to stay in position and resist da�nage und�r
AASHTO HS 24 traffic laads.
e. Each cover sh:all be casted with the word "WATER" or "IZECLAIMED" in
raised letters an tl�e upper surface.
f. Cast iron valve boxes and co�ers shall confotin ta ASTM A48, Class 35B.
1) Valve box covers shaIl be round for potable water applications and square
for reclaimed water applications.
g. Box extension material shall be AWWA C900 PVC or ductile iron.
31 2.4 SOURC� QUALITY CONTROL [NOT USED]
32 PART 3 - EXECUTTON
33 3.1 INSTALLERS [NOT USED]
34 3.2 EXAMINATION [NOT USED]
35 3..3 PR�PARATION [NOT USED]
36 3.4 INSTALLATION
37 A. Gene�•al
38 l. All valves shall Ue installed in vertical position wl�en utilizec� in normal pipeline
39 installatiqn.
40 2. Valves slial] be plaeed at line and grade as indicated on the Drawings.
C1TY OF ['ORT WOR'I'H WATER & S.ANITARY S�WER REPLACEMCNT
S'I'ANDARD CONSTRUCTI�N 5['ECIFICATION �OCUMGN'1'S CQNTRACT88
itevised �acember 20_ 2012 CITY PROJECT 1VQ �1955
331220-8
RESILIENT 3EATrD (WEDGE) CA7'E VALVE
Page S of 9
1 3. Polyetirylene encaseinent installation shafi be in accardance wit11 Section 33 11 1D.
2 3.5 ItCPAIRIR�STORATION [NOT USED]
3 3.6 R�-INSTALLATION [NOT USED]
�} 3,7 F'��LD loia] SITE QUALITY CONTROL
5
6
7
8
9
10
11
12
13
14
15
16
17
18
l9
A. Fiefd Inspectians
1, Befo��e acceptance of the installed vaEve, the City Fieid �perations Sta#�f sl�all l�ave
tl�e appoirtunity to operate the valve.
2. The City shall be given the opportunity to inspect all buried flanges hefore tiley a�•e
covered.
3. The Operator will be assessing the ease of access to the operatin� nui witliin the
va]ve box and ease of operating the valve from a iully closed to fully ap.ened
position.
4. If access and operation of the valve meet ihe City's criteria, then the valve will be
accepted as insialled.
B. Non-Confarming Work
1. If access and operation of fhe valve or its appui�tenances does not tr�eet t��e City's
criteria, the Cantracto3• wil] remedy the situation until it meets the City's criteria, at
the Contractor's expense.
3.8 SYSTEM STARTUP [NOT U�ED]
2Q 3.9 ADJUSTING [NOT USED]
2l 3.10 CLEANING [NOT USED]
22 3.11 CLOS�OUT ACTNITIES [NOT US�D]
23 3.1� PROT�CTION [NOT USED]
24 313 MAINTENANCE [NOT USED]
25 314 ATTACHM�NTS [NOT USED]
26
CCCY OF FpRT WORTH WA"i"�R& SANITARY 3EWT'R REPLAC�MEN'C
STAAlDARD CQNSTRUCTION SPP:CIPICATCdN i)OCUMENTS CONTRAC'I� 88
Revised Decembcr 20, 2012 C17"Y PR03ECT hIO. 01955
33 1220-9
ItL'SILIENT SEAT£D (VI�DGC) GA"I�E VALVL-
Page 9 of 9
END OF S�CTION
2
Revision Lag
DATE
NAME
SUMMARY OF CHANGE
1.1.A — Modiiied acceptable size 3•an�e and added requirement fo�• Uypass in 30-inch
�ate valves, 131ue Cext added for exceptions
1.2 Measurement and Paymeiit —�ldded Cul-In Gate Valve
1.2.A.1.c v�d 1.2.f1.2.o— added additional items to 6e included in price 6id
i,6.A — removed ret�uirement for product c�ata for bo[ts and nuts because it is to be
included under 5ection 33 l 1 05.
12I20/2012
D. 3ohnsnn 1.9.A.1 — Added requi3•e�nent for bypass valve manuE'acturing
2.2.C. — Added requirement for 30-inch gate valves tn have a �ypass and bypass
material requirements; Added reference W Section 33 l i 05 uid removed material
speeificatian for bnits, nuts a3rd gaskets; Added cequirement For Elanged isolatinn
kets; Added restraii�t requirements for mechanical joint camiectians with ductile iron
or PVC pressure pipe.
233 —11+lodified aeceptable cast iron fronl Class 40 to Class 358; Added
requi��ements for reclaimed water applicatinns
C1TY dF FORT WORTH
STANDARD C�I�SST�UCT[ON SPECiFTCAT[ON �pCUMENTS
Revised December 2D, 20i2
WATGR & 5AN[TARY SEVJ�R RCPLAC�MEI�T
CONTRACT88
CITY l?ROJECTNO. UI955
331225-1
CONIV�CTION 70 EXISTING WATER MAWS
Page i of 8
�
S�CTlON 33 12 25
CONNECTION TO EXISTING WATER MAINS
3 PART1- G�N�RAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Connection to existing water mains to include, but nat lii�ited to:
7 a. Cutting in a tee for a b.ranch connec.tion
8 b. Ext�ndirag fi'om an existing water main
9 c. Installing a tapping sleeve and valve
�0 S. De�iations from this City ofFort Worth Standard Specifcation
11 1. Nvne.
12
33
1 �F
15
16
17
18
19
2Q
Z1 I.2
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
C. Related Specitieation Seeiians includ�, but aa�e not necessa�•ily limited to:
l. Division 0-- Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Di�ision l— General Requirements
3, 5ectian 33 04 40 — Cleaning and AcCEptance Testing of Water Mains
4. Section 33 OS I O-- Uiility 7'rench Excavation, Embedinent and Backfill
S. Sec�ion 3� 05 30 — Location of Existing Utilities
6. ��etinn 33 11 OS —Bolts, Nuts, and Gaskets
'7. Section 33 11 10 — Duciile Iron Pipe
�'RICE AND PAYMENT PROCEDi1RE5
A. Measur�ment and Payrnent
i. Conzaection to at� existing unpressurized Foi•t VJoi�tl� Water Distribution System
Main that does not requi�•e fhe City to take part of the wafier syste�n out of service
a. Measurement
1) This Item is considered subs.idi�'y ta the water pipe being installed.
b. Payment
1) The work perfo�•med and the materials furnisl�ed in acca�dance wiih t11is
Item are subsidiai•y to the unit price bid per linear foot of water pipe
comp�ete in place, and no other comperasation will be allowed.
2. Connection to an existing p�'essurized Fort Worth Water Dis#ribution System Main
that requires a shutdown af so►ne parE of the water system
a. Meas�Erement
1) Measui•ement foE• this Itein shall be per each connection cqrnpleted.
6. Payment
1) The worEc perforined and the materials furnished in accordance with tllis
�tean shall be paid for at the unit p.i•ice bid per each "Connection to Existing
Water Main" installed for:
a) Various sizes of existing water disia-ibutioia main
CCl'Y QF FOI�T WORTI�I 4VAT�R & SAAfITARY SEW�R R�PLACEMENT
STAN�ARD C�NSTRUC'IIQN SP�C[FICf1TION DOCUMEIVTS CONTRAC'I' SS
Revised I'eUruary G, 2013 C1TY PRO]ECT NO_ Df955
331225-2
COiVNECT10i+I TO GX15T[NG WAT�R Mx11NS
Page 2 af 8
1
2
3
4
5
6
7
S
9
10
11
12
i3
14
15
16
17
18
19
2Q
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
4l
42
43
44
45
4G
47
48
�9
c. The price bid shall include all aspects of making tUe com�ection including, but
not limited to:
1) Preparing submittals
2} Dewatering
3} Exploratory excavation (as needed)
4} Coardination and notification
5) Remobilization
6) Tempora►•y ligfiting
7) Polye�hylene encasejnent
8) Make-up pieces
9) �.inings
10) Pavement removal
11) Excavaiion
12) Hauling
13) Disposal of excess material
14) Clean-up
15) Cl�aning
1G) Disinfection
17) Testing
3. Connection to an existing pressurized Fort Worth Wate�• Distribution System Main
by Tapping Sleev� and Valve:
a. Measurement
I} Measurement for this Item sl�all he per each connection cornpleted.
b. Payment
1} The work perfoj�med and the mate�'ials fiarnisl-►ed in accardance with this
Tte�n sllall be paid for at the unit price bid per each "Tapping Sleeve and
Valve" installed for:
a) Various sizes of connecting main
b} Various sizes of existing water distribution main
c. The price bid sllall include all aspects of malcin� the connection inciuding,. but
not limited to:
1) Preparing sub.mitEals
2) Devuatering
3) Exploratoiy excavation {as needed)
4) Coordination and notification
5} Tapping Sleeve and Tapping Valve
b} Remobilization
7) Temporary lighting
S) Palyetl�ylene encas��nent
9) Make-up pieces
l0) Linings
1 ] ) Pavement removal
12) Excavatioil
13) Hauling
14) Disposal of excess material
l5) Cfean-up
16) Cleaning
] 7} Disinfection
18} 7'esting
CITY O.F FQKT WORTH
3TANDARI� CQNSTKUCTIqN SPECIFICAT101V DOCUMElVTS
Revised Pehruary &,2013
WATER & SAN1TA12Y SEWER REPLACLMLN'T
CC1N"CRACT 8�
C1TY PRDJECT NO. 0 i 955
33 izzs-3
CO3vNEC7lOIV TO EXISTTNG WATGI2 MAlNS
Page 3 of �
1.3 R�F�R�NCES
2
3
4
5
6
7
8
9
10
ll
12
j3
14
15
16
17
18
]R
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
40
A. Refe�-ence Standards
2.
3.
4.
�
6
7
4l 1.4 ADMINI�TRATIV� REQUIREMENTS
42
�43
44
45
A. Pre-instaliation Meetings
Reference standards cited i�z this Speciiieation refer ta the cui�•ent reference
standard published at the time af the latest �•evision date logged at the end of this
5pecification, unless a clate is specificaEly cited.
American Society of Mechanicaf EngineErs (ASNIE);
a, 816.1, Gr�ay [ron Pipe Flanges and Fianged Fittings Classes 25, ]25 and 254)
ASTM Interna#ional (ASTM):
a. A36, Standard Specificadon %r Carbon St�uctural 5tee1.
b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for
High Temperature or High Pressure Service and Other Speciaf Pur•pose
Applieations
c. A194, Specifieati�n for CarUon and Alloy Steel Nuts far Bolts for High
Pressure or High Temperatu��e Service, or Both
d. A242, S.tandard Sp�cification for High-Strength Low-Allay Stt•uctural �teei.
e. A283, Standard Speci�cation far Low and Iniermediate Tensile St��ength
Cai�bon Steel l'lates.
f, A285, Standard Speci�ication for Pressure Vessel Pla�es, Carbon Steel, Law-
and Intermediate-Tensile Streng;tll.
g. B 117, Standard PracYice for Operating 5alt 5pray (Fog) Apparatus.
1�. D2a00, Standa�'d Cl.assification 5ystem for Rubber Products in Automoti�e
Applications.
American Water WQrks Association {AWWA):
a. C240, Steel Water Pipe - b IN and Larger.
b. C207, Steel Pipe F1anges for Waterworks Service — Sizes 41N tt-u•ough 144 IN.
c. C213, Fusion-Bonded Epoxy Coating for tl�e Interior and Exteriflr of Steel
Water Pipelines.
d. C223, Fabricated Steel and Stainiess Steel Tapping 5leeves.
American Water Works Association/American National Standa►'cis Institute
(AWWAIANSI):
a. C1051A21.5, Polyethylene Encasement for Ductile-lron Pipe 5ystems.
b. C1111A21.1 1, Ruhber-Gasket Joints far Ductile-Iron Pressure Pipe and
Fittings.
e. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-lron
Thj�eaded Flanges.
NSF internationaJ (NSF):
a. 61, Drit�lcing Water System Cainponents — Health Effects.
M�n�ifacturees Standardization Society af ti�e Vaive and Fitting Industry Ine.
(MSS):
a. SP-60, Con�tiecting flange Joint Between Tapping Sleeves and Tapping Valves.
1. Required foi- any cai�nections to an existing, �ressurized i 6-inch or larger City
water disiribution sysCem inain that requires a sllutdown of soine paE-t of khe water
system
CITY OT FOR'1' WORTH
STANDARD CONSTfZ11C770N SP�CiHICATION DdCUMEN7S
Itevised FeUruary b, 2013
WATER & S�1NITt1RY SEWGA R�I'LACI.tv1�NT
CONTRACT 88
CITY P20.TECT NO. 0] 955
33 1225-4
CONNGCTION "CO EXISTING WATCR MAINS
Page 4 of $
I
2
3
4
S
6
7
8
9
IO
ll
12
13
14
1S
16
17
l8
19
2fl
21
22
23
24
25
26
27
2. May also be required for connectians that invalve sl�.trtting water service off ta
eertain critical bvsinesses
3. Schedule a pre-ir�stallatian meeting a mini�num of 3 we�ks priar ko pi�oposed tiine
for t[1e work #o occur.
4. Tl�e meeting shall include t11e Contractor, City I�spector and City Valve Crew.
5. Review wark procedu3�es �s submitted af�d any adjustments made for cu��rent fie{d
canditions.
6. Verify that all valves and plugs to be used have adequate th��ust restraint or
blocking. .
7. Schedule a test sllutdown with tlie City.
8. Scheduie the date far the connection to the existing system.
B. 5cheduling
l. Schedule work to ma[ce all connections to existing 16-incl� and lai•ger mains:
a. Dm•ing the period from November through April, unless Qfherwise approveci by
the City
b. During normal business hours froin Monday thzough Friday, unless otherwise
appt•oved by tl�e City
2. Schedule City Valve Crew by 1:00 P.M. a�ninimum of 1 business day prior to
planned disruption io the existing water system.
a. In the event that other water system activities do nat allaw the existing main to
6e dewatered at the requested time, scl�edule w�rk to allow the connection at an
alternate tiine acceptab[e to the City.
1) If water main cannflt be taken out of sei`viee ai the ociginally requested
time, coordination will be required with the City to discuss rescheduling
and compensatinn for mobilization.
2) No additional payment will be pra�icied if the schedu�e was altered at the
Contractoc's �•equest.
28 1.5 SUBM�TTALS
29 A. 5ubmittals shall be in accordance with Section Q1 33 00.
3� B. All submittals shall be approved by the City prior to de[ivery and/or fabrieation for
31 specials.
32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
33 A. Product Data, if applicable
34 1. Tapping Sleeve noting the pressure ra#ing and coating system sup.plied including:
35 a. Dimensions, weights, inaterial [ist, and detailed drawings
3.6 b. Ma�imum torque recommended by the manufacturer far the �alve by size
37
38
39
40
41
42
B. S�►bznittals
1. Provide a detailed sequence of �uarlc for 16-inch, or larger, connections if required
by City thai includes:
a. fZ�sults of explaratory excavation
b. Dewatering
c. Procedure for conrtecting �o the existing water main
CiTY OP FORT WOEbTH WATER & SAiYITA�2Y S�1WCK 12EPLACEIvICNT
STANDAIiD CONSTRU(:TION S]'ECIFICATION DOCiINfI'N`I'S CONTRAC"T' 88
Ctevised FeUriEary b, 2013 CITY PROTECT NO. 01955
331225-5
CONNrCTIQ�I Tp EXISTING WATER MAINS
Page 5 ol' 8
1 d. Time period for completing work fi-am whe�z fhe water is shut down ta wklen
2 the main is bacfc in service
3 e. Testing and �•epressurizatian grncedures
4 2. Welders that are assigned to wark on connectian tfl concrete cylinder ar steel pipe
5 �nust be cei�Yified and provide Welding Certificates, Lipon request, in accordanee
6 witlx AWWA C200.
7 1.7 CLO.SE�UT SUB1VnTTALS [NOT USED]
8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D]
9 1.9 QUALITY ASSDRANCE [NOT i1SED]
10 1.10 DELIV�RY, STORAGE, AND HANDLING
11
12
13
14
15
16
17
18
19
20
21
z2
.�1. Starage and Handli.ng Requirements
1. Protect pai�ts so that no damage ar deterinration accurs during a p.rolonged delay
fi�oi� the time of shipment until installation is completed.
2. Protect all equiprr�ent and pai�s against any datnage during a prolonged period at the
site.
3. Protect the finished surfaces of all exposed flanges usi n� woaden flanges, strongly
built and seci�reiy bolted thereto.
4. Pratect finished iron or steel surfaces not painted to pre�ent ivst and carrasian.
5. Prevent plastic and silnilar 6rittle items froin being exposad to direct sunGght and
�xt��etnes in temperature.
G. Secure and maintain a location io store the material in accordance with Seetion O1
66 D0.
�3 �.l.l �'TELD �SIT�] CONDITlONS [NOT TJS�D]
24 1.12 WARRANTY
25 A. Manufactu�'eE• Warranty
26 1. Manufacturer's warranty shall be in accordance with Division 1.
27 PART 2 - PRUDi1CTS
28 21 OWN�R-FURNISHED �oR� OWNER-SUYPLIED PRODUCTS [NOT USED]
29
30
3i
32
33
34
35
36
37
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. Only the manuiacture�s as listed by the City's Standard Products List will Ue
considered as shown in Section O1 60 00.
a. The �t�anufacturer must comply with this Specification and related Sections.
2. Ar�y product tl�at is nok listed on the Standard Praducts List is considered a
substitution and shall be submitted in accordance with Section O1 25 Q0.
B. Descriptia.n
1. Regulato�y REqL�irements
C1TY QF FQRT WORTEi WATEIi & 5�1NlTARY SEWL-R R�PLACEMENT
STAIVDAIZD CONSTRiJCTION 5PECIFICA'f107V D�CUMFNT3 CONTRACT $S
[te�ised February 6, 2013 CCIY PAOJECTNO. 01955
331225-6
CONNEC7'ION 7'O EXIS'1'1NG WA'I'ER MA[N5
Page 6 of 8
1
2
3
4
5
6
7
8
9
10
11
12
I3
I4
15
16
17
i8
19
aa
2l
22
23
24
25
26
a. T�pping Sleeves shall meet or exceed 1�WWA C223 and the requi�•ements of
tliis Specification.
b. All �alve components in contact with patal�le wate�• shall conform to th:e
requirements of NSF 6 ] .
C. Tapping Sleeve Materials
] . Body
a. Body: CarUon Steel pe�• ASTM A283 Grade C, ASTM A28S Grade C, ASTM
A3b Steel or eGual
b. Finish: fusion bonded epoxy coatingta an average 12 mil tl�ickness. Fusion
applied per AWWA C2I3.
c. All buried tapping sleeves shall be provided with polyethylene encasement in
accordance with AWWA/ANSI C105/A21.5.
1) Polye#hylene encaseinent shall be in accordailce with Section 33 I 1 1 D,
2.
3.
4
5
Flange
a. Carbon 5teel per ASTM A36 in accordance with AW WA C207 and ASME
Bi6.� ci�s izs.
b. Recessed for tapping val�e per MSS 5P�60
Bolts and Nuts
a. Flanged Ends
1) Meet requii�ements nfAWWA Cl 1S or AWWA C2D7 depending on pipe
material.
2) Provide balts and nuts in aceordance with Section 33 l l 05.
Gaskets
a. Prouide gaskets in accoreianee with Section 33 1 I Q.S.
Test F1ug
a. 3/a-inch NPT carbon steel with square head and fiasion banded epoxy coating
27 2.3 ACCESSORI�S [NOT USED]
28 2.4 SOURCE QUALITY CQNTROL [NOT USED]
29 PART 3 - EXECUTION
3p 3.I INSTALLERS [NOT USED]
31 3.2 EXAMINATION
32 A. Ve�'ification of Conditions
33 1. Verify by exploratory excavation, if needed, tl�at existing water main is as depicted
34 in tlie Drawings and that the location is suitable for a connection to the existin�
35 water main.
36 a. �xcavate and baekfill trench for the exploratory exeavation in accordance with
37 33 OS 1 D.
38 2. Verify that all equipment a��d materials are available on—site prior to the shutdown
39 of the existing lnain.
40 3. Pipe lines sllall be completed, tested and autl�orized for eonnection to the existing
41. system in accordance with 5ection 33 04 40.
CITY OP PORT WORTI-I WATGR & SkN1TARY SEWE[t RL-PLACEMEidT
$TAND�RD CONSTAUCTION 5PCCIFICAT[QN DOCUMENTS CpNTRACT 8$
Re�ised Fehruary 6, 2013 Cl'I'Y P{t01ECT Np. 01955
331225-7
CONNECT[ON TO GX[STING WATGR MAl�VS
Page 7 oi�8
1 3.3 PR�PARATION jN4T USED]
2 3.4 INSTALLATION
3 A. General
4 l. U�on disruption oithe existing water �nain, continue work until the connection is
5 co�nplete and the existing water main is back in service.
6 B. Procedure
7 1. Expose the }�ropased conneCtion point in accoi•dance witl� Sectian 33 OS 14.
8 2. Dewate�• the �xisting water line so the chlorinaked vvater is not unlawfully
9 discharged.
i 0 3. Maintain the water that may bleed by existing valves or plugs �lurin.g i3�stallation
l 1 within the work area to a reaso.nable fevel.
12 a. Control the water in such a way that i# does not inteifere witl� tlie proper
13 installation afthe co.nnection or create a discliarge of chlorinated water.
14 �: If any discharge of chlorinated water occurs, discharged water shall be de-
15 chlorinated in accardance with 5ection 33 04 4q
16 5. Cut and remo�e existing water main in order to make the connection.
�7 C. Verify that the existing pipe line is suitable for the praposed connection.
18 7. Place trench foundation and bedding in accordance with 33 OS 10.
�9 8. In the event that a tapping sieeve and valve is used, the coupon from the existing
20 water ma[n sl�all be submitted to the City.
21 9. Prevent embedment, backfill, sail, water or other de6ris form entering the pipeline.
22 10. �stablish thrust restraint as provid�d fo�' in the Drawings.
23 1 I. Clean and disinfect t�ie pipeline associated with the canr►ection in aceoi•dance witI1
24 Section 33 04 40.
25 12. Place embedment to the top of the pipe zane.
26 i 3, Request that the Ci.ty Valve C��ew r�-pressurize the pipeline.
27 14. Di�•ectionally flush the connection in aceordance with Section 33 04 44.
28 15. Request that City Valve Crew open all i•e�naining valves.
29 3.5 REPAIRIRESTORATION [NOT IISED]
30 3.6 RE-INSTALLATION [N4T US�D]
3] 3.7 FI�LD �on] �ITE QUALITY CONTROL [NOT USED]
32 3.8 �YSTEM STARTUP [NOT US�D]
33
34
35
3.9 ADJUSTING [NOT USED]
3.I0 CLEANING [NOT iTSED]
3.11 CLOS�OUT ACTYVXTIES [NOT USED]
36 3.�2 PROTECTI�N [NOT USED�
37 3.13 MAINT�NANCE [NOT USED]
ClTY O� PORT WD[2TH WAT�It & SANITARY S�Vv`r[L R�PLACEME]VT
S1'ANDARD CqNSTRUC'I'lON SPECfP]CATION DOCLIMENl'S CONTRACT 68
Etevised Fel�nrary 6, 2013 C1TY PRbJECT 1V0. 01955
331225-5
CONN[�CTION �I'O �XISTING WA'fE.R MAINS
l�age 8 01'8
3.I4 ATTACHMENTS [NOT US�D]
�ND OF SECTION
Revisio�i Log
DATE NAME SUMMARY QF CHANGE
1 212 012 0 1 2 D. Jol���so�i �-z•C.3 and 4— Added reference lo Seetio�� 33 I 1 �5 and removeci l�olt, iwt and
gaske[ materia{ specificatiait
2/G/2013 17. Townsend 3.4.B.4 Modified to refer to Sectimi 33 0404D
C1TY OF f ORT WOATH WA'CE.I2 & SANITARY SEVVER REt'LACEMEIVT
5'iANDA.RII CONST[tUCT[ON 3PCCIFiCA'F[flN D�CUM�NTS CQNTRACT SS
Revised February 6, 2013 CITY PROJEC'f 1+i0. 01955
33 ]24D- l
P[RG [IYUREINTS
Page 1 of 7
�
SECTION 33 12 4p
FIR� HYDRANTS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section ineludes:
6 1. Dry-barre! fire hyd3•ants witlz 5`/�-inch main �afve for use with potable v,�ater mains
7 B. Deviations fi•om this City of Fort Wo�•th Standard Specifiication
g 1. None.
9
�o
11
12
l3
14
15
16
17
i s i.2
19
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
40
41
C. Related 5pecification Sections include, 6ut are not necessarily limited ta:
1. Di�ision D— Bidding Requirements, Contract Forms and Conditions ofthe Contract
2. Divisian 1— General Requiremea�ts
3. Section 33 OS 10 — Utility Trench Excavation, E�nbed�r�ent and Backfi3l
4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
S. Section 33 11 10 -- Ductile Iron Pi�e
6. Section 33 11 11 —Ductile Iron Fittings
7. 5ectian 33 11 14 — Buried Steel Pipe and Fittings
8. Section 33 12 20 —Resili�nt Seated (Wedge) Gate Valve
�RIC� AND PAYMENT PROCEDURES
A. Measurement anc� Paysla�nt
I. MeasUrement
a. Fire Hydrant and E�tension
1) Measurement far this it�3n sl�all be by the each hydrant, compiete in place.
2. 1'ayinent
a. The work pa�'formed and mate�ia]s furnished in accordance with this Ztein and
tneasuced under "Measurement" will be paid for at the tm�t prices bicf per each
"Fire Hydrant" installed.
3. The priee bid shall include:
a. Furnishing and installing Fire Hydrants with appurtenances as sp�cified in the
Drawings
b. Diy-Barrel Fire Hydrant asseznhly fi•am Ua.se to operating nut
c. Extension barrel and stem
d. Adjusting hydrant to the appropriate height
e. Painting
f. Pavement Removal
g. Excavation
h. Freight, loading, unloading and ]�andling
i. Disposal of excess material
j. Furnish, placement and compaction of emUed�nent
k. Furnish, place�nent and compaction af backfill
1. Blocking, Braces and Rest
m. Clean up
C[TY OF �ORT WORTl-!
STANDARD CONST'RUCTION SPECIFICATIDN DOCUM�NT5
Reuised ,lpnuary 3, 20I4
WATG1t $E SAN[TARY SEWER R�PLACEMENT
CqNTRAC"1' 88
CITY PRO.IECT NO. U1955
33 12 40 - 2
F1RE HYDRANTS
Paga 2 of 7
1
2
n. Disinfection
a Testing
3 1.3 REFEAENCES
4
5
6
7
8
9
10
11
12
13
1�
15
16
17
18
19
20
21
22
A. Definitions
1. Base: 7"he lateral connection to the f re hydr�ni lead; also called a shoe
B. Reference Standa�•ds
1. Referenee standards cited iii this Specification refer to the currenC j�eference
standard pub3ished at the time of the latest revision date logged at tl�e end of this
Specification, unless a date is specifically cited.
2. American Water Works Association (AWjNA):
a. CSQ2, Dry-Barrel Fire Hydranks
b. Manual of Water Supply Pi•actices M17 (AW�+VA Manual M]'7) — Installation,
Field Testing, and Maintenanee of Fire Hydrants
3. NSF internat.ianal
a. 61, Drinking Water 5ystem Components — Health Effects
4. National Fire Protection Assaciation (NFPA)
a. 1963, Standard fc�r Fire I�ose Connections
S. Underwriters Laboratoi•ies, Inc. (UL)
a. 246, Hydrants for Fire-Pi•oteciion Service
6. Factoiy Mutual (FM)
a. Class Number 1510, Apprpval Standard for Fire Hydrant {Dry Barrel Type} for
Priva#e Fire Service
23 i.4 ADMINISTRATIV� REQUIREMENTS [NOT USED]
24 1.5 SUSMITTALS
25 A. 5ubmittals si�all be in accordance witkl Section O1 33 00.
26
27 1.6
28
29
30
3l
32
33
34
35
3b
37 1.7
38 1.8
B. All submittals shall be approvad by the City peiar to construction.
ACTION SUBIVIYTTALSIINFORMATIONAL SUBMITTALS
A. Praduct Data
1. Dry-Barrel FiR�e Hydrant stating:
a. Main valve opening size
b. Nozzle a3�rail�ement and sizes
c. Operating nut size
d. Operating nut operating direction
e. Wo1-king pressure rating
f. Component assembly and mat�rials
g. Caatings and Finis�les
CLOS�OUT SUBMITTALS [NOT i7S�D]
MAINT�NANCE MAT�RIAL SUBMITTALS [NOT USED]
39 1.9 QUALITY ASSURA,NC�
4n A. Qualifications
41 1. Manufacturers
42 a. Dry-Barrei Fire Hydrants shall be the product of 1 manufact�u•er.
CITY OF FpRT WURTH WATLR &�AN1TARl' S�WER R�PLACEMEIVT
STANI7ARD CQNSTRiICTIOhf SPL-C1T� ICt1TION DOCUMEN'CS CQNTRAC'I" 8&
Revised 3anuary 3, 2Qi4 C1TY PR�.f�Cl' NO. f11955
33 l2 40 - 3
FIRE HYDRANTS
Page 3 af 7
1
z
3
4
5
6
7
S
9
10
Ll
12
l3
14
15
16
17
18
l9
20
2l
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
35
37
38
39
40
]) Cl�ange orders, specials and fEeld clratages �nay be provided by a diffei-ent
manufactw'er u�on City apprQval.
2. Dry-Barrel Fire Hydrants shall be in confor�nance with AWWA C542, UL 246 and
FM 151Q.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requireinenks
1, Store and handle in accordanee with the guidelines as stated in AWWA CSa2 and
AWWA Manual M17.
2. Protect all pat•ts so that no damage o3� deterioration wiil occur during a prolonged
delay fi'om the time of shipment until installation is compieted attd the units and
equip�nent a��e ready for operation.
3. P�'atect all eq�iipinent and parts against ar►y darnage during a prolonged period at the
s�te_
4. Protect the fir�isl�ed surfaces of all exposed flanges by w+ooden blank f7anges,
strongly built and securely bolted thereto.
5. Proteet finislied iron or steel surfaces not painted to prevent rust and corrosian.
6. Prevent plastic and similar brittle ite►r►s fi•om beir�g directly exposed to sunlight or
extremes in temperature.
7. 5ecuce and maintain a lacatian to store the material in accordance r�ith Section 01
b6 D0.
1.11 FiELD CONDIT�ONS [NDT USED]
�.1.2 WARRANTY
A. Mar�ufactw•er Warranty
l. Manufactu��e�•'s Warranty shall be in accordance with D'ivision 1.
PART2- PRODUCTS
2.] OWNER-FURNISHED [ox] OWNER SUPPLIED�'RODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Manufacturers
1. Only the �nanufactui•ers as listed on the City's Standai•d Peoducts List wili be
considered as sl�own in Section 0`] 60 00.
a. Tk�e manufactUrer �nus# comply with this Specification and related Sections.
2, Any product that is not listed an the Standard Products List is eansidered a
substitutiou and shall be submitted in accordance with 5ection Ol 25 OQ.
3. T��e Dry-Barc'el Fire 1-Iydrant shall be new and tl�e product of a manufacture�•
regularly engaged in the inanufacturing of Dry-Barrel Fire Hydrants having similar
service and size.
B. Description
1. Regulatoiy Raquirements
a. Dry-Barrel Fire Hydrant shall meet or exceed khe latest re�isians of AWWA
C502 and sl�all meet qr exceed tl�e requirements of this 5peeification.
CITY OF FQRT WOR'TH
S'I'ANDARD CaNSTRUC7'[ON SP�CIFiCATfON DOCUMiiNTS
Re�ised danuary 3, 2014
WATE[2 & SAIVITA2Y 5CW�.R REPLACEMGNT
CONT�tACT 88
G7'Y PRdJECTNO. Q1955
33 l2 4a - 4
kI1ZE HYDRAtVTS
Page 4 oF 7
]
2
3
4
5
6
7
8
9
i0
]1
12
13
14
15
16
17
1$
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4L
42
b. All Dry-Barrel I'ire Hydrant components in contact with potable water shall
conForm to the requif�ements of NSF 61,
C. Performanee / Design Criteria
1. Capacities
a. Rated working pressuj•e of 250 psi or greater
2. Design Criteria
a. Operating nut
1) Uniformly tap.ered square nut measuring:
a) 1 in�h at the l�ase
b) '/g iilcl� at tl�e top
2) Open by turning the operating nut to the right (clocicr�vise)
a) Provide operat�ng direction clearly marked wiih an arrow and the woi�d
"OPEN".
3} Pr•ovide weather shield with operating nut.
6. Main Valve
1) Minimum 5'f4-inch opening
2) Compression type
a) Opening against piessu��e
b) Ciosing with pressure
c. Nozzles
1} `T' shape, 3 nozzfe arrangeznent
2} Nozzle sizes, threads and cQnfiguration in accordance with NFPA 1963
a) Hose nozzies
(1} 2 x 2�Iz-inch (naininal size ofcannectian)
(a} 1$0 degrees apa�•t
{b) Thread Designation 2.5-7.5 NH (NFPA 1963}
b) �ump nozzle
(1) 4-inch {noininal size of cannection)
(a) Thread Designation 4-4 NH (NFPA 1963)
e{. I�ydrant Barrel ConFiguration
]) L7pper har��el
2) Breakable flange and stem
a) 'T'o be installed above ground at the connection to ilye upper l�arrel
3) Extension bai-re] {if needed} and l�wer barrel
a} Extension bai•rel and stem
(1) Lengthe�� in 6-ineii increments
e. Drain Valve
L) Non-cora�odible �naterial
2) Spring operated draitt valves are not allowed.
D. Functian
i. Drain Valv�
a. Drain fire l�ydrant barrels wlsen main valve is closed.
43 E. Materials
44 1. Furnish materials in aceo�'dance witla AWWA C502.
45 2. Diy-Barrel Fire Hydra��t Assembly
46 a. Internal parts
47 1) Th�•eads
CITY Or T'Qft1' WQRTH WATER & SAN11'ACiY 3EWLR RGPLACEMENT
5TAI�FDARD CpNSTRUCT[ON S�'GCIFICATIQN DOCl7MENT5 CONl RACT 88
l2evised ,Ta�tuary. 3, 2Q1 �} CI`1'Y PRO.fECT 1VQ. 01955
3� 1240-5
�[R� i�[YL7RAlVTS
Page 5 of 7
1
2
3
4
5
G
7
8
9
�a
11
12
13
14
15
]6
17
18
19
20
21
za
23
24
25 2.3
26
27
28
29
3� 2.4
31
32
33
34
35
a} Pro�ide operating thread designed to avoid �netal such as iran or steel
threads against iron or steel parts.
2) 5tem
a) Stein Nuts
( l} Pravide b.ronze stem nuts.
{�} Grades per AWWA C502
b) Wk�ere needed, stem shall be grooved and s�aled with O-rings.
3. Provide crushed rock for place�n.ent around base conforming to Seetion 33 OS 1Q.
Finishes
l. Ar�mer Matcrials
a. Furnish primer for Di•y-Bari•el Fire Hydrants in accordance with AWWA C502.
2. Finisl� Materials
a. Diy-Barrei Fire Hydrant
1) Exterior
a) Above grade
(I ) F'urnish exterioi• coating far aba�e grade D�y-Bar�'el Fire Hydrant
assembly compnnents in accord�nce with AWWA C502.
(2) Coating s]�all be �`lynt Aluininum Paint in Sil�er.
b} Be1ow grade
(1) Furnish exterior eoating for bel�w grade Dry-Barrel Fit'e Hydrant
assem6ly eomponents in accordance with AW WA CS02.
2) Interiar
a) Tnterior coating %r Dry-Barrel Fire Hydrants assemblies in accordance
with AWWA C502
F
Acc�ssou�r�s
A. Polyethylene Encasement
1. Arovide polyethyIene encasement in accordance with Sectian 33 11 10.
B. Embedment
1, Provide crusl3ed rock and filter faUric in accordance with Section 33 05 10.
SOURCE QUALITY CONTAC?L
A. Tests and Inspections
1. Testing and inspection ofDiy-Bai•re� Fire Hydrants in accordance with AWWA
C542.
B. Markings
1. 1'rovide each Dry-Barrel Fire Hydrant marked in accordance with AW�A C502.
36 PART 3- EXECUTION [NOT USED]
37 3.1 INSTALLERS [NOT Y15ED]
38 3.2 �XAMINATION [NOT USED]
39 3.3 PR�PARATTON [NOT USED]
40 3.4 INSTALLATION
41 A. Generaf
Cl"I'Y OI= FORT WDRTH
STAi`fD�11iD CONSTRllCTiON SPEC]FECATION DOCUMENTS
Aevised January 3, 201 �1
WA'TER & SAi�fITARY S�WCR f�EPi.ACEM�NT
COiVTftACT 88
CITY PRQJECTNO. O1955
331249-6
fTRG HYDRAIQTS
Page G of 7
]
2
3
4
5
G
7
�
9
ia
ll
12
13
14
15
16
17
18
S9
20
21
22
23
4.
5.
b.
7.
8.
]. Itlstall in accordance with �1WWA Manual of Wate3' Supply Practice M17,
manufacturej�'s recoimnendations and as sl�own on t1�e Drawings.
2. Provic�e vei�ical installation with braces, rest and blocEcing in accnrdance with City
Sta�3dard Details.
3. �xcavate a��d backfill tc'enches in accordance with 33 05 10.
Einbed Dry-BaE�rel �ire Hydz•ant assemblies in accordance with 33 OS 10.
a. At the location of the weep holes, wrap barrel �uith polyethylena encasement
and c�'ushed rock wit1� filter fabric to prevent diirt and debris fiom entering the
fire hydrant.
Polyethylene encasement instaijation shall be in accardanee with the applicable
partion of Section 33 11 10.
InstalI concreie blocking and rest in accordance with Section 03 30 00 as indicated
in the Drawings.
A mini�num 113 cubic yard of crushed �•ock shall be placed around the hase, in
acco�•dance with AWWA Manuai of Watej• 5upply Practice M17, to allow drain
putlets to operate.
a. The crus�ied rock should exiend 6 inch�s above the drain outlets and a
minimum of 1 foat on a11 sides af tl�e fire hydrant Uase.
Fire hydrant lead line sliail be installad witl� a maxiinu�n cover of 7 feet.
a. Cover is measured fraln the invert at the fire hydrant base, �erticaI to geound
eleva#ion.
b. Fittings may ba used along fire lead line to ensure minimuin and ma�inum
cover requireinents are met.
24 3.5 REPAIR 1 RESTORATI4N [NOT U�ED]
25 3.6 R�-INSTALLATION [NOT USED]
26 3.'1 FI�LD CONTROL
z�
2$
29
30
31
32
33
34
3S
36
37
38
A. �'ield Inspections
1. The Dry-Ba�-rel Fire Hydrant and asseinbly shail perfot•m as intended with no
defor�nation, leaking or da�nage of any Kind for the pressur� a'anges indicated.
2. City inspector wil] issue final inspection notice to City staff
3. City �'ield Operations StafFand Fire Depat�tment Sta££s11a11 have the opportunity to
inspect and operat� the hydrant, to ensure tlaat the fire hydrant was installed in
aceordance with AWWA Manual of Water Sup�ly Praefice 1V117. This includes but
is not limited to:
a. Operation of Nozzles and operating nut are not o6structed.
L�. Drain valve is not obstrueted or plugged
4. Keep fire hydrant wrapped oj• covered to identify that it is out of service until tl�e
wate�• line it's connected to is put in service.
39 B. Non-Canforming Work
40 1. �f access and operation af the Dry-�arrel �ire Hydrant ar its appurtenances cio not
41 ineet the criteria of the AWWA Manual of Water Supply Practice M17, the
42 Contractor will remedy the situation c�'iteria, at the Cantractoz's expense.
CITY O� PORT WDRTH WATE[t �& SAIVITARY SEWEA RIsPLAC£MEI�T
STAiVDARD CONSTRUCTId1V 5PL-CIFICAT[ON T]OCLIMENTS COIVTRACT 88
Revised ,lanuary 3, 2014 C1TY PEZOTECT NO. a1455
3� 12 4� -'7
f lit� HYDRANTS
Page7of7
1
2
3
4
5
6
7
8
�.
3.8 SYST�M STARTUP [NOT US�D]
3.9 ADJUSTING [NOT i1�ED3
3.1� CL�ANING [NOT i7SED]
3,l l CLOS�OiTT ACTIVITY�S [NOT USED]
3.12 PROTECT�ON [NOT USED]
3.13 MAINTENANC�
3.14 ATTACHM�NTS
END OF SECT�ON
Revisio�i Log
17ATE NAME SY]MMAIZY OF CHANGE
2.2.F'.2.a.1).a).(2} Added paint manufacturer specification
12/20/2012 D. 7olmson Z,z,C,Z,a lZevised punsper nnzz.le nominal diameter and added NFPA 1963 Thread
Designatioils
Specif cation Modified to be in accorda��ce with t11e iteduction af Lead in Drinking
Water Act (�.L. 111-380) — A.11 material s to be lead-free in accordance with this act.
11127I2D13 D. Townsend S�ctions modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1
5entions added are 1.3.A.2, 1,3.g.7, 1.6.B.l, 2.2.B.l.c, 2.4.8.2
FI.R. 3588 (P.L. 113-G4) signed into law 1/2/2014 waived Reduction af Lead in
Druiking Water Act (P.L. 11 I-3$D) requirement for fi�•e hydratit. ,�11! nrevious
revisians related to "lead-free" reyui�•ement are now deleted including those ravisions
j13/2D14 fl. Townsend made 11127/20i3, tliose bein�:
Sections mndified are 1.1.A.1, 1.9,A2, and 2.2.�.1
5ectia�s added a��e 13,A.2, 1.3,8.7, 1.6.B.1, 2.Z.B.I.c, 2.�.B.2
10
CITY O1= F032T WO[2TH
STAt�DA1tD CONSTRIJC']']ON SPGCII'iCATIOtJ 1]OCUMENTS
Rcvised JancEary 3, 20i4
WA'TER & SAtY1TARY SEWER R�Pi,AC�h4G1VT
C�N�CT 8$
CITY PRO.�ECT Np. 01955
3331 IS-1
H1GH DENSIT"Y PqLYETHYL�NE (HUPE} P1PL faR SANITARY S�IyJER
Pagc I of 5
S�CTION 33 31 1S
HIGH DENSITY POLYETHYLEN� (HDPE) P[AE FOR SANITARY SEWER
PART1- GENERAL
1.1 SUMMARY
A. Section ]ncludes:
I. High Density !'olyetlsylene {HDPE} pipe 8-incis and larger for the use in sanitary
sewer rehabilitation by pipe enlargeinent per Section 33 3l 23
B. De�iations from this City of Fort Worth Standard Specification
l. None.
C. Related Specifcatian Sections include, b�t are not necessarily limited to:
1. Division D—Bidding Requirements, Contract For�ns, and Condi.tions of the
Contract
2. Division 1— Genei•ai Requirements
3. Section 33 01 3p — Sewet• and Manhole Testing
4. Seciion 3� 41 3 T— Closed Circuit Television (CCTV) �nspe�tion
5. Section 33 OS 10 — Utility Trench Excavation, Embedtrzent and Backf I1
6. Section 33 OS 26 — Utility Markers/Locators
7. Section 33 31 21 — Sanitary Sewer Pipe Enlargeinent
8. Section 33 31 SO — Sanitaiy Sewer Ser�+ice Cannecfions and Service Line
1.2 PRICE AND PAYMENT PROCEDIIRES
A. Measuxement and Paymen#
1. Measurement
a. This item is considered subsidiazy to Sanitary Sewer• Pipe Eniargeinent per
Section 33 31 21.
2, Paytnent
a. The work performed and materials furnished in accordance with this Itern ar�
subsidiary to ille unit price bid per ]inear foot of Pipe Enlargement per Section
33 31 21, and no other compensation will be aflnwed.
1.3 R�F�R�NCES
A. Reference Standa��ds
1. Refe3•ence standards cited in this Specificatiinn refer to the current reference
standard pt�Ulislled at tt�e tiine of tl�e latest ��evision date fogged at tl�e end of this
Specification, unless a date �s specifically cited.
2. ASTM international (ASTM):
a. D3350, Standaa'd Specification fot• Yo.lyethylene Plastic Pipe and Fittings
Materials.
b. F2620, Standard Practice far Heat Pusio.n Joining of Palyethylene Pipe and
F itti ngs.
CI'I'Y OF i'ORT WORTFI [Insert Project Na�ne]
STANDARD CONSTR[1CT10N SPECIFICATION DOCUMENTS [Gtsert Project Number�
Revised Aprii 23, 2U19
3331 IS-2
IIICiH faENSITY POLYETHYLGN� (HllPE) PIPE FOR SAN11'ARY S�WGR
Page 2 of 5
1.4 AD11uNTSTRATIVE R�QUIREMENTS �NOT US�D]
1.5 SUBMITTALS
A. Submittais sha]] be in accordance with Sectian ai 33 00.
B. All submittals shall be approved by the City prior to deii�ery.
1.5 ACT�ON SiTBMITTALSIIN�'ORMATIONAL SUBMITTALS
A. P3�oduct Data
1. Gravity pipe
2. Manufacturer
3. No�ninal pipe diaineter
4. Pressure Rating
S. Standa�'d Dimension ratio (SDR}
6. Cell classificaiion
7. Laying lengil�s
B. Cei�ific.ates
1. Furnish an affida�it certifying that all HDPE gravity pipe meets the provisions of
this Section and has been testeel and ineeis the requirements of ASTM standards as
listed herein.
1,7 CLOS�OUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASS[TRANC�
A. Qualifications
1. Manufacturers
a. Finished pipe shall }�e the praduct of 1 manufacturer far each size, unless
otherwise speci�ied hy the City,
i) C11ange orders, specials and field cl�anges may be provided by a different
manufacturer upon City approval.
b. Pipe manufacturing aperations sl�all be p�i•forined under the control of tlie
�nanufacturer.
c. All pipe furnisl�ed sllall be in epnformanee with and ASTM D33S0.
1.].0 DELIVERY, STORAG�, AND HANDLING
A. 5torage and Handling Requirements
1. Pipe and fittings shall be t�•ansported, stored and handied in accordance wiih tlle
manufacturei's guidelines.
2. Secure and maintain a lacafion to store the matei•ial in accordance v�+ith
5ectipn O1 66 00.
CIT1' O�' �'ORT WOit1'H �hl5ert Project Name]
STAIVDA�ZD CON5TRL1CT103�S SPECfF1CATIpN DOCUMCN'1'S [��sert Praject NumUer]
Revisecl April 23, 2019
3331 15-3
HIGW DGNSITY POLYf'"IT�IYLENE (HAPE} P1PE [=0R SANITARY Sf:WER
Page 3 of 5
I.I1 FIELD [SITE] CONDIT��NS [NOT USED}
1.12 WARRANTT' [NOT USED]
PART 2 - PR4Di]CTS
2.1 OWNER FURNISHED [on] OWNER SUPPLI�D PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODI:7CT TYPES AND MA�ERIALS
A. Manufactu�•ers
1. Only the manufacturers as listed in the City's Standard Products List will be
considered as sllown in Section Ql 6� 00.
a. The manufacturer mast cornply witi� this Specificat�on and related Sections.
2. Any ptoduct that is not listed on the Standard Products L'ast is eonsidered a
substitution and shail be submitYed in accordance wit1� Section Q 1 25 00.
B. Materials
Pipe and Fittings
a. Material shall be minimum DR-17 Extra High Malecular Weight, I�igh Density
Polyethylene PE 340$, Cell Class PE34546�D or E(irna�r wall shall be white �r
light in eolor) per ASTM D3350.
b. Material shall be hoznogeneous throughout anci fi'ee of:
1) Abrasion, cutting or gouging of tlze outsi�e surface extending to more than
10 percent of tlie walj thickness in depth
2) Cracks
3} Kinking (generally due to excessive or abrupt bending)
4) Flattening
S) Holes
6) Blisters
7) Other defects
e. Pipe with gashes, nicks, abras#ons or any such physical damage which inay
have occurred during storage and/or handling, which are largerldeeper than l0
percent of the wall thickness shall not be used and shall l�e re�noved from the
const�-uciion site.
d. Pip.e and fittings shall be uniform in colo�•, opaeity, d�nsity and other pl�ysical
praperkies.
1) Pipe and fittings not meeting these criteria will he rejecied.
e. Pipe Markings
1} Meet the miniir�u�n requirements of ASTM D3350.
2) Minimum pipe marlcin�s shall be as follows:
a} Marking intervals shall be at 6-inch intervals
U) Manufacturer's Name oe Trademark and production record
e) Naminal pipe size
d) ASTM ar Standard Dimension Ratio {SDR) d�s�giTatian
e) Cefl classiiication
f) Seal oi testing agency that �erified the suitabilit�+ of the pipe
2. Connections
a. Use only manufactured fittings.
b. See Section 33 31 50.
C1TY OF PdRT WORTIi [insert Proaecfi %[ame]
STANnAC21] CONS�l'RUCTION SPECIFICATION DOCUIuI�NTS [Insert Project Nuin�er]
Revise8 April 23, 2Q 19
3331 15-4
Ei1G1 [ DE1�51TY POLYL-�I�HYLCNE (lIDPGJ ['II'� POR SANiTARY SEWER
Page 4 of �
3. Detectable Metallic Tape
a. See Section 33 QS 26.
4. Polyetl�ylene Repair Clamp
a. Smith-Blair Fuli Circle Claanp Style 228 or 263.
2.3 ACCESSORIES jNOT USED]
2.4 SUURCE QUALITY CONTROL [NOT USED]
PART 3 - �X�CUTION
3.1 INSTALLERS jNOT USEDj
3.2 EXAMIIVATION [NDT LTSED]
3.3 PREPARATION [NOT USED]
3.4 I1�TSTALLATION
A. General
1. Install pipe, fittings, sp�cials and appurtenances as specified herein, as specified in
Section 33 31 21, and in accordance with the pipe manufaeturer's
recommendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3_ If applicable excavate and back�ll h'enches in accoi�dance with Sectian 33 DS 10.
�. Pipe Handiing
1. Haul and distribute pipe and fittings at the project si#e.
2. Handle piping with care to avoid damage.
a. Inspect each joint of pipe and reject or repair any da�naged pipe prior to
lowering into the trench.
b. Use oniy nylon ropes, sjings or other lifting devices that will not dainage the
surface of the pipe for handling the pipe.
3. At the elnse of eacli operating day:
a. Keep the pipe clean and fi-ee of debris, dirt, animals and trash — during and after
the laying operation.
b. Effectivel� seal tize open end pf tlle pipe using a gas]<eted nigi�t eap.
G. Pipe Joining
a. loin pipe in accordance with A5TM F2620.
b. Operators must be certifed by the inanufacturer to use the fusion equipinent.
c. F'ollow the time and tempea-attu•e recommendations of tl�e manufactu�er.
d. Joints sha11 be stran�er than the pipe itself, be properly aligned and contain no
gaps or voids.
e. R��nove bead prajection oi� the outside of the pipe to reduce drag during pipe
installation process.
D. Connection lnstallatian
1. See Section 33 31 50.
E. Detectable Met�llic Tape Installation
CITY QP ��RT WORTH [Ins�rt Project Name]
S7'AKDAIiD C�NSTiZUCT10N SPECIFICATION DOCUMENTS [Insert Praject Numl�er]
Revised April 23, 2019
33311�-5
1iIGH DE3�I51TY f'QLYETHYLGNC (1[DC'�.) P]PE FOR SANI"fARY SL-WER
Pagc 5 o1' S
1. 5ee Section 33 OS 26.
3.5 REPAIR / RESTO�RATION [NOT USED�
3.6 R�-INSTALLATION [NOT USLDJ
3.7 FI�LD [oR] �IT� QUALITY CONTROL
A. Field Tests and Ti�spections
1. Closed Circuit Television (�CTV) Inspection
a. Pro�ide a Post-CCTV i�ispection in accordance with Section 33 O1 31.
2, flir Test
a. Pro�ide an Air Test in �.ccordance with 5ection 33 Of 30.
3.8 SYST�M STARTUP [NOT US�b]
3.9 ADJ'[TSTING [NOT USED]
3.10 CLEANING [NOT USED]
3,11 CLOSE4UT ACTNITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANC� [NOT U�ED}
3.14 ATTACHMENTS [NOT USED]
�ND Ok' SECTION
Revision l.og
DATE NAME SUMMARY O� CHANGB
Q4123/2039 W�IEEI' �43CWOOd LI.A referenced Section 33 31 21 and was corrected to reflect Secfion 33 31 23.
CITY OP FORT WORTI-I [Inscrt Pra,ject [�aroc]
ST1IN�ARD CONSTRUCTIbN SPHCIFICATI4N DQCUMEhlTS [L�sert Project Number]
2evised April 23, 2l}19
333120-I
PUI.YVI1+iYL CHLqR[DI: (YVC) GRAVITY S�NITARY 5L:WLR FIPG
Page ] of G
�
SECTION 33 31 20
POLYVINYL CHLORIDL� (PVC} GRAVITY SANITARY SEWER PIPE
3 PART1- GENERAL
4 I.I SUMMARY
S A. Sectio�� Includes:
6 l. Polyviny[ Chloride (PVC) pipe 4-inch througll 27-incla for gravity sanitary sewer
� applications
8 B. Deviations from this Gity of Fort Worth Standard Specif eation
9 1. None.
10
11
12
13
14
15
16
17
18
� 9 �.z
2a
21
22
23
24
25
26
27
2S
29
30
31
32
33
34
35
36
37
38
39
4Q
C. Related Specification Sections include, but a►'e not necessarily limited ta:
1. Division 0— Bidding Requit'ements, CQntract Forms, and Gonditions of the
Contract
2. Division 1— General Requirements
3. Section 33 0� 3a— 5ewer and Majnhole Testing
4. Section 33 il l 31 — Closed Circuit Television (CCTV) Inspectian
5. Section 33 OS 10 — Utility Treneh Excavation, Embedtnez�t and Backfill
6. SectiQn 33 a5 26 — Utility Mark�rslLocators
7. Section 33 31 50 — Sanitary 5e�r+er Serwice Cannections and Se�vice �.ine
PRICE AND PAYMENT PR�CEDURES
A. Measurement and Payinent
1. Measurement
a. Measured hoi'izqntally along the surface fi-��n center line to center line of the
manhole or appurtenance
2. �aytnent
a. The work performed and materials furnished in accQrciance with this Item and
measured as provided under "Measurement" will he paid for at the unit p�'ice bid
per linear foot of "PVC Pipe" installed for:
1) Various sizes
2) Various Standa��d Di�nension Ratios
3) Vai•iaus e►nbedinents
4) Various depths, for iniscellaneous projects only
3. The price bid shall include:
a. I'urnishing and installing PVC gravity �ipe with joints as speci�ed by tl�e
Drawings
U, Pavemei�t removal
c. Excavation
d. Haulin.g
e. Dispasal af excess material
f. �'urnishing, placement and compaction of einbedir�ent
g. Furnishin.g, place�nent and compaction af backf�ll
CITY OF FOR7' WOKTH
5`CANBARD CONSTRUCTEON SP�CIF{CATION DQCUMENTS
1Levised 3une ] 9, 2013
WATEIZ & SANITARY SL• WGR REPLACE�r1ENT
CONTRACT88
CTTY PR�JI:CT N0. tl19S5
33312[f-2
POLYV[NYL C]I1.UR11]E (PVC) GRAV["CY SAIVITARY SGWCR P1PE
Page 2 oF 6
1 l7. Trenck� water stops
2 i. Cfean-up
3 j. Cleaning
4 k. Testing
S 1.3 REFERENC�S
G
7
8
9
1Q
11
l2
13
14
15
15
17
18
l9
aa
21
22
23
24
25
26
27
zs
29 1.4
A. Reference Standards
]. Reference standards cited in this Specification refer to the cur��nt rEference
standard published at tlie time of tl�e latest revision daCe logged at the end af this
Specificatioiz, uilless a daie is specificaliy cited.
2. Ainerican Association of Sta:te Highway and Transpo�'tation (AASHTOj.
3. ASTM lnternational (ASTM):
a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC)
Coin�aounds and Chlorinated Poly{Vinyl Chloride) (CPVC) Compounds.
6. D2412, 5tandard Test Metkfod for Determi.nation af External Loading
Charac#eeistics of Plastic Pi�e by Fa�•allel-Plate Loading.
c. D3034, 5tanciard Specification for Type PSM Poly(Vinyl Chloride} (PVC)
Sewer Pipe and Fittings.
d. D32�2, Sfandacd Specification for loints for Drain and Sewe�• Plastie Pi�es
Using Flexible Elastomeric Seals.
e. F679, Standard Speciiication for Poly (Viny] Gl�loride) (PVC) Large�Diameter
Plastic Gra�ity Sewer Pipe and Fittings.
4. Texas Commission on Envirorunental Quality (TCEQ):
a. Title 30, Part [, Chapter 217, Subcl�apter C, Rule 217.53 —1'ipe Design.
b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying
Pipe.
c. Title 30, Part I, Chapter 217, Su6chapter C, Rule 2I7.57 — Testing
Requir�mants for Installation ofGravity Collection System Pipes.
5. Underwriters Laboratories, Inc. (UL.).
ADMINYSTRATIVE REQZTIREMENTS [NOT iTSED]
30 1.5 SUBMITTALS
31 A. Submittals shall be in aecot•dance with Section O1 33 00.
32
33 1.6
34
35
3G
37
38
39
4a
B. All suhmiYtals shall be approved by the City prior to deliveyy.
ACTIOlv SUBNLiTTALSIINFORMATIQNAL SUBMITTALS
A. Prpduct Data
1. Product data sheet
2. Manufacturer
3. Nn�ninal pipe diameter
4. Standard dimension rafio {SDR)
5. Cell classification
6. Laying len�ths
41 8. Ce�-tificates
C1TY OF F'ORT WORTH
STANDARD CON9TRC3CTfQN SPECIFiCA'CIflN DOCUM£NTS
Revised lunc l9, 2013
WATER & SANTTARY SEWER R�PLACEMENT
CONTRACI' &8
CITY I'ROJGCT NO. 01955
333120-3
POLYV]NYL G-ILORfDr {PVC) G12AV]TY SANI"fARY S�WL'It i'IPE
Page 3 af 6
1 l. Furili�h an affidav�it certifying tllat all PVC Gt'avity Pipe meets the provisians of
2 this Seetion and has been air and deflectiat� tested a��d meets tl�e requirements af
3 ASTM D3034 and ASTM �679.
4 1.7 CLOSEOUT SUBNIITTALS [NOT US�D]
5 l..$ MAINTENANCE MATERIAL SUBMiTTALS [NOT USED]
G 1.9 QUALITY ASStiRANCE
7
8
9
10
11
12
13
14
15
I6
17
18
19
20
21
22
23
24
A. Qualifications
l. ManufactLtrers
a. Fi��isl�ed pipe sf�all be the prociuct of 1 manufact�E�•er fot• each size per �?�•oject,
unless othe�•wise app�•oved by the C'ity.
l) Cl�ange o��ders, specials and field changes may be provided by a different
manufacturer upon City appraval.
b. Pipe �nanufacturing operatians sha31 be perfonned under the conta•ol of the
manufactw�er.
c. All pipe fu�•nished s1�a11 be in confor�nance with ASTM D3034 (4-incl� through
15-inch) and ASTM F679 (18-inch tivough 27-inch).
1.10 DELIVERY, STORAG�, AND HANDLING
A. Storage and Handiing Requirexnents
3. Gravity pipe shall be stored and handled in aceardance wiih the manufacturer's
guidel ii7es.
2. Secure and ��aintain a lacation to stare the material in accordance with
Seetion O1 66 00.
1.11 k'YELD jSIT�] CONDITIONS [NOT USED]
L12 WARRA.NTY [NOT USED]
25 PART 2 - PItODUCTS
26 2.1 OWN�R-FURI�TISFI�D �vR] OWNER SLiT'PLIEDPRODUCTS [NOT USED]
27 2.2 EQUIPMENT, PRODUCT'I'YP�S AND MATERIALS
28 A. Manu�acturer•s
29 l. Only the manuf�cturers as listed in the City's Standa��d Products List wi11 be
30 considered as shawn in Section O] 6Q 00.
31 a. The manufacturer inust coinply with this Specification and related Seetions.
32 2. Any product that is not listed on the Standa�'d Products List is considered a
33 s��bstitution and shall be submitted in accordance with Sectio3� D 1 25 00.
34 B. Performance I D�sign Criteria
35 1. Pipe
36 a. Meet al! requirements of TCEQ.
37 b. Desi.gn in accordance with ASTM �303.4 for 4-inch througla ] 5-inch SDR 26
38 and ASTM F679 for 18-inch thraugh 27-inch 4GPS/i ] ST'S.
39 e. PVC Gravity Sanit�iy Sewer Pipe shall be approved b� the UL.
C1TY OF POl2T WOATH WATCR & SAA!]TARY SCWER REPLACEMENT
STAIVDARDCONSTR[1CTION SPEC[PICA:E'fOIV DQCIIMrNTS CONTRAC7'88
Revised June 19, 2013 C1TY PItO.IECT NO. U1955
33 3 I 20 - 4
PO[.YVINYL CH].ORI�E {PVC} GRAVITY SnNI'{'ARY SGWER P1PG
Page 4 oF6
I d. Assume a standard lay lengih of 14 feet and 20 feet except for special fttings or
2 closure pieces necessary to comply with the Drawings.
3 e. Use green coloring for gi•ouiid identifeation as saniiary sewe�' pipe.
4 f. PVC meeting the i•equirements of ASTM Dl7$4, wit17 a ce11 classification of
5 12454 ai• 12364
G g. Deflection Design
7 1) Base pipe design an pipe stiffness, sail stiffness and load c�n the pipe.
8 2) Design pipe according to the Modified Iawa Formula as d�tailed by the
9 Uni-Bell PVC Pipe Associatinn in the Handboak af PVC Pipe, usiil� ihe
] 0 fa!lawing parametea-s:
11 a) Unit Weight of �'ill (w) = 130 pounds per cubic foot
1� b) Live Load = AASHTO HS 20
13 c) Trencl� Depth = 12 feet minimum, or as indicated in Drawings
l4 d) Maximum (E') = 1,000 max
15 e) Deflection Lag Factar (DL) � 1.D
1G � Bedding Factor canstant (K) = 0.1
17 g) Mean radius of the pipe (r}, inehes, as indicated in Drawings
� g h) Marston's load per unit len�th (W), pounds per incl�, calculate per
l9 Drawings
ZO i) PVC modulus of elasticity {E) — 400,000 psi
21 j) Moment af inertia of pipe wall pe�• unit length, (I) — t�112, (inalin), per
22 pipe type and size
z3 (1) Where (t} = pipe thicl�ess, inches
24 k) Maxi�num Calcvlated Defleetion = 5 percent
25 h. Pipe Flota�ion: If the pipe is buried in common saturated soil (about i 20 pounds
26 per cubic foot) with at least P/a pipe diameters of eaver, pipe is generally not
27 subject to flotatian. If sllallower, check graundwatej• flotation potential.
�g �lotation will oceur if:
29
3a
�i
32
33
34
35
36
37
38
39
4�
41
42
43
44
Fe>VVp+We+Wa
Where: Fv = buayant force, pound per faot
W� = einpty pipe wei�l�t, pound per foot
We= weight of flaoded soil, paund per foot
Wd = weight of dry soil, pound pei- faot
Values and #�ormulas for the above variabl�s can be ot�tained fi-o�n tlre pipe
manufacturer as�d site specific soil cor►ditions.
i. Verify trench d�pths after existing utilities are ]ocated.
j. Accommodate ve�-tical aligmnent cha�ges requii-ed because of existing Litility or
other conflic#s by an appropriate change in pipe design de�th.
k. [n na case shall pipe be installed deeper tha3y its design allows.
2. Minimum pipe stiffness of 46 psi at 5 percen# deflectian when test in accoE•dance
with ASTM D2412.
45 3. Pipe markings
4G a. Meet the �ninimum requirements of ASTM D3034 and ASTM F679.
47 b. Miniinum pipe markings shall be as follows:
48 1) Manufactueei's Naine ar Trademark and production record
49 2) Nominal pipe size
C1TY �F FQRT W�RTH WATER R SANITARY S�:tiVER REPLACEMENT
5'['AIdDARD CONSTRUCTION SPCGIFiCATION �OCUMENTS CONTRAC7' 88
Revised June 19, 2013 Cl1'Y PRO.IECT 130. 01955
33312O-5
C'OLYVINYI. CIiLORfDE (PVC) GRAV[TY SANITARY S�WEIt PInE
Page 5 of b
i
2
3
4
5
6
7
S
9
1Q
I1
12
13
4.
5
6.
3) PVC cefl classifcation
4) ASTM o�• Standard Diirne��siort Ratio (SDR) designation
5) Sea] of testing agency that verified the suitability of tlle pipe
Joints
a. Joints shall be gasket, belf and spigot, push-on type ca�iformingto
ASTM D3212.
6. Since each pipe manufactu��er has a different design for p�ish-on joints; gaskets
shall be pa►�t of a cb�nplete pipe section and purchased as suck�.
Conneetions
a. On1y use manL�faci�f�•ed fittings.
b. 5ee Section 33 31 50.
Detectable Metallic Tape
a. See Section 33 OS 26.
14 2.3 ACCESSORI�+ S[NOT US�D]
15 2.4 SOURCE Qi7ALITY C�NTROL [NOT USED]
16 PART 3 - EXECUTION
17 31 INSTALLERS [NOT USED]
I8 3.2 EXAMINATXON [1vOT USED]
19 3.3 PREPARATION [NOT USED]
20
�r
22
23
24
25
2b
27
28
29
3�
31
32
33
34
35
36
37
38
39
3.4 INSTALLATION
A. General
L Install pipe, specials and appurtenances as specified herein, as specified in Section
33 OS 10, and in accordance with the pipe manufactfuer°s recommendations.
2. I�ay pipe to the lines and �ades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with Se.ctior� 33 OS 10.
4. Embed PVC pipe in accordance with Section 33 OS ] 0.
S. Pipe Handling
1. Ha�f and distribute pipe and fittings at flle project site.
2. Handle piping witl� caa'e to avoid damage.
a. Inspect each joint of pipe and reject or repair any damaged pipe pz•iar ta
iowering intq the trench.
b. Use anly nylon i•opes, slings or other lifting devices that will not damage ihe
surface of the pipe fvt• handlin.g the pipe.
3. Ak the close of eacl� aperating day:
a. I{eep the pipe clean and fi•ee of deb►'is, diE•t, anii�nals and trash — during and after
tl�� ]aying operation.
b, Effectively se�tl Che open end of the pipe using a gas�Ceted nigl�t cap.
C. Pipe Joint Installation
a. Clean dirt and fm•ei m matei•ial fi•om t11e gasketed socket and the spigoi end.
CITY QP P�R�f WORTH
STAN17A1LD COI�ISTRUCTION SPCCIP[CATIDN D�CUMENTS
IZevised .hme l9, 2D l 3
WATL"R 8c SANITARY SEWECi REPLACEMENT
CONTRACT&8
C1TY PRi�.I�C'1' N�. 01955
1
2
3
4
5
6
7
S
9
10
I1
12
13
14
15
16
17
18
19
2Q
2l
22
23
24
25
26
27
28
333120-6
PdLYV1NYL CHf..ORiDE (1'VC) GRAVI"CY 5ANITARY SEWER PIP�
Page 6 of G
�. Assemble pipe joi.nt 6y sliding the lubricatec! spigot end i.nto the gasketed bell
end #o tl�e refez•ence mark.
c. install such tl�at idenkification marking on each f�int are oriented upward tawat-d
the trench o�enin�.
d. Wheai anaking connection tn t1�ar�liole, �Ese an elasto�neric seal or flexible bnat to
facilitate a seal.
D. Cannection Installation
l. 5ee Sectian 33 31 50.
�. Detectabfe Metaflic Tape Installation
l. 5ee Section 33 DS 26.
3.5 REPAIIt 1 RESTORATTON [NOT US�D]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] �IT� QUALITY CONTROL
A. Field Tests aild Inspections
1. Videoinspection
a. Pt-ovide a Post-CCTV inspection in accordance with Seetion 33 Ol 31.
2. Air Test and Defleciion (Mandre]) Test
a. Perform in accordance with Section 33 O1 30.
3.8 SYSTEM STARTUP [NOT US�D]
3.9 ADJiTSTING [NOT U�ED]
3.10 CL�ANING [NOT USED]
3.11 CLOSE�UT ACTIVITI�S [NOT iISED�
3.12 PROTECTXON [NOT i�SED]
3.13 MATN`TENANCE �NOT C7SEDj
3.14 ATTACHMENTS [N�T USED]
END 0�' SECTION
Revision Log
DATE NA.ME SUMMA�Y DF CHANGE
G/1&/13 D, Johnson 2.2.B.I.0 —Pi�€ Material C[arification
CITY UF FORT WORTH
51'ANDARD CONSTfZUCTION SP�CIFICATIqiY DOCCIMENTS
itev�sed Junc 19, 2Dl 3
WATER & SANITA[tY SEWLR REPLACEMENT
CONTRACT88
CTTY PROJCCT l�lO. 01955
33 31 50 - l
5AHITAAY SEWE[Z SERVECE CONNLCTIDN3 ANp SE2VTCG LINL"
Page I of 9
�
S�CTION 33 31 50
5AN1'1'ARY SEWER SERVIC� C�NNECTIONS AND SERVICE LTNE
3 I'ART 1 - GEN�RAL
4 1.1 SUMMARY
5
G
7
S
9
�a
11
12
13
]4
15
l6
17
18
14
�a
21
A. Sectian Includes:
1. Sanitatry sewer service connEctiott, service lii�e and 2-v,�ay cleanout fi•om the main
to the right-of-way, as shown on the Drawings, directed by tlie Engineer and
specified herein %r:
a. New Service
b. New Service {Bored)
c. Pri�ate Service Relocation
d. Service Reinstatemei�t
B. Deviations fi•om this City of Foi�t W4rth 5tandard Specification
I. None.
C. Related Specificatian Sections include, but ai�e not nec.essarily limited tn:
1. Division 0—�idding Requirerztents, Contract Forms and Cnnditions of the Contract
2. Division 1— General Requirements
3. Section 33 OS 10 — Utiiity Trench Excavaiian, Embedinent and Backfil]
4. Section 33 11 10 — Ductile Iron Pipe
5. Section 33 11 i 1— Ductile lron Fittings
6. Section 33 31 20 — Folyvinyl Cl�laride (PVC) Gra�ity Sanitaiy Sewer Pip�
22 1.2 PRIC� AND PAYMEN'T PROCEDURE�
23
24
25
26
27
28
29
30
3l
32
33
34
3S
36
37
38
39
40
41
A. Measurement and Payment
1. Nevv Sew�r Se�'vice
a. Measureinent
1) Measureiner►t for this Itein shal] be per each "Sewer Service" complete in
place.
b. Pa�+ment
1) The wark performed and inaterials furnished in accoz-dance with this Item
will be paid for at the unit price Uid per each "Sewer Seivice" installed for:
a) Va�'iaus sizes
c. The price b�d shall include:
l) Fuinishing and installing New Sanitary Sewe�� Service �,ine as speci�ed by
tlae Drawings
2) Pavainent reinoval
3) Excavation
4) Hauling
5) Disposal of excess tnaterial
6) Tee connection to main
'7) Fittings
8) 2-way cleanout and cap witl� concrete pad
CI"I'Y OF FOAT WOR7'H
STANDARD CONSTRUCTIDN SPECIFiCATION DOCUMGN�TS
Revised April 26, 2fl13
WATER & SANI'CARY 5E1VCR REPLAC�MBN"f
CQNTRACT88
C[7'Y 1'AOJ�CT NO. Q] I55
33315U-2
3ANfTARY 5EWE2 SERV[CE COI�NECTIONS AND SLRVICE L[N�
Page 2 of 9
1
2
3
4
5
6
7
8
9
10
11
12
l3
19
15
16
l7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33.
34
35
35
37
38
39
40
41
42
43
44
45
46
47
48
49
2.
3.
9) Surface i•estoration, excluding grass (seeding, sodding or hydro-mulcl� paid
separately)
10) Furnishing, placing and compaction of embedment
11) Furnishing, placing and compaction of backiill
�2) Clean-up
New DEEctile Iron Sewer 5ervice
a. Measurement
lj Measurement for tf�is Item sl�a�l l�e pee each Ductile Iron Sewer Service
co.mplete in place.
6. Payment
1) The work performed and materials furnished in accordance with t17is ltem
wifl be paid for at the unit price bid per each "DIP Sewer Se�'vice" installed
for:
a) Various sizes
c. The price bid shall include:
1) Furnisliing and instaliingNew DIP Sanitary Sewer Seivice Line as
specified by the Drawings
2) Pavement removal
3) Excavation
4) Hauling
5) Disposa] of excess inaterial
6) Tee connection ia main
7} Fittings
8) 2-way cleanout and cap with concreie pad
4) Surface restoration, excluding grass (se�ding, soddi.ng or hydro-mulch paid
scparately}
10) Furnishing, placing and compaction of emhedment
11} Furnishing, placing and eompaction of backfill
12} Clean-u}�
New Bored Sewer Service
a. Measurement
�) Measur•ement foi• this Item shall be per each Bored Sewe�' Service coinplete
in place.
b. Payinent
1) The work perforrned and �uaterials furnished in aecordance with this Item
ai2d measured as provided undei• "Measw•ement" will be paid for at the unit
price hid per each `Bared Sewer Service" installed for:
a) Various sizes
b} Va��ioLis materials
c. The price shall include:
l) Furnishing and installing New Sanitat�y Sewer Serwice Line as speeified by
the D�•awings
2) Paveinent removal
3) Excavaiian
4) Hauliisg
5) Disposal of exces� material
6) Tee connection to main
7) Se3�viee Line
8} Fittings
CITY Or �OR'1' WORTH
STANDARD CONSTNUCTION SP�CIPICATION DOCUMENTS
Ttevised April 26, 2p13
WATER & SANITARY SEWER RI:Pt.ACEIv1ENT
CONTFZACT 88
CITY i'RD.fECT AIO. 01955
33 31 50 - 3
SA3�IITAAY SLWER SERVICE. COIViVECTIONS AND SERV1Cr L1NE
Pagc 3 of 9
1
2
3
4
5
6
7
8
9
l0
11
12
13
14
15
16
I7
]8
19
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
3G
37
3&
39
40
41
42
43
44
45
4G
47
48
�49
4
5.
9) 2-way cleanout and cap witl� concreta }�ad
] 0} Surface restot�ation surrounding 2-way cleanout
I 1) Furnishing, placing and co�npaetion afeinbed�nent anr� hackfill
12) Clean-up
Private 5ervice Relacation
a. Measarement
]) Measut•ed horizontally along the surface frorn center line to cente�• ]ine of
the fitting, manlrole or appurtenanee
6. Payment
1) The work pe��far�7aed ar�d the materials furnished in accordance wit1� this
Itsm and measured as provided ui�der "MeasureEnent" will be paid for at the
��nit price bid per linear fopt for "Private 5ewe�- Service" inskalled for:
a) Waeious sizes
b) Various mates'ials
c. The price shall incfude:
1} Obtaining apprQpriate Permit
2) Obtaining Right of Entry
3) Performing relocation as specified in the Drawings
4) Excavation
5) Hauling
6) Disposal of excess material
7j Service Line - private side by plumber
S) Fittings
9) Furnishing, placing and coEnpaction of embedment
10) Furnishing;, placing and co�npaction af backiill
11) Clean-up — surface restoration, excluding grass (seeding, soddang or hydro-
mulch paid separately)
Sewer Se�vice Reconnectian
a. Measurement
1} Measurement foz• this Item shall be pe�' each "Sewer 5ervice Reconnec#ion"
complete in place fi•flm public service liize eonnection tn pri�ate sa�vice line
cannection.
b. Payment
1) Tl�e work perfonned in conjunction with the 3�elocation of a sewer ser�iee,
associated wit11 private service line, fittings and cleanout 5 feet ar less in
any dErection fi•om the cent�rline ai#I�e existing service line and the
�naterials furnished in accordance with this Ite�n will be paid for at the unit
price par each "Sewer Service, Reconnection" performed for:
a} Various service sizes
c. The price bid shall include:
1) Private service line
2) �'ittings
3) Private connection to s�wer service
4} 1'aveme»t r��noval
5} Excavation
G) Hauling
7) Disposal of excess �naterial
8) 5urface restaratian, excluding grass {seeding, soddi��►g or hyciro-inulch paid
separately}
C17"Y DF FORT VJOR'TH
STANDAItIJ CONSTRUCTLOIV 5PI:CIFCCATION DpClJl19ENTS
Rcvised April 26, 20 ] 3
WATER & SANITARY �LWEIt REPLAC�ivlfiiVT
CQNTRACT 8$
C1TY PRQ.�CC"f NO.O1955
333150-4
SANITARY SLWEIt SERVICE CONN�CTIONS AND SGltVICL-' LIAIE.
Page 4 oi' 9
1
2
3
4
S
6
7
8
9
l0
11
12
13
14
15
16
i7
1$
I9
20
21
za
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
9)
1 D)
jl) Clean-up
�. 2-way Cleanotrt
a. Measuremenk
1) Measure�nent for #his Item shall b� pe� each when Qnly a"2-way Cleanout"
is installed.
b. Payment
1} The w�ork perforined and the �naterials furi3ished in accordance with tfzis
Item sl�all be �aid for at the unit price hid per each "2-uaay Cleanout"
installed for:
a) Various sizes
b) Variaus materials
c. The p��ice bid shal7 include:
l} Fuenishing and installing the 2-way Cleanout and cap as specified i� i11e
D��awings
2) Pavemeni removal
3) Conct�ete pad
4) Surface restnratinn, excluding grass {seeding, sadding or l�ydro-mulcl� paici
sep�rately}
5} Hauling
b) Disposal of excess material
7) Furnishing, placin� and compaction of backf'ill
8) C{ean-up
7. Service Reinstatement
a. Measurement
I) Measurement for tl�is Itam shall be per each Reinstate�nent of Service
associated with the sewer inain being rehabilitated by a trenehiess method.
b. Payment
1) The work perfarmed and materials iurnislled in aceordance with this item
and measured as provided under "Measurement" will be paid for at the unit
price bid per eac17 "Sewer Service, Reinstatement" ior:
a) Variaus sizes
c. The price bid shall include:
1) Tap to existing main (if required)
2} Pave�nent removal
3) Cxca�atio�t
4) Hauling
5) Disposal of excess inater•ial
6} Tee connection to main
7) Saz-vice line (if required}
S) Fittings
9) Fuinisl�ing, ptacing and eou�paction oi embedinent and backfill
1 Q) Clean-up — surface restoration, exciuding �rass (seeding, sodding ar hydro-
mulch paid separateiy)refei-ences
B. Definitions
1. New Seivice
a. New service appiies to the installation of a seE�vice with connection to a i7ew ar
existing sewer main.
C1TY OF FORT WQRTH
STANDAIt17 C�NSTRUC"CIQN SPT:CII'1CA710�I DOCUM�NTS
Revised April 2G, 2013
WATER & SAtY[TARY SEWER REPLACENCENT
co�vTrrac�r ss
C1TY ['IiOJECTNO. (}1955
3�3isa-s
3AIViTARY S�.WLRSERVIC£ CDIVi+I�C'CIONS AND 5@RViCG LINL
Aage 5 of 9
2
3
4
5
6
7
8
9
l0
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
3
4
b. The service inaterials would include service line, ftfings and cleanout.
2. Bored 5ervice
a. Boeed service applies to the installation of a service with connection to a new or
existing sewer main including a bore under an existing road.
b. T1�e service materials would include s.ervice line, �ittings and cleanout.
Private Service Reiocatian
a. Private seivice relocation applies to the replaceinent of the existing sewe�'
service line on private propei�ty typically associaied with the relocation of the
existing tnair�,
�. Ty�ical main relocation wili be from a i•ear lot eas�ment o�• alley to the sti�eet.
Service Reinstatement
a. Setvice reinstatement applies to the reconnection of an existing se�vice to an
existing main that has been rehabilitated by trenchless mefhods such as pipe
enlargement (pfpe bursting), s3ip lining or CIPP.
C. Reference Standards
2.
�
Referenee standards eited in this Specification refej� to the current reference
standard published at the tia�ne of the latesi revision date logged at the end of this
Specification, unl�ss a date is specifically cited.
ASTM Internatianal (ASTM):
a. ASTM D3034 Stanciard Specification for Type 1'SM Poly (Vinyl Chloride)
(PVC) 5ewer Pipe and Fittings
b. ASTM D1785 Standard Specification for Poly (Vir�yl Cl7loride) (PVC) Plastic
Fipe, Schedules 40, 80 and 120.
c. ASTM D2321 Siandard Fractice for Underground Installation ofThermoplastic
Pipe for 5ewers and �ther Gravity-�'low Applications
d. ASTM D24�2 Standard Test Metl�tod for Deterinination oiExteinal Loading
Cllaracteristics of Plasiic Pipe by Parallei-Plate Loading
e. ASTM U3212 Standard Specifieation for Joints for Drain and Sewer Plastic
Pipes Using �'lexihle Elastomeric Seals
Texas Comrtnission on Environment�l Quality
a. 'I'itle 30, Pa�-� l, Cl�apter 217, Subchaptea• C, Rule 217.54 — Criteria for Laying
Pipe and Rule
b. Title 30, Part I, Chapter 217, SuUchapter C, 217.55 —Manholes and Re[ated
StE�uctures
35 1.3 AD1I�IINISTRATIVE REQU�R�MENTS
3G A. Scheduling
37 1. Provide ad�ance notice for servica interruption to p��operty ovWner and ineet
38 requirements o�' Division Q.
39 1.4 SUBMITTALS
40 A. Subinittals shal] be in accordanc� with Section O1 33 00.
41 B. A{I submittals shall be approved by tlle City prior to delivery.
42 1.5 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS
43 A. Prodtict data shall incl�ide, if applicable:
44 ]. Tee connection or saddle
CITY OF FdRT WOl2'CH WATER & SAI�i1TARY SCVI�EE� REFLACLMCNT
S"CAN�AitD CONSTIiUCT]ON SYGCiFICATE�N I]aCUMENTS CONTRACT 88
Revised April 26, 2a13 C1TY FRO.I�C7' NO. O1935
33 31 50 - 6
SANITARY SEWER SCRVICE CONTl�CTIpNS Al+1D SI'RV[CE LIN�
Page 6 of 9
�
3
4
5
2, Fittings (inc�udii�g ty�e of cleanout)
3. Service line
B. Cea'tificates
1. �'urnish an affidavit certifyi.ng tl�at service line and fittings meet the provisions of
this Sectian.
G 1.6 CLOSEOUT SUBMITTALS [NOT US�D]
7 1,7 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
S 1.8 Q[IALITY ASSURANCE [NUT USED]
9 1.9 DELIVERY, STORAGE, A1VD HANDLING
10
11
12
13
14
15
16
17
18
19
20
21
A. Storage and Handling Req�irements
1. Gravity pipe shall be stored and handfed in accordance with the inan.ufacturej�'s
guEdeiines.
2. Prptect a1! pai�ts such that no dainage or deterioration �ill occur duriag a prolonged
delay fi•om the time of shipment ur�til installation is completed and the units and
equipment are ready fo�• operation.
3. Protec# all equipment and parts against any damage during a pralonged period at the
site.
4. 1'revent plastic and similar brittle items from being directly exposed ta sunligi�t o�•
extre�r�es in temperature.
5. Secura and inaintain a location ta store the material in accordance with Section 01
66 00.
22 1.10 FIELD [SITE] C4NDITIONS [NOT USED]
23 1.11 WARRANTY [NOT LTSED]
24 PART 2 - PRODZTCTS
25 2.1 DWN�R-FiJRNISHED [NOT USED]
26
27
28
29
30
31
32
33
34
35
36
37
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Manufacture��s
1. Only the manufacturers as listed on ihe City's 5#andaed Products List will be
considered as shown in Secfiion O1 60 OQ.
a. The manufacturer must coir�ply with this Speciitcatian and related Sections.
2. Any product that is not listed o.n titie Standa��d Praducts List is considered a
substitution and shall be submitted in aceordance �vith Section O1 25 OD.
3. The seevices and appu�-tenances shall be nev� and the product of a fnai�ufacturer
regulacly engaged in the manufacturing of services ar�d apptu�tenanees having
si�nilar service and size.
B, Materials/Design Cz'iteria
1. Sei•vice Line and fittings (inciuding tee connections)
CiTY OF FORT V++02TH
STANDARD CO�ISTRUCTION SI'ECTF[CATION �OCUMENTS
Revised April 2b, 2013
WATEI2 & SANI'I�AKY SEWER RCPLACEMCAfT
CONTRACT$8
CITY PROIECT 1Vb. 01955
33 31 50 - 7
3AAI1Tr'lRY SEWER SERVICE C(33dNEC'1'[Ol�lS AND SGRVICE L1NG
Yage 7 of' 9
]
2
3
4
5
fi
7
8
9
10
li
12
13
14
l5
16
!7
]S
l9
20
21
22
23
24
2.
3
4
a. PVC pipe and itttings on public pi�operty sl�all be in accordance with Section 33
3 ] 2Q.
b. 1'VC pipe and ittings on private property sliall be Schedule 4p in accordance
with ASTM D1?85.
c. Ductile iron pi�e and fittings shall be coated with ceramic epoxy in accordance
witl� Section 33 11 la and Section 33 1] 11.
Service saddle
a. Service saddles shall only be allowed wIien connecting a new servica to an
existing sanitary sew��' tnain and shafE:
1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with
neoprene �asket for seal against main
2) Use saddle to fit outside diametei• of main
3} Use saddle with gron�es to �•etain band c�ainps
4) Use at least 2 stainless steel band cla�nps for securing saddles to tl�e main
b. Inserta kees service connections inay not be used.
Cleanout
a. Cleanaut stack material should he in accardance with Ciky Standa��d Details or
as shown on Drawings.
b. For paved aceas, provie3e a ca�t i�•an cleanout and cast irnn lid.
c. For unpaved areas, pra�ide PVC cleanout and polyethylene iid.
Coupling
a. For cannections be#ween new PVC pipe stub out and existing service line, use
�•ubber sleeve cQuplings with stainless steel double-band repair sleeves to
connect to the 1ine.
25 2.3 ACCESSORIES [NOT USED]
2G 2.4 SOURCE QUALITY CONTROL [NOT USED]
27 PART 3 - �X�CUTION [NOT USED]
28 3.] INST�LLERS
29 A. A]icensed plumbei• is requi�'ed for installations of the service line on private property.
30 3.2 EXAMINATION [NOT USEDl
31 3.3
32 3.4
33
34
35
36
37
38
39
40
41
PREPARATION [NOT USED]
INSTALLATTON
A. General
1. Instal] seivice line, fittings and cleanout as specified herein, as s�ecified in Section
33 OS 10 and in accordance with the pipe inanufactLuer's recommei�dations.
B. Handling
1. Haul and distribute service lines, fittings and cleanouts at tlze project site and 13an.dle
with care to avQid damage.
a. Inspect each seginent af se�vice line and reject oi• repair any damaged pipe
prinr to lowering inta the tzencl�.
2. Do nqt I�andle the pipe in sucl� a way that will da�na�e the pipe.
CTTY (?I" �QR'C WORTE-3 WA'TGR & SANITARY SGWLR RCPLACEM�NT
5'CANDARD CONS"fRliCTiON SPECIPICATIQN C70ClltW1ENT5 CONTRACT 88
ltevised April 2G, 2013 C1TY PRO.fEC7 N0. D1955
333150-$
SANITARY SEWEIt SERVICE CONNECTIOAlS AND 5ERVICC; I.INE
Page 8 of 9
2
3
4
5
6
7
8
9
C. Service I.ine
1, Lay service line at a minimum grade of Z percent, as shown on City Standai�d
details, or at lines and grades as �ndicated in the Drawings.
2. If service line is installed by bore as an alternative to open cut, the cost associated
with open eut installation, sucl� as �ave�nent removal, trenching, embedment and
backfill and pavement patch wilf not be included as part of the 6ore installation.
3. Exeavate and back�l) trenches in accordance with 33 05 10.
4. Embed PVC Pipe in acca�•dance with 33 OS 10.
D. Cleanout
i 0 1. Install out of traff c areas such as d►'iveways, streets and sidewalks whenevet•
I l passible.
] 2 a. `Nl�en not possiblE, insta�l cast iron cleanout stack and cap.
13 2. Insiall 2-way cleanout in non-paved areas in acco►'danca with City Standard Details.
14 3. Instal] 2-way cleanout in paved areas in accordance with City 5tandazd Details.
15
1G
]7
]8
19
2Q
2.1
22
23
24
2S
26
27
28
29
�o
31
32
33
34
35
3G
37
38
39
40
41
42
�13
E. 8ervice line connection to inain
2
3.
1. New service on new or replacement main
a. Determine locatioz� of service connections befnre main installation so th�
service iittings can be instailed durjng main installation.
b. Connect service line to main witli a malded or fabricated tee �tting.
Recnnnectian to main after pipe enlargement
a. Tapping the existing main and installing a st�•ap on tee cannection may be used.
b. A11ow the new main to recover fi�om imposed stretch before tapping and service
installation.
1) �ollary znanufaeturer's recoiruner►dation for the length of time needed.
c. Tap main at �45 degree angle to horizantal when possible.
1) Avaid tapping the top of rnain.
d. Extend service line from inain to property line nr easement line before
connectin� io the existing service line.
New service pn existing inai❑
a. Connect service line to main with a molded ar fabricated t�e fitting if possible.
b. Tapping the existing main and insialling a strap on tee connection may be used.
F. Private Service Relocation
Requiremei�ts for #l�e �'elocation af service line on private property
a. A licensed pluinber must be used to install service line on pri�ate proper•ty.
b. Obtain permit froin the De�elopir►enk Department for work on private pt•operty.
c. Pay for any inspection or permit fees associated with work on private properiy.
d. Verify (by Exploratory Excavation of E�sting lltilities} the elevatians at ti�e
huilding cleanout and compare to data on the Dcawings befoie beginning
service installation.
e. Submit eleva#ion informatian ta ttae City inspector.
f. Verify that the 2 percent slope installation requirement can 6e met.
1) If the 2 percent slape eannot be met, verify �vit11 the Engineei• that line �nay
Ue installed at the lesser slope.
CITY QF FORT WORTH
5'TANDARD CDiVSTRiJCTION SP�CiI'ICA"C[ON bOCUMENTS
Revised April 2b, 2(� I 3
WATCR & SANCI'ARY S�WGK IiEPLACEMPuN'I'
CONIRACT88
CI'I'Y PRO.TFCT NQ. 01955
3331 SD-9
5ANE'�ARY SEW�R SL"RVICE CONN�C�170NS .4N� SEItV1C� L1NE
Page 9 of 9
1 3.5 REPAIR 1 RESTORATION [NOT USED]
2 3.b RE-IN�TALLATION
3 A. Se�•vice Relocation
4 1. All relocatians that ar•e na# installed as desigi�eti o� fail to meet the City code shall
5 be �•einstalled at #he Contractor's expense.
6 3.7 FIELD QUALITY C�NTROL
7 A. Inspections
8 1. Private prope�'ty service line requires approval by the City p{umbing inspector
9 befai�e final accepkance.
I � 3.8 SYSTEM STARTi1P �NOT USED]
1 i 3.9 AD�USTING [NOT USED]
I z 3.10 CLEANING [NOT US�D]
13 3.11 CLOSEOUT ACTIVXTI�S [NO'i USED]
14 3.12 PROTECTION [NOT US�D]
l5 3.13 MAINTENANC� [NOT USED]
16 3.14 ATTACHM�NTS iNOT USED]
17
1&
END OF SECTION
Revision Lag
bATE NAlVIE SUMMAR�Y OF CHANGE
'1"hr�ughout— Deep Sewer Service was removed
L2 — Measure�nent and Payment Items were revised to include relocation and
121z0/2012 A, Tohirson recoflnection; Blue lext was added fQr guidance iii applying the bid ltenis; Price bid
lists revised to include cican-out caps, pads and si3rFace restoratioi�.
Added Ehe phrase `, includi3�g g�•ass' to li»es;
Part 1, 1.2.A.1.c.9, Partl, 1.2.A.2.c.9, P�rt I,i.2.A.5.e.8, Partl, 1.2.A.6.c.�4
Added tlie phrase `- sut'Iace restaration, iiicluding grass' to lines;
211312�13 F. GrifFin 1'arl l, 1.2.A.4.c.11, Part 1, 1.2.A.7.10
Removed thc phr�se `surrouudiug 2-way cleanaut' froin lines;
Parl i, k.2.A,1,c.9, 1'art !, 1.2.A.2.c.9, Pait 1, 1.2.A.6.c.4
Revised li3�es with `includiug grass' replacing witli `excluding grass (seeding,
spdding ar lSydromtilchi»g paid separately)'
412b/2013 F. G�•iffiai Inclu.ded in Parl l, 1.2, A, l, c, 9; Part 1, 1,2, A, 2, c, 9; Part i, E.2, A, 4, c, ll; Pat�t 1,
1.2, A, S, c, 8; Part 1, 1.2, A, 6, c, 4; Part l, 1.2, A, 7, c, 16
19
C1TY �P FORT WdRTH WA'1'EIZ & 5AN7TARY S6WER REPLACCMEI�T
ST;1iVDARD COiV5T2lJCT[ON SP�CiFiCATION DOCUMflNTS CQNTRACT 88
Revised Apri] 26, 2013 CITY PRO.IECl NO. 01955
33 3� �a - �
YRECAST CO�ICRL-TC MANI-IdLE
Page 1 ot' (
1
2
3 PART 1- GENEItAL
4 1.1 SUMMARY
S
6
7
8
9
10
11
12
13
14
15
16
17
I8
I9 1.2
20
21
22
23
24
25
26
27
28
29
3D
31
32
33
34
35
36
37
38
39
40
4i
SECTION 33 39 20
PR�CAST C�NCRETE MANHOLE
A. Section Inclu.des:
1. Sauitaiy Sewe�', Water Appui-�enance, or Reclaimed Water App�n�tena�fce Precast
Concrete Manholes
B, Deviations from this City of Fort Warth Standa�'d Specification
1. None.
C. Related 5peci�cation Sections include, but are not neeessarily limited to:
l. Division 0-- Bidding Requirements, Contract Forms, and Conditions af the
Cont3•act
2. Division 1— General Requirements
3. Section 03 30 00 -- Cast-in-Place Concreie
4. 5ection 03 84 (?0 — Modifieations to Existing Cancrete 5trucfiva'es
5. Sectian 33 dl 30 — 5ewer and Manhole Testing
6. Section 33 QS I3 —Fraine; Cover, and Grade Rings
7. Secfion 33 39 60 — Epoxy Liners for Sani#ary Sewer Structures
PRICE AND PAYMENT PROCEDUAES
A. MeasUrement and Payment
1. Manhole
a. Measuremen�
1) Measurement fot� this Item sl�all be per eacf� eoncrefe manhole installed.
b. Payment
l) The woj•k performed and the materials furnished in aecordance with this
Item shall be paid for at the unit price bid per eaeh "1Vlanl�ole" installed for:
a) Various sizes
b) Various types
c. The price bid will include:
1) Manho�e s#ructure compiete in place
2} Excavation
3.) Far��ns
4) Reinfarcing steel (if required)
5) Concrete
6) �ackfil[
7) Foundation
8) Drop pipe
9) 5tubs
10} Frame
1 1 } Co�er
12} Grade rings
C1TY OF FORT W4R'1'H WRT�R & 5AN17'ARY S�WGR It�PLAC�IVIENI'
S'TANDAl2D CONSTRUCT[QN SPECIFICATIUN DOCUMENTS COI�TRACT 88
Revised DecemUer2U, 2D1z CITY PROJECT NO. 01955
333920-2
PIZECAST CUNCRE'f� MANI [OLG
Pa�e 2 of 6
l
2
3
4
5
6
7
8
9
10
11
12
13
1�
15
1G
]7
18
19
20
21
22
23
24
2S
2b
27
28
29
30
31
32
33
34
i3) Pipe connections
14) Pa�ement removal
l 5} Hauling
16} Disposal of excess ma#erial
17) Plac�ment and eoinpactiQn of back�ill
18). Clean-up
2. Extra Depth Manhole
a. Measurement
l) Measu�-e�nent for added depth beyond 6 feet wil! be per vertical foot,
ineasuE•ed to the nearest 1110 foot.
6. Payment
1) The work p�rformed and materials furnished in aecordance with this Item
and measured as provided under "Measure�nent" will be paid for at the unit
price 6id per vertical foot for "Extra Depth Manhole" specified for:
a} Various sizes
c. ThE price bi�l will include:
1) Manhole structure complete in place
2) Excavation
3) Forms
4} Reinforcing steel (if i•equired)
S} Concrete
6) Backfill
7) Foundation
8) Drop pipe
9) Stubs
10} �rvne
11) Cover
12) Grade rings
13) Pipe cannections
3 4) Pavement removal
15) Hauiing
16) Disposal of excess mat�rial
] 7) Placement and compaction of backfill
18) Clean-up
35 1.3 REFERENCE�
36
37
3 S.
39
40
41
42
43
44
45
46
47
48
A. lletinitions
1. Manhole Type
a. Standard Ivlanitnle (See Cit}7 5tandard Details)
l) Greater than 4 feet deep up to 6�eet deep
b. Standard Drop Manhoie (�ee City Standa�'d Details}
1) 5ame as 5tandard Manl�ole wi#h external dro� connectaon{s)
c. Type "A" Manhole (See City Standard Details)
1) Manhole set on a reinforced concrete block placed around 39-inch and
larger sewer pipe.
d. Shallow Manhole (See City Standard Details)
1) Less than %u�� 4 deep witl� fo�•med invert for sewei' pipe diameters s�nalle�•
than 39-inch
2. Manllple Size
C1TY OC' PORT WDRTH
STAlVllAItD CRI+�STRUCTION SPrCIFICAT101+1 DOCUML•;NTS
2evised December 20, 2012
WATEIZ & SANITARY S�WGR RL-PLACEM�NT
CONTR�ICT 88
C1TY PROJFCT NQ. 01955
333920-3
1'[ZECAST CONCRC'I'C MANI{OI,�
Page 3 nf 6
1
2
3
4
5
G
7
8
9
10
li
12
l3
lh
IS
16
17
18
19
zo
21 1.4
a. 4 foot dia3neter
1} Used witll pipe ranging fi�o�n 8-incl� to 15-inch
b. S foot diameter
1) Used with pip� �'anging fram f 8-inch to 36-inch
2) See specific manhole design on Drawings for pipes ]arger than 36-incl�.
B. Refe��enc€ Standards
1. Re�erence standai•ds cited in this Specification refee to the cur���nt reference
standard pub{ished at the tiine of ihe ]atest revision date lagged at tl�e end of this
Specification, unless a date �s specifically cited.
2. ASTM Inte�'t�ational (ASTM):
a. C443, Standard Specification for Joint far Concreie Fipe and M.anhaies, Using
Rubber Gaskets
b. C478, 5tanciaj�d Speci�catian for Precast Reinforced Conerete Manhole
Sections.
c. C923, Standard Specification for Resilient Conn�ctors Between Re.inforced
Concrete Manholes Structures, Pipes, and Laterals.
d. Dl 1$7, 5tandard Specification for Asphalt-Base Emulsion iar Use as Proiective
Coatings for Metal
e. D1227, Standard 5pecification for Emulsitied Asphalt Usad as a Frotective
Coating for Rpofing
ADMINISTRA.TIVE REQUIREMENT5 [NOT USED]
22 1.5 SUBNIITTALS
23 A. Submiitals sl�all he in accorda�ce with Section O1 33 �0.
24
25
26
27
28
29
3Q
31
32
A. Praduct Data
1. Precast Concreie Manhole
2. Drop co.nnection materials
3. Pipe connections at manho�e walls
4. Stubs and stub plugs
5. Admixtures
6. Concrete Mix Design
33 1.7 CLOS�OUT SUBMITTALS [NOT USED]
34 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT US�D]
35 1.9 QUALITY ASSiTItANCE [NOT i1SED]
36 1.10 D�LIVERY, STORAG�, AND HANDLTNG [NOT i1SED]
37 I.�i FIELD [�ITE] CONDITTONS [NOT U��D]
38 1.12 WARRANTY
39 A. Manufacturer Warranty
B. All submittals shall be approved by the City prior ta delivery.
1.6 ACTION SUBMITTALSIIlVTORMATIONAL SUBMTTTALS
CiTY OF FORT WQRTH WATER & SANITAE�Y SEVJER KFPI,AC�MEI�T
STANDARD Ca1VSTRUCTION SP�CIFICATION DOCUMENTS CONTR�IC7� $S
Revised Deccmher 20, 2612 CITY 1'ItOJECT ND. O1955
33 39 20 - �1
PR�CAST COIVCRET� MANHOLE
I�age 4 of 6
�
1. Manufaeiurer's V+�a�•►•anty shall be in accordance �with Divisian 1.
2 PART2- PR4DUCT5
3 21 OWNER-FURNISHED �oa] OWNER-SUPPLI�D PRODUCTS [NOT USED]
4 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
5
6
7
8
4
10
li
j2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34 2.3
A. Manufacturers
l. Only the manufacturers as listed on the City's Standa�•d Pz•oduets List will be
considered as shown in Section Ol 60 QD.
a. The manufacturer inust comply with this Spee.iiication and related Sectians.
2. Any produet that is not listed an the Standard Products List is cansidered a
substitution and si�all be subinitted in accordance with Section O1 25 00.
B. Materials
1. Frecast Reinforced Concrete Seetions — Conform to ASTM C478.
2. Precast Joints
a. Pravide gasketed joints in accordance with ASTM C44�.
b. Minimize numbet• of segments.
c. Use ]ong jaints at the bottom and shorter joints toward the tnp.
d. Include �nanufacturer's stamp on each section.
3. Lifting Devices
a. ]Vlanhole sections ar�d cones may be furnished with lift lugs oi• lift holes.
1) If lift lugs are provided, place 180 degrees apart.
2) If lift holes are provided, place 1$0 degrees apart and grout duiting �nanhole
installation.
4. Fra�ne and Cnver — ConfQrm to Section 33 �S 13.
5. Grade Rittg — Confo�•m to Section 33 QS 13 and AS'3'M C478.
6, Pipe Connectians
a. Utifize either an integally cast embedded pipe connector or a boot-type
connector installed in a cit•cular blocl� out opening conforming to ASTM C923.
7. Steps
a. No steps a�•e ailowed.
8. Inter•ior Coating or Liner — Conform ta Section 33 39 6Q.
9. �xterior Coating
a. Coat with non-fi6�red asphaltic emulsion in accardanee with ASTM D1 I87
Type I and ASTM D1227 Type III Class I.
ACCE�SORI�S (NOT USED]
3S 2.4 SOURCE QUALITY CONTROL INOT USED]
C1TY OF FOR'1' WORTH WAl'ER & SANITARY SEW�R 1tCPLACCM�IV7
STAiVDARD CU�15TRlJCTIOIV SP�CIPICATIDN DOCUMENTS CONTi2ACT 88
Revised December 20, 2Q l2 C13'Y I'RD.IECT NO. 01955
333920-5
PRL-CAS'C' CDNCREiC MAN!-1p.LL'
Pagc 5 of G
] PART 3 - EX�CUTION
2 3.1. XNSTALLERS [NOT iTSED]
3 3.2 EXAMINATION
4 A. �valuation and Assessment
5 1. Verify lines and grades are in accordance ta the Drawings.
G 3.3 PREPARATION
7
8
9
10
I1
12
A. Foundat.ion Preparation
l. Excav�te $ incnes belaw manhole foundation.
2. Replace eaccavated soil with cou�5e ag�egate; cz�eating a stable base far manhole
construction.
a. lf soil conditions or ground water prevent use of course a�gregate base a 2-incl�
mud sIab may be substituted.
13 3.4 INSTALLATION
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A. Manl7oie
l. Construct manhole to dimensians shown an Drawings.
2. Precast Sactions
a. Provide bell-and-spigot design incorporating a premolded joint sealing
comp�und for wastewater use.
b. Clean bell s�igot and gaskets, lubricaie and jain.
c. Minimize number of segments.
d. Use long joints used at the bottom and shorter joints toward the top.
:
C
invert
1. Construct invert channeis to provide a smooth waterway with no disruption of flow
at pipe-manhole coi�n�ctians.
2. �"or direction changes of inains, construet cllannels tangent to inains uvith �naximuin
possible radius of curvatuf-e.
a. Provide curves for side inlets.
3. For all standard inanlioles provide full deptl� invert.
4. Fa►' examp.le, if 8-inch pipe in connected to manhale construct the in�ei�t to full 8
incl�es in depth.
Drop Manhale Connection
1. Install drop connection when sewer ]ine enters manhole high�x- than 24 ir�ch�s
above the invert.
D. Final Riin Elevation
1. Instajl concrete grade t�in.gs for height adjustment.
a. Coisst�•��ct grade ring on laad bea►•ing shoulder flf manhole.
b. Use sealant between rings as shQwn on Drawings.
2. Set fi�me on top of manhole or gi•ade t-ings using continuous water sealant.
3. Remove debris, sto.nes and dirt ta ensure a watet•tight sea1.
C1TY OF FORT WdRT'H
STANDAItiJ CO�fSTE2UCT[ON $l�EC1F3CATIOIV k70CUMT:NT5
Revised DecemUer 20, 2012
WATER & 5ANITARY S�.W�.{Z 12E:�LACEMENT
CON"t'RACT 88
CITY PRO:I�CT N�. 01955
I
2
3
4
5
6
7
S
9
i0
ll
12
13
14
]5
16
17
18
19
20
21
22
23
24
25
33 39 20 - G
P[�ECAST C�NCIZETE MANFIOLE
Page G af G
4. Do nat use steel shims, wood, stanes o� otizer tinspecified �ttatierial to ot�tain the
final surface elevation of the manhole frame.
E. Internal coating
1. Internal coating applicatio.n will confarin to Section 33 34 60, if requi��ed by
Drawings.
F. External caating
1. �temove dirt, dust, oil and other cont�minants that could intei•fere with adhesinn of
the coating.
2. Cure inan1T41e for 3 days before backfilling around the structure.
3. Application wiii follow inanufacturer's recammendation.
G. Madifications and Pipe Penetrations
i. Confarm to Section 03 80 00.
3.5 REPAIR 1 R�STORATION [NQT USED}
3.6 RE-1NSTALLATI�N [NOT U�ED]
3.7 FIELD QUALITY CONTROL
A. �'ield Tests and Inspections
1. Perform vacaum test in accordance with Seetion 33 01 30.
3.8 SYST�M STARTUP [NOT USEI)]
3.9 ADJCJST�NG [NOT �[1SED]
3.10 CLEANING [N�T CTS�D]
3.11 CLOSEOUT ACTIVITIES [N�T �[T��D]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revisian La�
DATE NAME SUMMARY OF CHANGE
1.1.A.1 — Modif ed to inc[ude precast ma�ihalcs for water and reclaimed wa�er
applications
12/20/2012 D. Johiasoi� I•3.B.2 — Modified to incliicie ASTM C443, D 1187 and D 1227 as refereilces
2.2.8.1-3 — Mqdified in accordhnce with new AS7'M refe�•ences
2.2.B.10—Modifed in accordanc� with new ASTM references
2G
C[TY UF �OIiT WORTT�[
STANDARD CONS"fRUCT1�N SPECEFICATIO�I DOCUMENTS
2evisad December 20, 2012
WATER & SANIl'ARY SEWER i2E1'LACEMENI'
CON'I'RACT 88
CI'1'Y PKO.ILCT NO. 0{955
347113-I
'iRAfPlC CbNTR(7L
Page I at�5
l
2
S�CTION 34 71 13
TRAFFIC CONTROL
3 PART1� GEN�RAL
4 1.1 SUMMARY
S A. Section Includes:
6 i. lnstallation ofT3•affic Contt�ol De�ices and pre�aration ofTraffc Coi�trol Flans
7 B. Deviations fi•om this City of Fart Worth S#andard Specificatipn
8 1. None.
9
t0
ll
12 1.2
13
14
15
16
17
IS
19
20
2]
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4d
41
42
C. Related 5pecification Seciions include, but ara nat necessarily iim�ted to:
1. Division 0— Bidding Requirements, Contract Foi•ms and Canditions of the Cont�•act
2. Di�ision 1— Gene��a] Aequirements
PRICE AND YAYMENT pROCEDUItES
A. Measurement and Payment
1. Instailatian of Traffic Control Deviees
a, Measurement
1) Measuremant for Traf#ic Controf Devices shal] be per month for the Project
duration.
a} A manth is defined as 30 calenda�• days.
b, Paytnent
1) The work performed and materials furnished in accardance with this ltem
and measured as provided under "Measurein�nt" shall be paid for at the
unii price bid for "Traffic Control".
c. The price bid shall include:
]) Traf#ic Contral implementatian
2) Installation
3} Maintenance
4) Adjusttnents
5) Replacements
6) Reinoval
7) Police assistance during peak hours
2. Portable Message Signs
a. Measurement
1} Measurement for this Itein sl�all be per week for the duration of use.
b. Payment
1} The wark performed and inateriafs furnished i►� accordanc.e to this Item and
measured as provided under "Measureinent" shall be paid for at tl�e unii
price bid per week for "Portable Message Sign" rental.
c. The price bid shall include:
1) Delivery ofPortabfe Message Sign to Site
2) Messag� updating
3) Sign inovetnent throughout canstruction
4) Return of the Portable Message Sign post-constructio��
C1TY QF FORT WbItTH
3TANDARD CONST[�UCTION SPECIrICATION DOCUiv1�tYT�
Revised IVovemher 22, 2013
WATER & 5ANITARY 5GW£R REPLACEMGN"1'
C�NTRACT88
C]TY PRQJEC3� NO. fl1955
34 7l l3 - 2
7'aAFriC CONTRbL.
Page 2 0!' S
1
2
3
4
5
6
7
8
9
10
I1
12
13
]4
15
16
17
18
19
20
21
22
23
3. Peeparatian ofTraffic Control Plan I?etails
a. Measurement
1} Measureinent for this Item be per each Traffic Control Detai! pre�aared.
b. Payinent
1) The wot•k }�erfor�ned and mate�•ials fiirnished in accardance with this Itean
shall be paid far at the ui�it price bid per each "Traffic Cantro.I Deiail"
prepared.
c. The price bid shall include:
1} Preparing the Traffic Catitro] Plan Details for closures of 24 l�ours or
longer
2) Adherence ta City and Texas Manual on Uniform Traffic Contj�ol Devices
(TMUTCD)
3) Obtaining the si�nature and seal of a licensed Texas Professional Engineer
4} Inco2•poration oiCity camments
1.3 R�FERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time oithe latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2, Texas Manual an Uniform Tr�c Cant�ol Devices (TMU�CD).
3. Itein 502, Ban�icades, Signs, and Traffic Nandling of the Texas Department of
Transportatian, Standard Speeifications for Canstruction and Maintena�ce af
Highways, Streets, and Bridges.
24 1.4 ADMINISTRA.TIV'E R�QiTIREM�NTS
25
26
27
A. Coordination
1. Contact Traific Services Division (817-392-7738) a minimum of 48 1lours prior to
implementing Traffc Control witllin 500 feet of a traffic signal.
28 $. Sequencin�
29 I. Any deviafions to the Traffic Control Plan included in the Drawings must be ftrst
30 approved by the City and design Engineer before irnplementation.
3l 1.5 SUBMTTTALS
32 A. Arovide the City with a cureent ]ist of q�alified fla�ers befo�'e beginning flagging
33 activities. Use anly flaggez-s an the qualified [ist.
34 B. Obtain a Street Use Permit fi•om tl�e 5teeet 1Wlanageinent Section of the Traffic
35 �ngineering Division, 311 W. 16'�' Street. The Traffic Controi Pla�l (TCP} for tlse
36 Project shall be as de#ailed on the Traffic Control Fian Detail sheets of the Dra�vring set.
37 A copy of this Traffic Cantrol Pian shall be submitted witla the 5treet Use Permit.
38 C. Traffic Control Plans shall l�e signed and sealed by a licensed Texas Professio�al
39 Engineer.
44 D. Cantractor shall prepare Traffic Control Plans if requii•ed by the Drawings or
41 5pecifications. Tl�e Contractar will be responsib[e %r h�ving a licensed Texas
42 Professional Engineer sign and seal #1�e Traffic Control Plan sheets.
�3 E, Lane clasures 24 houis or longer sliall req�iire a site-s�ecific traffc control plan.
C]TV O�' FflRT WUILTI� W/1TER & SAN17'ARY 5L'WER RL:PLACEM�IVT
STANDAKD CONSTRUCTIQ�I SPECI�ICA'CION DOCUMrNTS CONTRACT 88
Revised NovemUer22, 2013 CITY P[20JGCT NO. 01955
347] 13-3
TRAFFIC CONTROL
Page 3 af 5
1 F, Contractor responsible far having a licensed Texas 1'a•ofessiona] Engineer sign and seal
2 changes to the Traffc Cor�trol Plan{s) developed by thz. Design Engineer.
3 G. Design Engineer will furnish standard details for Ti-affic Control.
4 1.6 ACTION SiTBMITTALSIIN�'ORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOS�OUT SUBMITTALS (NOT USED]
6 l..$ MAINTENANC� MATERIAL SUBMITTALS [NQT iTSEDJ
7 1.9 QUALITY ASSURANC� [NOT US�D]
8 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT US�D]
9 1.I1 FIELD [SIT�] CONDITIONS [NOT US�D]
i0 I.I2 WARRANTY [NOT USED]
�
12
13
PART 2 - PRO➢UCTS
2.1 QWNER-F'URNISHED [aR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 ASSEMBLIES AND MAT�RIALS
14 A. Description
15 1. Regulato�y Requirements
]6 a. Provide Traffic Conhol Devices tl�at confo���n to details shown on the
17 Drawings, the TMUTCD, and TxDOT's Gornpliant Work Zone Ttaffic Control
18 De�ice List (CWZTCDL).
l9 2. Materials
20 a. Traffic Control Der+ices must meet all reflectivity requireinents included in the
21 TMUTCD anci TxDOT Specifications -- Item 502 at all times during
22 construction.
23 b. Electronic inessage boards siiall be provided in accordance with the TMUTCD.
24 2.3 ACCESSORIES [NOT USED�
25 2.4 SOURC� QUALITY CONTROL [NOT US�D]
26 PART 3 - ��ECUTIQN
27
28
3.1 EXAMINATION [NOT USED]
3.2 PR�PARATION
29 A. Protection nf Tn-Place Conditions
30 1. Arotect existing traffic signal equipment.
31 3.3 INSTALLATION
32 A. Fp[lov�r the Traffc Cantrol Plais {TCP) and install Traffic Contral Devices as shown on
33 the Drawings a��d as directed.
CITY QF FflIt7' WOf�TI-[ WA'I'ER & 5AN1'TAItY SEWCR REPLACEMENT
S'CAN�ARD CONSTitIICTIOhi SPECIFICATION DOCUMENTS CdN7'I�AC']' 88
12evised ]�iove�nber 22, 2D I 3 C l'I'Y F'I20J�,C'[' NQ 0] 955
3471 13-4
'fRAFrIC CO�ITROL
Page 4 nf S
B. Install Traffic Cantro! Devices steaight and plumb.
2 C. Do not make changes to the locatian af any device or iEnplement any other cllanges tq
3 the Traffc Contro] Plan without the approval of t�1e En�ineer.
4 1. Minor adjustments ta meet field construetabi�ity and visiliility are allowed.
5 D. Maintain Traffic Contro] �evices by ta�Cing cot7•eckive action as soan as possible.
6 t. Corrective action inc]udes but is not limited to cleaning,. replacing, st�-aiglrteiiing,
7 co�er.ing, or removing De�ices.
S 2. Maintain tlie Devices such that they are propel-]y pasitio��ed, spaced, and legible,
9 and that reta�areflective characteristics tneet requirements during darkness and rain.
lfl �. If the Inspecto�• disco�e��s t17at the Cont��actor has failed to comply with applicable federal
I 1 and sta#e laws (by failing ta furnish the necessaiy flagmen, wa�ning devices, barricades,
I2 lights, signs, or other precautionary measures foi• the protection of perso»s or property), the
13 Inspector may order such additional precautionary measures be taken to protect persons
14 and prop�rty.
15 F. 5ubject to the app�•oval of tl�e Inspeetoi•, portions of this Project, which a�-e not aff�cted by�
1G or in canflict witli the proposed metl�o.d ofhandling traffic or utility adjustznents, can be
17 const��ucted during any phase.
1 S G. Bailicades and signs shall be placed in sucl� a manner as to not inter�fere with the sight
19 distance of drivers entering the highway fi•oin dj•iveways or side st�-eets.
2a H. To facilitate shifting; barricades and signs used in lane closures or traffic sta�ing inay
21 be erected and inounted on portable supports.
22 1. The suppor� design is subject to the apprava] ofthe Engineer.
23
24
25
26
27
28
29
3d
31
32
33
34
35
36
37
38
39
40
41
42
]. Lane c�oszu•es shall be in accordance with the approved Traffic Cont�•ol Plans.
J. If at any tir-�e tl�e existing traffic signals become inoperable as a z-esult of construction
operations, the Contractor shall provide poi�a6le stop signs witl� 2 orange £lags, as
approved by the Engrnee�•, to be used far Traffic Control.
K. Cantractor sha11 make at•�•angements for police assistance to direct traffic if traffic signal
tuiit-ons, street light pole installafion, or ather construction will be done during peak traffic
times (AM: 7 a�n — 9 am, P1VI: 4 pm - 6 pm).
L. Flaggers
1. Provide a Cantractor representative wha has been certified as a flagging inst�'uGtor
through caurses affered by the Texas �ngineez-ing Extension Ser�ice, the Ainerican
Traffic Safety Services Assoc�atian, the National Safefy Council, ar other approved
organizations.
a. Provide the certifieate indicating caurse coinpletion wl-�en �'equested.
b. This represetitative is a�espansible for training and asstn•ing that all flaggers are
quaiified #o perform flagging duties.
2. A qualified f7agger rnust be incEependently certified by 1 of the organizations listed
ai�ove or t�-ained by the Contraetor's ce3•tified flagging instructor.
3. Flaggers inust be coe�rteo�Es and able io effectively communicata with the public,
4. When directing traffic, fla�gers nxust usE standard attire, flags, signs, and signals
an.d follow the flagging procedures set forth in the TMUTCD.
CiTY OF FORT WORTI-I WAT�I2 d'c 5ANITARY SEWER REl'LACEM�NT
STANDARD CONSTRUCTION SPECIFICATION DbCiINf�NTS CdNTKACT 88
Rewised iJnvember 22, 2013 Cl"CY PItO.I]:CT ND. 01955
347] 13-5
TRAC'F[C CdNTROL
Page 5 oi 5
1 5. �rovide and maintain flaggers at such points and for such periods of time as may 6e
2 required to provide for the safety and convenience af pu6lic ira�el and Contractor's
3 persannel, and as sliown on the Drawings or as directed by tl�e Enginee��.
4 a. These flaggers shall be located at each end of the lane closure,
5 M. Removal
6 ]. Upon completion af Work, remove ft•om the Site all barricades, signs, cones, ligh#s
7 and other Traffic Control De�ices used fa• work zone traffic handling in a time.ly
8 ir�anner, tmless ath�rwise shown on the Di�awings.
9 3.4 R�PAIR / RESTORA.TION [NOT USED]
10 3.5 R�-INSTALLATION [N�T i7S�D]
11 3.6 T<IELD [oR] SITE QUALTTY C4NTROL [NOT USED�
I2 3.7 SYST�IV1 STARTUP [NOT USED]
13 3,8 ADJUSTING [NOT iJS�D]
14 39 CL�ANING [NOT iISCD]
15 3.10 CLOSEOUT ACTIVITI�S [NOT USED]
16 3.1I PROTECTION [NOT USED]
17 3,12 MA,INTENANCE jNOT i1SED]
18 3.13 AT'�'ACHMENTS [NOT i1SED]
19
20
�ND OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
I 1/22/13 5. Arnold Added police assista�ice, requirement for wl�en a site specific TCP is required
21
CITY OF F'ORT WORT[-I WAT�I� & 5A1+i7TARY SEWER REPLACEMENT
5'T'ANDP.RD CONSTRUC'IlON SPECIFICATION DUCUMENTS CONTRACT 88
Revise�3 f�fovernber 22, 2Q13 Cl"I'Y PRQ,IECT N0. 01955