Loading...
HomeMy WebLinkAboutContract 57664��� ���s� ��� � ��� ����� ���i����. . � �VA►�]E�t �i �A.�liTl['.['.A,�.�' S]E��. �+ �'I�A.��ElAZE�1T C��TY��T" ����9 �S1V�i�lA�i C������ F�� �� �����u��z�� �� Cn�.y Pr�je�t 14To, ]L�ll��� l�attie �arker Mayor Ch�tis Ha�der I�i�ectar, �ate;r �epa.rl�nent ���p�r�d. �oa� �'h� ��� �f Fc��� "VY�rtl� �a���° Y��p�r���a��i Z��2 P�����a mya � - � s s� c sa �a w o px a T� o 5srviooe wleti E?aeasl�s�r,co. �°�' ���lR�i��� � �,�, , � . ��� ��. � - -- 1)a�id Cooke City Manager T� �1fi11 �.��. �O. i�-�� 12801 N. Cen�r�l ]E�pr�ssway Suite700 Dallas, Texas 75243 214.3�3.I2�0 � � �k-���,+��. ����.���► :. N� �������t� _ . "_ ..-1f. � p F T�a��,� ����•' ' �`�, �u � �• � o � A •o....•ro•m.00• .eee•.00eeoe000 'AUL 0. ADEY�OLU�1R `, ; ...100114�.,�.�.o��� -a =•. ���� STER�:� �S r 1/o�/zo�� � ��� ����� ��� �f ��l�t ��]���i � 5tandard Construction Specrfication Documents Adopted September 2011 aa ao no STANDAk�D CONSTRUCTIDN SPECTFICATIQNI DaCUM��IT3 Pa�e 1 of $ s�cx�oN oa oo ao TAB�,� OF CONTENT� Div�sinn 00 - General Cor�ditions �ast Rev.ised OQ 05 10 Ma or and CnunciI Caznmunicatian 4710�/201 Y OQ 05 15 Addenda 07/0 1120 1 1 00 11 I3 Invitation ta Bidders 07/19/2021 p0 21 I3 �nslrttctions to Bidders I1142/2021 00 35 13 Con#Yici of Interest Statement 02124l2020 ao �z oo Bid �'oxxz� 09130/2021 fl0 42 43 Pro osal Form Unit Price OJ./20/2012 Op 43 13 BidBond 09111/2D17 Oa 43 37 Vendor Com liance to Stafe Law Nonresident Biddex 06/27/201 X 00 45 I 1 �idders Pre ualifications 08/13/2011 OQ 45 12 �'re ualification 5ta�ement �913 012 0 2 1 00 45 13 �'re uaiiiication A lication 08/13/2021 OD 45 2b Contractar Com Iiance vvith Workers' Com ensation Law 07101/2Q1.1 00 45 �Q Business E ui Goa� 1Q12712021 OU 52 43 A eemen.t 09/01/2021 q0 61 13 PexformanceBond a710]./2Q11 Oq 61 I4 Pa mentBond 0710�12p11 OD 61 19 Maintenance Bond 0710112�11 00 b125 Certzfiaate nf i�asurance n71011�01 � QO 72 00 General Conditions 08123i2Q20 00 73 00 Su lemenia Conditions 03/09/2020 Divxsion 01 - General Re uirements LasE l2.evised O1 11 OD 5ummax qf Work 12/2Q/2012 O1 25 OQ Substitu�ion Procedures 6710 1120 1 1 OI 31 19 Preconstruction Me�tin 08/17/2012 01 31 20 Yro'ectMeetin s 071�112QJ.1 �1 32 lb Canstruction 5chedule 0811 3120 1 1 O1 32 33 �reconsttuction Videa 07/01120I 1 Ol. 33 OQ �ubmittals I2/2n120I2 Ol 3S 13 S ecial Pra'ect Procedures 1 212 012 0 1 2 O1 45 23 Testin and Ins ection 5erv'ic�s 03/D9/2020 O1 50 QO Tem oxa �'acilzties and Conirais 07/01/�011 O1 SS 26 Street Use �ermit and Modifioatians to Trai�c Control Q3I2212021 O1 57 13 Storm Water Pollution Prevention �lan Q7101/2�1 I al 58 I3 Tem ar Pro'ect �i a� 471�112�1.I O1 60 00 Product Re uirements D3 /0 91202 0 01 66 .�0 �:roduct Stara e and Handlin Re uirements 07/01/2011 Ol 70 00 Mobilization and Rerr�obilization I 1/22/2016 01 71 23 ConsEruction �takin and 5uive �211412Q18 O 1 74 23 Cleanin 0710I12011 O1 77 19 Closeout Re uirements ^ 03122I2021 CITX Oi' FOILT WOR'I'fT Weter & 5anitary Sezvcr Replacemeni STANDARD CQNSTRl7CTION SPEC1FiCATIdN DOCl11VI�1�T5 � Cnntract2018, W5M-M Ttevised November 2, 292 ] City Pro}ecf No. 101688 00 00 oQ S'I'ANDA[tD CpNSTRTJCTION SPECIFICATIOT!' DOCUIVICiVTS Page 2 of 8 O1 78 23 O eration and Maintenance Data O1 78 39 �roject Recard Documents �Zizann�z 07101l2QX � Technical Speeifications r�vhich have been motiified by ihe �n�ineex speciiically for this Projeet; hard copies are includec� �ln xhe Project's Contiraet Documents None Di�vision 02 - Existin Condi£�ons nn� n�� 8� 4�--�-� �-Re1��eV� Division 03 � Cot�cretie n� ��n nn f'� t T Ula a1�r��iA��" ri�"Y'� �c.y-9ii-�I-B�'1..� ttJ-�`i" t� tf�--�V'�l� Division 26 - Ele.etrica.i � 95-48 �e�r �-9�k9 $�� ��-95 3� � 95- 43 �� Di�ision 31 - Earthwork �-14�-t�9 �� rr .,i..�nc�:.,.a �.,,.�...,+;� �3-�� � ] i�9 .�%L�t� �i �c nn �.rw �17V 4�'KV[v� �V �� -- Division 3� - E�ierior 0 � � � 0 0 0 0 0 � 0 0 `�i.��i"�r.�i� � . _ .. Dafe Madiiied CiTY OI' FORT WORT�I W�ter & Sanitary Sewer I�eptacement STAIVDA[ZD COi+fSTRUCTIOPf SPECTFECATlON IJQCL1MEHfTS ContracE 2018, WSNi-M F�evised NovemSer 2, 2021 City Pxojccl i�a. l0 E fi8.8 aa o0 00 S�'AiYRARD GOi�I5TRUCTION SPECIFICATIaTi DOCUNiENT5 I'age 3 0!' $ � � �� �� - ' :.� � .� - — � � � A. ! ! � , �t � f.L/'.. � � ""!"".'��n""'�i � i � 1 � � _ ,.�._a=r.,e,:�� � � � � : �:� nr.a+.eiia: � `-�y�j � � ` �� � _ �l � �J �1y •F ��� 1 � _ _ �,iZLiJ'i'jii.'R� ! � . l - �� 1 � � �- +�roa:i'e��iit:. '� ��v . �� " "' ' ' � i�� ----- .aa� - ��s:i 1�iiiSt:l'a ! ! �� - � - F7eTLiI F e�at�i ' � � a � � � i � O f � .� 0 0 0 0 0 � � � � � � � .. c�..,,..�..«„� �„ o � e ��&C�8 r~�,..,....,.�n u�,,,-n« � r.,., tfR 7`..,..-..,1 T ; «'f]ln4e �xr..��.. n,.�..:,,,... t. ,.t, a., �..,nh �'53�'tGii��ecite'� r_"a�� CITY OF TORT WOR7'H W�ter& Sanituty Sewer ReptacemenE STANAA,iL[) CO3Y5TRLfCTI(�I�! SP�CI�'ICATIdN DOCUMENTS Cnnhact 201$, WSM-M ltevised November 2, 2p2i City Praject bia. 1 U1688 oa ao oa STANDATtll CON3TRUCTION SPECIFICATIDN DQCU[YIG�]dTS Paga 4 af S Division 3� - Tr .. � a. .� ., �� ,� .. ., ., .. ,. ; , . ,. .. f J � � . � i a . . � �4��s���r�-�4_ r-,.,,,t..,,tt.,« r.,�,;,,� � t �:.:.;.:� Technxcal S�ec'riications Iisted below are included for this Prnject by are�'errence and can be vi.ewed/dovc�talaaded from the Ci�y's website at: httu:l/fort►vorthtexas.�o_y/tpwlcontractorsl o�• GITY pF FpItT WORTI-� Water & Sastitary Sewer lteplaoement S'iATfDARD CC7NSTRUCTIOl�i SPECIPTCA'TTON [JOCUMEIV'I'S Cnntract 2Q1$, WSM-M Revised7Vovember2,202! CiiyNrajeclNa, ED1688 aa po ao STANDA�I� C031STRUCTIOT! SPEC]PICATIOiT }70CLJ1ViEAITS Page 5 of B htt�s:llapns.farhvnrthtexas.�oWlProj ectResourcesl Divxsion D2 - �xisti�n Canditians 42 41 � 3 Selective 5iCe Demolition 02 41 i 4 LTtili RemavallAbandonrnent Q2 �1 15 Pavin.g Removal Division 03 - Concrsfe o� �a aa Cast In�Piace Concrete p3 3+� 13 Cantro�l�d Lovr Stren t3� Mate�ial CL�M (}3 34 1 b Co�.crete Base Material for Trench Re air 03 80 00 Modifications to Exisfin� Cnncrete Stxuctures � � ; � .� � � � _ � � � � - Electricaf �e�-�e w Dit�vision 31- 31 00 00 3I 23 16 31 23 23 3 i 24 00 3 I. 25 00 �'� � t,� �ite Clearing Unclassified Excavation Bazr.or�r Embanicments Erasion and Sedirnent Con.trnl Gabfez� Divisian 32 � Cxterior Im 32 Q1. ]'1 Permanen.t 32 61 18 Tez�n ora P 32 01 29 Concrete pavin Re afr 32 11 23 Flexible Base Courses 32 i l 29 Lime Treated Base Courses 32 11 33 Cea�aaent Treated Base Caurses 32 I 1 37 Li uid Treated SoilStabilizer 32 12 16 As halt Pavin 32 12 73 A.s ha[t Pavin Crack �ealants 32 13 13 Conarete 1'avin 32 13 20 Concrete Sidewa!)ss, Dr't�ewa s az�:d Barri.er Free 32 13 73 Gon.crete Pavin roint �oala�.ts 32 I4 16 Srick Unit �avin � Z 16 13 Concrete Curb and Gutters and V 32 17 23 Pavemeni Markin s 32 17 25 Curb Address Painiin 32 31 l3 Ghain Fences and G�tes 32 3l. 26 Wire �ences and Gates Gutters Last Revised izizazoiz 12/2D12012 02/02/20 3 6 1212Q120 I 2 1212012D 12 12/20/2012 I2120/2012 0 � 6 1 � e � � � , i 03/22/2021 0112812Q 13 6J12$12013 O112812d13 0 412 912 0 2 1 -��I��I�9-1-� s � r��� 1 212012 0 1 2 12120124I2 12120/20I2 tz��.a�2o � z 1.212012U i 2 zzizoi�o iz DgI2112015 �zrao�zoiz iz�aa�zo�z 03/19/2023 04129/2021 1212Q12Q12 1.2120/2012 I010 512 0 1 6 1112212o I3 1 110 4/20 1 3 12J20120 � 2 ].212�/2p12 CITY OF FDRT WOIZTH Water & 5snitsry Sesver Replacemen� STAN�.4R.D CONSTftUCT10N SPFCTFICATION pOCUMSNTS Cantract 2U18, W5M-M Ruvised Novemhar 2, 2021 City Prnject Na. lUlG86 aa o0 00 3TA%iDARD COi�'STRUCTIOH SPHCIFICATIp3d DOCUMENTS Page 6 of 8 323129 32 32 13 32 91 19 32 92 13 32 92 14 32 53 43 �Tood Fences and Gatas Cast in.-Place Concre#e ] Topsoil Placem�nt and ] Sodding _ I�pn �Iative Seeding Trees and 51�ruhs ining Walls hin� ni�ax. ia�2aiza�z 0&f0512018 i2120120i2 OSI13/2021 as�t3�aa21 I2120/2D 12 ilivicinn 'i� - jTtilifiec 33 O 1 30 5ewer and Manhale Testin, 9/07I20I8 33 O1 31 Closed Cucuit T�levisiQn CCTV Ins ection 04/29/2021 33 03 10 B ass Purn in ofExistin 5ewer S stems 12�2012012 33 0410 .Toint Bondin and Electrioal xsalation i 1212,012012 33 0411 Corrosian Cantral Test Stations 1.212012012 33 04 12 Ma esium Anade Cathodic Protection S stem 12120I2fl12 33 04 3fl Tem ora Wat�r 5�zvices a��az��oz � 33 44 �0 Cleanin and Acce tance Testin of Water Mains 0 2/0 6120 1 3 33 04 50 Gleanin of �ewer Mains 12/20/2012 33 OS l� Utili Trenc.h Excavatipn Em.bec�znent, a�nd Bac�Cfill a4/Q212o21 33 05 12 Water �.ine Lowerin 12I20I2012 33 �S ] 3 Frame Caver and Grade Rzn. s 07/02/2021 �� �5 �� Adjustin�; Manholes, In1et5, �alve Boxes, and Other Sfructures to 09/20/2017 Grade 33 OS 16 Concrete Water Vauits 12/20/2012 33 OS 17 Concrete Callars z2�2Q�261Z 33 OS 20 Au er Borin 12/2Q/2012 �3 OS 21 Tunnel Liner Plate 12/2fl/�fli2 33 OS 22 Steel Casi�n Pi a� 12l2U12012 33 OS 23 Hand Tunnelin i2120l2U12 33 05 24 Jnstallation of Cazzier �'i e in Casin or Tunnel Liner �'late Ob/19/2013 33 OS 26 Uti1i Marl�erslLocators 1 212 012 0 1 2 33 05 3fl Loca#ion of Existin Utitities 1212U12012 33 � 1 OS Bolts, Nuts, and Gaslcets 12/20/2012 33 I1 1Q Ductile Iron �i e 12/20/2012 33 ] 1 11 Ductile Iron Fittin s 0912DJ2017 33 11 l2 Pol vin I Chloxide PVC Pressure �z e 11/16/201 S 33 11 13 Concrete Pressure Pi e, Bar-Wxa ed, S�Eee1 C linder e L212012012 33 11 I4 Buried 5teel Pi � an.d Fitkin s 12120/2p12 33 I2 10 Water S.eirvices 1-iz�ch to 2-inch �2/14I2017 33 I2 I 1 S.ar e Water Mekers 12/2012(112 33 12 20 Resilient Sea4ed Gate'Valve OS106/2015 33 12 2I AWWA Rubber-Seated Buttezfl Valves 04/23/2019 33 12 2S Connection ta �xistin Water Mains 02I06/2013 33 12 30 Combina�.an Air Va1ve Ass�nr�blies for Potable Water S stems 1212a/2012 33 12 �0 Fire H c�rants 01103/2Q14 33 12 50 Water Satza Ie Stations 12/2D/2012 33 12 60 5tandard Blow-off Valve Assembi Ob/14/2013 33 31 I2 Cured in Place Pi e CIP�' 12/20/2012 33 33. 13 Fiber lass Reinforced Pi e fax Gravz Sanit Sewers 1212of2012 CITY O�' PORT'Vs'OATH Water & Sanitary Sewer Rep3acement STANDARD COi�fSTRUC'TTON BPECI�'1CA'�IDN DOCUMLt�1T5 Cant�get 2018, V1+5341-M Ra�ised Novembar 2, 2021 City Prafecl No, l O1b88 1 i .. . , . � � � � ! i �. �� �. � � E J � ■ � � • ! � � a A / i 1 � � � � � t F % � i � � bl"�a�lOri 74t�a��e�t-=4 rz,.,,f..,,rie,-r�h�.:na� Traffic Cantrol inri�� �� ���8 }: -r3 ��'z� ni+� � � f7��_r_i�r�or� S�L �� 1 l M�fl�� 1 1 !'1�4i � -# Y���� ��IiS� p� 11�1�1�a n�n�p� _,_ctyo �c 51J1�� !1'1 !'7�� 03/22/202 i Appendix GG4.01 Availability of Lands GG4.02 Subsuz�ace and Physical Canditions GC-6.06.D Minority and Women Owned Business EntErprise Carnpliance GG6.07 Wage Rates CrR � 1 60 00 Product Requirerrients CITX Oi+ FORT WbATEI Water & Sanilary Sewer Repianement 5TA]VpARA CQNST[�UCTlON SPECIFIGATIDIY DOCUMEtVTS Cantract 2016, WSM-M Revised tVovember 2, 2U2,1 City Projest IVo. lO 1688 60 00 40 STANbARD CONSTRi1CTI01+� SYECIFICA'1'iOE�T DOCUMEiVTS Pag,e 7 of 8 aa oa oa 3TA1�iC3ARll CONSTRi]C"i'ION SPECTFiCP.TTON 130CUMEI�fTS Page 8 of 8 �ND Or SECTYQN � CiTli OF F�R�' WORTI-I 4lfatcr & 5anitary 5ewet iteplace�nent 5'iANUARA CONSTRUCI'I03�i SPECIrTCATIDPI DOCUMB�fTS Contraot 2018, WSIVI-1Vi ltevised Afovem6er 2, 2Q21 Cily Pioject No. L�168$ �'���r �� �c��� �lo�t.h, �`���s ����� ��� ��u���� ��r�������t��n bAT�: Tuesday, April 26, 2Q22 LOG NAME: 60WSS18WSMM-GRATEX �UB,IEC7: � (CD 5} Autharize Executian af a Contract with Gra�Tex U�ilities, Inc., in �he Amount of $5,384,81�.20 far the 20'f 8 Vlla#�r Line & Sanitary 5�wer Repfacement WSM�M Prnject, �f�Ect and Amend fhe �Esca[ Years 2022- 202C Capital {mprovement prograrn, and Aclo�t At�ached App�'opriation Ordinances ta �ffect a Portion af Wat�r's Contribution �o the Fiscal Years 2022-2b26 C�pital lmprovem�nt Pragram RECOMMEfVDATIC�N: It is r�commencfed that the City Council: 1. AufF�orize execution af a contracfi with Gra�Tex Utili�ies, Inc., in the amount o� $5,384,815.20 �or �he 2018 Water �.ine & 5anl�a�y Sewer R,eplac�m�nf W5M-M projecf; 2. Adopt the attach�d appropria�ian ordinance ir�creasing receipts and appro�riations in fF�e UVater and 5ewer Capital Projects Fund in the amount of $4,711,844.00, �ransferred from avaifable funds within the W�ter and S�wer �und, far th� purpose of funding �he 2018 V�lat�r Li�e & Sanitary Sewer Replacement WSM�M project (City Proj�ct No. 1 d1688) and effect a portion of Water's contributian ta the Fiscal Years 20�2-2026 Capital Improveme�t Program; 3. Adapt the attacf�ed apprapria�ion ordinance adjusting es#imated r�ceipts and apprapriatians in th� General Capifal Projacts Fund, by increasing fhe receipfis and ap�rapriatians in the 2a98 Wate�r k,in� & Sar�itary Sewer R�plac�ment WSM-M praject (Ci�y f'raject No. �Q1688j �n the amoun� af $1,403,32A�.OU,and decrea�ing estimated rece�pts and appropriations i� #�e Contraci S#r�et Maint�nance programmabl� project (Ci�y Project No, P00020) by the same amaunt; and 4. Amend TPW's Cantri�uiion to fhe Fiscal Years 2022-2026 Capital lmpravement Program. R�FERENCE NO.: �*M�c ��-a�z� D1SCU5SlDN: This Mayor and Cauncii Communicatian (M&C} is to aufhari�e a construction contract f�r �he replacernent of deferiorat�d wafer andlor sanitary sewer mains as indicated nn th� follawing stre�ts: Str�e# Burke Road Ellington Dri�e Prothrow S#re�t Tallie f�oad Wilhefm Sfreet Stark Stree� From ylVilhelm 5tree� Bunche Drive Lucas Dri�e C..ucas D ri�e Burk� To �cope o� Work Wilbarger WaterlSewer �treet Plaza �at�rlSaw�r Circl� S. Cravens Vlfater Raad S. Cravens Water Raad Quails �IW�fierlSewer Lane r�:enlee Hightower Water �re�t 5�reet Tr�nc� �asement �e�ween Vel C7ri�e and Prothraw Stre�t Easemen� 1N�st af S. Cravens Raad i�_.� �epair Craven� ��� fe�{ 5ew�r R��� � west T�ilie � 1�0 feet Sew�r Rnad South Additianally, a��halt pavement rehabi{iiatior� wili �� Gonc�uct�d on streets subsequer�t ta the water and sanitary sewer main replacement, i'he Yransportation & Pubiic Works Departmenfs share a�#his contracf is $�,�82,741.4Q and th� Water Depariment's share offhe contract �s $4,�Q2,(173.8C1. Th� pra}ect was adve�t�sed for hid5 ar� January 20, 2022, ar�d January 27, 2D22, in the Far� Wor�h Star- Telegram. Or� March 3, 2022, fhe fallowing bids were rece�ved; ��Bidder �� �mo�nf �'ime a� �Carnple#ian Ura Tex UtiC�ties, lr�c, ^$5,384,�15.20 38U �a[�ndar Days Woody Contracfars, lr�c. $5,823,01 �.00 R& q Burns Brothers, inc. $5,563,795.00 In �ddition fo t�e cankract amour�t, ��03,'[32.80 (Wat�r: $193,829.�0; Sewer: $147,858.`lQ, Paving: $16�,44�.BD) is r�quired for project management, matarial tes�ing and inspectianr and $227,2?_0.00 �Wafer; �94,704_OD; S�wer; ;�73,379.�Q; Pa�ing: $�9,137,00) is provida� fnr pro�ect con�ingertcies. The sanitary sew�r component af this proj�ct is par� of the Water Department's Sanita�y 5ewer �ver�low Inifia�ive f'rogram, Approximately 9,000 finear feet of cas� iran wafer pipe wi[I be removed a�d repiaced as park af this proj�ct. This project will have na impact on the Transpnrtation & i'uhlic Works' or the Water Depa�tme�#'s aperating budgefs when campleted. Th� �ction in this M&� will effecf the Wa�er �3�partment's co�fributian ta �nd amend TPW`s contribution to the �iscal Ye�rs 2022 2026 Capitaf impravPment Pragrarr� as appraved in cannection with �rdinance 25D73�09-2f321, S�ction 6. CapEtal Irnp�av�men�, page 2�, as follaws: �api�af prajec� FY2Q22 C!€� Fl(2L122 CI�' Re�is�d Fund �►uthorify �Y�02� �lam� �arne I��apropria�ians Appropria�ions gudg�t _I .� paoa�a � 3p�OQ � Canfiract M&C 2�- Gene�al Street �20,441,OD0.00 �827 $(�,056,034.00) $19,39D,96�.00 � �laintenance M&G 22- ��3�'1,�48.00) $19,079,818,00 OD�6 M�C 22- ��6a3,254.pQ) $38,476,�54.�� � a�z7 ��-_� � � _ T��s M&c $(�,403,�24.a�) $17,a7�,2�o.ao !t is the practice of the Water bepartm�nt to apprapri�t� its CIF' �lan thraughaut the fiscal y�ar, instead of within the annual budget ardinance, as projects cammence, additional funding needs are 9dentified, and io com�iy with hond c��enanis. 7he aetions in the M&C vvill appropria�e funds in support of the Water's po�tion of the Ci�y af �ort rlVo�th's Fiscal Years 2d22-2026 Capital Im�rovem�nt Program, as fol�ows: ������� Project �Y2�2� �lp FY�C122: C1P �evised �unc� �am� Appropria#ions 'Authority Apprapriat�ans FY��2� N�rr�e Budg�# S�OD? -- � 10'1688 -- W&S ?_O��i WL. & Ca�ital SS Replc. Projects WSM-•M �und I 3D100 � ��r,�r�� $ �, � 4,jThis M&C�� ��,71'f,844.00 ����1,71�,844_00 -- �yThis M&Cj� $'i,a�o�,3z�.00 i���,q�aa,�24. �u�ding is budgeted ir� the Tran�fer �o WaterlSewer accouni of the Sewer operating �udget for the �urpos� af funding the 2Q18 Water l..ine & Sanitary Sewer Replacem�nt W5M-M project with�n the Water & 5�wer Capital Projecfs F�na, Apprapriations �or th� 20181Nater Line & San9tar�r Sewer RepEac�men# W5M-M project �re as depicted below: Existing P►ddi��onaC ��n� Appropriai�ons Apprvpriations p�oject Total�` 1Naf�r & Sewer Ca�ital Pro��cts $372,639.00 $4,711,844.00 $5,084,483.QQ Fund 5GflQ2 G�ner�[ Gapi�ai Prajec�s Fur�d $Q.00 $1,40�,32�.00 $1,403,324.a0. ���aa PrfljectTotai � �_�Q.U� �6,1'��,168.00 $�,487,807.00 *Numbers rounded for presentation purpases, Business �quity: Gra-Tex Utilifies, Inc., �s in compliance wi�h the City's Business �qui#y Ordin�nce by commiftin� ta � 8 percent Business Equify participation on this praject, Th� Ci'#y's Business E�uify goal on this p�'oject is 10 p�rcent. Tl�e project is [ocated in CO[JNCI�, ❑lSTRfCT 5. �1SCAL lIVF4RMA7'ION 1 CERT1FlCATION: The Dir�ctor of �'ir�ar�ce c�rtifi�s ihat #unds are availabl� in the currenf o�era#ing bud��t of the Water & Sewer Fund and the General Capital Projects �und, and up�n apprava[ of fhe �bave recommendations and adopfion of �he aitac�ed ap�rapriation ard3nances, funds will �e available in the W&S Capita[ Projecfs Fund and the Ueneral Capitaf Projects �und �'or the 2018 WL. & SS Re�l. WSM-M project ta support the apprnva! a� fhe above recommendatians and executian af the cantract. Prior ta any expenditure being incurred, the Water �nd TranSporEation & Public Works D�partmer�ts ha�e the respansibility of verifyi�rg ihe availab9lity af funds. �UND I[]�NTIFCERS (�IDs),: TL) �Frand Departmen� cc� �. �. ._ � �._._._�_____ �'R01111 ��Fund Depariment�Acc+ .�..� �a __L__..__. C�RTi�'1G1�TI0�11S: unt Pra�ect Pragram 1D un� project�Pro�ram .___ � i� Subm�i�ed for Gi�y IVlarta�er's Office by_ Originating Departmen� Head; �ctiv�ty �udget Year � �,c�ivity Budge� _ � Y�ar�.�_ Dana C3ur�hdoff (8Q18) Chris Harder (5Q2a) Re�er�nce # �mount �Chartfield 2) R�ference � m�unt Cl�artfield �}..�__ ; Ac�ditianal Infarmation Contac4: D�na Jahnson �786�) + � - ,� ■ _ � 1 :.,: �. • .. •i l � � _ Ilkl'. �s _. �ll• •1 " =11� �r .! � : � u ,�: "' �� ' R � • � 1 � ►I .i . � , � � � f � � � �! ' \_1 - i �l � • � � � � • f � , � ' L .Jr. � ' ' • � � 1 � � .! 1 � 1 l� , ;� �. ,: .• : .1 � : 4 � •� •. 1 %� A 11 i-i --� 1 1 1 '• �� k 1 .� : u�/ �� l. .1� �� _ t +. : .11 � i_' � � � (G�W Infernal) (Public) (Public} (Public} (CFW Internal) N N N N N N li N N� N N N N N N N N N 0 0 0 0 0 0 0 0 0 oo����� � � o 0 o a o 0 0 t�r� I-W-* iW-+ w t�i� .VP .VP I�-+ t�ri � IWl1 lWll Q � FQ-' F-�" O O F-+ O O O N O O F+ F-� O Q O a O U D� O Q~1 41 Ol 01 Ol 07 O�01 dl �1 Do W 00 Qo Oo O0. 00 Oo Ga �I I�I�l�l�l�l4lnlQ �! I�I�I�i�l�l�l�l� A � � l�ti Oo W� W�� 1 P o e�o m.NA d o o� nl V3 �1 O7 O [� �0 i'1 O 6 O O O t0 F' �. 000��a4 ����nn� �K:°�� � � �. �w��.Qa��� � @ a�,��� �• � � � c-� ���� � � � � �' � W W N N N N 0 o m m m m F-� F-� O O � O O O N� N W W W w W N N N N 0 0 0 o m m m aNi O O O O N N N�h�1 ."i � � 4 O O O O O �,��i{ O O O O O O O C1 N N V V Ch ol N 1w� N iv V V m O7 O G O� O� .� I O O O O b O O� O �� WN w � , � ���W �� W� s-+ H G5 O o C3 I ' W H H H O d o O I lO [� l�0 l0 l�0 lU , ~� I' l�O l�O l�0 l�P O 6 � U�1 0�1 � O O 0�1 O�1 +, d d � W �� 0 � O O f �„� �-+ ro N N �, ��v Fs v H F' 1� F� {3 4 � O �a O� O Q 1¢-� F�-� 7-� - I�� ~, � I I W� O 0�0 0�0 I � bo O 0�0 O 00 W W Om0 'O � �� � o �o co ua w ���� � � � 3 A !r N 1�f1 �.� V�1 U1 � U1 A ' N � N O � 4 0 o n a o�.f N N N N � N '� N ,p g O W :u `L�71 W N .Np ;p N j O � O Q _I O N� I N I N �, � � � q � . � r '.� � 7� � W � � N N N N N 1-� Iv W CJ1 lst ln l{4 V� f/1 �-�+ a o o a o 0 o N N N � N N O o O O o b op � �P �P � � �P .P W V,1 W W W W US N o o a o 0 0 V w w w� V 1"'-� � o 0 o g a o d W W Ui q O Y 1-� Vl Ul W F' M C7 O O O O O O I-+ O O O O C�7 O Cµ7 � p�l C11 � � Y O's Oo OP [J0 Oa C� O7 !i0 4'n] p Q p O O O 3+� N I--� F-� F+ I-� H � 0~b Nqo W W 0.~'i W C� {rl .p .ja O � O lfl lP � lo tp LE1 l0 l0 lO lD l0 CO CG �' �p 1p lL) lL! tU lD l� {/} 'l/? I-' 1-a ih �n l�Y in� po ifh N al �P �Ow3 W � `t�D .�A N b lll V 91 � F-+ .}� l0 �J lU -P W �µ O C] q O O O 'U C/] C/.1 [� (] � � � � � �r � � � � � � � ro � o � � C.*. �+ ��, f] � � � � � ��� � 0o ns �o - i MAYOIt A]rIl7 COLIAICIL CQZvINIUI�ICATION (lVi&G) f'age I of f i 2 3 �k S b 7 $ 9 10 11 ia �� i4 15 16 17 IS 14 20 21 22 23 sECTzoN oo as �a MAYOR AND COUNCIL COMMUNICATION (M&C) END O�+' SECTX4N CITY OF FO'lt`["WORTH � STANT)ARD Cflt�fSTRUCTIOAC SPEC{L'tCATC4AI DDCUM�NTS fte�ised luly 1, 2011 Wafer Bc 5a�iitary Sesver ReplacemenE Contraci 201$, WSM-[VI City Yroject ido, i�1588 ADDE1�iDUM NO, � CITY O�' FORT WURTH WAT�R DEPARTMENT �ATER �a S�1ITA.R�' �EWER R�PLt�CEl�I�1�T ��1�TTI�CT �Ol.� �SIVi�1�+S[ C�TY PR03ECT #.1O1G8� Addendum lvo. l.. Issue Datec F�bruaxy 1G, �D�Z Original Bid Receipt Date: February �.1, �Oi2 Revised Bid Receipt Date: F�arch �, �0�� This addendutn �orms part af th� cantract documents referenced above and mndi#'ies the original Cnntract Dacuments. Acknawledge receipt of this addendum by szgning and attaching it to the Contract Daeuments (inside). Note xsceipt af the Addendutn in th� Bid P�roposa� and on the outez ez�velope of your bid. Praspective biddaxs are hereby in%�ned of the fallowing: The Bid Openin;g is mnved to March 3, 2022 Failure to r�turn a signed copy of khe addendutn witli t�e Proposal shall be �rounds for rende�ing the �id non-responsive. A signed cnpy of ihis addendum shall be placed into the Froposal at the t'sme of bid subrnit�al. . Water Department Christopher Harder, P.E. RECEIPT AC�NOyVLEDG�D: I3irecior . f� �* � �� gy; _ � _ Sy; � # _ _ E`' Tony Shoiola, P.E. Companq: r e1 �� T�.K Assistant Directar ADD�liTDUM Pl'0.1 � o� � .ADDENDUM NO. 2 CI`I'Y OT FORT WORTH WATER DEPAR.TMENT WAT�R & 5A1�iITAR.Y SEV�ER REPLACEN.iE�T CO1vTRA,CT �01� W�1VI�M[ CITY pROdECT #.101688 Addendure� No. 2. Tssue Date: March x, 2Q2Z �riginal Bid ReceiptDate: Fe�ruary 17, 202Z Rev�seci Bid Reeeipi Date: Marci� 3,. x0x2 This addendEu« forms part af itie contract docutri.ents referenced abave and modiit�s �h� original Contract Documents. Acl�owledge xeceipt of thits addendum by signing and attaching it ta the Contraci Documents (inside). Note receipt of t�e Addendut� � the Bid Proposal and on the auter envelope of you:r bid. Yraiect Manuai liemove and replace Ehc �ollowing items in the Contraet Documents: 1. �i.emave se.ct�on 00 41 QQ Bid Farm in iks antirety and Replsee rrvith the attaahed section {i{l 41 00 Bid �'ozx�a — Revisions rnade ort sectian content to remave refer8rtce iQ Auger borzng. 2. Rexnave section OD 4S l 2 Prequali�cat�an statement in its e�tirety and Repl,ace with t�e attaahed section 00 45 12 Prequali�'ication statement — Revisions made on section eontenl to remove re;�er•enc� to Auger ho��ing. 3. Retnove section QD 52 43 Agt-eement in iits entir-ety and Replace wikh the attac�.�d Section Op 5� 43 Agreemen� — Revisiarrs made an section canfe�tt a�e as follows: On Article 9.l line one, "320 days"is revYsed io "380 calendar days ". 4. Remove Sectio� �0 42 43 Proposal �orm in its enkireLy and Reglace w�tl�. the atiached S�ection 00 42 43 Pz'opasal Form. Revisaons muds an section content are as follows: Respoxxses to Pre�bid quesk�nns S. Responses tv pre-bid questions are attac�ed, ADDENDUM NO. 2 1 a� � Proiect Cnnstruetion Drawin�s Il� ans fi. Remave tJae set af canstruction plans and, in its en�irety and RepXace vvith the attaehed construction set. Ail oth�r provision� of the eon�ract documents, dr�wings and proj ect tnanual shall remain unchanged. Failure fn returri a signed copy of the addendutn wif�i ttte Proposal shail be grounds for rertdering �e bid non-responsive. A signed copy of ihis a�idendunn shall be placed into the Proposal at the tiine of bid submittal. 'Water DepartXnent Christopher Harde�r, P.E. RECEIPT ACi:NOWLEDGED: ' ' ' B'yi�. ��%� Coznpany: _ C'1�a. T�-� Direatar �r^ , .. . . • �� �� . . By: �-.' � � � �i � Tony Sbolola, P.E. Assistant Director ADDEI�iDUM NO. � � of 2 ADDENDUM 1�i0. 3 CYTY OF FORT WORTH WATER DEPARTMCNT '�'.A.TER � �S�TITAR� SE��. REPL�CEIVIE�T �O1�T�'RA.CT' �D18 �SI'V�-I�1C C�TY PRO�ECT #.101688 Addeadu�n No. 3. Is�ue D�ke: l�iarch 3, ZDZ2 OrigitYai Bfd Recei�# Data: Febr�ary ��', 20�� Revised Bid Receipt Date: March �, �e�� This addendum forms part of the contract documents refarenced abave and modi�es the original Contract Docutnents. Acknowledge re�eipt of thi� addenduzn by signing and attaching it ta the Contract Doetunents (inside}. Ndte receipt of the Addendum in tl�e Sid Proposal and on the outer envelope ofyour bid. Prni ect I�i[anual Remove and replace tbe fallowing items fn the Con�ract Documents: ],. Remove Sectinn QO 42 43 �ropasal Form ut its entirety and Re�lace with the attaal�ed Sec�ion 00 42 43 Proposal �orm. Revisions made on section content are as fallnw.s: Failure to return a signed capy o#'the addendutn with the Praposal shall be graunds fox r�ndering �he bid non-respon.sive. A signed copy vf this addendum shaSl be placed into the Proposal at the tirne nf bid submittal. RECEIPT ACKNOWLEDGED: sy: _ Company: _��t S'c� ��.� v�� :�i��.S Water Dapartment Christopher Harder, P,E. Director . � � T � _ ! �4 By. �� � � , .. , _ �,, Tony Shaiala, P.E. Assistatit Director ADD�FIDUM �I�. 3 1 of �. D00515-1 AI]DEi+IDA Page 1 of 1 1 2 3 4 S G 7 S 9 ia z� l2 7. 3 14 1S 16 17 18 I9 20 zi za 23 SECTxON (1Q OS I5 ADDENDA �Nb OF SECTXON cr�cY o� �aR�r woxr� STA'NDARF] CON8TRCICTIDIV 5PECIFICATI6Ir 130CUM�NTS Revised .[uly 1, 201 k Water & sanilary Se�ver Replacement Contraci2018, W5M-M Cily Praject ho. 141688 00 1 l 13 INVITATI�IV TO BIDDERS Page 1 of 3 SECTTON 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids fQr the consttuction of Water & Sanitary Sewer Replacement Cantraci 2018 (WSM-M), City 1'roject No, 1Q168$, ("Project") wiI.I be received by the City of �oirt Worth Purchasing Offce until 1:3p PM CST, Thursday March 3, �0�� as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas'ib102. Bids v�rill be accepted by: US Mai1, Courier, FedEx or hand delivery at t�e address above; Bids will be opened puhlicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION O� WORK The major work v,+ill consist of the (appraximate} following: LTNIT 1: Water Improvements: 6,900 LF 8-inch water iine installed by open cut 170 �A 1-iach water service 9,SOD LF Temporary Asphalt Pavement Repair 204 S�' Concrete Pavement Repair 2,000 LF concrete curb and gutter {25,25,50) 25 5Y T' Goncrete Valley Gutter (25,25,50) 4,004 SF 6" Concrete ➢riveway (25,25,5D) 6,91Q SY 11" Pavement�ul�+erization (25,25,50} 6,910 SY 3" Surface Coursa Type "D" Mix (25,25,50} 7Q0 CY Imported Embedment/BackfilI (CLSM} iT1VIT 2: Sanikary Sewer I�nprovements: 1,000 LF 10-inch sanitary sewer lir�c installed by op�n cut 2,210 LF $-inch sanitaty sewer line installad by open cut 570 LF $-inch sanitary sewer line installed by other than apen cut (Hand Tunnel) 130 LF S"-12" Pipe Enlargement 2 EA 5erviee Reinstatement far Pipe Enlargement $2 EA �4-inch sewer ser�ices 28 EA 4-foot diameter s�nitary sewer manholes 3,200 LF Temporary Asphalk Paverrien.t Repair 2,000 LF concrete curb and gutter (25,25,50) 25 SY 7" Concrete Valley Gutter (25,25,50) 4,DOQ SF 6" Concrete Driveway (25,25,50) 6,910 SY 11" Pa�ement Pul�erization (25,25,50) 5,910 5Y 3" 5urface Course Type "D" Mix (25,25,50) CiTX dF FORT WORTH Water & SaniYary 5ewer Rcplacemcnt STANDARD CONSTRUCTION SPECIFICAITON DOCUN[ENT Contract 2018 {W5M-M) Ravised 7/19/2021 Cety Contract 7Vo. 101688 0o it 13 INVPfATI01V Tp BIpIIERS Page 2 af 3 UNIT 3: Paving ImprQvements: 4,04� LF concrete cur6 and g�tter 50 SY 7" Concrete Valley Gutter 5,000 SF 6" Cancrete 17riveway 14,Q00 SY 11" Pave�z�.ent �ulverization 14,OD0 SY 3" Surface Cnurse Type "D" Mix (25,25,50} (25,25,50) (25,25,50) (25,25,50} (25,25,50} PREQUALIFICATION The improvements included in this project zz�.ust be performed by a contractar who is pre- qualiiied by the City ai the time of bid opening. The prncedures foz qualification and pre- qualification are autlined in tne Sectian 00 21 13 — INSTRUCTIONS TO BIDD�RS. DOCL]MCNT EXAMINATION AND PRQCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Wqrth's 1'urchas3xzg Division website at http://www.fortworthtexas.gav/purchasin�l and clicking on the link t� the advertised project folders �n the Ciiy's elecironic docurnent management and collaboration sysiem site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliera. Bid Docpments Packa e� hkt s://docs.b360.autodesk.comishares/ScI3b6102-ab8b-45ab-85$2-bbbee917574e Addenda Lin�: https://docs.b36Q.autodesk.com/shares17f74e31 c-5ea4-4a57-adb3-69bffcfdtl75a Copies nF the Bidding and Contract Documents may �e purchased from E.IES Inc, Contact Paul Adey, PB, PMP, at pade r�,elesinc.cozn to make arrangements to piek up plans. The c.ost of Bidding and Contract Documents is $50. EXPRESSION C1F INTEREST To ensure bidders kept up to date oi atty new information pertinent to this project, b.idders are requested to email Expressions of Intersst in khi� pracurennent ta the City Project Manager Dena Johnson, P.E. (Dena.JohnsanCc�fortworthtexas.gov} and the Design Engine�r , Paul Adey, �.E. (padey@ejesinc.catn). The email should include the bidder's company name, contact persoa, tl�.at indi�iduals email address and phone nuz�nber. All Addenda will be distributed directly to those who have expressed an interest in the procuremant �d will al.so be posted in the City af Fort Worth's purchasing website at http://fortworthtexas.gor�/purehasing/ PREBID CONFERENCE A prebid conference will be held as discussed in Sectian 00 21 13 - INSTRUCTIONS TO BIDDERS at the following da#e, and time via Webex. An invitation will be sent ta plan holders: DATE: February 7, 2022 TIME: 9:04 AM CITY OF FORT WO1tTH Water & Sanitary 5cwer Itcplacemcnl STANDARD CONSTKUCTEON SPECIFiCATION DOCUIVIENT • Contract 201R (WSM-M} Ravised 7/L912021 City ContrQct No, 101686 oa ti is C13VITATION TO BIDI]Blt5 Page 3 of 3 Invitations with linlcs to the web confereneing apptication wi11 be distributed dire�ctly to those who have submitted an Expression of Interast. If a prabid canference is held, the presentation and any questions and answers provided at the prebid conference will �Se issued as an Addendutn to th� call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accardanGe with Section 6 of the Instruetions to Bidders referenced above to the pro3ect maaager(s} at the e-mail adc�resses listed below. Emailed questions will sufiice as "questinns in writing." If necessary, Addenda will be issu�d putsuant to t�e Instzuc�ions to Bidders. CITY'S RIGHT TO ACCEPT DR REdECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City �vill award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any contract avNatded under this INVITATION TO BIDDERS is expected to be funded from rev�nues ganerated from Wuter Capitcal Prnject,s Funds and reserved by the City for th� �roject. INQUIRIES All inquiries relative tti this procurement should be addressed to the following: Attn: Dana Johnson, P.E., City of Fort Warth Email: Dena.3ohnson�a fnrtworthtexas.gov Phone: &17 392-7866 AND/OR Attn: Paul Adey, P.E., PMP, EJES, Inc., Email: uade�3a,eiesinc.com Phone: 817 735-7277 ADVERTISEMENT DATES Jaxzuary 20, 2022 1a�zuary 27, 2022 END O�` SECTION CITY OF FORT WOiZT'H Water & Sanitary Sewcr Rcplaccmcnt $TANDARD CONSTRUCTTON SP�CTF'ICATION DOC[J1bI�NT Contract Z018 (W3M-M) Re.vised 7/19l2021 City Contract No. 10168� 00 21 13 IN�TRUCTIOIVS TO BIDD�RS Page 1 of 1D SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Texn�s I.1. Capitalized terms used in these INSTRl1CTI0NS TO BIDDERS are de�ined in Section 00 72 �0 - GENERAL CONDITIQNS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated belaw which are applicable ta both the singular and plural thereof. 1.2.1. Bidder: Any person, firin, partnership, company, associatiou, ox enrporation acting directly through a duly authorized repreaentati�e, submitting a bid for performing the work contemplated under the Contract Documents. I.2.2. Nanresident Bidder: Any person, firm, partnership, com.pany, association, or carparation actzng dir�ctly through a duly authorized representative, submitting a bid far performing the wprk eontezxaplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. �uceessful Bidder: The lowest responsible and responsive Biddes to whom City (an �ie basis pf City's evaluation a� hereinafter prov'rded) makes an award. 2. Copics af Sidding Dacumenfs 2.1. Neither City nor �ngineer shall assume any responsibility for errors or misinterpretaiions resultir�g from the Bidders use of incomp[ete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Dncuments a�ailable do so only for the purpase af obtaining Bids for the Work and do not autharize or confer a lzcens� or grant for any other use. 3. Prequalification of Bidders (Prime Cantractors and Subcontractors) 3.1. Sidders ar their designated subcontractors are required to be prequalified fnr the warlc types requiri�ag prequaliftcation as per S.ections 00 �45 11 BIDDERS PREQUALIFICATIONS anri Od 45 12 PREQUALIFICATION STATEMENT, Firms seelcing pre-qualificatior�, must submit the docum�ntation identiiied in 5ection 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (]) calendar days prior to Bid opening for re�iew and, if qualified, acce�tance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontract�rs must follp�v the same timelizaes as Bidders for obtaining prequalifieation review. Bidders ar Subcontractors who are not prequalifed at the time bids are opcned and reviewed may cause the bid ta be rejected. Pr�qualification requirement work typea and documentation are available by accessing all require.d files through the City's website at: https://a�ps. fortworthtexas. gov/Pro j ectResourcesl CITY O�' FOItT WORTH STANDARD CONSTRUCTION SPECCFICATCpN AOCLTMEN'P Watet' & 5anitary Sewer Re.pkacement Revisedlllpdated November 2, 2021 ConSract.20! 8(WSM-M) City Contract No. 1Q1688 oazt �3 nvsT�ucTiar�s To nro��xs Page 2 of l0 3.1.1. Pavi�ag — Requirements document located at: ht s:Ila s.fortworthtexas. ov/Pro'ectRespurces/ResourcesP/02°/a20- %20Construc�ion%20Dacuments/Contractor°/n20Prequalification/TP W%2dPavin� %20Contractar%20Prequalification%2DPro�;ram/PREQUALIFICATION%20REQ U IREMENTS%20�`OR°'/o20PAVING%2000NTRACTORS.pdf 3.1.2. Roadway and Fedestrian Lighting — Requiremenfs document located at: https://a�ps. fortworthtexas.gov/Proj ectResources/ResourcesF/02°l020- %20Construction°/a20DocumentslContractor%2QPre�ualifioation/TPW%2QRaadwa %2Qand%20Pedestrian%20Lig�hting%20Pre�ualification°/a20�ro ra�REET% 2Q LIGHT%20PREQUAL%20REQMNTS,pdf 3.1.3. Watcr and Sanitary 5ewer — Requirements docu�m.ent lo�ated at: ; ,, https:llap�s.fortworthtexas.gav/Proj ectRcsources/ResaurcesPl�2°/a20- %20Construction%20DactunentslContractor%20Frequali%cationlWater%2Qand%2 OSanitazy%2QSewer%20Contractor%n20Prequaliiication%20Pro.�z'atn/W S S%20pre pual%20requirements.pdf 3.2. Each Bidder, unless currentiy prequalified, must submit to City at least seven (7') calendar da�+s prior to Bid openiug, the documentation identi�ied in Sectian 00 45 1 l, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of andlor questions related to prequalification should be addressed to the City contaet as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-quali�ied contractor who is ihe apparent low bidder for a project ko su6rnit such additional information as the City, in its sole discretion may require, inciuding but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and consiruction schedule to assist the City in evaluating and assessing the ability of the apparent low hidder to deliver a quality praduct and successfuliy complete projects #'ar the arnount bid within the s�ipulated time frame.. Based upon the City's assessment of the submitted information, a recommendation regarc�ing the awart� of a contract will be made to the City Cquncil. Failure to submit the additional information, if requested, may be graunds for rejecting the apparent low bidder as non-responsive. AfFected contractors will be natified in writing of a rrecomm�ndation to the City Council. 3:4. In addition to prequalification, additional requirements for qualification may be requirad within variaus seciions of the Contract Docu�men�ts. 4. Examination of Bidding and Contract Docu�nents, Other RelaEed Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH Water & Sanitary Sewer Replacement STANDAKD CONSTLLUCTION SPEGIFICATION DOC[I�vIEWT Conlract 2418 (W5M-M} RevisedlUpdated November 2, 2021 City Coniract No. ] 016$$ aazi i3 IN5TRUCTIO]VS TO BiDDERS Page 3 af l0 �k. l. l. Shall examine and carefully study the Cantract Docurnents and other related data identified in ti�e Bidding Documents (inclu�ding "technical data" referred to ia Paragraph 4.2, below). No informatian given by City or any representative of the City ather than that contained in the Contract Docurnents and ofFicialIy promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiaz' with and satisfy Bidder as to the general, local and site conditians that may affect cost, progress, performance ar furnishing of the Wark. 4,1.3, Shall consider federal, state and local Laws and Regulations that may affect cost, pragress, performance or furnishing of the Work. 4.1.4. Shall study all; (i) reparts of explorations and tests of subsurFace conditions at or configuous to the Site and all drawings of physical conditioa�s relatin� to existing surface ar subsurface structures at the Site (except Undergronnd Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardaus Environm�ntal Conditians, if any, at th� Site that have been id�ntiiied in the C.Qntract Documents as contaiaing reliable "technical data." 4.I.5. Is advised that the Cantract Dacuments on file with the City shall constitute all of the informatian which the City wil.l furnish, All additional in%rmation and data which the City will supply after promulgation of the fortnal Contract Documents shaLl be issued in the form of vvritten addenda and shall became part af tha Contract Dacuments just as thaugh such addenda were �etuaIly written into the original Contract Docum�nts. No information givcn by the City other ihan that contained in the Contract Documents and officially promulgated addenda thereto, shall be 6inding upon the City. 4.1.6. Should perform indapendent research, investigatiotts, t�sts, borings, and such other means as may be necessary to gain a comp.lete knowledge of the canditions which wi1S he encountered during the canstruction of the project, For projects with restricted access, upon reques:t, City rn,ay provide each Bidder access to Yhe site to conduct such examinaiions, investigations, exploratians, tests and studies as �ach Bidder deems necessary for submission of a Bid_ Bidder must fill all holes and clean up and restare the site to its former conditions upon cnrnpletion of sucl� explorations, i.nvestigations, tests and studies. 4.1,7, Shall determine the diff"tculties of the Work and all attending circumstances aff'ectin� the cost of doing the Work, time required for its coznpletion, and obtain a11 information required ta make a proposal. Bidders shaIl rely exclusively and solely upon their own es#imates, investigatio.n, research, tests, explorations, and other data which are necessary for full and cornplete infarmation upon whieh the propasal is to be hased. It is understood khat the submission of a proposal or bid is prima-facie e�idence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT R'ORTH Water & Sanitary 5ewer Replacement S"TANDARD CONSTRUCTION SPECIFICATION UOCUMENT Contract 201$ {WSM-M} Revised/Updated I�ovember 2, 2021 City Coniract No. 1O1b88 04 2 L l3 1NSTRUCTIQ�TS TO BIDpER5 Page 4 of l0 4.1.8. Shall prorr�ptly notify City af all conflicts, errors, ambiguities ar disarepancies in or between the Contract Documents and suckt ather related documents. T'he Contractar shall not take advantage of any gross error or amission in the Contraci Documents, and the City shall be permitted to make such corrections or interpretations as may he deemed necessary for fitlfillment of the intent af tl�e Contract Dacuments. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditians for identifieation o£ �4.2.1. those reports of expiorations and tests of subsurface conditions at or contiguous to the site which have heen utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, an the plans are for general information only. Neither the City nar the Engineer guarantee fhat the data shown is representative of canditions which actually exist. 4.2.2. tt�ase drawings of physical conditions in ar relating to existing surface and subsurface struclures (except i7nderground Facilitiesj which are at or contiguous to the site that have been utilized by City in preparation of the Cantract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder an request. Those reparts and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon t�vhich Bidder is entitled to rely as provided in Faragraph 4.02. of the G�neral Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpxeTatian or conclusion drawn from any "technical data" or any other data, intezpz'etatians, �pinions or information. 4.2.4. Standaxd insurance requirements, coverages and Limits. 4.3. The submissian of a Bid will constitute an incnntrovertible representation by Bidder: (i) thai Bidder has complied �vith e�ery requirement of this Paragra�h 4, (ii) that withQut exception the Bid is pretnised upon performing and furnishing ihe Work required by the Coniract Documents and applying the specific mearis, methods, techniques, s�quenc�s or proceduxes of construction (if any) that may be shown or indicated or expressly z'equired by the Cantract Documents, (iii) that Bidder has given City wr'ttten notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to $idder, and when said conflicts, etc., have not been resfllved through the interpretations by City as described in Paragraph 6., and (iv) that the Contraci Documents are generally sufficient to indicate and convey understanding af all terms and conditions for performing and furnishing the Work. 4.4. The provisions of thi� Paragraph �4, inclusive, do not apply to Asbestos, Polychiorinatad biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Canditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTIi WaYet & Sanitary 5ewcr Replxcement STANDARI) CON5TRL3CTION SPECIFICATION DqCUMENT Cantract 201$ (W5M-1VI} RevisedlCTpdated November 2, 2Q21 City Caniract No. ] 01688 OD 2l l3 INSTfiCJCTTOIv5 TO BIDDERS 5. Availability af' Lanc3s for VS'ark, Etc. Page 5 of l0 5.1. The lands upan which ki�e Work is to be performed, rights-of way and easemen�s for access thereto and ather lands designated for use by Contractor in perforrt�ing the Wnrk ar� identified in the Contract Documants. All additional lands and access thereto required for temporary construction facilities, cnnstruction equipment or storage of materials and equipment to be incorparated in the Work are tp be obtain�d and paid far by Contractar. Easerrsents for permanent structures or permanent chang�s in existing facilities are to be obtained and paid for by Ciry unless otherwise provided in the Coratract Dacuments. 5.2. Outstanding right-pf way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Canditions. In the event the necessary right- of-way, easements, and/or permits are not ab#ain�d, the City reserves the right to cancel the award of contract at any time b�fare the Bidde:r begins any canstruction work on the praject, 5.3. The Bidder shall be prepared to eommence constructian withaut all executed right-of- �+ay, easements, and/ar permits, and sha11 submit a schedule to th� City of how constructian will proceed in the other areas of th� projeet that do �ot require permits andlar easem�nts, 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents az'e to be directed to City in writing on or before 2 p.m., th� Monday prior to the Sid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessaty by City in respanse to such questions will be issued by Acfdenda delivered ta all parEies recorded by City as having received the Bidding Documents. Only quesfions an5wered by formal written Addenda will be binding, Oz'al and ather interpretatians or clari�cat�ons will be wifhaut legal eifect. Addz'ess questions to: City af Fort Warth 200 Texas Sixeet Fort Worth, TX 76102 Attn: Dena Johnson, P.E., Water Department, City af Fart Wo�th Emai1: Dena..Tohnson@fortworthcexas.gav Phone; 8�7-392-786b 6.2. Addenda may also be iss�ed to modify the Bidding Documents as deemed ac�visable by Ci#y. 6.3. Addenda ar alarificatians may be posted via the City's electranic document management and collabaration system at https:l/docs.b3fi0.autodesk.comishares/2f'73bSa4-44aQ-4b7c- 92QccSfi9e5c�9fbc C1TY OF PORT WORTH Water & Sanitary 3awer Replacement STANDARD CONSTRUCTION SPF,CIFICAT[ON DOCUM�NT Cantract 2018 {WSM-M} Revised/Updated November 2, 2021 Ciry Coahact No, 101 bl38 40 21 l3 INST[ZUCTIpNS TO BIBDER5 Page 6 of l0 6.4. A prebid conference may be held at the time and plac� ir►dicated in the Advertisement or INVITATION TO BIDDERS. Representatives of CiYy will be present to discuss the Project. Bidders are encouraged to attend and participata in khe conference. City will lransmit to all prospective Bidd�rs of record such Addenda as City considers necessary in response t� questions arising at the errnference. Oral statements rnay not be relied upon and wrll not be binding or legally effeetive. 7. Bid Security 7.1. Bach Bid must be accompanied by a Sid Bond made payable to City in an amount of �ive (5) percent of Biddar's ma�mum Bid priee, on the form attached or equivalent, issued by a surety meeting the requirements af Paragraph 5.41 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award ha�e been satisfied. lf the Succesaful Bidd�r iails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have default�d. $. Contract Times The number of days within which, or the dates by which, Milestones are to be achicved in accordance with the General R�qnirements and the VVark is #o be completed and ready for Final Acceptanc� is set forth in the Agreement or incorporated therein by reference to the attached Bid Fottn. 9. Liqaidated Damages Provisions for liquidated damages are set forth in the Agreennent. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment descrihed in the Bidding Documen�.s without consideratiQn of possible substitute or'br-equal" iterns. Wttenevez' it is indicated or specif ed in tYse Bidding Documents that a"substitu,te" ox "or- equal" item af material ar equipment may be furnished or used k�y Contractor if acceptable to City, application for such acceptance will not be considered by City until aft�r the Effecrive Date of the Agreement. The procedure for submiss�on. of any such application by Contractor and consideration by City is set forth in Paragraphs 6.QSA., 6.OSB, and 6.OSC. of the General Condiiions and is supplemented in Section O1 25 00 of the General Requirements. il. Subcontractars, Suppliers and Othcrs 1 i.l. In accordance with the City's Business Equity Ordinance Na.2516S-1Q-2Q21 the City has goals for the participation of minority busin�ss and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 �0 for ihe M/WBE Project Gaals and additional requirements. Failure to compiy shall render the Bidc�er as non-responsive. Business Equity Ordinance No.25165-10-2021, as amendcd (r�placing Ordinance No. 24534-11-2020), codified at: https:l/codelibrary.amle�al.com/codes/flworth/latest/ftworth t�c10-4-Q-22593_ CITY OF FORT WORTH WaEer & 5aniraiy Sewcr Replacement STANDARD CONSTRUCTIQA# SPECIFICATION DOCLTMENT Contiact 201 S[WSM-M) Revised/Ugdated IVovember 2, 2021 City Contract No. i01fi8$ 0o zt ta INSTRUCTIOI�fS TO HIDDEILS Page 7 of 10 1�.2. No Contractor shall be required to employ any Subcontractor, Supplier, oth�r person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.I. The Bid Form is incIuded witk� the Bidding Documents; additional copies may be obtained from ihe City. 12.2. All blanks on the Bid Form must he completed and the Bid Fnrm signed in ink. Erasures or alterations shall be initialed in ink by the person signing the �id Foem. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed titerein, In the case of optional alternatives, the words "No Bid," "No Change," or "Not App�icable" may be entered. Bidder shall state th� prices for which the Bidder proposes to do tha work contemplated or furnish materials required. AlI entries shall be l.�gible. 12.3. Bids by corporations shall be executed in the cnrporate nan�e hy the president or a r�ice-president or other carporate officer accompanied by evidence of authority ta sign. The cor�aorate seal shalI be afiixed. The corporate address and state of incorporation shall be sh4wn belaw t�e signature. 12.4. Bids by partnersl�ips sha11 be executed in the pari�pership name and signed by a partner, whose title must appear under the signature accompa�zec� by eVidence of authority to sign. The o�iczal address of the partnership shall be shown belo�n�' the signature. 12.5. Bids by limit�d liability cornpanies shall be executed in the nama of ihe iu-m by a member and accompanied by evidance of authoriiy to sign. The state of foz't�natio� of the firm and the official address of the firm shall b� shown. 12.6. Bids by individuals shall show the Bidder's narne and official at�dress. 12.7. Bids by joint ventures shall be exeauted by each joint venture in the manner indicated on the Bid Form. The afFicial address af the joint �anture shal! he shown. 12.8. 12.9 All nannes shall be typed or printed in ink below the signakure. The Bsd shall contain an acknowledg�ment of receipt of all Addenda, the numbers of which shall be �lled in on the Sid Form. 12..10. Ppstal and e-mail address�s and telephone number far communications regarding the Bid shail be shawn, 12. L 1. Evidence of authority to canduct business as a Nonresident Sidder in the state of Texas shall be provided in accordance with Section DO 43 37 — Vendor Compliance to State Law Nan Resident Bidder. CITY OF FORT WDRTH Water & 5anitary Sewer Replacement STANDAI� CONSTRUCTION SPECIFICATION DOCUMENT Conhact 2D1& (WSM-M) Revised/ilpdated November 2, 2021 City Cnntract I�io. 101688 Oq 21 13 13�STRi3CTIdN5 TO BIDDERS Page 8 of kU 13. Submission pf Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and plaee indicated in ihe Advertisement or INVITATION TO BIDD�RS, addressed to Purchasing Manager of the City, and shall be anclosed in an apaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through ihe mail or other delivery system, the sealed envelope sha11 be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. I4. Withdrawal of Bids 14.1, Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawtt prior Yo the kime set %r bid opening. A request for withdrawal must be �ade in writing and delivered to the Purchasing Office to receive a time stamp prior to the openir�g of Bids. A timely withdrawn bid will be returned to the Bidder or, ii the request is within one hour of bid opening, will nat be read aloud and wil] thereafter be returned unapened. 14.2. In the event any Bid for which a withdrawal zequest has been timely filed has been inad�ertently opened, said Bid and any record thereof will subsequently he marked "Withdrawn" andwill be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the announts of'tlae base Bids and maj or alternates (ii any) will be mad� available to Bidders after the o�ening of Bids. 16. Bids to Remain Sub�ect to Acceptance All Bids will remain subj�ct to acceptance for a minimum of 90 day� or the time period specified for Notice of Award and execution at�d delivery of a complete Agreement by Successful Biddar. City may, at City's sole di.scretian, release any Bid and nuIlify the Bid security prior to that date. 1�. Evaivation of Bids and Award of Contract 17.1. City resez�+es the right to reject any or all Sids, including without limitatian the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it wauld not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive infarmalities not in�olving price, contract time or changes in the Wark and award a contract to sueh Bidd�r. Discrepancies between the multiplication of units ai Work and unit prices will be resolved in favor oi the unit prices. Discrepancies betw�en the ind�icatad sum of any column of figures and the correct sum thereof will be resolved in favar af the correct sum. Dzscrepancies between words and figures will be resolved in favor oithe words. CTTY OF FORT WOATH WaEer & Sanitary 5ewer Replacement STANDARD CONSTRUC'1'ION SPECIFICATION DOCUMENT Contract 2fl 18 (WSM-M) Aevised/[lpdated November 2, 2U21 Ciry Contract No. 1U1688 OD 21 l3 1TiSTRUCTidNS TO BIDDERS Page 9 of L6 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an intarested party to any litigatian against City, City or Bidder may have a claim against the other or be engaged in Iitigation, Bidder is in arrears on any existing contract or has defaulted an a pre�ious contract, Bidder has perfarmed a grior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the grompt compietion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the quali�ications and experience of Subcontractors, Suppliers, and other persons and organ.ization� propos�ed far those portions of the Work where the id�ntity of such Subcontractors, Supp.Iiers, and other persons and organizations must be submitted as provide.d in the Contract Dacurnents or upon the request of the City. City also may consider the operating costs, rnaintenanCe requirements, performance data and guarantees of major items of materials and equipm�nt proposed for incorparation in the Work when such data is required to be subrnitted prior to the Notica of Award. I73. City may conduct such investigat�ons as City deems necessary to assist in the evaluation of any Bid and to establish the responsibilzty, qualifications, and financial abiIity of Bidders, proposed Subeontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Cantract Documents ta City's s�tisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unlass athenvise appz'oved by the CiEy. 17.5. If the Contract is ta be awarded, it will be awarded to lowest responsible and responsi�e Bidder whase evaIua#ion by City indicates that the award wili be in the best interests of the City. 17.6. Pursuant to Texas Govezx�naent Codc Chapter 2252.OQ1, the City will not award caniract to a Nonresident Bidder unless th� Nonresident Bidder's bid is lower than the lowest bid subrnitted by a responsible Texas Bidder by the same amount that a Texas reszdent bidder wauld be required ta underbid a Nonresident Biddez' to obtain a comparable contract in the skat� in which the nonresident's principal place of l�usiness is locat�d. 17.7. A contract is not awarded until forn�al City Counczl authorization. If the Contract is ta be awazded, City will award the Contract ruithin 90 days after the day oithe Bid opening unless extended in writing, No other act of City. or others will constitute acceptance of a Bid. Upon the eontract award, a Notice of Award wi31 be issued by the City. 17,7.1. The eantractar is required ta fill out and sign the Certifcate oi �ntetrested Parties Form 1295 and the form must be s�bmitted to ihe Project Ma�ager before the contract will be presented to fhe City Council. The form can he abtained at https:/Iwww.eth�cs.state.kx.ns/data/forms/1�9�/1�95.ndf 17.$. F'ailure or refusal to comply urith the requirements tnay result in rejection of Bid. CiiX OF FOR�' WORTEI Water 8c Sanstary Sawer Replacement STANDARD G4NSTRi1CTIDN SPECIFI�ATION ]]OC[iMENT Contract 2048 (W5M-M} RevisedlUpdated i�fovem6er 2, 2021 City Contract No. ] 01688 a0 21 13 II�iSTRi1CTIONS TQ BIDDER5 Psge 10 of lD 1.8. Signing of Agreexnent 18.1. When City issues a Notzce of Award to the 5uecessful Bidder, it will he accompanzed by the required nutn�er of unsigned couziterparts of the Proj ect Manual. Within 1� tiays �hareafter, Contractor shall sign and delit+er fihe requixed nutnber of counterparts ofthe Project Manual to City with the required Bands, Certificates af Iz�swrance, and all other required documentation. I$.2. City shall tbereaft�r delivex' one fully signed counterpart to Contractor. END OF SECTION CITY OF FOiiT WDRTH � Water & 5anilary 5ewer Replacemant 5TANDARD CONSi'RUCTIDIV SPECIFICATIdN DOCilME1VT Contract 2018 (WSM-M) Revised/i}pdated November 2, 2Q21 City Coatzsct No. 1015B8 04 35 !3 CONFLICT OF YIV'1'EILEST APFIDAVIT Page I of 1 SECTION DO 3513 CONFLICT OF INTEREST 5TATEMENT Each bidder, offeror or respandent ko a City nf k'ort Worth procurement is r�quired to complet� a Confli.ct af Interest Questaonnaire or cetkify that ane is c�rrent and on ftle v�i.tb. t11e City Secretary's Office pursuant to state lavc�. If a member af the Fort Worth City. Cauncil, any ane or more of the City Managet or Assistant City Managers, ar an agent af t�e City who exerczses dxscretian in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliat�d with you�r company, tlien a Local Government Officez' Conflicts Disclosure Staiement (CI5) may be required. Yau are urged �o consult with counsel regarding the applicability of these forms and Local Government Cod� Chapter 176 to qour company. The referenced farms may be downloaded frozz� the links pro�ided below. https�//www ethics stace.tx.usldatalformslconflic�ICIO.udf htt s:llwww.etiiic�.state.tx.usldatalfarmslconflict/CIS.pdf [� CIQ Fnrm is on file with City Secretary Q CIQ Form is being provided to the City Secretazy dCTS Forrm does nat apply 0 CIS �axm is on File with Ciry Secretary 0 CIS Form is being provided to the City Secretaty BIDDER: �'l�- �ie.X ��'�i��'ie5 By; �'-'��e�-�.` � S Company (P�ease Print) r b Qa�C �bd Signature; � Address �6 `� aCa �., 1� �� 6a `� Title: �=-S�; v�-�� � 'Q �` CitylStat ip (Please Print} END OF �ECTION CPIi' OF F4R'I' WORTH STA1�iAARD CON5TRUCTION SPBCIFICATTOI�f DQCL]MBN"T5 Waterl� Sanitary Sewer Replacement Revised Fabruary 24, 2020 CanYract 2018, WSM-M Ciry Project �1Q. � . • . s ;� 00 41 06 �lO FOf'tM Page 1 of 3 s�c��o� oa a� o0 eID FORM �'Q: 7he Purchasing Manager clo: The Purchasing bivision 2Q0 Texas Skre�t Gity of Fart Wqrkh, 7exas 761Q2 FOR: Water & San�tary Sawer Replaoement Contract 2018, WSM-M Cl�y i�fiOJGCt �4.: �.� � � �C'� lJnitslSectfons: Ur�it I- Waker lrnpravements Unit fi - Sanitary Sewer Impro�emet�ts Unit III - Paving Replacements 1. Enter Into Agreement The undersigned Bidder praposes and agress, if this �jd is accepted, io enter into an Agreement with City in the form 9ncluded in the �idding Docurrients to perform and furnish all Work as specified or indicated i� the Contract Dpcumenfs for the Bid Price and within ihe Contract Time indicated in this 8id and 9n accardance with the other tsrms and conditions of the Contract Documents. 2. BlDDER Acknowladgemcnts and Cer�Pficatian 2.'f. In submitfing this Bid, Bidder accepts a!i af the kerms and conditions af the II�VITATI�N 70 BI�DERS and W57RUC'�IONS TO �1d�ERS, includ3ng wikhout limitatinn those dealing with the dispos9tian of Bid 9ond. 2,2. Bldder is aware of al[ costs to provide the regulred insurance, wlll da so p�:nding contract ausrard, and wip provide a valic� insurance certiiicat� mee#ing all requirements within 14 days af notificatian af award. 2.3. Bidder cerfifies that #his BicE is genuir�e and not made In khe inkerest of ar on behalf af any undisclnsed indlvEdual or eniity ar�d Is nat submitted in conformity wikh any collusi�e agreement or rules of any group, associaiion, organization, or corporatinn. 2.4. Bldder has not directly ar indirectly induced ar snlicited any athar Bidder tn submi# a false or sham 8id. 2.5. B�ddsr has not so�icited or induced any individual or entity to refrain fram bldding. 2.6, piddar has nat engaged in cnrrupt, fraudulent, collusive, ar coercive practices in competing for the Contrack. F'or ti�e purpnses of this Paragraph; a. "corrupt �rac#ice" means the offering, gi�ing, receiving, or soflciting of ar��► thing of vatue likely ta Influence the actian of a public officiaa in t�a bidding proce.ss. t�. "fra�dulent practice" means an iritentlanal misrepresentatfon of facts made (a) to inf�uence the blddirsg process to the detrirnent of City (b} ia establish Bid prlces at arfificial non-competitiv� le�els, ar (c} to deprive Cify qf the benefits of free and open competitian. e, "callusive practice" means a saheme or �rrangement between lwo or more Biddars, wiih ar without the knowledgs of City, a purpose of which is ta establish Bid prices at art�flcial, non-campetltive le�els. CtTY OF FOKlT WORTH STAN�ARU CONSTRUCTION SPEClFICA710�f DOCUMENTS pD-Geharal Conditlons 00 4 RevlsBd 8130I2Q21 0041 Of] BID �ORM Page 2 af 3 d. "cnerci�e practice" means harming or threatening to harm, directly or indirectly, persans or their property to influence their participation in khe bidding pracess or affect the execution of khe Conkract. 3. �requalificatian The Bidder acknowledges thak the following wnrk types must be performed oNy by prequalified Gontractors and subcontractors: �- Asphalt Paving ConskructionlReconstrucfian (LESS THAN 15,OOQ square ysrds) b. Water Dlsfribution, Develapmer�t, 12-inch diameker and smaller c. Sewer Collection System, UrbanlFtenewal, 12-inches and smaller d. 5ew�sr Pipe �nlargement 12-inches arsd srrtaller e. Sewer Cleaning, 12-inches and smaller 9• h. 4. Time of Cornpletion 4.1. The Woric wi11 be c4mplete far Final Acceptance within 380 days days afker the da#e wher� the the Contract Time commences to run as provided in ParagraQh 2A3 of the General Conditions, 4.2. Bidder acr.epts the pro�isions of the Agreement as to liqu9datec! damages in th� event of fa+lure to complete the Work {andlor achie�ement of Milestanes} within the times speeifed in the Agreement. �. Attached to this �id She following documents are attached to and made a park of this Bid: a. This 8id Form, Section 00 41 00 b. Required E3id Bond, Section 00 43 13 issuecf by a surety meeting the requirerrments pf Paragraph 5.01 of the Ganeral Conditions. c. Proposal Fflrm, 5eckion 00 42 43 d. Vendor Compliance to Siate Law Non Resident Bidder, Section DO 43 37 e. MWBE Forms (optional at time of bid) f. Prequalificawon Staiement, Section 00 45 12 g. Conflict of Interest A�davit, Seckion 40 3513 *If necessary, CIQ or CI5 forms are to be pravided directly to City Seeretary h. Any additionai documents that may be required hy Section 12 of ki�e Instructions to Bidders CYTY OF FORT WORTH STAN�ARQ CONSTRUCTION SPECIFICATION DOCUMEN75 Revised 9130I2021 OU-General Coaditfnns_00 4 0 aa a� on sio FORM Pege 3 of 3 6. Total L�id l�mount 6.1. Biddsr will compleke the Work in accordance with the Contract �ocuments for the fpllowing bid amount. In the space prnvided below, please enter the total bid amount for this project. Only ihis figure will be read publicly by the Ciiy at the bid apening. 6.2. It is understoocf and agreed by khe Bidder in signing this proposal that the total bid amount entered below is subjecf to veriflcation andlor modifica�ian by mu�tiplying the unkt b�d priees for each pay item by the respecti�e eskimated quankities shawn in khis propasal and then totaling ail of the extended ampunts. 7. �id 5ubmittal This Bid is submitted on by the entity named below. Respectfully submitt d, gr ts� at� (Printed Name) M��.��,� � C�g�S Title: (,S�c'�,nAo..�ro�� �� Cnmpany: �,-{ {-r,� `�,�. Ad�ress: �Q b '�QX 7U� ti �c1��k��, TX 76 �oY Stake of incorporation: �mail: �'Cc�'�e.)( �.'s��wv..-�ti.n� �C1�w�4�1. e.a w� J Phane: ��,� ` ��{(�" �i �'� Z �[�� OF S�CTIOt� CITY OF FORT W ORTH STANDARO CpNSTRUCTION SPECIFICATION bDCUMENT5 12evlsed 9/3012021 Corporate 5esl: OD-Generd! Condltians 00 4 op4zk] �SIUFDRM OIPPRaP09AL SEC7IUN 00 42 qS PROP�SALFORM RIU FORM INATER 8� SANITARY SEWER REPLACEMEiU7 CONTRAC7 2018 (WSM-Mj CITY Pii�J�CT IVO. 407688 praJett Ilam InfarmaAon 0ltldets Praposal Bld Llst nascdpliort 6peaifitallnn lJnll oi �Ed quanlily Unit Pdce 63d Velue Item Na. SetOon Nn. Measure� `'��'YY�r' �;Ii, �:'r!�r� ;�I�; -' .. _ . ' _ _ _ _ ':', . . . , , '-= ti -'+ --' . . . . . . _ . '� - i 33NA247 $'Wq:a� Plr.� i 331114, --' �� � fi,9�U.09 "- - -- �-�- -_J--- � �-' 3311 12 2 aa�i.0741 6' WelerPipe 331110, LF 2Ao.Du a3 i1 12 3 3372.3092 6' GaSe Vs1ve 03 f2?U FA 15.�6 4 33i2.3tl68 B" �e1e Valva 33 t2 2Q Eft 22.60 5 3311,60�] OuclialranWatnrFlllingsw/R�alrafn��=12' 33ii1i TN 4,q0 6 0241.1302 RemoVe 8 BaNage 6' Water Vafve �2 41 14 EA 3.00 7 OZ41.1303 Remove � Selvege B' Ws1er Va3ve �2 A 1 1k �A 5.UU 8 U261.itT8 A"to12'PipeABandonmanlP3ug 624114 EA 2.�0 B 33t2:Otl04 F�I+eNnllaql 331249 EA 55.00 3tl RY4i,f51fl SalvageFGeHydranl 0241 i9 €A 3.06 ii 3sS2.QSi7 Ganneellnn lo E#sUng 4'tu 12' WaE¢rMafn 33 t2 25 EA 12.00 12 3312,2q03 1' WalerServite 33 i2 i6 FA 172.Q0 13 33i2.2qUi 1"VVaterSwvlce,MeterReconnecllon 3312i0 BA ti2.Q0 . 74 3338.1f103 TemporeryWalerSorvlcrss 3a@430 LS t.UO 15 3201.0614 Cnnc�etePavementf2epeir,ResEdenHat 320129 SY 2�0.60 i6 0241.13no �emove Fxis[Ang Canc[eta C�rL ertd 6utler 02 41 15 LF 3,0�0.00 {2six�rsa� 17 8S95.OY03 �mportadEmbedmenU8acklip,CLS�I 33051d CY 670.00 (S1ark Slreelsheets 17-19) f9 3218.01tl1 CancrelaCur6andGuHer(melchexialing) (25125lSUj 3216�3 LF 3,t100.00 48 241.0441 Remnve Exisling B' Cancrete �r3vew�y [25125i5p) 02 q7 '13 SF 5,00a.00 26 �3213.04p1 Insta�INew6'Carscre[eotivaway�25Y15l59J �2132� SF 5,OUO.00 2f 0241.14f70 Remova E%isling Cancrefe Valleytiuller (25f25f50j 02 41 15 SY 25.Oq 22 3215.9392 7" C6ncrefe VgRsyGWter [Z5725f6a} 32 18 13 SY 25.00 83 U241.17�0 'E i' Pevemenl pulvedzailon �251T5.f50J 02 41 15 SY 8,810.0� rmraf raAc.woen� a.�..swwrsRonmwa.�� rrum.un muzrxunbn srernseraxmcuMarrs � a�7 c�uK�loic�nauo��cqrws.� x., miui �„�.,,�e �e�»ma nnne.uovai a 3 uoqae�_nm enaM BIUPROPtlShL s�cnaN oa a� as PittlPOSAL FORM sro �a�M WA7EFt & SAhEIi'ARY S�W�R REPLAC�.M�Ni CD�ITRACT Z�b18 (W5M-M) CITY PR�JECT [�O. 101688 P:a)ec� l�em Info-rmaUnn 8lddefs Prupasal 81d Llsl pgscApAan Ilem Nn, 2d 32N.0840 �B Ihfsy Cemen! Modlficallan �25f25l50) 25 9i23.0i01 �lndasslRedSlrealExcavallan (25I26160) 26 32120302 3" 9udace CourseType'n" Nitx (25126l50� 27 0241.00D0 RamoVa 3�' Speed CushFp� w! Striping {25125f5fl� 2B 3217.03fi5 9�op8arsl'avenlantMallfiM1ga (26125150j 29 33U5,6i11 �alerValvaBoxAdjusl�nanlwilhGoncreleCullar {50iQf59) 30 3305.tl10& WalerMeLerBoxAd�uslmenit50N150) S9 32n,5ou1 Painn�Cu�bAddBaeea (25125150} 32 3297.�t0U iopsnil [25f25166) 33 3Z92.61�9� 61ock 5otl Repleeernant (25i25l50) 34 33n5.0149 Explaratary�xcavatlan oi F�cisling lltllllles 35 320i.04aa Tamporary�AsphellPavingRepalr�2-inchHMACBfi" Flexbasej{All alhnr straets) 35 32�7Ai14 fi'WldePe�maneslASphallPvmlRepafr,Rnsldenllal 37 3201A2�1 AsphallPvmSRopal�BeyandE}eflnedWldlh,l2esldeniial 36 0171:�i01 Cnnstraclton 6Faldng 39 0719.�102 Conal=uc13on5uney,As-6uIltRodlines 40 3q7i.tl001 Traiiie ConRro1 41 3125.P10S SWPPP q2 3j23•D1U1 Uadasa�pod Excavatian By Plan 43 asas.oaat Walai CanslmcGanA7lowaace Specliltetion Llnil of gSd quanllly Seolfon No. Measuro 32113a Thf ' 90.00 31 23 i8 C1f 37.40 321215 SY 6,91G.00 02A1 i5 EA i.tla L� Bo.00 3905-54 EA 50AU f 33 Ufi t4 EA 6.00 32 17 26 EA 25.a6 328119 CY 20.00 �23Z53 SY f40.00 33 05 30 EP, 2.OQ 3205 48 LF 16,W0,00 32 Di 17 LF 4aD.Otl 32U147 SY 500:9q Ot 71 23 LS 3.09 01 71 78 l.S 1.00 347113 M❑ 4.6� 34 25 00 LS 1.00 5'12318 CY 9q0.00 99 89 Pi ES 1.Oa subtotal Un{t 1 - WaCeY unil Price Rld Valun $SOO,OOO.f10 I $iQ0,Q60.U0 � Stoa,000.00 $'100,6U0.40 as�s..�wm��•�• crrvorfoxr wotin� �«.w,wiuwsx+�Urve�..�N. ieie�a lIANMro(yttsfAVCI10NE1ECOKATAY �vA��4 a of 7 �onr�vnuH�r � ¢om�x.�Sw�afveN 0o as a�_nin eonM lilil PROpOSAL SEGTION tl9 kx A3 AROPRSALFaRAF a�o �aRM WAiER & SANITARY 5�W�R R�PLQC�MEf�T COfiTRACT 2078 (WSM-M) GiTY PROJ�CT NO. 1U1688 Project Ilsm Inlormellon Blddsr's F'raposel Bid llst p�scfiplinn Specificalioe I Unll nF gid�nuanlity Unit i'rice Bld Va1uu II9f1lN0. R9C�I9Fli10. I Maeaure _�..�1SJ-� .— JL'. � ' � Y ��� i 333t.4192 B' l012` P(pe ENargpmanS 33 3S 23 LF i3U.00 33 11 10, 2 3331.426i 1�'SanileryS6werPipa 333172, LF 1,p00.60 33 31 20 8" 5enitary sewer 9y O1he�T3�an open Cu1 3 3331.1702 {HStWTI�Ilpell171g}111CI[�dtrtgservjCeTalns�glemOnlgRd¢trych 333�23 LF S70.tl9 2-Wey saWer cleanoRt sa�t ta, 4 3331,4115 8'SewarPipe 333f i2, LF 2.2i0.�4 33 31 20 6 OZhi.2atli BanllarySeweiLleeGrouUng(a6andnnmenl} 02-0f1-0 CY 4u.06 6 5339.72U1 �H"'IceRelnslalementfurPfpe�nlxrgemenllnsludingA-lnch2 333123 EA 2.60 way deenaut 7 59at51�1 9' 3ewer SerWca 3s 31 SU FA 82.Oo & 3331A105 polntrepalrfo-rplpeenlargemenl gS3422' LF 50.00� 33 3; 23 9 3339.iW4 4'S�rellpwManhale 33�s1v, �A Lu0 8� 39 20 50 9939.500i 4'Olameler5an�larySewarManhde 3a3910, � 25.0� 33 39 20 11 32o1.ti111 5' Wkle Parmananl Aspkall Pvml Repatr, Residenllal 32 ni 7i LF 400.60 12 5�59.70Q3 ExEr.� Qapth (or h' biarReler Sanllery Sewer Manhole 33 3910�, VF 40.0(i 33 39 2p 13 37�9,0001 �pmtyLlnerfarSenNarySBWerNanh�da 333980 VF 780.W 14 33l15,0112 Caac�gla Cpllar 33 tl5� 17 �l1 �9�,90 t6 3301:Ot0i Usevumi'estinglar3enikarySewerManhnle 33U730 FA 29.DU ifi 02412F01 RemaveSanllarySewBrASeRh61o� 02d11M1 EA f9.00 f7 890f,6Wi PiewnssructlonCC7VlnspectlonofSenitarySewarPlpa 936331 LF l�BOd.00 �B 33t13.0002 PU31rAns�iuclinn CCN Inepeclion af SanHery Sewar Pipa 33 03 31 LF 3,900,9tl CPYO�F04��AYI[ � WIMr5wt.rty3rveRryM1ttrn� SFANIIAIIOCQ'f�RL'ciw.�'Sh'iY.IG�bi7�ipcyAlMryS S dt.� l'�ain[f i01115V5H�1) C1lhs6�tllis[Olfll ru.� nnu�eie5irwo. emPEN�uti1 q } uo.�a 4�_uio xou.� 6[� PRQP65AL 9£CT[�N oo az 49 pROPosAt FORt�S �f!] FOFtM WAT�.R & SANI7AftY SEW�R fZEPLAC�M�NT CbNTRACT 2Q'iS {WSM-Mj CITY pRO.]�CT N�.101686 pfajec4llem Inlamlallpn 9lddets PioPosal Bld llsl pescd Uon Speclficetla[I Unit of sig quen6ty Unll P�iea Bid Velue Ilem No. P Sactlon No. Measure � IB 3305.01a9 TrenchSelely[orF.xcavellons�5'fleplh 33�fl510 l.F 2.150.011 20 a305.01�3 F�cploralory �wcavallon uf Exisl3ng 1fO11Uns 33 05 3� EA 5.U0 . 21 920i�.�264 Asphall P4ml Repelr 6eyond �artned Widlh, Reslden4al 32 01 17 3Y 640.9U 72 3201.U4flfl Tamporary Asphatt Paving Repalt {2 inch HMAC & 6• 3291 ie iF 3,d0o.6d FlexaasaJ 23 3201.OfitA Canutala PsVemertl ReAai[� liesiUentlal 3305 1% SY 260.OQ 2d 424p,6500 Removrt Ex. Fence 02 41 13 EF 72D.00 R5 3231.4i14 B' Gha€n L�nh Feace 3231 f3 lF 720.00 28 3125:0191 SWPPP 312500 L3 1,a0 27 S47iAa6i 7ralfmCanlrol 7d7113 MO 4.fl0 2B Ot74.UtU1 Eanslrticllon Stakirsg 6i T1 23 LS t,0u 29 0711.0702 ConsSruckon5urvoy,As-BuBtRedlines U17123 LS 1.00 30 02Ai.i3U� Remave ExlsNng cnncrele Cur6 and GvRer pp q� �5 LF 3,OaD,pO (26f25i59i 81 3276.0101 CapCreleCur6andGulfer{rttalch�exiBGng} (2S25ifibj 321fi13 LF 3,000.00 32 2¢1,0401 Hemave Exisling S` Concrete OriveWay (25125150j 02 41 13 SF 5,000.00 33 32t9.oda1 Ins1allNew6'Caperetepfivewey{25125150) 32t32a 5F 5,009.00 36 02Q'1.1d60 Remove Ez+slleg Cancaele 4e41ey �ullef {25125f59j 02 41 15 SY 25.Q0 35 321fi.k9q2 Inslell New7' Cancre[e Valfey Gulker (25l25156j a2 i613 SY 25AV 99 0241.17tl9 Si' Pevemenl Ptllvedzsilun �25l25150j �2 A1 16 SY 8,910.00 97 3211.66�6 28.167sy Cemenl Modificeqan (26126t64} 32 ii 33 TA' 9U.90 38 9123.0101 Unalassilled 5lreat F�ceavaliun (z6f251fie) 31 23 1S CY 37.60 8g 3212.0362 3•5urfacecau�saTypQ`�"Mlx (281z5150j �21276 SY 8,94�.�0 ma.s�G'.nswaam• _. - rnrorFo�� uvan� ca.+n..�oupm�,+le�r«.a.as.. �oi�ae sr�.Yn.�Anro�ira�c�bNSPcrnur,r�oy �wcv>iurn 4 nF7 wneNovMH.3 rmare�+ieivmo aa 4z aa_u�a Fou.i BIOPR�P85AL SECrioH �0 42 4a pROptlShLFdRAS �En �o�M WA7ER & SANITARY SEINER R�PLACEM�Ni GOtJTF2ACT 2�1$ [W5M-M) C!'CY PRC?JECi N0. 'E[11GB8 PraJee; {;em Informxtlpn Biddar's Pwpasel Oid Llsl Qascriqllon I�pm Nu. q0 02d1,D0�0 Remnve3p'�SpeedCushlonwlStriping �2&!25l80) 41 321T.9305 SlopBarsPevemenlltilerWngs [25f25150j 42 3965.U107 ManhaleJtdJUslrrtent4VllhConc�eteCd4er{0,59,5f1) q3 3217.6U05 PalnSing Gur6 Addresses j25128l56j 44 3291.07�0 Topsoll (25i25190} 45 3292.0100 BiockSadReplacemenl (28f295a} q6 3292.0100 ��ack Sod {teplacemenl ({arateas d€tlur6ad al�olher•Ihan-ope�cuk sagmenfs) b7 62Ai.8013 Remo-va 18' Slorrt Lfne 98 334iAS03 16' RCP Ciess ]!i d9 9988.�Otli Sanllsry Sawer ConskNclion Nfawance specNicallon UnNaf p�d4uentlry Secllon iJo. Aleaeura o2d4 i5 EA i,QO LF BG.Oq 930574 EA 6.00 3217 2b 9R 91 19 32 62 i3 32 92 i 3 02 A1 14 a� 4114 998801 EA CY SY SY LF LF 26,Q0 zn.a� 146,60 260.00 32A0 3z.aa tlnit Prlia Bid Value L6 { S.OQ � 575,0OO.Otl $75,pA0,�� $75,040,Dti Un[t 2 - Senttary 5ewer 575,UUO.Ofl CRYOFFO4i �PFT�� wiyr5�ayry5nv/.�f ZTyµ 9fA`11f.5APMti51F� A'�nF�C�%2ATqryfbFVMF+RS' SO(7 Cawa1101tIrcS�SaSj[�YC�x+�nke.1956iT r a�.n,a�oi:awa woE.uuuhlk� 00�4145. RIDpdRM BIP Pft6PA8A7- SECTION np 4z 43 p(iOppSAL FORM SILI FOhM WA��R & SANIiAl2Y S�WER R�Pl..ACEM�NT GQ�1TitACi 2fl48 (W5M-M) C{TY f'RO,i�CT N4. 4D1fi88 PfaJecl Item Infarma[lon 6fddede proposal 8Sd llst oayG� �lon Spacipcal�on llnil nf gj� Quanlfty Unil Pflco Bld Va1un Ilom Mo. P sectlan No. Meaeure J - - �{. � _ f � �...�,�� .}.f , .f - --- -- - � I� ,�.= _ti•i.�� :[ • 'C"_-N'.._ '_i�f�'- 'i4_i;�it�� . � �-� ��:��::�+ �;.=�i�. �'r:;� ' � � - -._ -_ -- . rt�•:=. ..:,���- '��.�.,� � . .. � , �F _ -. '- -� � � . _ . �-I , . . . - . . . . . . , _ � ,yi_ . . . . — - � . � — .,_ .. - � 1 3305,0108 UlililyAdfuslmenl 33051A LS 9.6� $25,QOD.00 525,00fl.40 2 02dLf306 RemaveFaclsiilnB�ncraleCurb�andGufter 0241i5 LF 6A00:Uo � (25l26l30] 3 32iB�Ot01 Concrele Cu�6 antl Gutter {match exhtlng) (25l2$1fi0j 32 i8 13 l.F 6,090.Otl 4 241.�d01 Remova Fadsling 8` Concrete arivaway (�6f261b4] 0247 13 SF iQ,000.�0 6 3213,U401 IdsIellNew6"Concretadriveway (2SI25J5q) 8�21320 Sf 1�,OA4.00 fi 0241.140p Remove 6xlsking Cbnc[eta Vallay �ulter [25125150j i72 41 15 &Y Sp.Od 7 321&0302 In51a11 New P 0oncrete Va11ey 0ullet (25125l59} 321813 5Y 50.90 B� 6291.N�0 11'Pevemenlpulverizalion [2512Cl5R) 029115 SY 14,000.00 9 32t1,0606 26ihlsyCemanlModlllCallOn (25Y25�SDj 321�33 TN seo.ao 10 3523.0101 Undassllfed Slreat Excava4nn (25125fS�) 3l 2316 CY 76.dtl 11 3213.03D2 3` Surfeca Couiae Typs'o' Mix (25125150j 32 1216 SY 14,OD0.�6 i2 U2-0iA090 ReR�Ove30'SpeedCusllW�WlSldpip9{25@5150) 6Z4i15 EA �A� 13 3217.OS65 SfapBarsPavementMaakinga {25l26ffi0} LF 120.00 14 33o5.u.i11 WalarValveSoxAdJuslmenlwilhGnncrelaCd�ai 33u5tA �A 1o,d9 (591G750J 15 33a8.01Q0 We�erAFe�erHoxAd]usSmenl(50fo15o) �3051A EA 6,60 ifl 3305.U707 MenhaleAdjusUnenl WIIh�ConcreLe Goller {a,50,S0� 33 �fi 19 EA 6.OD ti 3217.56Ri Palnli�Cu�4117dresses (25I,t51B4j 321726 Ep 50,00 ;9 3291,0100 TopsaA �2512b156} 32971g CY 40AD 19 3232.Ui��- 61ock Hod Replacemenl (25f25f5f1� a2 82 33 SY 286.06 2p 3110.0105 24' and Larger 7reo Remnvak [25lZ51S0j 91 19 OQ Ei1 5A0 w��. a ��s.., s..» n.�x�.�.a cm'o�toarvroan1 caa.uxm�inax�W c:rcem.nxn.:e�u� f rn�-nnA� tws�R�monsr[enknTox n���ons 6 of] woE'eti�SS�R ] Fomv Ae.hW SOIy9� 0o aa a3_uiu sn�i ein aanpas�r� s�cnart oa a2 aa PROPDSALFORM Bro �aR�n WATER & SANITARY S�WER REPLACEM�iVT CaN7R�1CT 20'E8 (WSM-M) CI7Y PRO,)ECT NO. '101688 PmJecl Ileln Infarmepan 91dda�s Praposal �id Efet �SGrip�ldn 1lam Na. 27 9989.pF3!!4 Paving ConSltucUan Nlawance 22 3471.OQ01 Tramc Conlrol 23 3273.o3�i q'Eeedsvalk 2A 4241.03(ifl F2emflveAbARemp T6 3213,O5q1 BaqierFleeRamp 26 9998,9493 Remove&ReplecelnletTop ?'i v - ' �;_.��_ . . . . - �. „ . e-- Unit 1 Unit 2 Unit 3 Wa�ar fteplacemenls 5anllary Repfacements Paving Improvs�enls arend Total Spetifie2licn lfnll nf ��d Quanllly 5ncpnnNo. Measure �s i,ao 3d 71 t3 MO 4.OQ 527320 SF 200.06 62 41 13 FA 2A6 32 93 20 EP, 2.D(1 EA 2.00 Un3t 3 • Paving IJnil Price BId Value S75,OOO.OU grfi,000.00 $100,600.Q0 Siao,000,ao S10fl,0Uq,pp $75,p00.00 S100,auo,ao Sx75,000.00 L'RY OFFoqY YnxT�� WiSn SrAry6nrrRepl`ir.0 9�AATARl1 N%flM1L'L'+ ]HbPE[AIChTp!lIWCVFlENIS L'oNnn]E]i IM'S.W11] tl�[4aevaa's, Sol WI imnRnfiM]011lOq 70�7 MOFNaVhSM 3 T'H� AMERICAN 1NSTITUTE OF ARCHlT�CTS ,�� � ������-� '=;;::f�l�� ,. � AIA 17acumerrt A3 i 0 �id �ond KNOW AL.L MC�1 �Y iH�S� PR�SI�NTS, that we Gra-�"ex Utilities, Inc. as Principal, hereinafter called the Principal, and Har�ford Fire Insurance Company a corporation duly organized under the laws of the State of Texas as Suref hereinafter called the Suret are held and firml bound unto Ci of Fort Worth as Obligee, hereinafiter called the O[�ligee, in the sum o# Five e ent of the Greatest Amount 8id- -------- Doll2l'S ($ 5°o GAB ); for the payment o# which sum well and truly to be made, the said Principal and the said SUrety, bind ourselves, our heirs, executors, administrators, successors and assigns, }ointly and severalEy, iirmly by these presents. WHEREAS, t1�e Principal has submitted a bid for Water & Sanita Sewer Re lacement G'ontract 2018 WSM-M iVOW, THEFiEFOR�, if the 061igee shall accept the bid of the Principal and the Principal shall enter inta a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as rnay be specified in the bidding ar Cpntract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of lahor and material furnished in the prosecution thereof, ar in the event of the failure of the Principal ta enter such CoRtract and give such bond or bonds, 9f tre Principal shall pay to the Obligee the differance not to exceed the penalty hereof heiween the amount speCifiied in said bid and sueh larger amount for which the Obligee may in good faith contract with another party to perfarm the Work ca�ered by said bid, then tE�is obligation shall be null and �oid, otherwise to remain in full force and effect. Signed ar�d sealed tt�is 16th dav of Fel�ruary 2p22 . • Gra-Tex Utilities, Inc. r' cip ) (Seal) By � resident / Hartford Fire Insurance m an (S, rety) (Seal) ' � � Jim Barr (7itle} Attorney-in-Fact AIA DOCUMENT A310 � BID BOid17 � AIA �� FEBRUARY 1970 E� � THE AMERICAN INSTiTUTE pF ARCHITEC7S, iZ35 N.Y. AVE., N.W., WA3HINQTON, p.C, 20t]46 � � ��� �� ��� � �� Directlnquiries/Claims fo: TFi� HAF�T�OftD soNo, T•� 2 One HarLfard Piaza Martfard, CannecticuE U6156 Bond.Clalms(�theharlfard.com call: 888-266-3488 orfax: 860�757-5835 KNQW ALL P�FtSO1V5 BY iHESE PRES�HTS THAT: Agency Name: TId5LTR2CA YNS MAI+iAGEMLH'T NETWORK Rgency Cnde: 46�51Q467 � �. Q Martford Fi re Ins�[rance Company, a corporation dtily organiz�d under the iaws afthe State af Connect�c�t � FiartfordCasualtylnsuranceCompany,acorporationdulyorganizedunderthelawsofthe5taieoflndiana 0 Hartfard Accident and [nctemn9ty Campany, a oorpararion duly argaaized under the faws oftf�e 5tate of Connecticut � Fiartford Underwriters insurgnce Campany, a cnrporation duIy arganixed uuder the laws af the State of Connecticuk �'Cwin Gity �ire Insurance Company, a corporatiott duly organized under the ]avus 6f the 3tate af Tndiana � Hartford Insurance Company af 111invis, a corporation duiy organized under the laws aftha Siata of I[iinais � Harfrtord Insurance Company of the Midwest, a eorporation duly arganized under ths laws of thc fitaie of Indianx � HartFord lnsurance Com�any of the Southeask, a cnrporation duly organized under the laws afttte State of Florida having their home nffice in Hartford, �onr�ecticut, (hereinaffer ca![ecki�e[y referred to �s �F�e "Companies") do hereby make, constifute and appoint, u}a to fhe amount of Un7.imited : �7�M HARR, ROG�Ft REDDEI�, RH013T111 'C�1�LLS, ItUSSELL BOARD of ARLTNG�'ON, Texas their trus and fawful Attorney(s)-in-Fact, each in iheir separate capacity if more than one fs named above, to sign ifs nar�e as surety(ies) only as deiineated above 6y �, and to execute, sea[ and acknowledge any end all bonds, undertakings, contracts and other written fnstrumants [n the nature fhereof, an 6ehalf af the Campanies [n their business of gusranteei�g fhe fideliiy of persons, guaranfeeing fhe perPormance of contracts end executing or guaranteefng bonds and undertakings requfred or permlfted �n any actiot�s or proceedings ailowed by law. In Witness Whereof, and as authorized 6y a Resolufion oi th� Board of E7ireciors of fha Campanies on NEay B, 2Q15 Ehe Campanies have � ca�sed these presents to be signed by its Sen€or Vice President and its corporate seafs to be �hereto afFfxed, dufy atiested by its Assistant 5ecretary. �urther, purs�ant #o Resolukion of khe Board nf Directors of the Companies, the Companies hereby unamhiguously affirm that they are an� wil{ be 6aund by any meehanEcaliy applied sig�atures appiied to fhfs Power of Rttarnay. ��,.�„ �n ,�16�°�r 41 St�t�Y, y �` �� ��� � r.1fi � ^�Pi �i : �� •w � y'{�ie37� � 9 �`0$7" �at3�"�# ' �_►� �''�O�'�, �*� d '�" . `? r`si��e�av;�� ° r�ar�* +�{s,lB'1��t- 3 � ID7Q � � 36T9 �i���� � �` . h + � rJ \ A� � M �i � * + �-'�i+.!'^\` ��eas�a i'tA.•*•�W41� � � 'S�yq'h�lfa75 ��irq�lf'y,ee•5��y(q�• Jahn Gray, Assistanf Secretary 5TA7E 4F COH�IECTICUT � S�, Ha�tford COl1N7Y OF HAR7FDRD /""�� , M. Ross Ftsher, 9entor Vice President On this 5ih day af January, 2098, before me personally came M. f2oss Fisher, to me known, who being by me duky sworri, did depose and say: ihat he resides in the Gaunfy of Hartford, SEafa of Connecticut; tf�at he is the Seniar Vice President of the Companies, khe carparations descrihed in and which exacuted the above fnstr�tment; that he knows the seals af the sald corporaf�ans; thai t�e seals aifxed to tf�e said in5trument are s�c� carporate seals; that they were sa afFxad by authority of the Sbards of �irectors af said corporations and that he signed his name ti�ereta hy lilce autharity. . �":' �� _ 7Cn.,-cl�.�..�i,�.�r �l�+a�-na.�.�. : �' x` KathleenT. Maynazd • _ NateryPuhlic CERTfF[GAT� ivly Cammissian Hxgires 7uly 3 t, 2421 l, the undersigned, Ass9sfant Vic� F'resident o� tE�e Companiss, ti� 1�ERE8`( CER�IFY that the aba�e and foregaing is a true and carrect copy of tf�e Power ofAtta�ey exeouted by safd Companies, +uh€ch [s stfEl fn full force effective as af ���c�..� ./y�r�r�c: 1��� J—� Signed and sealed at the City of HartFord. � ys+�,r t, x+tizs rs, ,i� i w,�, �� �e� ���F�W � •�~r � � � ♦ Y� .:uN��lllarfi: s �,Q��'�' r� a��b�L't'a� �p ���• . � � '1 [9E7 � 3 ;a7�' f'� • !-.q � e � . . ��rae�Ieti�rt% ° �4a1AYlF. `��51974,r �c� �1Di4�1� �9'i4 '41�y �" �*, �r.� L+r �'' y'•,, r•%{i�� '4r'�;....,,.. ;+`' �+,,,r�'"• �L � '�, + * i;."•e•f� �aoxs� A * Ls � � heira� �... ' �l� v ' Kevin Heckman, Assiskant V[ce President POA20[6 d 1MPORTAN7 NOTI�� To obtain information or make a comp[aint: Yau may contact your Agent. - You may call The Hartford`s Cvnsumer Affairs �oll-free telephone number for information or io m�ke a compla�nt at: 1 ��0��4� 1 �fi944 You may contact fh� T�xas Department of Insura�ce to obtain ir�formation on compa��e�, caverages, rights, or complaints at: 1 d�00-2�2v3439 Yau may write the Texas Departmen� of Insurance: P.O. Box 149104 � AuSii n, TK 7879 4-9 � 04 F'ax: (572) 490-�OOi Web: www. �dr'. texas. �ov E-matl: ConsumerProtection@tdi.texas.gav PR�MIUM OR CLAIM D1SPU'��5: 5hauld you Y�ave a�ispu�e cancern�n� your premium or aho�at a c[aim, youu shauld contact the (a�ent) (company) {agent or th� company) first. If ihe dispute is not resolved, you may eontac� th� Texas Department of lnsurance. A�TACH 'fHIS Na�'ICE T4 Y�UR POLICY: This notice is for information anly a�d does not became a park or condi�ion of �he atiached document. ./TX4275-1 av 43 37 VENDflR CDMPLIAiVCE TO STATE LAW Page 1 of 1 SECTI�N OD 43 37 V�f�DOR COMPLIANCE TO STAT� LAW NON R�SlD�Ni BItiD�R Texas Governrnent Code Chapter 2252 was adapted foT the award of contracts to nonresideni bidders, This law provfdes that, in order to be awarded a cdnkract �s low �idder, nonresldent bidders (out-of-skake contracfars whose corporate offlces or principal plaCe of #�usiness are oukside the State of i"exas) bid projects fior canstruction, impravemenis, suppl�es ar services in 7exas ak an amount lower than the lowest �'exas resident bldder Y�y the same amaunt khat a Texas resldent bidder would be requfred to underbfd a nanresldeni bicider in order ta ohtain a compara�le con#ract in the 5tate which the nonresidenf's �arincipai �1ac.e of �usiness is locaied. 7he appropriate blar�lcs in Section A must be filled nut by all nonresident b[dders In orderfor your bid ko meet specificaiions. The faflure of nonresident bicfders to do so will automaticaqy disqualify that bidder. Resident bidders must check the box in 5ention B. A. Nonresident bidders in the 5tate of � , our princlpal place of business, are required ta be percent lower than resEdent bidders by State Law. A copy nf the sfafute is �tkaahed. Nonresident bidders in the 5tate ofi , our prinoipal �lace af business, are nat required to underbid resident bfdders. B. The prfncipaf place oF bus[ness of ur campany or vur parent campany or maJority owner is in the State of Texas. � �rdti��: �� 1 � ��;1���5 P� ��� ��� [�,� Ii���R! ��,��vt7CJ� �y: ��� (Signature) Tifle: �� Date: �� f �! r�� �ND OT SECTXON CIN OF FORT WORTH STANDAR� CONSTRUCTION SPECfFICATION �OCI!l4AENT5 Revised 9l3D1zU29 UO-Genefel Condittans 00 q aoas�t-� BIDDL�RS PRTsQUAL�'ICATTONS Page 1 of 3 SECTION 00 4� 11 BIDDERS PREQUALIFICATIONS 3 4 5 fi 7 8 9 10 lI 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 z$ 29 30 3I 32 33 34 35 36 3'7 38 39 40 41 42 43 44 �5 46 �7 48 49 1. Sum�nary. A Bidder ar their designated subcontractors are required fo be prequalified or �ave applied for prequalification by the Cify for the work types requiring prequalif�rcation prior to submitting bids. To be considered for award ofcantractthe Bidder must submit Section 00 �45 12, PREQUALIFICATION STATEMI?NT for tkze work type(s) listed with their Bid. Any contractor or subcanfractarwk�,a is not prequalif'xed �ar the wozk type(s) listed must submit 5ection OQ A�5 13, FREQUALIFICATION APPLICATION in accordance r�vith the requirements below. Zfie i�formatinn must he submitted seven (7) days prior to the date of the opening of bids. Subcontractors must follow the same timelines as contractors for obtaining prequalifcation review. Bzdde�s or Subcontractors vc�Iao arenaf prequalifzed at the time bids are apened and reviewed may c ause the bid to be rejected. The prequalif'ication process wi1l establish a bid limit based on a techni.ca.l evahiatioz� and financial analysis of the contractor. Forexannple, a contractorwishing to subznit bids on projects to he opened on the 7th of April tnust �`ile the info�tation by tl�e 31.st day of March in order to efigible to work on these prajeets. In ordez'to facilitate the approval af a Bidder's Prequalification Application, the following m�st accoznpany the submission. a. A camplete s et �f audited or xevzawed f�n.axi.cial statements. (1) Class�ed Balance Sheet (2) Income Statemez�t (3) Statement of Cash Flows (4) Statement of Retained Earnings (5} Notes ta the Financial Statements, if any b. A certi�ed copy of the firm's orgaaxizatioxAal documents (Co�porate Charter, ArticJ�s ofIncaxporation, ArYzeles nf Organization, C�rtifiicate af �'ormation, LLC Regu�ations, and Certi�ic.ate of �,unnited Partnership Agreemant). c. A completed Bidrier Prequalification Application. {1) The firm's Texas Tazcpayer ldenti�cation Nnnnber as issued by the Texas Comptroller ofPublic Accounts. "I'a obtain aTexas Taacpay�r Tdentification aurnber vi.szfi Yhe Te�as Comp�roller of Public Accounts online at the fallo�ving web address wwry witidow.stafie.bc.us/taacn�rmit/ and fill out the applicatian to apply for your Texas tax ID. {2) Th� ium's e-mail address and fax number. {3) The %rm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projeets. The DL1NS number may be obtauied at wrvw.dnb.com. d. T�esumes reflectffig the construction experience of the pri�ciplss of the firm for firms sul�mittimg their mitial prequaliiication. These resumes shou�d 'mclude the size and sc ope af the work perfarmed. e. Other inf.ormation as requested by ihe City. �. Prequalific�tian Reqnirements a. Financial Statements. Financ ial sta�ement suhmission must be provided in accordance with the following: {1) The City requires that the original Financial 5taiement or a certif'ied copy be submitted for consideration. C1TY' O�' FO1tT W(?RTH 9'I'ADIUARD CONSTIiiICTION SPEC�'ICATI�h' DDCU1VI81�'`I'S Revised August l3, 2U21 Water& Saniffiry SewerReplacemenE Contrect 2018 (W5M-M) Ciry Contract lYo. f 01688 p0 45 11 -2 BIDDE�iS PREQi1ALIFICATIONS Page 2 of 3 2 3 4 7 8 9 1Q I1 �2 13 14 15 16 17 18 19 zo 21 22 23 24 25 26 27 28 29 3a 31 32 33 34 35 36 3� 3$ 39 40 41 42 43 A4 45 � (2) To be satisfactoty, the financial statements musthe audited ot reviewed by an independe;nt, certif'iedpub�ic accounting firmregistered and in good standing in any state. G�rrent Texas statues alsa require that accounting firms performing audits ar reviews onbusine.ss entities within the State of Texas be properly licensed or reglstered with the Texas State Board oiPublic AccoUntaney. (3} The accnunYing firm shnuld state in the audit report or review whether the contractor is an iadivsdual, corporation, or liia�,ited liability company. (4) Fsnancial Statements must be presented in U S. dollars at tl�e currentrate of exchange of the Balance Sh�et date. {5) Tl�e City will not recognize any certi£'ied publie accountant as itzdependent who is not, in fact, independent. (6) The accountant's opinion on the financial statemenis o�the contracting compan.y should state khat the audit ar revi�w has been conducied in accordan.ce with auditing standards generally accepted in the United States a�.America. Thi� must be stated in the accounting firm's opinion. It shauld: (J.) express an unquali€'ied opinion, or (2) express a qualif'ied apinion on the statements takan as a whole. {7) The City reserves the rigb.t to require a new statement at any ti�tne, (8) The #"inancia� statement must �e prepaxed as of the ]ast day of ax�y month, not mare than ane year o�d and must be on. file with the City 16 tn.onths therea�ter, in accordance with Paragraph 1. (9} The C�ty w�l detez�nine a contractor's h�ddi�ng ca�acity for the purpases of awaxding ca�tracts, Bidd'mg ca�acity is determinedby multiplyiu�g the positive net warking capital (wozking capitai= current assets— current liabiliti�s) by a factor af 10. Only t�ose statetnents reflecting apositive net worksng capital positian wsll he cflnsidered satisfact4xy for prequalification purposes. (10) In the case that a bidding date falls �vithsn the time a new iinaa�.cial stafement is being prepared, the previo.us statement shall be updat�d with proper verification. Bddder�PrequalificationApplication. ABidder Prequalaf"�caiion Application mustbe submiited along with audited or revie�ved fin.ancial stateznents by %rms wishing to be eligible to bid on all classes of constructinn a�d maintenance projects. IncoEnplete Applicarions will be rejec�ecl. (1) Tin those schedules t�vlaere there is noth'rng to report, the notation of "None" or `�IA" shauld be inseri�d. (2} A minimurn of five (5) references of related r�vork must be provi,ded. {3) 5ubnaission af an equiQment schedule wb.ich indicatEs equipment under the cQntrol of the Contractnr and which is related to khe type oiwork for which the Cantactar is seeking prequalif'�cation. The scb.edule must include the manufacturer, m.odel and general common description of each piece of equipment. Abbreviations or means of deacribing equipmeni other than provided abave wili not be accepted. 46 3, ELigibiIity for Award of Contract 47 a. The City shal� be the sole judge as to a contractar's prequalif'ication. 48 b. The City may reject, suspend, or naodify any prequalif'ication for failure by the 4q contractor ta demonstrate acceptable financial ability ar performance. 50 c. The City will issue a letter as to the status of the prequalificatio�a appro�al. C1TY OF FORT WORT�T Water & Sanitary 5ewer Replacement STANl]AAD CDNSTRUCI'IpN SPECIEICATiON DOC[]MENTS Contrec[ 201& (WSM-M) Revised August 13, 2021 City ContracE No. 101688 00451I-3 BIpDER'S PRE�UALIFICA'FIONS Page 3 of 3 2 3 4 d. If a contractor has a va3id prequali�cation letter, the contractor will be eligb�e to perform the prequalif'ied work types until.the expiz'ation date stated in the Ietter. II�D �F SECTTON 0 CiTY OP F01tT WOiLTI� STANDARD CQiVSTRUCCId�Y SPECIFICATION DdCLTMENTS Revised August 13, 2U21 VJater & Sanitery 3ewerReplacement Contract 2018 (�SM-M) City Contract No. 101688 tlU 45 12 PREQUALIFICATION SiATEMENT Page 1 af 1 s�cr�o�+ oa �� �z PR�QUALIFICATfON STATEMENi Each Bidder for a City procurement �s required to camplete khe informatian beiow by identifying the prequalified contrackors andlor subcontractors whom they inkenci to utilize far the major work type(s) lisied. Major Woric Type CantractorlSubconkractar Company Name P�qualification Expiratian Date Asphalt Pa�ing Cvnstruct'tonlReconsiructian LESS 7HAN 15,000 square yards} Water Distribution, Devefapment, 12-inch diameter ��� ; �� l � ��11,1 , s' � �aZZ and smaller v 'C 1 Q-S 5ewer Callection System, UrbanlRenewal, 12-inches and �'.�.�-� ��x �jC�1'��}2.S ��Zt.jZZ smaller Sewer Pipe Enlargement 12- inch�s and smaller 5ewer Ckeaning, 12-inches and smaller The undersigned hereby certifes that the contrackors andlor subcontractars described in the table above are currently prequafified �or the vvork types listed. �1�D��: By: (Signai re Title: (� S�Ct wut�-� C' P� Date: 3 �.� / Zo Z Z ENp �F S�CiiDW CffY OF FORT WORTH Water & 9anitary Sewer Keplacement STANDAR� CONSTRUCTIaN SPECIFICATION DOCIJMENTS Contrtct 2018, WS�VI-M Revised OBI3012021 Ciiy Project �To. l0 S 668 ti � � � II I� � I I Date of Balance Sheet SECTION OQ 4� 13 PREQUALIFICATION AFPLTCATTON Name underwhich youwish ta qualrfy Fost Of�ice Box StreetAddress (required) City Ciry Mark aniy one; Individual Limit�d Partnership General Partnership Corporation Limited Liahiiity Co7na.pany State State Zip Code Zip Code ! ) i ) Telephane Fax E�nail Texas Taxpayer ldentification No. 1►Ca DLJNS No. (if applicable} E:nrxaiJ/mail tivs questionnaire along with iuxancial statements to the appropriate group below. A separate submrttal is required fox water/sewer, paving, and �ighting: — W ater egory — —TPW PedlRdwy Fiscal 5ervices 1]ivision 24� Texas 5t. FarY WorksDept. 885I Camp Bawie West Blvd Faxt Management Attn: Clint Hoover, P.E. 5001 Worth, TX 75102 Workh, 'I'exas 7611b Attre; Alicia Garcia 7ames Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the enveloge: "Biddez' Prequali�cation Application" nn a5 �� -z BTD�ER PREQLSAI.IFICATION APPLICATION Page 2 nf 8 BUSINFSS CLASSYFICATiON The follow ing should be cornpleted in ozder that we may properly c�ass�fy your %r:m: (Check the block{s) whzch are applicable—Black 3 is ta be left blanlc i�f Black 1 anrl/or Block 2 is checked) � Has fewer than 100 employees andlar � Has less than $6,0OO,OQ0.00 in annual gross receipts OR � Does not meet ti�e criieria far being designated a small business as pravided 'zn Section 2006.001 of the Teacas Government Code. T"he classificatian af your firm as a sm.all or large business is not a factor in determining eligib�7ity to become prequa�ified. Select major w�x� categories for �vhzch you would 3i1ce to be prequalified {Ciiy may deem you are not quali�ed for selected categary or may approve yau at a lesser sizellength and maximu� size may noi� be listedspecifcallyunder a masar work cate�ory): MAJOR WORK CATEC,ORIT.S WaterDepartment Augu�r Bormg - 24-it�.ch diameter casing and less Augur Boring - Greater than 2A�-inch diameter casirtg and greater Tunneling — 36-Inches — 6Q—inches, and 35Q LF ar less Tunneling - 36-Inches — 6D —it�ches, and greaterthan 350 LF Tuz�eling — b6" azid greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathadic Protectian Water D�strzbution, Developzzlent, $-inch diameter and snnaller Water Disixibutson, Ur�an and Renewal, $-inch dialneter an.d �maller Water Distri6ution, Deve�apment, 12-inch diameter and small.er Water D�str�ution, Urban and R�nc�wal, 12-inch diameter and srna�er Water Transmission, Development, 24�anches and srnall.er Water Transnaission, UrbanlRenewal, 24-inches and smallex Water Transmission, De�elopmant, 42-inches and smaller Water Transmi�sion, Urban/Renewal, 42-mches and smaller Water Transmission, Develnpment, AIl Sizes Water Transmission, Urban/Renewa�, All Sizes Sewer Bypass Pumping, 18-inches azid smaller Sewer Bypass Purnping, 1$-inches -- 36-inches Sewer Bypass Puznping 42-inches and larger CCTV, 8-inches and sma]ler CCTV, l2-inches az�d smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WQRTH Water & 5anitary 5ewerRepEacement STANDAItD CONST1iUCTIOIV SPEC]FICATIOAf DOCUM�IVTS ContracE2018 (W3M-M} lZevised August l3, 2021 City Conhact Afa, 1U1688 0a4513-3 $IDDL1t PREQUALIFICATIONAPPLICATIOIV Page3af8 MAJOR WORK CATEC�ORIES, CON'TTNiIF,II CCTV, 42-iaackles and szn.aller CCTV, 48-inc�es and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPF, All SSzes Sewsr Collection Systern, Devel�pment, 8-inches and.smailer Sewer Collection �ystem, UrbanlRenewal, 8-inches and smaller Sewer Collec#ion Sys�em, Development, 12-'vnehes and smaller S�wer Collection System, Urban/Renewal, 12-inches and sma�ler 5ewer IntErceptors, Da�elopment, 24-inc�es and smaller Sewer Tntercaptors, ilrban/Renewal, 24-iz�..ches and smaller Sewer Interceptois, Develogment, 42-inches and sznaller Sewer Interceptors, UrbanlRenewal, 42-inches azxd sz�aaJ�er Sewer Intercegtors, De�elopment, 4$-iuches and smaIler Sewer Interceptozs, Urban/Renewal, 48-inehes and smaller Sewer Pipe Enlargement 12-inches and smaller Serrder Pipe Enlargement 24-inches and smaller Sewer Pipa Enlargement, AII Sizes ��wer Cleaning , 24-inches and �maller Sewer Cleaxzing , 42-in,ch�s and smaller Sewer Cleanirzg , Al.l Sizes Sewer Cleaning, 8-inches anc€ snaaller Sewer Cleaning, �2-inches and smalier 5ewer 5iphons I2-inches or less 5ewer 5iphons 24-inches or less Sewer Siphons �42-inches or less Sawer Siphons AIl 5izes � � � � � � � Transportation Public Worka Asphalt Pavin.g Construction/Reconstruction (LESS THAN I5,000 square yards) Asphalt Pa�ing Gonsixuction/Recansiruction (I5,00.0 square yards and GREATER) AsphaFi Paving Hearry Maint�narzce (LTNDER $1,0OO,OQQ} Asphalt Paving Heavy� Maintenaz�ce ($1,DOO,OOQ and OVER) Conerete Pa�ing Cdnstruction/Recansttuction (LESS THAN 1S,QpQ square yards)* Concrete Paving CanstructionlReconstructian (15,000 square ya�rds and GREATER)* Raadway and Pedestrian Lighting NOTE �`There is not a prequalification requiretxient for installation of concre�e sidewalk, curb & gutter, driveways, and pari.ei xeplacement, only conerete gavin� CITY OF FORT WORTI-I STANI]Ai2D CONSTRifLTIQN 5PBC]FTCAT'TON DOCilMENTS 'f?i�ater Bc Sanitaty Sawer Aeplacement Revi�ed August 13, 2021 GoniracE 2018 (W5M-Fvl} City Contract Nv. 101fi88 �0 45 13 -4 $IDpER PREC�UALiFICATIONAPPLICATION Page 4 of S I. List equipment you do not own but whic� i� available by renting 3. Haw many years of expexience in construction wark has your ozganization had: (a) As a Genera,l Can�raetar: (b) As a Sub-Cantractor: 4. �What t�ro�ects has your vrganization completet� in Texas and elsewhere7 � CLpsS LOCATION NAME AI�]D DETAILED CONTRACT OF DATE CITY COUNTY- ADDRESS OF OFk'ICIAL TO AMOUNT' WORK COMPLETED STATE WHOM YOU REFIIZ *If requalifying anly show rvork pertormed s�nce �ast statement. 5.Have you ever failed to eomplete any work awarded to you?_ If so, whece a:nd why7 6.Has any off"icer or ovc�ner ofyour organi�atiQn ever been an nfficer of anather organization that failed to complete a contract? If so, s�ate the name of the rmdividual, other arga�.ization and reason. 7.Has any off'tcer or own�r of your organization e�er failed to complete a cnntract executed 'm b.islk�e�r name? If sa, state the nam.e of th� indi�idual, name of owner and reason. crrY o� �'a�tT waxrH STA�IDARD CONSTRUGTSDN 5PECIFICATION DQCUMEI�TS Water & 5anitary SewerReplaeement Revised August 13, 2021 Conhacc 2Ui 8(WSM-M) Ciry Contract Nn. 1D16$8 2. Hovc� znany years has your organization. been in business as a generalcontractor under yourpresent name? List previous business names: OD 4513 -5 BIDDHR PRE.+QUALjE'TCATLOI+fAPPLICATION Page 5 of 8 8. In what okher �ines of busir�es.s a�e yau %anc ially interested? 9. Have you ever perfoxzxxed any work for the City?, Tf so, when and to whom do you refe�? 10. State names and detailed addresses of all produc ers from whann. you have purchased principal znaterials durit�g the Iast three years. NAME OF FIRIvI OR CONiPANY DETAILED ADDRESS ] 1. Give the names of any afiiliates or relatives currantly del�arred by t�e City. Indic ate your relationship to this person or firm. 12. What is the canstruction experience of th� priz�cipal individua�s in your organization? PRESENT MAGIVITUDE P05ITION OR YEARS O�' AND TY['E OF IN WI�AT NAlVIE OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or siock�older of your firm is an emplayee of the City, or shares ihe same household with a City ezn.ployee, please list the name of the City emplayee and the relationship. Zn addition, list any City employee who �s the spause, child, or parent of an awner, officer, stackholder, or director who does not live in the samehousehoid bnt who receives care and assistance fromthat person as a direct result of a documented medical candition. Thss iricludes foster childr�n or those related by adoption or marriage. W ater 8c Sanitary Sewer Replaeement CTTY OF FORT WORTH Contract 201 S(WSM M) STANDAAD CONSTitUCI'ION SPECIFICATIDN DOCUMBNTS City Conhact l�ia l01688 Revised August 13, 202 ] � 0045f3-6 BTDDEIt PREQUALIFiCA.TION APPLICATION Paga 6 af $ CORPORATION SLOCK PARTNNN�tSHIP BLOCK If a carporation: If a partnership: Date o.f Incorporation State af Organization Charter/Fil.e No. Date of ozganizaiion Pzesident Zs partnership general, iit�.aited, ar re�isfered limited liabslity partnership? Vice Presidents File No. (if Litnited Partnership) General ParinersJOfficers Secxetary Limited Partners (if appliaable} Treasurer LIMITED LIAflILITY C�MPANY BLOCK If a corporation: State of Inc orparation Date o� organization File No. Tndividuals authorized to sign for Paxtnerslup Officers or Managers (wiCh titles, if any) Fxcent for limited nartners, the individnals [isted in the hlocks abo�e are presuimed to have full signature authorityfor yo�r firm u�ess otherwise advis�d. ShouIdyau wish to grant signature authority for additional individuals, p�ease attach a certified copy of the corporate resolution, corporate minutes, partnersluip agreement, power of attorney or other leg�1 doc�mentation which gramts this authori#y. Water & $anitary Sewer Beplacement CiTY OF FOTtT W ORTH Cantract 20.1$ (WSivI-I�i) 5TANDARI] Cd1VSTRUCi'TON SPEC7FICAT[ON DOClI1N�ENTS City Canfract No. 101688 Revised August 13, 2021 �D 45 13 -7 BfDDER PRHQUAZ.IFICA"ildAf APPLfCATION Fage 7 of 8 14. Equipment TOTAL Similar types of equipment may 6e Iumped toge�ier. If yauar ixt7tx�. k�as xx�.ore than 34 types of equipment, y�u may show thes� 30 ryp�s and shovu the rezx�.ainder as "vaxious". T�e Gity, by allowing yau to show only 30 types of equipment, reserves the right to request a complete, detaaled list of al1 your equipment. The �quipm.ent list is a repres entation of equipment under the control of the firm and which �s related to the type of work for which the f�n is seeking qualification. In the description include, the manufacturer, znode�, and genexal common description of each. BAI,ANCE SHEET ITEM QUANTITY ITEM DESCRTPTION VALUE 1 2 3 �F 5 6 7 8 9 10 J.1 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Z9 34 Various- TOTAL Gl'�'X QFFOR"C WORTH STANDARD CONSTR[1CPION SPEC]FICATION DOCLIMENTS Watee & Sanitary Sewer It�placement Revised August 13, 2021 Contiact 2018 (WSM-1Vn City Contract No. 101688 pU A5 13 - B BIDDER PREQUALIFTCATIONAPPLICATION Page B of 8 BIDDER PREQi1ALTFICAT[�N AFFIDAVIT STATE Q�' COUNTY OF The undersigned hereby declaxes that the foregoing is a true statenoe�t of the financial condition of the entity herein first nat�aed, as of the date b.ereiii first given; thatthis statenaent �s for the expr�s purpose af inducing the party to vc►hom it �s submitted to award th� submitter a contract; and that the accountant who prepared the halance sheet accompanying this report as well as any depasitory, vendor or any other agency herein named is laereby auihorized to supply each party with any inforix�ation, while this statement �s in force, necessary to verify said statement. , b�ing duly sworr�, deposes and says t�at he/she is tha af , the �n.tity descri6ed in and which executed the foregoing statennent that helshe is familiar with the books of the said entity sbawing its finaucial candition; tb.at the foregoing fmancial statemeaat taken from the boaks of ihe said entiiy as of the date thereof and t�at the answers to the quesiions of the foregoing Bidder Prequalificatifln Application are correet and true as oi the date of this aiiidavit. Firm Name: Signature: Sworn to �efore me this day of„ Notary Public Notary Public must not be an officer, director, or stockhalder or relative thereof. Water & Sanitazy Sewer Replacement C1TY OF FORT WQRTH Contraal20i8 (WSM-I4n STANDARB CONSTRU�TiON SPEC3FICATION I3QC[IMENTS City Cantract Nv. ]01686 Revised August 13, 2021 QD4526-1 CONTRACTOR COMPLIANC� WITI� WORKER'S COIVIPEi�fSATION LAW Page 1 of 1 SECTiON 00 4� Z6 CONTRA.CTUR COMPLIANC� WITH WORKER'5 COMPENSATION LAViT 4 Pursuant to Texas Labor Cnde Section 406.096(a}, as amended, Cantractor certifies that it 5 provides worker's compensaiion insurance coverage for all of its employees employed on City 5 Project No. 101658. Cont�'actor further certi�es that, pursuant to Texas Labor Code, 5ection 7 406.096{b}, as amended, it wi11 provide ta City its subcontractox's ceriificates of campliance with S worker's cnmpensafian covez-age. 9 10 CONTRACTOR: lI 12 13 14 15 16 17 ts 19 20 21 zz 23 � .�- - t� ,� � c� Catnpany .� � Address �.C� _. ��� 4 x ��C��i CitylStat /Zip THE STATE O�' TEXAS § By: h�� � �. (Please rint) Signaturre: , p ) � Title: V ; C- �` �, � �. � . {Please Print) 24 COUNTY OF TARR.ANT § 25 26 BEFO the un ers�gned authority, on this day personally appearred 2� �'�,�,�'� �,�ji�, , known ta me to be t3ie person whose narm.e is 28 subscribed tn the for Qin strun. e t,� acknow ed ed to me that helshe executed the same as 29 the act and deed of ��Y/�� � IiL�/[] � for the purposes and 30 consideratio� therein expressed and in the capacity therain stated. 3� 32 GI N UNDER MY HAND �iND S�AL OF OFFICE this �� day af 33 , 2d �'� 3�4 - F 35 36 � 3� '"' ""'�• F�,ilii�T�l !� i�L�� Notary P blic in and far the State oi Texas = � �`•� I,�l1 q'1�3+l� � 1248��4� 7 R. 3 8 s`' ro= � ��� � �. � �r �y� 39 END OF SECTION 40 CSTY O�' POAT WORTH STANDARD CQNSTRUCTIDN 5PECIFICATION DOCCIMENTS Kevised.Tuly l, 2011 Water & 5anitary 5ewcr Rep{acement C.outract 2018, W SM-M Ciry Project 1*Ia. _ '_ " oa as ao - i Business Equity Goal Yege l af 2 SECTI�N p0 45 40 Bussness Equity Goal APPLICATION OF POLXCY If the total dollar value of the coutract is $100,000 or more, then a Business Equity gaal is applicable. A Basiness Equity Firrn reTers to certified Minority-, and/ar Women-, owt�ed Business Enterprises (M/WBEs). 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable particzpation of Susiness Equity 10 Firrris when applicable, in the procutement of all goods and ser�iees. All req�aiz'ements and regulations I 1 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: https:llcodclibxaty.amlegal.com/codesfflworth/latestlftworth txb-0-0-22593) apply to 13 this bid. 14 15 16 17 18 S9 20 21 22 23 24 25 26 27 BUSINESS EQUITY PROJECT GOAL The City's Business Equity goal on this projeat is 1Q% of the total bid value of the contract (Base bdd applies to Parks and Comrnuratty Services). METHODS TO COMPLY WITH THE GOAL On City conNacts where a Business �quity Goal is applied, offerors �re required to comply with the City's Business Equity Orc�inance by meetmg ar exceeding the above sY.ated goal or otherwise cotnply with the ordinance through nne of the following methods: 1. Commercially useful services performed hy a Busfness Equity pyrime contractor, �. Business Equity subcontracting participahon, 3. Combinatian of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity .�oint Venture/Mentor-Proteg� �articipation, §. Good Faith Effort documentation, or 6. Prime contractor Waiver datumentation. 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 AppIicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Eqtuiy documentation to the assigned City af Fort Vi+orth Praject Manager or 31 ' Department Dasignee. Documents are �o be received no later than �:00 p.m., on thc; tturd City 32 husiness day after the bid opening date, exclasive of the bid apening date. 33 34 35 36 37 38 39 40 41 42 43 44 4S 4f 47 48 49 The Offeror must submit ane dr rnare of the fallowing docum�nGs: 1. iltilfzation Form and Letter(s) of Intent, if the goal is met ar �xceeded; 2. Goad Faith Effort Form and Lltilizatian Form, including supporting docutnentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 3. Prime Contraetor Waiver Form, including supporting documentation, ii the Offeror will perform all subcontractinglsuppIier opportunities; or 4. Soint VenturelMentor-Prateg� Fo�n, if goal is met or exceed�d with a 3oint Venture or Mentor- Protege participatio�. These forms can be fnund at: Business Equity Uiilization �orm and Letter of Intent ht s:lla s.fartworthtexas. ov/Pro'ectResources/ResourcesP160°/a20- %.20M WBEINEW%20Business°fo20Equity%2��rdinanceBusiness%20Equitv%20 Utilization%20F orm. � I,etter of Intent CITY QF !'QILT WORTH STA1VflAFLD CONSTRUCTIOIV SPECIFICATiON llOCUMENTS Revised October 27, 2021 Water & Sanitaty 3ewer Iieplar.rment Conhact 201$, WSM-1vI City Project No, I O168$ naasao-z Bnsiness Equity Goat Page 2 of 2 1 https:l/a�ps.fartworthtexas.govlProjeetResources/ResourcesP/64 - MWBE/NEW Business �uitX 2 Ordinance/Lett�r of Intent-2D2�.� 3 - -� 4 Business Equity Good Faith Eifort �'orm 5 httns://apps.fortworthtexas.gav/ProjectResources,�ResourcesP/60%20- b %20MWB�INEW%20Business%20Equity%o2DOrdinance/Business%20Eguity%20Good%20Faith%2qEf 7 fart%2dForm.pdf' 9 Business Equity Prime Contractor Waiver Porm 1Q http5://apps.fortworthtexas. o� vlPrnjectResourcesJAesourcesP160%20- lI %20MWBE/NEW%20Business%20Equity°/a200rdinanc�Business%20Equity%o20Primc%20Contractor 12 %2pWaivcr.pdf 13 1 �l 1S 16 17 18 14 20 21 22 23 24 25 26 27 z� 29 30 31 32 Business �quity ]oint Venture Form htt s:lla s.fortwarthtexas. ovlPro'ectResourceslResourcesP/60%20- %20MWBE/NEW%20Business°fo20E uit /o2QOrdinanceBusiness%20E uit %20Jain#%20Venture. df FAILUR� TO ACHIEV�,'�'HE GOAL OR OTHERWISE COMPLY WITH THE ORIDNINACE WILL RESULT IN THE BIDDERIOFFEROR BEING DECLARED NON-RESONSIVE AND THE BID REdECTED. FAILURE 'TQ SUBNIIT TH�+ RE UIIiED BUSIN�S� E UTY DOCUM�NTATION UK OTHERWIS� COMPLY WITH THE ORDINANCE WILL RE�ULT IN THE BID BEING DECLARED NON- RESPONSIV_F.x TH£ BID REJECT�D AND MAY SUBJECT '�'HE BIDDER/�FF�ROR '�Q SANCTIONS AS DESCRIBED IN SEC. 24-373 Ok` THE ORDINANCE. For Questians, PleaSe Cntttact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-�6i4. END OF SECTION C1TY OP FORT WORTH Watcr Bc Sanitary Sewcr Rcplacement STANDAIiD CON5TRUCTEON SPECIFICATION DOClIME1VTB Cantract 2018, W5M-M Revised October 27, 2021 C'ity Pmject No. 1O1688 Q052�r3-I Agrccmenl Page I af 6 sECTzoN oo sa a� AGREEMENT THIS AGREENi�NT, autl�orized an Ap��i126, 2022 , is �nade by and 6etween the City af Fort Woi-�E�, a Texas home j•u�e tnu�iicipality, actiizg by aud thi•ough its duly autl�oz•ized City Manage�•, ("City. "), and G���-Ta�, Util�ties, rnc, autl�ori.zed Yo dn business in Texas, actin� by anci through its duly authoi•ized repr�sentative, ("Cont��actor"�, C.1� �.11d COfl'Ll'�CiOr �-�ay joi.��ily be refe�•red to as Parties. City and Co��tractoz•, in consideratian of the jnutual co�ei�axrts ]iereinaft��• set %z•fl�, agree as foI lows: Article 1. '6]4�ORK Contracior sha.11 ca�nple#e aIl Wor1c as specified Qr indicated in tl�e Conti-act Docu�nents fo�• the Project identiiied herein. Article �. PROJ�CT � The pi=oject foa� wlaich tt�e Work ttnder the Ca3stt•act Docuinents �nay be the vvhole oz• anly a part is generalIy described as follo'ws: Water & Sanita��v Se�ver ReplaCement Contract 2018 VVSM-M Ci[v Pro_ject No. 10].GS8 Aa•ficle 3. CONTRA.CT PRICE City agreas to pay Contractor foj• perfortnance af the Wark in accardance with the Con#�•act Dac�,iments an aznount, in currei�t f�nds, ofFive Niillion Th;ree Hundred Ei�ht� Tai��• Thou�sa�d Ei ht Hu�adred Fi�'teen and zUJ1Uo Daliars (� 5, 38�#, 515.20�. Cont�•act �rice may he adjusted by cliange oz•de�•s duiy authorized 6y the Pa��ties. Articie �4, C��iTRACT T7M� 4.1 Final Acceptance. T�he Wot�lc sha�l be coznpiet� for Final Acceptan.ce within 380 days aftet• the date when the Contracf Tiix�e commences to �•tu�, as pro�ided in Parag�•apli 2.02 af the Get�era� Conditions, plus az�y extension th�z•eaf aljowed in accot•da.i�ce with A��icle 12 of the G�neral Conditions, 4.2 Liquidated Damages Caith•actar recognizes that tzr�ae is of the esse�7ce for completio�i ofr Milestoj�es, if any, anti to achieve �'inal Acceptance flf tl}e Work and City and thE p�thlic will suffe�• fi•om loss of use if the Vi�orf� is not coinplated witl�in the ti�ne{s} speci�ed iati Pa�'agraph �.1 above. TUe Contractoz' also recognizes ilia delays, expense �nd diff'iculties invalved in praving in a Iegal proceeding, tI�e actual loss suf%red by the Ciiy if ihe Work is xlot completed on time. Accardingly, instead of �•equiz•ing any s��ch prao#', Contractar agre�s. ihat as [iquidated dainag�s fo�• delay (but not as a penalty), Contractor si�all pay City �. � i�ht Hundred Fc��•tv Dollars {$ 8�O.O�fot' each day that e�piz'es after the tiine sp�ci�ed i�� ParagrapIl4. ] for Fii�al Acceptanee until tiie City issues the Finaf Letter af Acceptance. G{TY Of' FORT WOR"!'H Water & Sa��it�ry Se�ver Ite�lace�nent ST�1I��ARQ CONSTItUCTI0�1 SPECCrICATIpN 1�OCUtvIENTS CI'fY PRO,IECTt�O, 1016$S ltevised 11/23/2021 ao sz a3 - z Agreemenl Page 2 af G Aa•ticle 5. CONTRA.C'�' ADCUMENTS S,1 CaNTENT�: A. Tli� Contract Doouments which comprise tk�e ej�tir•e agreement between City and Contz�actor concerning tlle Work cQnsisi o�'tl�e foIlowir�g: 1, Tliis Agreeanent. 2. Aitacl�metlts ta this Agreeinent: a. Bid Foim I) Proposal Forin 2) Veiida�• Coanpliance to State L,aw Notx-Resident Bidder 3) P�•equalifcation Stataxnent 4} State and �edai�al documents (project s�ecific) b. Current 1'r�vailing Wage Rate Table c, Insurance ACORD Form(s) d. Paytxient Bond e. Perfor�nance Bond f. Maintenance Bond g_ Power af Ai�o�•ney foc the Bands !�. Wo�'kei's Co�npensation Af�davit i. MBE and/or SBE Ufilization �arm 3. Genei�al Coiiditio�s. 4. Supplementaiy Conditions. S. Specifications sp�cifically inade a paz�t af the Coiitract Dacuznents by attaclzine��t or, if not attacl�ed, as inco�-porated by z•eference and d�scribed in fhe Table af Contents oftiae project's Cantz•act Documents, 6. Dt•awiilgs. 7. Addenda. 8, Documei�tatian sttbtnitted by Coi�ti•aetoi: p�•iaX• to Notice oiA.waz�d. 9. The following wl�ich may be delivered or issued afte�• tha Effective Date ai the Ag�•eei�iei�t and, if issued, becom� ai1 incar}�orated pai� oftl�e Cont��act Documents: a. T�Ioiice to �'roceed. b. Field Qrders. c. Change Orders. d. Letter of Final Acceptance. A.rticle 6. INDENINiH'ICATION 6.� Cont�•actoa c�venants and agrees tn iYrdexaaxiify, hold haz•�nless and defend, at its own expense, tlne city, its officers, sez^vants and employees, fi�orn an� agai�st any and all claims a�•ising out oi, or alleged to arise out of, tlae vvark and sarvices to be �ei�formed by the eontracEoa•, i�s at'�ce�•s, agen�s, employ��s, subco.ntraciars, licenses ot• �nvitees unde�• thxs contx•act. Thts in�de�ani�catian rovision is s ecifica�l intended to o erate and be ef#'ective e+ven if it is alle�ed or proven [hat a�l or snnue of tf�e dama es k�ei�� sou ht were c��sed in whole ox� i.�� art•t b�n. act o�ission ar ��e li en.ce o£ t�e ci � This indennnity pro�isian is intendec� ta itn,clu�e, withant limif:atio�s, indetnnity for costs, expenses and legal fees incur;�ed hy the city rn defending against s�ch claims aud causes of actio�ts. C17'Y OF PORT WOR'tH Wafer & 5anitary Sewer Replaceman[ STANbA1ZD CONSTRUC'CION SPECIf ICATION �OEUM�NTS C1TY PROIECT NO. 101b88 [ievised 1 1/2 312 02 1 00 52 �43 - 3 Agreement Page 3 af G 6.2 Cant�•acto�• covena��ts �t�d agrees to i�tde�ni�y and Iiold ha��mless, at its own expense, the city, its of%cers, servants an.d employees, from a�d agair�st �ny and aIl lass, daznage or destructin�t o� �r�perty a� the city, ai•ising out of, or aliege.d to at�ise out of, ii�e v�+'ork a�d services to be pe3�fnx•�zxeci by the contracfar, its c�ff�cex's, ageixts, ernployees, sufaconfractorg, licensees or invatees irnder fhis coniracf. This indexinni�cation z�o�vision is s eci�call infendetl to o erafe and be effective even if if is alle ed or roven that all ar soxne of ��xe dam.a es bein sou 1ut were caused Itl 'f�V�1DIC OI' lIl art b a�n ac# amission ox• ne li ence af tb.e ci , Article 7. MTSCELLA.l�OUS 7.1 Te�•xns, Terms used in this Agree��nent wlsich are defined in Article 1 af the General Conditioi�s will have th;e ineanings it�:dicated in the General Conditions. 7.2 Assig�ainent of Contract, This Agreament, i��cluding all af tlie Contract Dacunlents may i�at be assigned by ��e Contraator wifihaut the adv��lced express w��itten cox�sent of the Ciiy. 73 Su�cessors and Ass.igns. Ciiy and Cant�actar eacl�► binds itself, its partt�az•s, successa�'s, assig«s and legal representatives to t�ie oilae�• party liereto, in �•espect to a11 covenai�ts, ag�•eements a��d obligatio��s contained in t[�e Cont�•act Docu�nents. 7.� Sevarabiiiiy/Nan-Waiv�t• of Claiins, Any provisio.n aj• part af tl�e Cantraet Docu�n�nfs l�eld to be uncansfitutional, �void ar u��enfnrceable by a court of coin�etent jurisdietia�i shall be r�eemed st�•ickei�, a��d all reznaining provisions sl�all contint�e tn be valid and binding �Epon City and Cont�•ac�or. Tl1e fail�are of City t�r Can�'acfot- to insist upan the per%�•tnance of any term aX' provislon oi this Agt�eement or to exercise any riglit gz�anted herein sl�a�l zlot constitute a waiver of City's ar Confractor's x•especti�e cigI11: io it�sis� upon approp�'iate perforinanca 4r ta assef-� any such right oi� any fi�ture occasian. 7.S Govertiing Law and Venue. This Agreeincz�t, including all of the ContracC Daaume�ts is perfo�`mable in tlte Stat� af Texas. Venue shail be Tarrant County, Texas, ox• the United States Disti•ict Court faz• the Northern Disri•ict of Te�as, Fort Wartll Division. 7.6 Authority to Sign, Contraci�r sha11 attacli evidance a�' autharity to sign Ag�•eement ii signad by someone othei• tllan the duly autlioriz�d sig�tafory of the Conti•actor. 7.7 Non-apprapriatia�l of Ft�nds. In tlle event no fi�nds ot• izisufficiei�t funds ax•e appropriat�d by City in any �scal �eriod for aily paymer�ts due hereunde�•, City will notify Vendor of such occ�.i�•re��ce and this Agreement sl�all texminate an tl�e last day of tiie fiscal periad for whicl� appz'opriations w�a'e received witl�out penalty or e�pense ta City af any kind wl�atsoever, e�c�pt as ta tIle portians oitlie pay�nents hereitt agreed �pon for which futads have been appropriated. C]TY OF FORT WOR'CH Water & SRnitary Se�ve�� Replflce�neiH �1'ANQA�tD CQNSTRUCTIDN SPEC[]� ICATION DOCUMENTS C1TY PROJECT NO. l Ul G$8 Ravised I U23l2021 U(f 5243 -4 Agreen�enk Pa�e 4 of 6 7.8 �'roltibition O�� Conti�acts Witft Ca�npanies BoycoLtiEig ls�'ael. Cont��acto�•, Etitless a sole praprze�or, acicnowledges tl�at in accardance witI� Ci�a�ta�� 2271 af tlie T�xas Gavern�nent Code, if Co��tz�aata�• Uss I Q oi� more fiiil time-et�playeas and the coni�•act �alue is $100,000 oi• mo�e, the City is proi}ibited fi•n�t� entet•ing into a confract witl� a co�npar�y for goods or s�rviees u�iless the cantract con�ai��s a wrii�en �erificatioa� ii•am tfie coinpany tl�►at il-: �I� CI00S pQf �lOyCD� ISl�ae1; a�d �2) wiSl not boycott Isra�] du�•ing the term of the cantraet. 'The terms "boycott Ist'ael" aud "comp�ny" shall have the �neanings asez�ibed to tl�ose terms i�� Sectio�� &QS,QD1 of tlze Te�as Governir�ent Code, By signiag this coutt��ct, Contractor certi�es that Contt•acto�•'s sig«a#txrre p�•ovides wriLten vez•X�"zcation to tha City that if Cl�a�ter 2271, '�'exas Government Coc�e ��plies, Contrac�or: (I) cloes t�ot baycatf Israel; atad (2} will not boycc�tt Is1•�el durixxg t�ae ierm af the eox�h•act. "1,9 Prol�ibitioti on Boycotting Ene�rgy Companies. Contractoi• ae�uiowledges thai: in aceor•da��ce with Chapte�' 227� of the Texas Go�+ernment Cod�(as added by Acts 2021, 87th Leg., R.S., S,B. 1�, § 2), ihe City is prol�ibited from eniering into a cant�•aet for goods or se�•vio�s that has a value of $1QQ,OOQ or more; which wili be paid vvl�,ally or partly fi-oin p��hlic funds of the Ciiy, wifl� a c�mpany (witi� IfJ or ��o�'e full time empIoyees) tinless the con�r�ci contaizls a wcitten verificatiot� �i'om the co�r►pa�ry that it: (1} does not boycott energy co�npanies; and {2) will not baycott energy companies dux•ing tIle term af ti�e ooniract. Tl�e terins "boycott energy company" and "cotnpany" have tlie tneani��g ascribed to those t��'ins by Cha�tea• 2274 of the Texas Gover�unenk Code (as added by Acts 2021, 87th Leg,, RS., S.B. 13, § 2). To thc exient t�at Ch��ter 227�4 of the Gavernment Code is applicable to . this Agx�eernent, by signing this Ag�•eezne�ut, Cantracior ceY•ti�'ies that Car�tracior's signature prov�des �v�•itten verifica#ion to the City that Contractor: (l.) does not boycott ezxet•gy companies; and (�) witll nat boycott e�ex•gy companies during the tex�m of tliis Agreement. 7.I0 Prohibitiaj� on Discrimi�lation Against Fireai•�n aild Aminuz7i.tion Indust�•ies. Contractor acknowledges that except as otl�erwis� pro�vided by CIiapter 2274 of t�}e Texas Governm�n� Code (as added by Acts 2021, 87�h Leg,, R.S., S.B. i9, § 1), the City is �rol�ibited frozn ei�terix�g ii�to a canti•aci for gaods oz• services that l�as a value of $100,Oa0 ar inore which will be paid v,�holly ot• pat•tly from public fu��ds of the City, wi�ll a coinpazay (with IO ar tnore fttll iz�ne ernployees) u��less the c�ntraet contains a wi•ittetl r�exification fi•oin tlre co�npany that it; (1) does noi ha�e a practice, poIicy, guidance, o�� dit•ective that discriminates against a�"irearm entity or firear�n trade associatio��; ai�d (2} will naf discriminate during the terrn o� tl�e cant�•act against a�reat�i�a entity or �it•earn�: t��ade assooiat[on. Tke terms "discr°iir�inate," "fiiearm entity" a��d "f'trear�n �rade assaeiation" have the meai7ing ascribed to those terms by Chapter 2274 af the Texas Government Code (as added by Acts 202I, 8�tIS Leg., IZ.S., S.B. 19, § 1). Ta tk�e extent #h�t Chapter 2274 af t�te Governmeut Code is applicable to this Agreeme�i#, by signing this Ag�•eement, Contractor cet�ti�es tt�at Contr�ctos's signatitt�e pY•ovtde� wrifEe�. veri�cation to the City that Cantrac#oi•: (I) c�oes not have a pra.ctice, �oIicy, guidance, or dx�•ective that ciiscrim�nates agaiEisi a�'ix•cax�m entity or fireax�m tt�ade association; and (2) �'vill not disc����inate against a�'[�•earen entity or �rearm trade a��ociation c�tKx�ii�g the tea� of this Agreernent. CITY ��' FORT WORTI-1 Water 8: Sanitary &eaver ReplaceuieEit STANDARD COTISTRUCT10I�i 5P�CIFI�ATIQN DQCUMENTS CITY PR07�CTi*IQ. IO1G88 Revised I1123/2021 00 52 43 - S Agreement I'age 5 nf 6 7,1 I Im�nigraiion Nakionality Act. Coiltractor shaIl ve�•ify the identity azld employ�nent eligibiiity nf its e�nployees wilo pe�•farin wor•lc under this A.gi•eeanent, including coir�pleting tl�a Eznpjoyment Eligibiliiy Verificatian �'orm (I�9). Upon request by City, Coi�i��actac sl�all p��ovide Ctiy wiil� capies of all I-9 �oi�ms aild suppoi•ting aligibi9ity doouinezitatiat� for eacli einploy�e who performs work under �his A�k•e�me»t. Conti'aetox• si�all adhe3•e to aIl Fecieral and Sta1:e laws as well as establisll ap�az•ap�'iate procedures and contrals so that no services will be pez•foi•med by any COliit'&CI:OT' BTi1�7Ia��B v;+I1a is not legally eligible io pea•fo�•m sua�� ser�ices. CONTRACTOR SHA,LL IND�NIN�F'Y CITY AND HOLD CrT'Y' HARMLESS FROM ANY PENALTZ�S, LIABZLX'�I�S, OR LOSS�S DUE T4 VIOLAT�ONS OF TH�S PARA.GRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOY��S, SUBCONTRACTORS, AG�1�TS, OR LICENS�ES. City, upon v,+ritten natice to Contr-actor, shall 17ave the righ� to immediately terininate this Agre��nent fo�' violations of tl�is px�o�vision by Coniraetor. 7.12 No Thi�•d-Party Beneftciaries. This Ag,x•ee��ent gives ►�o rights or benefiis to anya»e o�l�er thail the City and the Contractor and tElere a��e uo �liii`d-paiiy bei�.eficiat•ies. 7,13 No Cause af Actioi� Agaiiist Engine�r. Cont�•a�tnr, its s�.ibcoi�t�•actox•s ai�d equipm�nt axkd znaterials suppliers on tl�e PROJECT or their suz•eties, shall maintai�i no direct actio�� against fl�e Enginee��, its officers, employ�es, and subcontractors, for at�y clai�n arising aut o�', in coz�nection with, or i�esultii�g from the engineerEr►g setvices pe��at•mad. O��Iy the City will be the beneficiaty of any u�adei�tafcing by the En�iteer. Tl�e presence or duties of tl�e Engineer's personnel at a eot�struction sike, w1��tErer as on-site rept•esentati�+es or athet�wise, do iiot make tlae Engineer or its personz�el in any way respansibla fioi• #hose duties tliat belong fo tl�►e City atld/or the City's co�istt�uctioi3 coni�•actars nr other entities, and do nat ralieve tl}e construction cnnt�actors or any otlrer entity of tliei�� abligations, duties, and responsibi.lities, it�cluding, buf not li�nited to, all canstruckion methods, zneans, tecluiiques, sequencas, and pi•ocedures necessaiy for coardinatin� and completing all poi�ions of t��e co��stt•��ction worlc in accoz-dance witll the Coriti•act Documents and any liealth o�• safeiy� precautions �equrred by such const��uction wo.rl�, Tl�e Etagineer and its persnnnel 1-�ave no authority to exet�cise any cont�ol over any eonstruction contractai• oY• other entity or tl-►eir einployees in cont�ection witla theix• vvarlc or any 1�ealth or safety precautians. CITY O�' FORT WORTH Water &.SaniEary Sesver ReplaCemC�If STANDARD CONSTRUCTIOt� SP�CIFICATIQN DOCUIv[GNTS CITY PRQJECT NO. 101G88 Revised I1/z312021 0052A3 -G Agreement Page G of 6 IN WITNESS V�HEREOk', City and Contracto�• ltave each executed this A�t�eement to he eifective as of the date subsc.rib�d by the City's designated AssiStant City Ma��ager ("Effective Date"}. Conts•actoi�: � il��"�'�t [�`� � �'� �-S� �1�.. By. � l�/%� J�,f ,l(1 � _,r .y . Signatura � =� ��.1c�, �es� (Printed Nai�e) V r C � ��CSIl�+�z � Title �� . ��� Address � `�m % � CitylSta IZip City of Fart Wortla By: Las�,.Rrr„�&d ��, - - -_.�,� — - Dai�a Bur�hdofF Assisfant City Ma��age�• J u n 8, 2022 Date Attest: a � r', � � J ,�annette {Seal} ��„�� � �.�3,�; � `�� ��- �'��� � �� �,� , �� � � �} `'�' .,:��`� ' ��a � . � ��• ..�.. �� City Secretary . S�d �.'�.�--. M&C: ��-0323 _ Dafe Da#e: Anril �6, �0�� Form 1295 No.: 2022-8618 j 5 Cantract Co�npliance Manage�•: By signing, I acknowledge that I am the pe�•sfln responsible foc tlie monitoring and adtninist�ation of this cant�•act, including ensuring al! pe�•formance and t�eparting reyuirements, � ' � � - - -- � � - � r�' I�ena Johnson � Praject Manager Approved as to Fo�•m and T.ega.(ity: 8� D�uglas W. Black Sr. Assistant City Attorney CITY OF FORT WORTH STANDAItD CO�fSTRUCT[QN SPECI�ICAT[ON DOCUivIENTS Itavised 11/23/2U21 APPROVALRECOMMLNDED: _ _�.___ _ _ ��� Cirl�}a7b�t^ -�/4rr�ss^ �,/ .r.�z._.,,.._.. ...,... � �'_� .�"5[�! Cl�a•istopher Harder, P. E. , ���„ �r�� Dicector Water Department Water & Sanitary Sawer Replacc3nent C1TY PROJECT NO � 1(y � g ���i i�-i �e�r�u����•��r��n a��csir���� P,�y� t of 3 T�� STATE O�' TEXA� ca�TY oF Ta��vT That vsre, Gra-Tex Utilities, Inc, sECTYorr an 6� z3 PER�ORMANCF RnND § � Zc1v�W ALI. �Y `�'i-i��� �I�41�1�TS: §' "Princip$1" hezein and �artford Fire fnsurance Cam��^y — — • , lcttmvn �s _ . �, S �4:'y]Ot'8SC surety(sureties, if rnnre than one} duly auth�rized to da Uusin�sa �n t�� �i�le �+f �'r.xas, �r►owr� a� "��rety" herein (wltether oue or znore), are h�fc1 an;� �11-mjy+ �!�u�d u�to tlZ� C:Ik�+ OF ��t� �Noiii�, � municipal corporaf�on created pwrsuant to the I�.wr� of 'i`cxHs, ic��own �s "�a��+" hero�n, in t�V p�nal Flve Million Thres Hundred Eighty Four-Thausand �':nhi Hur�:ren r�;;.�n a:rd sum af, �� F��,�3�rs {� s,3s�,815.zo---------_�._;...�� lawful money o1` Ihe Unit�€l,�t�:ts:k, #.� be paid in F�rt ��lar#h, Taz�'ant Cgu�ky, Texas far the payment ofvvhich sutr� +we!� �.^.c� fay.iy w i�� m�nc7e, kv� bin� aurselves, ourheirs, executoxs, adtnin'tstratars, �ucces�vrs ar�d �ss�gns,1aintly �nd �veral�y, ���tnly by these prese�ts, WH�REAS, tlae Pxiz�cipal has et�tere�{ iiit� a c�ai�x writtcr� ��ni�act wi�� the City awarded the �stn day of April ,�,0 �� , wi�i�h Co��+�t �.a ���;��� r�farre� io �v;i made a p�hereof%r all purposes aa if �fully set ��rt!� t�erei:�, to tLimis�t �J� zr�teria�s, c�;uipmcr.�t labor and othex accessori,es d�fin�d by law, 111 L13$ �i`k"iS�C.L1iLU11 Llt� �ii4' �`Y OT:�r ir.cluding aisy ��ata�e Qrders, as pzovided f�r ix� said Co�'act designn[e� e� WarPr &. ���.ir.ary �cvver �ep�ace:n�u� Can.tract 2fl 18 {WSM-M), Ctty Project No. l0I ��8 �TU�, THERE�ORE, the co�.ditfon af ttua o�lig�ti�n i� :.�37ci� t�at 9f t�� s�id 1'rincinal shall faithfully perforz� it abligations under the ��r;*; �ct �ti sh�l l in �1l r�w pUcis duly �.*::l faithfiilly per�orm the WorZc, includxng Cizange O�exF, urac��: tl�Y �:oi�irac�, a�W4���it�g to t�s� pfan�, speci�ications, and cont�raat dacuments thetein re#'erred l�, �n;! „� w��i dur�ng fu3y periad of extension of the Contract �at xnay �e grant�d �r} �h� ��rt c�� En;,• �it�►, th� Ehie, ob�igatinn s�:x�11�Y and become �uil and void, otkerwise to xema�n 3n ti�l� for�►� �,�d �f��c�. �RQV�DED Fi7RTHER, ihat•if at�y �e�;al ac�� �e t�l�c! �n khis �Sotia, v��nue �w�al1 �ie i� Tarrant Co�nty, Texas or the United States D�s�ict Cn�,r± fa;- �l�o I`�o��,�e�:� tt�stri�v± �f"Texan, Port Warth Division. G1TY OF FDiiT WDRT�i 3Ve1er Rr, Sanatary �cwcE f# •y^!9:v:ncr:t 5T11NDIkRD COEV5TRLICT[ON SPSCIItICAT[DN DOCLRdYP.iv�f'S [=aatracs �0 i#� {4:',5M-luij Revi�cdruly 1� 20f l [�i�p }'�u;enC 1Vo IC:fiBB 00 6i t3 - a rE�o�uv'�� �azvp 46BC5 iT9 � 76 Page 2 r�f2 Tl�is bgnd is mada aud e�cecuted i� coxnpliance with t1�e p�ovisiox�s of Chapt� 2253 a�ttle Te�cas Gavexnment Code, as amended, and all liabilities on this bo�d s1i�11 be �Ietei�ined in accordance wi��� the provisio�as of said statue, �N WIT1�E�5 WHEREQF, hhe Pz�in�ipal ax�d �he Su�ety have SIGNED aa�d �EALLD this instrument by dul� a�uu�hori�d ag�nls' ancl q�f"ir,ers nn this the 4� �$�. �� May , �� 2� ATT�ST: (Prixzctpak) S�cretat� �] � - ,% / .-• ' fifi„ � ' i �i i• '4Vxt�cs� as to Princip _ f ✓ �. � �/� Witness gs urety �RINCIpA.i.,: BY: �ignaiure � 5heldon Rosenbaum, Vice President i�Tame and xitXa Address: P.o.sox 700 Arlingtan, 7exas 76004 ����: Harlford F3re Insura�Il Gompany BY: ����-� dlm 8arr, ttorney-ln-Fact Name and Title Address: 7a0 Highlander Bouleva'rd, Suife 346 Arlfngton, Texas 760�4 �'elephcm�I�uxn6er:` 817-261-1109 �Nate; If sigr�ed by a�, a�'ieer of the Surety Coxn.pany, tYiexe znust be 4n tila a c�rti�x.ed extra.�t frotn the b�'-�.atn�s show��g that thss persor� has autlao�ity ta sign suc� oioligatiol�. If �urety's physi�al addr�ss is differeizt f'sozn i�,s z�ailing address, both xaxust b� prn�r�ded. '�he date of �he bo:nd ehall not he �rivr to the date the Cnni�ack is awarded. CI'fX OF PQ�t.T V47'OR3'T-I STANBART) COIVSTxi.CJC'Li�N SPE�i�ICATION DQCUME1dT8 Revised 7u[y 1, 2QI l Water & 5att'stazy Sewer lteplgcement ConG�snt20l8 (YJSM AR) City Projcct No, lfl 1 G88 ����� �� ���� � �irecflnqufrles/Claims to: THE HARTFORD 80Np, T-12 One Hartford P[aza HarEford, Cannect[cut U6i55 Band.Clalmsr7thehartFord.com ca!!: 888-266-3488 orfax: 860-767-5835 KKdW ALL PERSONS BY'CHESE PRESENT5 THAT: Agency Name: INSURTC��, INS MA�+7}iGEMENT NETWORIC Agency Code: 46-510067 � - - � 0 HarE€ord Fire insurance Company, a corporation duly orgaaized under the laws oPthe 5tate of Connecticut 0 Nartfard Casua[ty Insurance Company, a corporation duly organized under t�►e laws ofthe State of Indiana � Hartford Aecide.nt and I ndernnity Company, a cotporatson duly organized u6der tEte larvs of the State of Conriecticut � FiartFord Underwriters lrtsurartce Company, a corporation duly organized �tnder tl�e laws of the State of Connecticut � iwin City Fire Insurance Comp�ny, a corporation duly organized under the Iaws af the State af Indiana � Harfford lnsurarice Company of Iliinois, a corporatiore duly organized under the laws afthe State of Illinois � Hartford l[tsurance Company of the Midwest, a co�poration duly organized under the Iaws ofthe 5tate of Indiana � Hartford [nsurance Cnmpany of the Sauiheast, a cozpaxation duly organized under the laws of the State of Florida having thefr harne oftice in Harkford, Connecflcut, (hereinafter copectively referred io as the "Companies") do hereby make, consfitute and appoint, up to the amount of i3nlimited : J'IM SARR, ROGER REDDEN, RHONDA WELLS, RII�S�LL BO,ARI7 of A1tLTNGTdN, Texas their true and lawfuf Attomey(s)-in-�act, each fn their separate capaciEy lf more than one is �amed above, ta sign ifs name as surety(ies) only as delin�ated above by �, and to execute, sea[ and acicnowledge any and afl bands, undertakings, con#racts and other written lnstr�ments in fhe nature thereof, on behalf of the Companies in their business af guarenteeing the fidelity of persons, guaranteeing the perFormance af cantracts and executi�g or guaranteeing bonds and under#a[cings requlred or permikted In any acf€ans or proceedings allowed by law. In Witness Whareof, and as authorized �y a Resolutlon af the Baard of �irectors oF the Companies an May 6, 2�15 fhe Companies have caused these presents to be sfgned by its Senior Vice President and ifs corporate seals to be hereto affixed, dufy a�tested by its Assistant Secretary. Further, pursuan# tn Resolutian of the Board of Directors af the Companles, ihe Companies hereby unambig�ously afifirm that they are and will be 6ound by any mechanical[y applied signatures applied to this Power af Attorney. +W ,6 � �� tit �.s�, � r w""' "+e,.� ,�tt , � `'* }� y; ��'' ��'" . a�►� � � :��aeuilUr i� i s �4�N ?' `�= }� vt°VO��:' � � �� ' i? �� '� w;y*+4dA'M1 � � taMfA%� ��'.�'s 19T9 �£ i:s SD7�:C� z rw y��$� -,� �' �'P y� ..'��} �`���'a..���� '��j,�.�� �y�, T9i9 * + �r.e.r:.lA �� ����1'�°'t�► • �'a. h�e�m � �iuu�` �'ti:... Jahn Gray, Assisfant Secretary STATE OF CONNEC7'ICUT COUMTY OF HAR7FORB � ��, Hartford � M. Rass Fisher, Senfar Vice President On this 5th day af January, 20� 8, hefare ma persanaUy came N1. Rnss Fisher, to me known, who being by rt�e duly swafn, did depose and say: t�at he resides in the Caunfy o� Hartfard, State of Connectiaut; that he is the 5enior Vice President af #�e C4mpanies, ti�e corporafians described in and which executed the abflve instrumen#; khat he knows the seals of the said carporations; that the seals affixed to the said instrument ars such corporate seals; that thay were so a�xed by aufhority nf the Boards of directors o# sa[d corporations and that he signed hfs name thereto by iike authorfty. �T �qF, � �� �`��'� },�`�`�.�a . ,�� *- - KaFlileen T. Maynard � - tQotary Public CEFtT[FICATE MY Cammiasion �cgires 7u1y 31, 20�1 l, the undersigned, Asslstant Vice President of the Companies, n0 HEREBY G�RTIFY khat #he above and foregoing �S a true and correct copy of the Pawver of Aktarney executed by said Campanies, whlch Is still [n full force eiFective as of �� Signed and sealed at the City of Hartford. � � �� ,�� � , x},^ c �s ;+f i r"""ax, ,,�{ � . a�� � 9"'� f��fMl� � a �0� 5� �,y�� �"r��' � � 'n� a-_e� ?.:t r � � .',�� � ., *(��hff6��l� o sy1� � � t1 8i4 �` ;+�y.� f070 Fa .3 79T9 { �� ... � � •....� : "\!-�� +�a y.� � * ! �`T,'• �Y� 1yp��`��4 t �� i41�9 ��1`' ^��40 �� Kevm Heckman, Assistant Vee Pr�sldent POAl0i8 N�n�o�-ra�-r �oYie� To obtain infarmation or make a complaint: Yau may contact your Agent. Yau may call The Hartford's Consumer Affairs toll-free telephone number for information ar to make a comp[aint a�: 1a�00d451 e6�44 You may contact the Texas Department of Insurance t� abtain infarmatian on companie5, covera�,es, ri�h�s, or complaints a�: 1-800��52-3439 You may write the Texas Department of knsurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: {512) 49Q-1007 Web: w�vw. tdi. texas.�� E-mai L• Consumer�rr�t�rtr`an@rdi. texas. �av ���MIUM OR CLAIM DISPUTES: Should yau have a dispute concerning your premium or abo�at a claim, you shauld contac� t,he (agent) (company) {a�ent or the company} firs�. If the dispute is nat resolved, yvu may contact the Texas Department of Insurance. ATTACb ib15 PIOTIC� �'0 YDU� ��LIGY: This natice is for informatian on[y and does not become a part or cor�dition of the attached dacument. ./TX4275-1 �7QfiE 1�-] rnvr��r�� �n�:x ��S���T�1 i� Pngc i nf Z THE STATE OF 'I'��,A,S COUN�Y Q�' TARRAN7' SECT�ON 0�1 G� i� PA'YMEN'I' �Qh�D §§ T�,7,Y1I,d b�7+ C+T 1777��+�1 �v 1'k111#~Y7 �f•�,TLi J1� .4 ��':111 ��l'L'^�Y'i;� i 43: § That we, Gra-Tex Utilities, Inc. i�*,m y� hiI � "Principal'° harein, ��d I-lartfard F:�� In�ut�nce �om���!�y �, a Gorporate surety+ (suret��), �ul;� ���th,�r«e€i to d� i�usiii�r� in �he 5[�te af '1'oxas, kndwn as °��urety" herein (wh�thez ane �� moj-�), ��rc hYlc� �ttd firmiy ba��{.� u6to ihe City af F�rt �Wa�th, �� rnlinicipal coxi�orat�icrn ���ArPd pursuant 1,� t�:� ]aws of ��e 3l�tp ai'Tc:xas, kn^.Wn aa "Cil�r„ ite�:in, F�v� ��itl�nn 1-h�Le �iundrpd �Ig�tty �o�r E��I�t Htii .dr�d Fif!'��n II[i tl�� pP,irdl ��.lu Q� �rd 2oi'iG�____,�..�....__ ----------------------__.. �o115i� �� 5.3��,a15.zo__��__------�, la�:�:! rrrc��iey «�` kh� i3r�itcd �t��, ta be paid in i�ort �1a�:tf�, Tii#rhni C4i�At�. T�x��?, �or th� pA;�ntent t�f �vh:r� ���•o wc31 and tru�y �� rr�a��, �ve hit�d ourr��lve�, OUI' �"181F3} C3C8CLZtQC�f 3�7T1]:"18iI[3�45$a @11CC��39{1rS flild �3851�175� �OSTY��jI a�lZd S�V4E`�� ��� �1�'r11�� �SjP �+r.c� presents: WHE�AS, ��`nt,�:;nJ has entere€� �r�to � ccrinin �■,�::tt�� C:r��i�cact v�i�]t Cit�, a��aarded �c 2� ay af April ,�{] ��, w!�ir� �:ontrt��t is hoa'o�}� �eferred t� �.n1 nnade a part hereo� f�x all puipases t3s if` �'f111y set �'a: th 1��-efn, t� 1�.a-�i�h al� rnaterials, e�ui�sment, , labar a�.d nlhet accessories as deiiued b� �w, ii� �1�� prcrsecuk�:�n A3� t� i�'�arL as �};�vi�€ed ��nr �n sazd Contract and desigt�ated as Water �i, S�.nitary �W;�:tir It�p�acensent, Co�t��c� 7U 1���"!S[�4-Itr�j, City Projeet Na. 101688 1�T0'V�', THER�FO�.iT�, THE COl�il�l"C�C]'lwl D� 3H�� ��il.�iGl1'I'�ON is s�ct� i�at if Principal sha11 pay aJ1 z�onies owing ta any (ancJ ai�} payrrietit �;�nd h�:t���ci���r (aa dRfne� in Chapter 225� of tk�.e Te:cas Govert�trlent Code, as ur�i�:tdocl� �t� th�- prc�Rc�ukR��e of the Wor�€ a.u�der the CQntrxct, then this obl'zg�tian shali he and be�otne r.k�i� �rd vc�i�l; athwn�i,�e to remsiri in #ul! force an.d affeat, This bond ia rnade and exec�tted in c�mpltaz�ce with [he provf����� �; �h�p�er ��53 �f tl�a Texas Go�vernment Code, as amended, and �E li���3�riPti o*.� t�e;s bnnd f;hrall b� d�� :m.i.�ed it� acoordaslce with the pravisions aisaid siatute. C1TY OT FQI�T WORTH 1Vxlrr !! 5uilifaiy Sr,•M�t i[c�,}sxrirhl 5TAI+TDAI�D CONSTTtC1CTTDNf 53'F.CIFICATTOIY DOCUMIlNTS C4nt�s; 2(� G 6(Vl�:.�-Mj Iteviso�i ]uly [, 2411 C:::y Fro]o:l k�u 1 A C irRP OD 61 l4 - 2 PA'YNIENTBpi�1D 46BCS k'age 2 of 2 IN V4'�'�N��S W��CR�UF, t�e �'xi�cxpal at�d Sn;r�ty hav� each �ZGS�L�I] and �EAL�7 this insttument by duly authorized agents an.d �f�icers on this the 4t� day of May , �d 22 �'RiNCI?�.AL: Gra-Tex Utilities, Inc. A,`.�`Z'BST: ' BY: � , 5ignatuz'e 5heldon Rosenbaum, Vice President (PruYcipal} �ecrel:ary ' '�� �� .�' � . � Witne�s as to ' �ipal "`/ � ` ATTEST: (Su�ety) Secr�ta�.y �//' Witness as o Sureiy Nam� and Title ,���re�s: p.a. �ox 7oa Arlin ton, Texas 76004 S'[7RE'I'�,': Hartford Fire I $I'': / , , :e Company Jim Barr, Attorney-fn-Facf Idam� and Title Address: 74fl Highlander Boulevard, Suite 340 Arli gton, Texas 76004 Tel.e�k�o�ae Nuc�a.ber: 817-264-'I 101 Note: I� sigrled l�y an o�'fic�x a� the Surely, il�ere rx�usti be an �'ile a cerfi��d extract from the bylaws showin� t�ia� �his person laas au�hority w si�n. sucl� obliga.tion. If Surety's physieai addresa is difterent fnoxza its maili�g s.ciidrass, batih �nust be pro�ded. 'I'h;e date a�'t�1e band shail nol be p�iar to the date �he Ca�.�racE is awarded. EN� aF �EC'1'ION' CtFX dk� FOkt'�"VVORTH Water & 5attita3ry SewerReplacetneui S'I'+�itl17A,RI7 GOI�TSTi�UC7TOlV SP�CTI#iCA'i'TON DQG'[7M�5 ConfracE 2Q18 (W5M-14ij Rcviscd 7uky I, 2n1 k City ProjeaC No. 141fi88 ����� �� ���� �� Direcf lnquiries/Claims #a: TH� HARTFOR� BOND, T-'i2 One Hartforci Plaza Harfford, Cpnnecticut 06155 Bond.Claimsfalihehartford.com ca!!, 888-266-3488 orfax: 8fi�-T57-5835 KNOW ALL PER50HS BY TiiESE FR�5ENT'S THAT: Agency Hame: INSURiCA ZNS MANAGEMENT NETWORK Agenc Cade: �46-510Q69 � X� Hartford Fire lnsu.rance Company, a eorporafion duiy organized under the laws of tha State ofConneaticut � Hartford Casuaffy Insurance Company, a carporation duly organized under the laws o£ti�e State ofFndiana Q H�rtfard Accid�nt and Indemnity Company, a corporation duly orgaaizedunder tha laws ofthe State ofConnecticut � HartFord UnderwrTters 1Rsurance Comgany, a corporation duly organized under the faws of the State of Cannecticuk � Twin C�fy �ire insttr�nce Com[�a�ty, a ca�roration d�ly organized under the laws of the State ofIndiana 0 Hart#ord [nsurance Campany of f][inais, a corpotation &uly organized under the laws ofthe 5tate of Illinois � HarEford ]nsurance Company of the Mid�vest, acorporation duly organizedur�derthelaws ofthe State of Tndiaas 0 Hartford lnsurance Company of the 5outheast, a corporation duly organized under the laws of ttie State ofFlflrida having iheir hame office in Hartford, Connecticut, (herei�after co!lectively referred to as the "Campanies") do hereby make, constif�te and appolnt, up to fhe amount of i7nlimited : J�N1 E,ARR., ROGER 17EDF}EN, R�TOATDA WELLS, RUSSET,T, BOARb of ARL�NGTOi�T, Texas their irue and lawful Attorney(s)-in-Fact, each ir� #heir separate capac9ty if more than one is named above, to sign its name as surety(iesj only as delineated abave by �, and to execute, sea! and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nafure tfiereof, on behaff of #E�e Companies in fheir business of guaranteeing the fidelity of persons, guaranteeing tf�e performa�ce of contracts and exacuting or gua�ankaeing bonds and undertakings required or permiEted in any actfons ar proceedings allowed by law. In Wftness Whereof, and as authorized by a Ftesolufion of the Basrd of Dtrectars of the Companies on May 6, 2a15 the Campanies ha�a caused these presents to �e signed by its Senior Vice Pres9dent and its c4rparate seals ta be hereto affixed, duly attested by its Assistant Secretary. F'�rther, pursuant to Resolution of the Baard of Directors af the Companies, the Gomparties hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Pawer af Attamey. u<. � f�W � �t �*ti't r��� t a,y �"`�'���,, � � f r� �' p,��`ti�� o �y ' � ������.iau�sry■ a �0� � �Y � �Jaryta�+«.,�+�+- �iM i' 3" � a s.� � t L91t7 � . �� *-=1F' R i h ,r��p ... f�r4nttiv��f � s►�ra�F �t079� ��ay la7R F�2 9 r�� . *{" * ..r � � �'�'�'�'�.....•iy ��►_�� �47 t � #�� ��_ " naoiRo' �ytp"�`xs�� • �ni htryv � ���W �W � Jnhn Gray, Rssistant Secretary � M. Rass Fisher, Senior 11ice Presidenk STAT� OFCbNNECFICUT � �. Harfford COUNTY AF kiAI�TFORD On #h[s 5th day of January, 2018, before me personally came RII. Ross �isher, to me known, who being 6y me du[y swarr�, did d�pose and say: that he resides in the Counfy of Hartford, State af Connecticut; that he is the Senior Vice Presidenf of tf�e Companies, khe corporations descriped in and which executed the abo�e instrumant; that he [cnows the seals Qf the said corporations t�at the seals afFuced to the said instrument are such corporate seals, that ihey were so affixed by authority of the Boards of Directars af said carporatlons and that he signed his name thereto by like authority. - � H7.Syq� . �� f�ra�r� '���..P��,�.�' �Z�-,�..a,�-d. ; � � Katiilecn T. l�ilaynerd - Notary Pu6lic CF.FiTIFfGRTE My Cammission Expires 7uiy 31, 2021 I, the undersigned, Assistant Vice Presfdent of the Companies, p0 NER�BY CERTIFY #hat the abo�e and foregoing Es a true and correct Copy of ihe Power of Aftorney executed hy said Corr�panies, which is sti{I in full force effectfve as of ��(,,� „/ L��� Signed and sea�ed at the City of Hartford. �'`" ��" �1f 4trs � � "� ''',,,rrr��� ...T� 0�0�i f • % ""''.rrr '4 K�k'4 �r� R� • a �r �$ o {.iasTu:'� � b��9� sy'3a�� � � � }� � ,+:a�°°+ � ,� �, � � � ;,�+Onnfscrs o I�rl6n� °'s tsi4 e ��.\sa�4� '�� � T i9 � .� q �.�'�� � , ,l+w � � ��. 9 » t ��qti •+�^�ar�'� �;!'p"�"y,�►�t • �M��+ui4�� `f,4��� '�_o �:: ir. �. l� v . Kev�n Heckman, AssistantVice President P�A 3� IB IMPOItTAAIi NOiIC� To obtain information or make a complaint: Yau may contact your Agent. Yo� may call The Har�ford's Consumer Affairs toll-free �elephone number for information or to make a cpmplaint at: 1-�00-451-6944 You may contact �he Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1 �800�2�2�3439 You may write the Texas Department of Insuranee: P.O. Box � 49104 Austin, TX 78714-9104 F�x: (512) 490-1Q07 Web: www. tdi. texas. �av E-mail: Cansumerpro�e�tran@tdi. texas. �c�v PR�MIUM OR C�Al1�A DISPUi�S: Should you have a dispute concernin� yflur premium or about a elaim, you should c�ntact the {agent) (company) (a�ent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. A��'ACH �HIS i�O�IC� i0 YOUI� PO�ICY: This notiGe is for information only and does nat become a part or condition of the attached document. ./rx4z�5-i UUo� ��-� iulAjN�TE�]Aiyrg l3(]�iP �i��G��T�� +�� f`kgr. � n'�'} c�+.r�Tin� �y0 �i X9 ��1.IlriTE�t1NC� �DI�3} THE STATE Or T�XAS COiINTY OF TARRANT § § Ic�1���V AQ,� ��'�'��J�r �����,�?z'�: § That we Gra Tex Ut�lities, �c:_ ,�C�iown �s "�rincipa�" herein at�d Hart�ord �ir� �n�;sr�ce Com]�Y ,����or�;w ���^� (su.re�ies, i�n�ors tha�x ane) duly authorized �a t!o l�„Q,n��s �r� �h� ��� n{'`f'e�;�;, kn�wn �s `°Sureiy„ herein (whether one ar mare}, ara Iw�lc� a,^d frmF.y bovn� u�t�o th� C��y cr� ��rt V�fs�rth, a muniaipal corpoz'ation cxeatad pursa�.t to t�xe 1a�*�s of ��� g+.ar� af l�xast lrnow'n a, •.ti s#�" l�ere��, Rive M�llioa ?'hree Hundred Sighty l�oui 'E'1:R�ry��::�1 1-;�'ht El�n,i� cd lIi �`le SiXTSl O� ���teev and 20/100 ����3TS ($ s,3�4,s�5 a��c� 20��00..�._._.__— }. lawful rx�o�zey az th� U�siF�� S�ot�, tn be �id `ox� ].{r;;? V4fcrr�}t� Tarrant County, Te�as, fcix paynne�lt of whxch �+;rn rrell ��cE kruly b V m;�e us��� t�L ��ty E:::d its s�:._rc���or�, ws�eb���drn�r�ive�, atu l�eir�, ex�c��tors, r�drninistraxar�, s��ce�;..�s ar�� a�s:gn�, j��nti�r ��:>P�eraily, firtniy by ±h��P �r�senis. �'��I�:rt�+.��, �h� k"rir�i�al h�:s enlere.l i�t� � �e:-�ai� �.:itFen ccritr�c: witY� 1��� �il� a�x+::de� the �bth �µy cr�_�PriI , ?� �� , v�+hich C'or�ti��:� ;s h�r�F,y refe�red c� an� � ti�ade part t�eretxt for s�1 �urpoqes ae �.f �tMjl�+ �V# furth ite��n, to 'rurai�h r�1t n�zafieri.a].s, anuipmentlabor �d or�,Pr�r_.�essat-ies ae de.'�iite�l ��+ la�*�, in ih� prr�ae�Y��iio� o�'i9�� Work, including «t!.y ti�Ue:R :�u�r�r�� .Fr�itn ��;�ig' u'.::�ia.i��� C�r�r�p� (�rc�.�* (co�iect�vely i�etai�i, the "WQrk") �s pravidad #-o.• iii s.�id conkr::�;:: ;xr�� rl�.�i,�nated �s V�Jsl�r ���nitary ��:wtir Replacemer�t, Contract 2b1� (i�V�1�YIV�), �i�y Frr����� �ca. 1{1! ��8; an� �WHE12]LAS, P'r;nr_.;pal bznds ItP1�r� G� ��e su�h matcrYa�s t�nc� 4n sn cc�tstr��t llic VJ�r� in ac�nrdance +uith �h�plat�s, s�eci�1GaLior�s �nd Co�!�'!'�ct l�a�..^�3rnC43�3 !�1&t the 1x,�ar1� is ar�d ��Jl! remain free �'tnm �ia%ct�s an ,�a�er�al� ar �yarkmanshig in:• anci durrn�; t�ir ��l�d of ��� (�} ����+�g a�t�r the date afFznal Acceptait��; aF [h� i�V�:'k bj� �.hP �'i:�� �"�air.*�n�nr� P�ri�xi'�; and WHERr�AS, Pri�cxpal s.�;.^.:l:t i:�:'ti�'�� r�pa�r �r rec�ns#r�ck �he 1�tfor?c ft� vv�t�le ur irt pait upan receiving ttotice from fhc �i�;r at tn� nP��± r�erP�rs� ;!: �tty tisa�� {:�?r�i+� iho Mr�lntan�w��:� �eriod, C1TY OF FpItT WOkTH Wei�s � �Bn�tn.�jr SAWC� RRj�lncooun� STANI7ARD CONSTFZUC7'IQN SPECIF[CATCQN �:iDClY1v11�1+1Tg i'cr.:rY,^.t :.N f a i,4;F'SM-h+[) Itevlscd7ulyt,2U11 �:i�yi�rujk;c��'Yu 1��66� 0o si �9 - � ��6BCSIT9175 MAIN'�'H�TrLNC� B�I�i] Page 2 oF3 NO'VV' T�EREr�I�, the condit�on of this obligation �s such tb.at zf Pxim.ci,�aal shell renaedy any defea�ive Warlr, fox wkueh timaly notiae was pro�vided b� City, to a cqm.pletion satisfactary ta the G`�ty, then �is obligaY�on skxal� becatne �u11 an.d �aid; othez�vfse to r��nain in ful� foxes attd effect. PRO''V'XDEA, �iOW�VL�%, if �'.ri�nci�al shall F�iI so �o rapaix or recanst�ruct any tim,e�y noti.csd defec�ive Wflxl�, it xs �.�re.�d that the City ma� cause a�y s.n.d a11 such defectzv� Worie to be repaixe,d andlar �-eco�tstruated w�th a11 assvGzat�d casts thereoi�eing boxt�e b� tb.� �'rinci�al and the Surety uader this Mair�teXaazace boz�c�; and PRO'ViDED �'XT1tTHER, that if s,�.y legal action be �i�ed an this Band, venue �hal1 lie in T�rrant Cour�ty, 'X'exas or the Un�itied States District Cot�rt far f31e Nortl�e�ta District a� T�sas, Fort Worth Div4si�n; and PRDV�IIED T�[7ltTHER, tk�at thia obl�gat�on shall be canfiax�unus in na�e a�,d successi�re reco�erie� z�aay be �a.d h�r�on �'ax sucaessive bxea�fnea. C1TY OF FQRT'W(]1��'EI Water & 5apitgry Sewer ltept¢cemenE STA1I�A.IiD CE�NSTR[7CTlON SPECIPCCA`tlaN DQCUMENTS Contract 2018 (WS�f M) $evised 3uly l, 201 l Ciry 1'eaject �!'o. 1 DS 688 fla�l ��-� 46BCSIT4176 IVFAIiV'F�NAI+ICB SONl7 Page.3 of 3 IN WiTNL+`�S ''PU'T�R�[)F, �tae S'ri�cipa.l anrl the ,�urety have each SxGNED aa�d �EALEll tb.is instrument by ci�y authAxi��d agents and officets on ihis the �4�h _ day �� May � �p 22 PRINCll'AL: Gra-Tex UtiTities, Inc. �Y; � , �ignat�.r� ATT'B�T: (�r�inczpal) Secxetaty f , •� ��.�.�` �� - ,,. �rx,����s � � r�ri��p� � — � �: � L. � A'�'T�ST: Sheldon Rosenbaum, Vice President Ns�ne and Tifl� Address: P•O. Box 700 Arlin�tnn, Texas 76004 SCJ�TY: Hartford Pire Ins�r ce Com an $�'': �/�'' � Jim Barr, Attorney-In-Fact Name and'�itle Address: ��Q Highlander Boulevard, Suite 340 (SL�rety} S retaiy ington, exas 75 04 � %/�" s 'UVYtnessasta reiy Telephat�eNumbex: �17-261-L1aI *Naie: If si�xed by an o�ic�r of the Surety Can�aany, there must be on fil� a certi�ied� exiract f'r�nn �xe by Iar�va showing tl�at t.�is pe�rsan h�s �utharity to sign such obliga�ian, �f Surety°s physical address rs differrent fxozr� iis �anailing addrass, hatk� ttzust be provided. �'he date o�' ihe bond �k�s�� nnt be pxinz to khe dat� �e Cantrac� zs awarded. � CYT'�' i7F �Ok7" WQR'�I3 STAi�Ii)ARD CONSTRUL"i'C0� S�'�CII7ZGATaQiV DOCUMENTS Revised,Tuly 3, 2U t i Water & SaaiSary Se;ver Raplaccment Contraot 2018 (VJSM M) Cily Pxojecl N'a. 141G88 �� 11 V �� �� ����.11.`4_l �1 �� Direc#inguiries/Claims to: THE HARTFORd saNp, T-7 z One Har[ford Plaza Hartford, Connecticut 06155 Bond.CEaims Ehef�artford com ca!!.� 888-266�488 or fax: 860�757-5835 KhIOW ALL PERSONS BY 7HE5E PRESEKTS TNATt Agency Name: INSI]S�TCA INS f+rtANA,GEMENT NETWORK AqencyCocfe: �5-510067 � Q Harkford Fir� Insurance Company, a carporahon duly organized under the laws ofthe State of Connechicut Q Wariford Gasualty Insuranee Com�any, a corporation duly o�gan�zed under the laws ofthe State of Tndiana Q Har[ford Aecident and lndeinnity Company, a corparatsan dujy organized under the laws ofthe State of Cannecticut � F[artFord Underwriters in5urance Company, a corpnratinn duly arganized under the laws ofthe State of Connecticut �'iwin City F'ire Insuranee Company, a co�rporation duly organized undar the laws of the State of indiana Q Hartford Insurance Company of Illinais, a corpo�atian duly oxganixedunder the laws ofthe State oFIllinois � liattford ]nsuranee Cornp�ny ai the Midwest, a co�oxatipe duly organized under the laws of the State of Indiana [� Hartfard Ensurance Company of the Southeask, a cozporariae duIy organized under the laws affhe 3tate of Elorida having their home office in Hartford, Connecticut, (hereinafter callectl�ely referred to as fhe "Companies") do hereby make, constiiute and appoint, up !o the amount of LFn].i.mited : JIM BARR� ROG`T�+'R REDDENr RHdNDA WF�TaiaS'r RU$5L+`LL $OARD of A�I�TGTON, Texas their true and lawful Attorney(s)-in-Fact, each In their separate capacity [f more than one is named above, to sign its name as surefy�ies) anly as delineated a�ove by �, and to execute, seal and acknowledge any and all �onds, undertakings, contracts and other written fnstruments in the �ature thereof, on behalf of khe CQmpanies in their business of guaranteeing ihe fideEity of persons, guararateeing the perFormance of eontracfs and execut[ng or guaranteeing bands and undertaktngs requlred or permitted in any actinns or proceed�ngs allawed by law. in V1litness Whereof, and as authorized hy a Resolution af the Bnard of Directors of the Companies on May 6, 2015 the Companies ha�e caused these presents to be signed by its Senior Vice Presidant and its carparate seals to be hereta af�xed, duly atkested �y its Assistant 5ecrefary. Furkher, pursuant to Reso�ution of the Board of Direciors af the Gompanies, the Companies hereby unam5iguously affirm titat they are and will be bound by any mechanically applied signatures app�ied to this Pawer otAttorney. p�e�y ptrs, � w��,,. �� ��'IYIfjG Syt t 471.4 -,,,•r.ri �,.�i� .�� �+�•' R� i.i.@�� �"o ��t��l667Y � e' b0�?° sf� c_�g�l�" 4'�'a r�'m'� '��' ,R�� • :? +��`nuni�f� � �����F �%.��ti��E �i zo7o � - ��ay, �474 .aF� - e� . .. �#� y , •. M h � �T� � * ♦ �u :_ :� a►r�.�v iI'p •*��.�� � n� h�i�oi5' ���+�� ,. i+��. John Gray, Assistant Secretary S7A7E OF CONHECTlCU7 GOUNiY OF H,4RTFORD � �S, Hartford � M. Ross Fisher, Senior Vice President On th[s 5th day of .lanuary, 2Q18, beior� me personaliy came M. Ross Fisher, to me knawn, who beEng by me duiy swom, did depQse and say: that he res9des in the County of Hartfard, State of Connecticut; that he is the 5eniar Vice President of the Companies, the corporafians described in and which executed the abave Enstrument; tl�at he knows the seals of the said corporations; that the seals affixed to the said 9nstrument are such corporate seals; that they were so affi�€ed by aufhority of the Boards of Directars of said corporations and that he signed h[s name thereta by like autF�ority. . i=�.µ11��� , F/ �' 'Kr�c���-� �l ia�ra..�.c� . +R�,�' K iCathleen T. Maynard � Aiotary Pubfic CER7IFICATE ivly Cammission Expires July 31, 2021 I, the undersEgned, Pssistant Vtce Presfdent of the Companies, Da HEREeIf CERTIFY that the above and foregoing fs a true and correct eopy of the Power of Attorney executed 6y sald CornpanEes, which is stiEl in full foroe effectf�e as af 5igned and s.ea3ed at the Ciiy af Hart�ord. ��� �� ���� �itez � e► � �4 `�+�..�.."•df �-w� L �,p�� o/�.a��ria.r �'�: bG��9 9' '�� �:r,s�pr rap.a,�� � f,eogaeui eoti ��s,s+� � i96T ,�., B r i9� • ���R% ''� �� •� i9'f4 $6 �� . s: � + ��f�na�h�v�w � ��ejkXb +��i�1:9i4JJ�° X• ta74 r 4, h ��� %�'. ��J1�' � •uMM�h� ��� y�` �1 �! i�`':':�i�y{' �!`,p'�`�y� r ��hl��ai4 �nu�� � a:.� r � Kev n Hecicman, Ass[stant Vice President eonaoia IMPORiAAli PlQiICI� To obtain information or make a complainfi: You may contact you� Agent. You may call The Hartford's Consumer Affa�rs toll-free telephone number for infarmation or to make a complaint at: 1 ��pU94� 1 �6444 You may contact the Texas Department of l�surance to obta�n informa�ian on companies, cov�rages, rights, or complaints at: 1-�00���2�3439 You may write the Texas Department af Insurance: P.O. Box 1 �49104 Austin, TX 78714-9104 Fax: {512) 490-1007 Web: www. tdi. texas.�ov E-mai L .ConsumerPro_t_ectiv�r@tdi. texcts. s�av P��N�IUM OR C�AIM DISPUT�S: Should yau have a dispute concernin� your premium ar about a claim, you should cantact the (agent) {company) (agent or the company) first. If ihe dis�ute is not resolved, you may co�tact the Texas Department of Insurance. ATi'ACF� �HCS WO�IC� �O YOIJ� PO�I�Y: This notice is for infarmation only and does not b�come a; part or canditian of the attached dacument. ./TX4275-1 006125-1 SECTION 00 6125 CER'TIFICATE OF INSURAI�TCE END OF SECTION C1TY OF FORT WORT$ STANDARD CONSTRUCTIdIV SPECIFICATION DOCiIM�NTS Renised 7uly 1, 2Q11 CEATIfiTCATE OF INSiTRA1VCE Page 1 of 1 Water & Sanitary Sewer ReplacamEnt GontcacC 20I8 (WSM-M} City Project No. ]0168$ �'T�TI�ARI� G�I��L ��1liI�I'TI�1�TS �F'IfI3E �011T�'I'RU�']C��l\T C�l�T1dACT CITYQF FORT WORTH STANDARDC01�lSTRUCTiO�I SPBClFICATIDN DOCIJMENTS Re�ision: 87312D21 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF COI�TEl�T� Pa�e Article 1— Defuutions and Terzninology ..........................................................................................................1 1.01 Defined Tern�s ............................................................................................................................... l 1.02 Terminology ...................................................................................................................................6 Article2— Preliminaty Matters ......................................................................................................................... 7 2.Q1 Copies ofDocuznents ..................................................................................................�.................7 2.02 Com�.eancement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work ..........................................................................................................................8 2.04 Before Startu�g Constructian ........................................................................................................ 8 2.05 Preconstruetion Conference .......................................................................................................... S 2.Q6 Public Meetmg .........................................:....................................................................................8 2_Q7 Initial Acceptance of Scheduies ....................................................................................................8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................8 3.01 Intent .......................... ... � •--• ............................................................................................. , .............. 8 3.02 Reference Standards .............................................................�......................,.................................9 3.03 Reporting andResolvulg Discrepancies ...................................�...................................................9 3.04 Amanding and Sup�lementing Contract Dacurnents ............................. ....................................10 3.05 Reuse of Documents --�--• .............................................................................................................10 3.06 Electronie Data ............................................................................................................................11 Artiele 4— Avarlability of Lands; Subsurface and Physical Conditians; Ha�ardous Environmenta.l Canditions; Reference Points ................................�...,..........................................................,........... ll 4.01 Availability af Lands .................................................................................................................. I1 4.02 Subsurface and Physical Condi�ions ................�......................................................._.................12 4.D3 Differing Subsurface or Physical Conditions ... .................................................-----....................12 4.Q4 Undergzat�nd Facilities .................................................................................---............................13 4.05 Refexez►ce Points .................................�.....................................................,.._..............................14 4.Q6 Hazaxdous En�ironmental Conc�ition at Site ..............................................................................14 Artzcle 5— Bozxds and Insurance .....................................................................................................................16 S.qI Licensed 5ureties andInsurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds ....................................................................... 16 S.a3 Certif`�cates of Insurance .............................................................................................................1G 5.04 Contractor's Insurance ................................................................................................................18 �.QS Acceptance ofBonds and Insurance; Optian to Replace ...........................................................19 Article 6 — Contractor's Responsr�ilities ........................................................................................................19 6.01 Supervision and Supexinten�ience ...............................................................................................19 CTfYDF FQRT WQR'['Ii STANDARUCONSTRUCTION SPECIF[CAT]ON DQCUMENT'S ltevision: 8�7_32Q2] 6.02 6.03 5. (}� 6.05 6.06 6.07 6.0$ 6A9 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 b, l S 6.19 6.20 b.21 6.22 6.23 6.24 Labor; Working Haurs ................................................................................................................20 Services, Materials, and Equipment ...........................................................................................20 ProjectSchedula ..........................................................................................................................21 Substitutes and "Or-Equals" .......................................................................................................21 Conceming Suhcontractors, Suppliers, and Others .................................... ................................ 2 WageRates .................................................................................................................................. 25 PatentF'eesandRoyalties ...........................................................................................................26 Perrnitsand Uti�ities ....................................................................................................................27 La�vs and Regulatians ............... ............................................... ................................................... 27 Taxes...........................................................................................................................................2$ Use of Site and Other Areas .......................................................................................................28 RecordDacwnents ........................................................................................... . .......................... 29 Safetyar�d Pratection .................................................................................................................. 29 SafetyRepresentative ........ ..........................................................................................................3Q HazardCommunication. Progams ......................................................,--•--.................................30 Emerg�ncies and/or Rectif'ication ...............................................................................................30 Submittals........................................................................................................ ............................ 31 Continuingthe Work ...................................................................................................................32 Consractor's General Warranty and Guarantee ..........................................................................32 Indemnification............... . ................................................................................................... .... .. 33 Delegation of Prafessional Design S�rvices ..............................................................................34 Rightto Audit ..............................................................................................................................34 Nondiscritnination.................................. ..................................................................................... 35 Article7- Other Work attke Site ...............................�--.................................................................................35 7.OI Rela.ted Work at Site ...................................................................................................................35 7.02 Coordination ................................................................................................................................ 36 Articl� 8- City's Responszb�ities ..................................... 36 .............................................................................. 8.01 Corrununications to Contractor....... ............................................................................................36 8.02 Fut�nish Data ............................................................................................ <..................., ............... 35 $.43 1'ay WhenDu� ...................................�-�------...................................................------,--....................36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders ................................................�---�-�--......................................................---�---�--.._.36 8.06 Inspections, Tests, and Approva�s ..............................................................................................36 8.07 Limitaiions on City's Responsibr7ities .......................................................................................37 $.Q8 Undisclas�d Hazardaus Enviranxnental Candition .................................................................... 37 8.09 Coxnplianee with 5afety Pragram ............................. 37 .................................................................. Article 9- Ci�ty's Observation Status Duriu�.g Construction ........................................................................... 37 9.01 City'sProjectManager ............................................................................................................37 9.42 Visits to Srte ................................................................................................................................ 37 9.03 Authorized Variations in Work ..................................................................................................38 9.Q4 Rejectrng Defective Wark ..........................................................................................................38 9.05 DeterminationsforWorkPerformed ..........................................................................................3$ 9.06 Decisions on Requirernents of Contract Docurnents and Acceptability of Work......,. .............38 CITY QF FORT WORTH STt1NpARDCONSTAUC'FIaN SPECiFiCAT10N DOCUMENTS Revision: 81Z3l1Q21 Article 10 - Changes in the Work; Claims; Extra Worl� ................................................................................ 38 1U.01 Authorized Changes in the Work ...............................................................................................38 14.02 Unauthorized Changes in tk�e Work ...........................................................................................39 10.03 Execution af Change Orders .....................................................................--•--�-...........................39 10.04 Extra Wark ..................................................................................................................................39 10.05 Notification ta Surety .......................................................................................�...,..........,...,.......39 10.06 ContractClaims Process .........................................................................�---................................40 Article 11 - Cost of the Work; Allowances; i7nit Price Work; Pla.ns Quantity Measurement ......................41 11.01 Cost of the Wark ......................................................................................................................... 41 1 t.02 Allowances ..................................................................................................................................43 11.03 Unit Price Work ..........................................................................................................................44 11.Q4 Plans Quantity Measuremeni ......................................................................................................45 Article 12 - Change of Contract Prica; Change of Contract Time ................................................................. �46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change ofContractTime ..............................................................................................�---�----�._..47 12.03 DeIays ..........................................................................................................................................47 Article 13 -- Tests and Inspections; Correction, Removal or Acceptance ofDefective Work ...................... A$ 13.01 Notice of Defects ..................•--��---�...................................._........................................................48 13.02 Access ta Work ...........................................................................................................................48 13.03 Tests and Inspections ..................................................................................................................48 13.OA Uncovering Work ........................................................................................................................49 13.Q5 City May 5top the Work .............................................................................................................49 i3.Q6 Correction or Removal of Defective Work ................................................................................SD 13.07 Gorrectian Period ...........................................................................................,.............,,.............50 13.0$ Acceptance ofDefective Work ...................................................................................................51 ].3.Q9 City May Carrect Defective Work .............................................................................................SI Article 14 - Payments to Contractor and Compietian ...............................................•---.................................52 14.01 Schedule of Values ............................................................................•---......................................52 14.02 Progress Payments ...................................................................................................................... 52 14.�3 Contractor's Warrantyof Tit1e ...................................................................................................54 14.04 Partial Utiliza.tion ........................................................................................................................ SS 14.05 Final Inspection ..............................�.....................,,...,................,..............................................,. SS 14.Qb Final Acceptance .........................................................................................................................55 14.07 �'inal Payment ..............................................................................................................................56 14.08 Fi�.l Completion De]ayedandPartaalRetainage Release ........................................................5b 14.09 Waiver of Claitns ........................................................�---�,................................._...._...................57 1Article 15 - Suspension of Work and Tez�mination ........................................................................................57 IS.O1 Ciry May Suspend Wark. ..................................................................................,.............,......,.... 57 15.02 City May Terminate far Cause ................................................................................................... 58 I5.03 City May Tezminate For Con�enience ....................................................................................... b0 Article16 - D�spute Resolution ............................................�-...................................---��---.............................61 l�.Ol Methods and Procedures .............................................................................................................61 CTTY OP FORT Wi�RTH STANDARDCONSTRUCT101� SPEC[FICAT[�N DOCUM�NTS Revision; R232431 Article17 — Miscellaneous ..............................................................................................................................62 17.01 Givin� Notice .............................................................................................................................. 62 17.a2 Computation afTimes ................................................................................................................62 1'7.03 �umulative Rernedies .................................................................................................................62 17.04 Surviva! of Obligations ............................................................................................................... 63 17.05 Head�gs ......................................................................................................................................63 CCTYOF FORT WORTFI STANDARDCa�fSTRUCTION SPGC[FICATION DOCUMENT5 Revisipn: 8�3f�021 ao�2oa-� G�N�RALCON�ITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defzned Te�ms A. Wkaexever u�ed in the�e General Conditions or in other Contract Documents, tlia terms listed bel�w have the m�anings indicatea which are app�icable to both the singular and pharal thereof, and woz-ds denoting gender shall include the masculine, feminine and neUter. Said terms are generally capitalized or written in italics, but not always. When used in a coniaxt c4nsi�tent with the definition of a Iisted-defined term, the term shal� have a mean�ug as defined below whether capitalized ar italicized or otherwise. In additron to terms spec�ca�ly defrned, terms witb �itial capi�al letters in the Contract Docum�nts �clude references to identified articles and paragraphs, and the titles of otk�er documents or forn7s. 1. Addenda Writtenor graphie instruments �ssued prior to t�e npening of Bids which cIarify, correct, ar change tk�e Bic�ding Requirements or t�e proposed Cantract Documents. 2. Agreernent—The wz-itten instrument which i� evidence of t�e agreement between City and Contractar covering the Work. 3. Applicataon far Payment—TI�e form acceptable to City which is ta be used by Coniractor during the course of the Work rn requesting progress or final payments az�d which is to be accampanied by such supporting documentatian as �s required by the Contract Documents. 4. Asbestos—Arry material that contains more than one percent asbestos az�d is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safeiy and Health Admi�istxatian. 5. Award — Authorization by the Cily Coun.cil far tha City to enter into an Agreernent. 6. Bid—"I'he offer or proposal of a Bidder subtnitied on the prescribed form setting forth the prices foz the Work to be performed. 7. Bidder The i�dividual or entity who submits a Bic1 directly ta City. 8. Bidding Dacur,aents T'he Bidding Requirements and the proposed Contract Documents (mciuding all Adc�enda). 9. Bidding Requir�emerats The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable farm, if any, and the Bid Form with any supplements. 10. BusinessDay-- A business day is defined as a da.y that the City conducts normal business, generaIly Manday through Friday, exeept for federal ar state holidays observed by the City, 1 I. Calendat�Day—A dayconsisting of 24 hours measuredfrom znidnight to tl�e next midnight. CI'TY OF FORT WORTH STANDAKDCONSTRUCTION 5N8CIFICATION DOCUMENT5 Revision: 8i13l29'L] oo�zoo-� GENERAL OON�ITiON S Page 2 of 63 12. Change Order A document, which is prepared and approved by the Ciry, whieh is signed by Contractor and City and autliarizes an addition, de�etion, or revision in ihe Work or an adjustrnent in the Contract Frice ar the Contract Time, issued on ar after the Effective Date of the Agreement. 13. City— 'T�e City of Fort Worth, Texas, a home-z-ule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing bocEy through its City Manager, hi� designee, or agents authorized �nder his �behalf, each o� which is reqaired by Charter to perform specific duties with responsibility far final enforcement af the coniracts �nvolving the City of Fort VWarth is by Charier vested ia the City Manager and �s the entity witi� whom Contractor has entered ar�to tki.e Agreement and for whom the Work is to be perfarmed, 14. Ciry Attorney — The offcially appointed City Attorney of tt�e City of Fort Worth, Texas, or his duly authorized representative. 15. Ciry Couracil - The duly elected and qualified governing body of the City of Fart Wortll, Texas. 16, City ManageN — The off�c�ally appainted and authorized City Manager of �the City oi Fort �7orth, Texas, or his duly authorizec� represen�ative. 17. Contraet Clairn—A demand or assertion by City or Contractor seeldng an adjustment of Crnntract Price ar Contract Time, or both, or other relief with respect to the terms of the Contract. A dernand for money or services by a third party is not a Contract C]aim. 18. Contract—The entire and integrated written document between the City and Contractor concarning the Wor�. The Cantract contains the Agreement and all Contract Docurnents and supersedes prior negotiatians, representations, or agr�ements, whether written pr oraL 19. Contract Documents�--Those itetaas so designated in the Agreement. All items listed in the Agreernent are Contract Documents. Appraved Submittals, otiher Contractor submittals, and the reports and drawings af subsurface and physical conditions are not Contract Documents. 20. Contract Price—`�`be moneys payabl� by City to Contractor for campletion of �he Work in accordance with the Contract Documents as stated 'm t�e Agreement (subject to the pravisions of Paragraph l 1.a3 in the case of Unit Pr�ce Work). 21. Contract Tirne The nurnbex of days or the dates stated in the Agreern,ent to: (i) achieve Milestones, if any and (n7 cornplete the Work so that rt is read� for Final Aceeptance. 22. Contractar—The in�ividual ar entity with whozn Ci�ty has entered into the Agreemen�. 23. Cost of the Work�ee Paragraph I 1.U1 of these General Conditions %r defuution CITYQF EORT WORTFI STANDARDCONSTRUCTEON SPLCIFICATIO�i DOCUMENTS Revision: 8123/ZGZ1 aa��oa-i GENERAL COND ITION S Pagc 3 of 63 24. Dc�mrage Claims — A deraand for money or services arising fram tha Project or Site frotn a tivrd party, Gity or Cont�actor exclusiva of a Cantract Claim. 25. Day nr day— A day, unless otherwisa defined, shall mean a Calendar Day. 26. Director of Aviation — The offtciauy appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his c3uIy appointed r�presentatirve, assistant, or agents. 27. Director of Pc�rks at�d Cammunity Services — The of�cially appointed Director of the Parlcs and Carnmunity Services Departrnent af the City o:f Fort Warth, Texas, or his duly appoirited representative, ass�stant, or agents. 28. Director of Planning ar�d �evelopment — The oi�cially appointed Directar of the Planning and Development Department af the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director af Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fart Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of YYaterDepartmEnt -- The af�cially appointed Direcior of the Water Departm�nt of the City of Fort Worth, Texas, or his duly appointed representative, assistant, ar agentis. 31. Drawangs That part of the Cantract Dacuments prepared nr approved by Engineer which graphicaliy sYzows the scope, extent, and eharacter of ihe Work to be performedby Contractor. Subz�nzttals are not Drawings as so defined. 32. Ef, fectiveDate of the Agreerraent—Tl�e date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the da.te an which the Agreement is signed and delivered by the last of the tyva parties to sign and deliver. 33. Engineer The licensed professional engineer or engineerir�g firm registered in the State of Texas performing professional services far the City. 34. Exfra WoNk -- AdditiQnal woxk made necessary by changes or alterations of the Contract Documents or af quantities or ;for other reasons for which na prices are providad 'm the Contraet Documen�s. Extra work shall be part of the Work. 35. Field Order--A written order issued by City which rec�ttires ck�anges in the Work but which daes not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order A1lawances incorporated intn the Contract by funded work type at th� time af award. 36. �'inal Acceptance — The written notice given by the City to the Contractar that the Work spec�ed in the Contract Document� has been completed ta the satisfaction of the City. CTCY�F FOItT WORTH STANDARpCONSi'RUCT]ON SPEG[FICATIDN DpCUM�HTS Revision: 82�,1 007200-1 GENERALCON�ITION 5 Pagc 4 of b3 37. F'inal Inspection -- Inspection canied out t�y the City to verify that the Contractor has cozn�pleted the Work, and each and every part or appurtenance thereof, fiilly, entirely, and in confomaance wit� the Contract Documents. 38. General Requirements Sectians of Division 1 of the Contract Docunaents. 39. Hazardous Environr3zental Conditio�=The presence at tha Site of Asbestos, PCB�, Petrol�utn, Hazardous Waste, Radioactive Material, or other mater�als ici such quantities or circurr�stances that may present a substantial danger to persans or property exposed thereto. 4�. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or mare hazardous characterisiics as defined in the federal waste regulations, as amended fr�m tflne to time. 41. Laws and Regulations Any and all appficab�e laysrs, rules, regulations, ordinances, cades, and orders of any and all governmental bodies, agencies, authorit�es, and caurts having jurisdiciion. 42. Liens�ha.rges, security interests, or encumbrances upon Project funds, real property, ox personal property. 43. Major Iterra— An Item of work inchzded in the Contxact Documents that has a total cost equal to or g�reater than 5% of the original Gontract Priee ar$25,000 �vhichever is �ess. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice af Award The written notice by City �o the Successful Bidder stating that upon timely eornpliance by the Successful Bidder with the conditions precedent iisted therein, City wi11 sign and deliver the Ageement. 46. Notice to Proceed--A written notice gi�en by Cily to Contractor fixing the ciate on which the Gontract Tirr�e will camrnence to run and on which Contractvr shall start to perform the Work specif�ed in Contract Dacuzxaents. 47. PCBs Polychlormated biphenyls. 4$. Petroleum—Pelroleum, including erude oil or any fraction thereof which i� liquid at standard conditions of temperature and pressuz•e (60 degrees Fahrenheit and 14.7 pounds pee square inch absoSute), such as oil, petroleum, fuel oil, ail sludge, ail refuse, gasoline, kerosene, and oil mixed with otk�er non-Hazardous Waste and crude oils. 49. Plans — 5ee defiir�ion of Drawmgs. CIT Y OF FpRT WORTH STAIVDARDCONSTRUCTION SPCC[FICATION DOCllMHNTS itevision: 8�73CLUZ1 00 72 d0 - l GENERAL CONDITION 5 Page S of fi3 50. P�oject Schedule—A schedule, pre�ared and mainta�ned by Contractor, in accardance with ihe General Requirements, dcscrbmg the sequence and duration of the activities coznprising %he Contrac#or's plan to accomplish the Work withiti the Contract Tirne. 51. Project—The Warkto be performed under the eontract Docurnents. 52. Project Munager=Th� autharized repre�entative of the City who will be assigned to the Site. 53. Public Meeting — An annaunced meet�,g conducted by the City to facilitate public participatian and to assist the public in gainirzg an imformed view of the Praject, 54. Radioaclrve Maferial 5ource, special nuelear, ar byproduct material as defined by the Atomic Energy Act of 1954 (4217SC Section 2011 et seq.) as amended from tin:ae to tune. 55. Regular WorkingHo�crs —Hours beginning at 7:00 a.m. anc� cnding at 6:00 p.z�n., Monday thru �'xiday (exclud�ng legal holidays). 56, Samples—Physical examples of materials, equipment, or warkmanshi�p that are repxesentative of some portion af the Work and whieh establish the standards by which such portion of the Work will be judged. 57. 5chedule of Submittals A schedule, prepared and maintained by Contractor, of req�aired submittals andthe time requaements ta support scheduled p�rformance af related construction activities. 58. ,�chedule of Values--A scheduie, prepared and maintained by Coniracfor, allocating pnrtions of the Contract Price �o variaus portian� of the Work and used as the basis for reviewing Contractor's Applicatians far Payment. 59. Site—Lands or areas indicated in the Cantract Documents as being furnished by City upon vvhich the Work is ta be parformed, including rights-ot=way, permits, and easements for ac�ess thereta, and such other lands fiarnished by City which are design.ated for the use af Contractar. b0. Specifications—That part of the Contract Dncuments consistiung of writ�en requirements far materials, equipment, systems, standards and woria�anship as applied to the Work, and cartain aciministrative requirez�ents and pracedural matters appIicable thereto. Specifications may be specifically made a part of the Contract Doeuments by attachment or, if not attached, ma.y be incarporated by reference as indicated in the Tab1e of Contents (Division 00 Od OQ) of each Project. 61. Subcontractor An in�lividual or entity having a direct coniract with Contractar or with any othez- Subcontractor for the performance af a part of the Work at the Site, Cl C"Y OF FORT WORTH STANDAI2DCONSTRUCT[ON SPECIFICATIQN QOCIIMEN'C5 Revision:8l1,3f7A21 ' QD7200-1 GENEF2AL CONDITION S Page b af 53 62. S�brnattals—All drawings, diagrams, illustrations, schedules, and other data or in%rmation which are specif'�cally prepared ar assembled by or for Contractor and subm�itted by Contractor to illustrate some part�on of tk�e Work. 63. Substantiad Cartrpletion — The stage in the progress of the Project when the Work is aufficiently complete in accardance with the Cozz�ract Documents for Fina1 Inspection. 64. Successful Bidder The Bidder submitting the lowest and n�.ost responsive Bid to whom Crty rnalces an Award, 65. Superintendent— The representative oi the Contractor who is available at all times and able to receive instructions fronn the City and tv aci for the Con�ractor. 66. Supple�entary Conditions—That part oi the Contraet Documents which az�nends or supplements these General Conditions. b7. Supplier A manufacturer, fabricator, supplier, clistributar, materialrnan, or venclor having a direct contract with Contractor or with any Subeontractor to furni.�h materials or equipment to be incarporated in Che Work by Con�raetor or 5ubcontractor. 58. UndeNg�ourid Facilities All undergraund pipel'mes, conduits, ducts, cables, waes, manho�es, vaults, tanks, tunnels, or other such iacilities ar attachments, and any encasernen�s eontaining such facilities, including but not litnited to, thase that convey electricity, gases, steam, liquid petroleum product5, telepbone or other communica�ions, cable television, water, wastewatcr, storm water, other liquids oz chemicals, or traffic or other control systems. �9 UnitPrice Work—See Paragraph 11.03 of'these Generdi Conditions for definition. 70. Weekend Warking Haurs — Haiars begimning at 9:00 a.m. and ending at S.OQ p.m., Saturday, S�anday or legal haliday, as approved in advance by the City. 71. G['ork The entire consi�-uction or the various separately identi�'�ab� parts thereof required to be provided under the Contract Documerzts. Work includes and is the result of performing or pro�iding all la.bnr, servic�s, and documentation necessary to prnduce sueh construction including any Change Order or Fie1d Order, and furnishing, iz�stalling, and uicorporat�g all materials and equipment u�to suci� construction, all as req�ired by the Contract Documents. 72. WorkingDay — A workeng day �s defined as a day, not including Saturdays, Sundays, or �ega1 holidays auihorized hy the City for contract purposes, in which weather or other conditions nat under the control of the Contractox wi� permit tl�e performance of the principal unit of work underway for a contmuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 T'ermir�ology A. Tl�e words and terms discussed in Paragraph 1.02.B through E are nat defined but, when used in the Bidding Requirements nr ContractDocurnents, ha�e the indicated meaning. B. Intentof Certain Terms orAdjectives.• CTI'Y OF �ORT WORTH STANDACiDCONSTRUCTION SPECIFICATION DOCUMENTS R evi s i nn: 8+7_'i2L121 ao�zoo-i G�NEi�AL CONd ITION 5 Page 7 of b3 1. The Cantract Docunrzents include the terrns "as allowed," "as appeoved," "as ordered," "as d'u-ected" c� ternns of like effect or import to authorize an exercise of judgment by Ciiy. In addition, the adjectives "reasonable," "suikable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or deiertnuiation of City as to tl�e Work. It �s intendad that such exercise af professional judgment, action, or determination wi11 be solely ta evaluate, in general, the Woxk for campliance with the in�'ormatian in. the Contxact Documents and with the design concept of the Projcct as a functioning whole as shown ar indicated in th� Coniract Documents {unless there is a apeci�ic statement indicating otherwise). C. Defecttve: l, The r�vord "defective," w�ien madi�yi�g t�e word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Con�ract Documents; or b. doe� not rneet the r�quirements of any applicabfe inspection, reference standard, test, or appraval referred to m the Contract Documents; or c, has besn damaged prior to City's written acceptance. D. Furrzish, lrasiall, Perj'otm, Pravide: 1. The word "Furnish" or the word "Instal�" or th.e word "Perform" ar the word "Provide" or the word "Supply," or any cazxibination or similar directive or usage thereof, shall maan furnishing and incorporating in the Work including all neeessary labor, materia�s, equipment, and averytl�ing �ecessary to perForrn the Work mdicated, unIess specifically litnited in th� context used. E. Unless st�ted otherwise in the Cont�act Documents, words or phrases tbat have a weli knor�n technical ar construction ind�stry or trade meaning are used in the Contract Documents in acenrdance with such recognized rnear�ing. ARTICLE � -- PRELYMINARYMATTERS 2.01 Cnpies ofDocuments City shall furnish to Cantractar one (1} original executed copy and one (1) electronic eopy af the Cantract Documents, an.d four (4) additional copies of the Draw�irigs. Additional copies wi�l be furnished upan request at the cost of reproduction. 2.D2 Commer�cementof Contt�act Tfrrte; Notice to Proceed The Contract Time will cornmence ta rut� on the day indicated 'm the Notice ta Proceed. A Notice to Praceed may be given no earlier than �4 days after the Effective Date of the Agreemeni, unless a�,reed to by bath parties in �vriting. CTTY OF FORT WORTH STANI]ARDCONSTRUCTIOT� SPECIFICAT[OH DOCCIM��ITS Revision: R/l3lL021 U67200-1 GENERAL CON[l ITION S Page S of 63 2.03 Stariing the Wotk Contractor shall start to perform the Wvrk on the date when the Contract Time cornmences to run. No Work shall be done at ihe Si�e priar �o the date on which th�e Contract Tirne commenees ta run. 2.04 Before StartingCanstruction Baseline Schedules: Subtx�ii in accardance wrth the Contract Docuna.ents, and prior to starting the Work. 2.05 Preconstruction Conference Before any War1c at the Site �s started, the Cozatractor shall at�end a Preconstrtaction Conference as specif'ied ixa the Cantract Dpcuments. 2.06 Public Meetfng Contractor may not mobilize any equipment, mater�als or resources to the Site prior to Contractor attending thE Public Meeting as sclieduled by the City. 2.07 Inatial Acceptance af Schedules No prQgtess payment s1�all be mada to Cantractor until acceptable schedu�es are submittec3 to City in accordance with the Schedul� Specification as provided in ihe ContractDacut�tents. ARTICLE 3— CONTRACT DOCLTMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Dacuments are complementary; what is required by one �s as binding as if required by all. B. It is the intent af the Cont�ract Documents to describe a functionally complete project (or part thereo�} ta be constructed in accordance withthe ContractDocuments. Any laboc, docuznentation, services, materials, or equipmen� that reasonably �nay be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicatec� result will be provided whet�er or not specif�caIly called for, at no additional cast to Ciry. C. Clarifications and interpretations of �he Cant�act Documents shall be issued by City. D. The 5pecifications may vazy in form, format and style. Sorne Spec�#icatian sections may be written in varying degrees of streamlined ar dec�arative styie and some sectioz�s may be relatively zaarrat�ve by comparison. Omission of such words and phrases as "the Contract�r shall," "in conformity with," "as shown," or "as specified" are intentional in streatx�Iiuxed s�ctions. Omitted words and phrases shall be supplied by inference. Similar types ofpro�visions may appear in varivus parts of a sec�ion or articles within a part depencling on the forrnat of the CITY OF FORT W�RTH STANI]ARDGRNSTRUCTION SPECiFICATION DOC[IMENTS EZavision: 82'i/1{723 an ra oa - i GENERAL COND ITION S Psgc 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cxass referencing af speeificatian sections under the suhparagraph heading "Related Sections include but are not necessarily li�nited to:" and elsewhere within each Spec�'ication sectian i� provided as an aid and canvenience ta th� Contractor. The Contractor sball nnt rely on the cross referencing provided and shall be responsib�� to coordmate the entire Work under the Cont�act Documents and provide a complete Project whether or not tne cross re%rencing is provided in each section or whether or not the cross referencing is eornplete. 3.a2 Reference Standards A. Standards, Specit'icaiions, Codes, Laws, and R�gulations 1. Reference to standards, specif'�cations, manuals, or codes of any �echnical society, organizatian, ar associatian, or to Laws or Regulatians, whether such reference be spec�c ar by �npiication, shaIl mean the standard, specificati4n, manua�, code, or Laws or Regulatians in effect at the time of apening of Bids {oz- on the Effective Date of the Ag�.-eement if th�re were no Bids), except as may be ot�erwi�e specrfically stated in the Co�ntract Dacuments. 2. No pravision of any sueh standarcl, specification, mianual, ar coda, ar any ins�ruction of a Supplier, shall be effective to change the duties ar responstbilities of Ctty, Contractor, or any af theu� subcontractors, consultants, agents, or employees, from those set forth in the Contract Dacuments. Na such provision or instruction shall be effective to assign to City, or any af its officers, directors, zxiembers, partners, employees, ag�nts, cansultants, or subcontractors, any duty or authoriry to supervise �r direct the pexformance of thc Wark or any duty or autharity ta undertake responsibility inconsistent with the provision� oithe Contract Documenis. 3.03 Reportang and ResolvingDisc�epancies A, RepoYtingDiscrepancies: ContYactor's Review of Contt-act Documents Befor�eStcarting Yt'ork: Before unc�ertakit�g each part of the Work, Contractor shaIl carefully study and compare the Contract Documents and check and verify pertinent ii�ures therein against all applicabte iield measurements and conditions. Contractar shall promptly xeport m writing ta City any conflict, error, ambiguity, ar discrepancy which Contractor discovers, ar has actual lrnowledge of, and shall obtain a written interpretatian or clarifzcatzan from City befare proceeding with anp Work affected thereby. 2. Cdntractar's Review of ContractDocuments DuringPerfonrtctnce of Work: If, during the parfbrmance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy vvithiri the Contracf Doeuments, or between the Cantract Documen�s and (a) any appfica�le Law or Regulation ,(b} any standard, specification, manual, or code, or (c} any ir�struction of any Supplier, then Cont�actor shall promptly report it to City in writing. Confractor shall not praeeed with the VVork af�ected thereby (except in an emer�ency as required by Paragraph CITY OF FORT WORTi�I ST'ANDARDCONSTRUCTIQN SPECIFICATION DOCi7M�1VTS Revisinn: 8�?32021 407260-1 GENERAL CANDITION S Pa$e 10 af 63 6.17.A) unt� an amendment or supplement to the Contract Documents has been issued by one af the methods indicated in Paragraph 3.(}4. 3. Contractor shall not be lia.ble ta City far failure to report any conflict, error, ambiguity, ar d�serepancy in the Contract Docurnents unless Contractor had actual knowledge thereof. B. Resolving Dfscre�ancies: 1. Except as may be otherwise specif'ically stated in the Contract Documents, the prov�sions af the Contraci Documents shal� taks precedence 'sn resolving any conflict, error, aznbiguity, or discrepancy betwean the provisions of the Cantiract Docwnents and the provisions of any standard, specifica�ion, ma.nual, or the instruction of any Supplier (wl�ether or not specifically i�neorpotated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans sha11 govern over Spec�Gations, Supplementary Ganclitions shall govern o�er General Conciitions and Specifications, and quantities shawn on the Plans �hall govern over �ose shown in the proposaL 3,q4 Amendang and Supplsmena�ing ContraetDocuments A. The Cantract Docurnents rnay be amended to provide for additions, deletions, and revisions in the Work ar to modify the terms and conditions thereof by a Change Ord�r. B. The requirements oi the Con�ract Documents may be supplementecl, and minar variations and deviations in the Work nat involving a change in Con�ract Price ox Contract Time, may be autliorized, by one or more of the fallowing ways: 1. A FieId Order; 2. City's review of a 5ubmittal (sub,�ect to the provssions af P aragraph 6.18.C); ar 3. City's written interpretation ar clar�'ication. 3.05 Reuse of Dacuments A. Contractor and arry �ubcontractor or Supplier shall not: 1. have or acquire any title tn or ownership rights in any of the Drawiu�gs, Specif'ications, or other ciocuments (or copies af any thereo� prepared by or bearmg the seal of Engineer, inchiding electronic media editions; or 2. reuse any such Drawings, 5pecif"icatirnns, other docu�nents, or copies thereofon extensions af the Project or any other project without written consent of City and specific writtcn verification or a.daptatian by Engineer. CITY QF FORT WORTH STANdAR.�CONSTRUCTION SPECIFICATION DOCLJMENTS Revision: 8b361�1 0072Op-1 GENERAI. COND ITIOIV S Page l l of 63 B. The prohibitians of this Paragraph 3.05 will survrve £'�nal payment, dr terrnination of the C�ntract. Nothing herein sha�l preclude Contractor frorn retaining co�ies of the Contraet Documents for record purposes. 3.06 Electranic Duta A. iInless otherwise stated in the Supplemenkary Conditions, the data furnished by City ar Engineer to Coni�actor, or by Contractor to City or Engineer, that may be relied upon are ]imited to the printed copies mclnded in the Contract Docuz�ents (al�o knor�vn as hard copies) and other Speciitcations re%renced and located on the Ciry's on-li�e elecfronic document management and collaboration system site. Files in electronic media format of text, dat�, graphics, or other types are fi�rni�hed only far the con�enience of the receiving party. Any canc�asion or information obtaiined or derived irom such electranic files will be atthe user°s sale risk. Ifthere is a ciiscrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring dacuments �n electronic media farmat, the transferring party malces no representation5 as to lvng term compatxbility, usability, or readability of documents resulting from the use of sof'tvvare application packages, operating systems, or coza�puter hardware differing from those used l�y the data's creator. ART�CLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HA7.ARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE P�INTS 4.01 Availability of Lands A. City shall furnish the Site, City shall notif'y Gontractnr of any encuzanbranc�s or restrictions nat of general applieation but specifically related to use of the Site wzth which Contractor must camply in perfarmmg the Work. City will obtai� in a tirnely rnanner and pay for easements far perma�ent �tructures or perinanent changes in existing facilities. 1. The City has ahtained ar anticipates a�quisition of and/ar access to right-of-way, and/or easements. Any outstanding right-of way and/or easements are anticipated to be acquired ir� accQrdance wit.�, the sehedule set forth in the �upplez�enfary Conditions. The Project Schedule submitted by the eontractor in accordance with the Contract Dncuments must consider any outstanding rigkrt-of-way, and/or easements, 2. The City has or anticipaies removing and/or re�ocating utiliti0s, and obstructians to the Site. Any outstanding removal or relocation of ukilities or obstructions is anticipated in accordance with the schedule set forth in t11e Suppiementary Conditions. T�e Project Se�aedule submitted by the Contractor in accardance with the Contrac# Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or reIocated by others. B. Upon reasanable written request, City shall furnish Con�ractor wiih a current statement of record Iegal title and Iagal description af the lands upon which the Work is to be performed. CIT'4'OFFORT WORTN STANDAIZI]CONSTRUCTION SPECIFiCAT14N DOCUMENTS Re�ision; 823f1�,1 n�n�zoo-i GEN�RAI. CONQITION S Page l2 of 63 C. Contractor shall provide for all additional lands and access thereto that may be rec�uired for consiruction facilities or storage of zxaaterials and equip�ent. 4.02 Subsurface and Physical Conditions A. Reports andDYawang,s: The Supplernentary Conditions identify: 1. those reparts known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2, those drawings �own to City of physical conditioins rela.ting to existing suz�face or suhsurfac� structure� at the Site (except ZTnderground Facilities), B. Li�raited Reliance by Corttractor on Technical Datca Auiharized: Contractor may rely upan the accutacy of th� "technical data" contained in such reports and drawir�gs, but such reports and drawings are not Contract Documents. Such "technical daia" is identi�ied in the S�xpplementary Conditirnas. Contractor may not make any Contract Cl�im against City, or any af the� officers, directors, members, partners, employees, agents, consultants, ar subcontractors with respeci to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not Iirnited ta, any aspects af tne means, methads, techniques, sequencas, and procedures of canstruction to be employed by Contractor, and safety precautions and programs incident thereto.; or 2. other data, interpretations, apvvions, and infotmation contained in such reparts or shown or indicated in such drawmgs; or 3. any Contractor unter}�retatian of or conclusion drawn from any "tec�nical data." or any such nther data, interpreta.tions, opinions, or inf'ormation. 4.03 I�ifferir�g Subsurface ar Pl�ysical Conditions A. Notice: If Contractor believes that any subsurface or physical candition that is uncovered or revealed either: 1. is of such a nature �s to establish that any "�echnical data" on which Confractor is entitled to rely as pro�+ided 'm Paragraph 4.02 is materially �accurate; or 2. is of such a nature as ta require a cbange in the Con�ract Documents; or 3. differs materially from t3aat shown or indicated in the Contract Docutnent�; or 4. is of an unusual nature, and daffers materially fram conditions ardinar'rly encountered and generatiy recognized as inherent in work of the character provided for aY the Contract Dacunn�ents; CITYOFFORT WOR3'H STANDARDCDNSTRSJCTION SPECIFICAT[ON DOCUMGAIT5 Revisipn: 8rLi13D21 OD 7z oa - I GENERAL CON� ITIDN 5 P age l3 of 63 then Contractor shall, promptly after becorning aware thereaf and before further disturbing the subsurface or physical can.ditions or pert'ornvng any Wark in connection tl�erewith (except in an emergency as required by �aragraph 6.17.A), notify City in wri�ing about such condition. B. Possible Price and Time Adjusimenis Contraetor shall nat be entitled to any adjustment in the Cantract Price or Contract Tiame if: 1. Cantractor lcnew af tb,e existence of such condit7ions at the tinl� Contractar made a f�nal co�n�niT,ment to City with respect to Contract Price and Contract Time by t�e submission of a Bid ar becoming bound under a negotiated contract; ar 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Con#ract Documents oz' the Site; ar 3. Contractor failed to give the written natice as required by Paragraph �.03.A. 4.04 UndergroundFacilities A. Shown or Indicated: The informatinn and data shown ar indicated in tne Cantract Documents with respectta existun.g Underground Facilities at ar contiguous to the Si�e is based on information and data fiunished to City ar Engmeer by the owners of such Underground Facilities, including City, ar by others. Unless it is otherwise expressly pravided in the Supplementary Conditians: 1. City and Engineer shall not be respoz�sible far the accuracy or completeness of any such mformativn ox data prnvided by athers; and 2. the cost af all of the following �vill be iticluded in the Cantract Price, and Contractor shall have full zcsponsibility for: a. rev�ewing and checltuig all such iz�foz-mation and data; b_ locating all Underground Facilities shown or indicated in t�ie Contract Doc�ments; c. coordinatian and adjustment of the Work with the owners of such LTnderground Facilities, including City, during construction; and d. tk�.e safely and protection of all such Undergrotuld Facilities and repairing any dama.ge tk�ereto resulting from the War�. B. NotShown orindic�ted: l. If an Und�rground Fac�ity which conflicts v�rith the Work is uncavered or revealed at ar contiguous to the Site which was not shown or indicated, or not sho�n or mdicated with reasonah� accuracy in the Contract Documents, Contractor shall, pramptly after becoming aware thereof and befare further disturbing conditions affected ihereby or perforzxzing any C1TY QF FOItT WORTH STANDARDCONSTRUC7'lON SPECIFICATION DOCUM�NTS Revision: 62'i2�1 U07200-1 GENERAL CONDITION 5 Page l4ofb3 Work in connaction therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner oi such Underground Facility and give notice to tlzat owner and to City. Ci��tyy wiil review the d�scpvered Underground Facility and determine the extent, if any, to which a ckaange may be required in the Contract Docutnents to refiect and document the consequences of the e�cistence or location of the Underground Facility. Coni�ractor shall be respons�le far the safety and �rarection of such discovered Underground F'acility. 2. If City concludes that a change in the Con�ract Documents �s required, a Change Order may be issued to reflect and docurnent such consequences. 3. Verification of existing utilities, structures, and service Imes shall include notif'icatian of all ui�ity companies a minirnum of 48 hours in advance of construction incIuding exploratory excavatian if necessary. 4.Q5 Reference Paints A. City shall provide engineering sutveys to establish reference points far canstruction, vsrl3ich m City's judgment are necessaryto enable Contractor to proceed with tb.e Work. City will provide construction stakes or other cu�toma:ry �nethod of marldng to establi�h line and grades far roadway and ut�ity construction, c�nterlines and benckimarlcs far bridgewark. Cantractor shafl protect and preserve the established re%rence pou�ts and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any xeference pomt or property mon�unent is Iost or destroyed or requires relocatian because of necessary changes � grades or locations. The City shall be respons�ble far the replacement or relocation of reference pa�ts or property monurnents not carelessly ar willfiilly destray�d hy the Contractar. The Contractor shaIl not�fy City in advance and with sufficient tinle ta avoid delays. B. Whenever, in the opinion of the City, any reference point nr monument has been carelessly ar willfully destroyed, d�sturbed, or removed by the Contractar or any of his employees, the full cast for replacing such po�ts plus 25% will be charged against tl�e Cantractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition c�t S`ite A. Reports and Druwings: The Supp�ementary Canditions identify thase reports aaad drawings knawn to City relating to Hazardaus Environmental Conditions that have been identif"�ed at the Site. B, Limited Reliance by Contractor or� TechnicaC Data Authorized.� Contractor may rely upon the accuracy of the "teciuvcal data" contamed in such reports and drawings, but such reports and drawings are not Contrac� Documents. 5uch "technical data" is identified in the Supplerr�entary Canditions. Contractor may nat make any Con�ract Claim against Ci�ty, or any af their officers, directors, memb�rs, partners, employees, agen#s, consultants, or subcontractors with respect to; the completeness of such reports and drawings for Coniractor's purposes, ir�clucling, but nat limited to, any aspects of the m�ans, methods, techniques, sequences and procedures of C1TY OF FART WORTH STANDARDCONSTRUCTEON SPEC[FICATIflN DOCiJIvIENTS Revision: SrCifL�l 0072Q0-1 GENERALCON�iTIQH 5 Yage l5 oi fi3 constructian to be empioyed by Contractor and safety precautions and programs incident thereto; or 2, other data, interpretatians, opmions and information contained in such report� or shown or indicated in such drawings; or any Contractor interpretation of ar eonc[usion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractox shall not be respons�ble for any Hazardous Environmental Condition uncovered flr revealed at the Site which was not shown or indicated in Drawmgs or Specifications ar identif'ie d in the Contract Documents to be withira� the scopa of the Work. Cantraetar shall be responsible for a Hazardous Environrnental Co�adation crea�ed with any rr�aterials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contraetor is responsible. D. If Contractor encounters a Hazardous Environmen�tal Gondition or if Contractor or anyone for whom Cont�ac�or is respons�le cxeates a Hazardous Enviz-onmental Condition, Contracfiar shall immediately: {i} sec�.ue or otherwise isolate such condition; (u) stop aIl Work in connection with such condition and in any area affected ther�by (except m an ennergency as required by Paragraph b.17.A); and (iu) notify City (and promptly ihereafter conf'�rnn such notice in writmg), City may consider the necessity ta retain a qualified expert to evaluate such condition nr take corrective actian, if any. E. Contractor shall nat be z'equired to resurne Work in connection witl� such conditian or in, any afFectedarea untz� after City has obtained any requued pern�its related ikerato and delivered written notice to Coniractor: (i) speci�ying tl�at sueh condition and any af%cted area is or has been rendered suitable far the resumption nf Work; or (u) specifying any special condikions under which such Work ix�ay be rasumed. F. If af�er receipt of such written notice Contractor does nQt agee to resume such Work based on a reasana.ble be�ief it is unsafe, or daes not agree to xes�utne such Wark under such special conditions, then Ciry naay order the portion o� the Work tnat is in the area afFected by suc� condition to be deleted from the Wark. City rnay ha�e such deleted portion of the Work performed by City's awn forces or others. G. To the fullest ext�nt permitted by Laws and Regulation.�, Contractar shall indemn� and hold harmless Ciiy, from c�nd against all claims, eosts, losses, and damctges (ancluding 6ut not larnited to all fees and charges of engineers, architects, atto�-neys, and otheYprofessianals and adl caur� or arbitration or other dispute resolutt'on costs) arisi�tg out af ox� relating to a Hazardous EnviNonmental Condition created by Contractororby c�nyanefopwhom ContrQctaris responsible. Nothing ira this Paragraph 4.06,Gshall obligate Contf-actor to indemnify aray indavidual ar entity from and against the corzsequeraces of that andividuad's or entity's owra negligence. H. The provisi�ns of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardaus Environmez�tal Condition uncovered or revealed at the Site. CITYOFFORT WbRTH STANDAKDCDN57'RlICT1pN SP�C[FIGATION I30Cl1MENT5 Revisian: 8�31'2.D21 UQ 72 QO - l G�NERALC6NDITIQN S Page 16 of 63 ARTICLE � — BONDS AND INSURANCE 5.01 LFcensedSuretiesandl'nsure�s All bonds and 'msu�rance required by the Contract Documents to be purchased and m�aiva.tained by Cantractor sl�all be obtained from surety or insurance co�npanies that are duly licensed or authorize d in the State of Texas to issue bonds or �surance policies for fihe limits and coverages so required. Such surety and insurance companies shall al�o meet such additional requirements and qualifications as may be provided in the Supplernentary Candations. 5.02 Performance, Payrraent, andMaintenance B�nd,s A. C4ntractor shall fizrnish performance and payment bonds, in accordancc with Texas Government Code Chaptex 2253 or successor statute, each in an amaunt equal to the Contxact Price as security for the faithful performance and paym�nt of all of Cantractor's obligations ur�der the Contraet Documents. B. Confractor shall furnish �xaai�tenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work descr�bed in the Contract Doeuments. Ma.intenance bond:5 shall ren�ain in effect far two (2) years after khe date of Final Acceptance by the City. C. All bonds shall be in the farm preseribed by khe Contract Documents except as provided othe�tiv�se by Lavvs or R�gula.tians, and shall be executed by such sureties as are �arned in the list of "Companies Holding Certificates of Authority as Accepta.ble Sureties on Federal Bonds and as Acceptable Reinsuring Compa�aies" as published in Circular S70 (amended) by the �inancial Management Service, Surety Bond Branch, L�'.S. Department of the Txeasury. AlI bonds signed by an agent or attorney-in fact rnust be accompanied by a sealed and dated power of at�orney which shall show tl�at it is eifective on tile date the agent or attorney-in-fact signed each bond. D. If the surety on any band furnished by Contractor is declared ba.nkrupt or hecornes insolvent or its right to do business is terminated in the State of Texas or it ceases to rneet th� requirements of Paragraph 5.02.C, Contrae#or shall promptly notiiy City and sha�, wit:hin 30 days after the event giving rise to such notification, pro�ide another bond and surety, both of whic3� shall comply with the requirements of Paragraphs 5.01 an.d 5.42.C. 5.03 Certificates of Insurance Contractar shall deliver to City, with copies to each additional insured and loss payee identif'ied in the Supplementary Conditions, certi�cates of insurance (other evidence of insurance requestedby City or any other additiona.l insured} in at l�ast the miniYr�um arnount as specified 'ui t�e Suppl�mentary Conditzons wluch Cantractor is required to purchase and maintain. 1. The certificate of instu'ance shall document the City, and all identified entities named in the Supplementary Conditions as "Additio�aal Insured" on all liability policies. crrYo� �oR�r wax�r STt1NDARDCONSTEIUCTION SPEC[FICAT[ON DOC[JN3�lV7'S Revision: &�if1621 00'72 00 -1 GENERAL CONDITION S Pagc l70€63 �. The �ontractor's general liability insurance shall include a, "per project" ar"per location", endorsement, whic}� shal� be identified izt the certificate of insurance provided to tbe City. 3. 11�e certi�cate shall be signed hy a.n agent authorizad to bind co�erage on behalf ofthe insured, be cazn.plete in its entirety, and show complete insurance carrier names a� listed in the current A.M. Best Property & Casualty Guide 4_ 'I'he insurers for a1i policies must be licensed andlnr appraved to do busmess in the State of Texas. Except for workers' compensation, alI insurers must laa�e a minimum rating of A-: VII in the current A. M. Best Key Rating Cruide ar have reasonably equrvalent imanc�al strength and solvency to the satisfaction of Risk Management. If the rating is below that required, r�vritten approval of City is required. 5. All applicabl�; poiicies shall include a Waiver of �ubrogation (Rights o� Recqvery) in favox of the Ciry. In addition, ihe Contractor agrees to waive all rights of subrogation against the Engineer (if applicable}, and each additional insured identif`�d 'm the Supplezx�entary Conditians 6. Failure of the City to demand such cart�cates or othe� evidence of full compliance with the insurance requirements or fai�ure of the City to identi#y a deficiency fram e�idence that is provided shall not be construed as a wai�er of Cantractor's obligation to maintain sucn lines of insurance coverage. 7. If insurance poli�iss are noi writ�en for specif'ied cove�age limits, an Umbrella or Excess Liability insurance for any differences is requ�ed. Excess Liahility shall follow form of th� priF►1a�y coverage. 8. Unless otherwise stated, all r�quired insurance shall be vvritten an the "accurrence basis". If coverage is underwritten on a clauns-made basis, the r�troacti�e date shaU. be coincident wi�h ar prior to the date of tha effective date af the agreement and the certificate of msurance shall state tlaat the co�arage is ciaims-made and the retroactivc date. The insurance coverage shall be rnaintairaed for the duration of th� Contract and for three (3) years fallowing Final Acceptanee provided txnder the Coniraet Documents or for the warranty period, whickever is longer. An ann�al certif"icate of in�urance submitted to the City shaII cvidence suc� insurance coverage. 9. Policies shall have no exclusiozis by endorsements, w�ich, neither nuflify or amend, the required Iines af caverage, nor decrease the limits of said coverage unless such endoxsements are approved in writing by the City. In f.he event a Cantract has been bid or executed and the exclusions are determined to be unacceptable or t.�e City desires additional insuranee covera�e, and the City desires tl�e contractor/engineer to obtain such coverage, the confract price shall be adja�ted by the cost of the premiutn for such additional coverage plus 10%. 10. Any self-insured retention (SIR), � exc�ss of $25,000.00, affecting required insuranc� coverage shall be approved by the City ui regards to asset value and stacicl�olders' equity. In Cl`PY OF FORT WQRTH STAN]JAItDC01V5TRUCTION SPECIFICAT[ON DOCUMENTS Re�isian: 8?_�1 00 �rz oo - � GENERAI� CQN� I710N 5 Page l8 of 63 Iieu af traditional insurance, alternative coverage rnaintained throug�i insurance pool� or risk retent�on groups, must also be approved by City. 11. Any deduct�le in excess of $S,D00.00, for any poiicy that does not provide caverage on a first-dollar basis, must be acceptable to and approved by the City. 12. Gity, at its sole disczetion, reserves the right to review the u�surance requirements and to rnake reasonable adjustm�ents to insurance coverage's and their lirnits vvhen deemed necessary and prud�nt by the City based upan changes u� statutory law, court decisian or �he claims history of the industxy as well as of the contracting party to th� City. The City shall be required ta provide prior notice of 90 days, and the insurance adjustments shaIl be incorporated into the Worl� by Change Order. 13. City shall be entitled, upan written r�quest and witnout e�sense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revisian or mociifications of particular polic� terms, conditions, li�nitations, or exc�usions necessary to eonform the policy and endorse�nents to the rec�uirements afthe Contract. Deletions, revisions, or madifcations shall not be required where poiicy provisions are estahlished by law or regalations bmd'mg upon either party ar the underwriter on any such policies. 14. City shall not be respons�'ble for the direct payment of insurance �remium costs for Contractor's insuramce. 5.04 Contractor's Insurance A. Workers Compensat'ion and Ernployers' Liability. Cnn#xactor shall purchase and mair�ta� such �surance coverage with limits consistent with statutory benefits outlined in the Texas Warkers' Coznpensation Act (Texas Labor Code, Ch. 406, as amended}, and minirnum limits for Employers' Liability as is appropriate for the Work being perfoz�med and as will pravide protection from c�aims set fort�a below w�ich may arise aut of or resuIt from Contractor's performance of the Work and Coniractor's other obligakions under the Contract Docizments, whether it is to be perfarmed by Con�ractor, any Subcantractor ar Supplier, ar by anyone directly or indirectly employed by any of them to perform any of the Wark, or by anyone %r who5e acts any of them may be liable: 1, claims under warkers' compensation, disability benef�ts, and otker similar employee benefit acts; 2. claims for c�amages because of badily inj�ary, occupational sickness or disease, or death of Contractor's employees. B. Gommercial General Liability. Coverage shal� inchrd� Y�ut not be limited to co�ering li�bility (badily injury or property darnage} arismg irom: premises/operaiions, independerzt contractors, productslcomplet�d operations, personaI injuiy, and liability under an insured contract. Insuranee shall be provided an an occurrence basis, and as camprehensive as the current Insurance Services Office (I�O) policy. Tlvs insurance �hall apply as primary irisuranc� with respect to any other CifYOFFORT WORTH 5TA3VDARDCONSTRUCTION SPECIFlCAT10N DOGU.MENTS Revisian: 823C2021 OD 72 0U -1 GENERALCONl71TIQN5 Page l9 af t�3 insurance or self-insUrance prngrams affarded to the City. The Commez-cial Creneral Liability policy, shall have no ea�ccl�siorzs by endarsements that wauld alter of nul�y premisesloperations, products/carnpleted operations, contractual, personal 'm,jury, or advertising injury, wYuch are normally contained with th� policy, �nless the City approves such exc�asions in writ�g. Far construction pro�ects that present a substantial completed operarion exposure, the City may require the contractor ta t�aintain completed operations coverage far a miivrnurn of no less than three (3) years fo]Iowing the completion of khe project (if ident�ed in the Supplementary Conditions). C. A�ctomobile Liability. A comm�rcial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indernnity for claims for damages because bodily injury or death of any person and ar prop�rry damage arising out of the wark, ma.intenan�ce or use of any motor vehicle by tlae Contractor, any Subcontractor or Supplier, or by anyoz�e dit'ectly or indirectly employed by any of tt�em to p�rform any of the Work, or by anyone for whose act� any af them may be liable. D. Railroad Protective Liability. if any of the wark or any wartanty work is within the Iimits of railraad rig�t-of-way, the Contractor shall comply with �e requiresn.ents identified in the Supplementary Conditions. E. Noti�catiora ofPolicy Cancellc�tion: Contractor sha]I irnrnediately notify City upon canc�lIation or other loss of insurance caverage. Contractor shall stop work until rep�acement insurance has been pracured. There shall be no time credit for clays not worked pursuant to this section. 5.05 Acceptance ofBandsandlnsurance; Optivn ta Replcace If Ci�y has any objeetion to the coverage affordad by or other pro�isions of the bonds or insurance required to be purchased and maintained by the Contractor in aceordance with Article 5 on the basis of non-conformance with the Cantract Docurnents, the City sha�l �o notify the Contractar � writing within 10 Business Days afterreceipt of t�e certificates (or other evidence requestad). Cont�ractar sha11 provic�e to the City such addit7ional information in respect of insuraz�ce pravicfed as the City may reasnnably request. Z�Cantractor does not purchase ar ma�taiu� alI of the bonds and ins�rance required by ihe Contracr Dacuzxients, the City shall notify the Contractor in writing of such failure prioz' to the start of the Work, or af such fa�ure to maintau� prior to any change in the required coverage. ARTICLE 6— CONTRACTOIt'S RESPONSIBILrTTES 6.01 Supervision and 5up�rantendence A. Contractor shall supervise, inspect, and direct the Wark compet�ntly and efficiently, devoting such attention thereto and applying such skills and expert�se as rna.y be necessaryto p�rform the Work ir� aceordance with the Contract Documents. Contractor shall be solely respanszble for the means, methods, techniques, sequences, and procedures af construction. crrY o� FaRT wo�xTrr S'PAIVDAEZDCONSTRUCTION SPECIF[CATION DDCUMENTS Revision: 8dL3f2(i2l oo�aao-� CENERALDDN�ITION 5 Page 20 nf b3 6.02 B. At all times during th.e progress of the Work, Contractar shall ass�gn a competent, English- speaking, 5uperi�tendent wha shall not l�e replaced without written notice to City. The Super�t�ndent v�rill be Contractor'S representative at the Sit� and shall have authority to act on behal£ of Contractor. All communication given to or recei�ed from the Superintendent shall be 171I1C�]�7.� OIl COI]1�'�GtOT, C. Contractor shall notify the City 24 haurs prior to moving az�eas dur�g �he sequence af construciion. Labor; Wor�kir�gHaurs A. Cnntractor shall provide competent, suitably qualified personnel to perfazm constructinn as required by the Contract Doeuments. Contractor shall at au times mamtain good disciplme and arder at the Site. B. Except as otherw�e req�aired For the safety or protection of persons ar the Work or pjroperty at the Site or adjacent thereto, and except as otherwise s#ated in the Con�ract Documents, all Work at the Site shafl be performed during Regular Warking Haurs. Contractor will not permit the perfarmance of Work heyond Regular Warking Hours or foar Weekend Warkmg Hours without City's written consent (which will not be unr�asanably withheld}. Written request (by letter or electranic cornrnunication} to perform Work: for heyand Regular Working Hours request must be rnade by noan at least twa (2) Business Days prior 2. for Weekend V17orking Hours request m�ust be made by no4n of the preceding Thursday 3. for legal holidays request must b� made by noon two Business Days prior to the legal holiday. 6.Q3 Services, Materials, anc�Equiptnent A. Unless otherwise speci�ed in tkze Contract Documents, Contractor shail provide and assume fuIl responsibility for all services, rnaterials, equipment, la.bor, transportation, constructian equipment and machinery, tools, appliances, fuel, power, light, heat, telephane, water, sanitary facilities, temporary facilities, and all nther facilities and incidentals necessary %r the performanee, Cnntractor required testir�g, start up, and completion of the �Voxk. B. All ma�erials and equip�nent incorparated into the Work shall be as specified or, if not spec�ed, shall be af gaod qcrality and new, except as otherwise provided iti the Contract Dacuments. Al1 special warranties and guarantees required by the Specitications shall expressly run to the benefrt of City. If required by Cit�, Contractor shall furmish sati�factory evidence (including reports o£ required tests) as to the source, kind, and quality of mater�ials and equipment. CI'I`YOF FORT WORTH 5TANDAR�CONSTRUCTIDN SAECIF[CATION DDCUMCMTS Revision: B/132021 ao�zoa-i GENERAL CANDITION S Page iL of 63 C. All materials and equipment to be incarporated into the Work shall be stored, applzad, install�d, connected, erected, pratected, used, cleaned, and conditioned in accordance with instructions of tl�e applicable Supplier, except as otherwise may be provided in the Cfln#ract Dacuments. D. Al1 items of standard equiprnent to be ir�corporated mta the Work shaU. ba the Iatest modeI at the time of bid, unless otherwise specif"�ed. 6.04 ProjectScheclule A. Contractor sha�l adhere ta the Project Schedule established 'm accordance with Paragraph 2.07 and khe General Raquirements as it znay be adjusted from fime to titne as provided belo�w. 1. Conixactor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the GGf:neral Requirements) proposed adjustments in the Project Sch.edule that witl not result in changing the Contract Tir�ne. Snch adjustrnents will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duratian of the Contract in accordance with the schedule spec�cation DI 32 16, 3. Proposed adjustments in the Project Schedule that will ck�ange the Contract Time shaIl be suhmitt�d 'rn accordance with the requirements of Articie 12. Adjustments in Gontract T�me may oniy be made by a Change Order. 6.05 Substitz.tfes and "Or-Eqx�als" A. Whenever an i�em of material or equipment is specified or descr�bed in th� Contract Documents by using the na.me of a praprie#ary item or fihe name Qf a particular Supplier, the specificatzon or description is intended to establish the type, function, appcarance, and quality required, Unless the specification or descriptian cantains ar is followed by words reading tliat no like, equivalent, or "or�eq�aaP' item ar no substitution is permitted, other items af material or equipmen.t af other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items; If in City's sole discretion an item of material or equi�ment proposed by Contractor is functionally ec�ual to tk�at nanned and suf�ciently sim�ar so that no change in related Work wiil be required, it may be considared by City as an "ox-equaP' item, in �vhich case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or alI of the requirements for appraval of proposed substitute items. For the purposes af this Paragraph 6.OS.A.1, a proposed item af rnaterial or equipment will be considered functionally equal to an item so named if: a, the City determmes that: i) it is at Ieasi equal in nnat�rials of construction, quality, durability, appearance, strength, and design characteristics; CITY OT FdRT WORTFi STAAIllA[LDCDNSTRUCTlON SPBCIF[CATiON DOCII�v]ENTS Revisinn: 8n3J2U21 U07200-] GENERAL CONDITIDN 5 Page 22 of b3 2) it wiil reliably perform at least equally well the function and achieva the results irnpased by the desi�m concept of the comp�eted Projeci as a fiuictioning whole; and 3) it has a proven recard of performance and availahility of respo�.sive seivice; and h. Contractor certif'ies that, ii approved and incorporated into tY�e Woxk: 1} tlaere will be no increase in aast to the City or increase m Contract Time; aud 2) it will conforrra substantially to the detailed requiremenYs of the item natr�ed in the Contraet Documents. 2. Substitute Items: a. If in City's sole discretion an item of nnaterial or equipment proposed by Contractor does not qualify as an "or-eq�aP' item under Paragraph 6.05.A.1, rt may be suhmitted as a propased suhstitute i�em. b. Con.tractor shall submit suffieient in%rmation as provided below to allow City to deteraaine if t�e item of material or equiprnent propased is essentially �quivalent to that named and an acceptabie substitute tk�erefor. Requests for review of proposed substitute items of material ar equipmant will not be accepted by City from anyone other than Contraetor. c. Contractor shall make written appfication ta Gity for review of a proposed substitute item of rnaterial or equipment that Contractor seeks to furnish ar use. The application shall comply wi�h Section O1 2S 00 and: 1) shall certifiy that the propnsed substit�te item will: a) perform adequately the functi�ns and aclueve the results called far by the gen.exal design; b} be sin�ilar in substance to that speci%ed; c) be suited tn the same use a� that spec�ied; and 2) will state: a} the extent, if any, to which the use of the propvsed subs�itute item will prejudice Coniractor's achievement oi fimal complation on time; b) whether use of the proposeci substitute iiem in the Work w�ill requ�re a change in any oi the Cantract Documents (or in the pro�ions nF any other direct contract whh City for other wark on the Project) io adapi tlle design to the propased subs�itute item; CFI'Y OF FORT WORTII STAIVDARDCDNSTRUCTION SA�CIF[CATIQN Q�CUNIEHITS Revisian: 8�13I�fiL1 ao �z oo-i GENERALCOIVDITIONS Page 23 of 63 c} whether incorporation or use of the proposed substitute itera in cannection with �e Work is subject to paytnent of any license fee ar r�yalty; and 3) wili identify: a} all variations of the proposed substitute item from that specifi�d; b} available engi�c�eermg, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate ai all cosis or credits that will result directly or indirectly frozn use of such substitute item, including costs of redesign and Dama� Claims of other contractors affected by any re�ult�ng change. B. Substitute ConstntctiontVl�thods arProcedures: If a specific meaz�.s, methoci, technique, s�quence, or procedure of constzuction is �xpressly required by the Cant�act Documents, Contractor may furnish ar utilize a substitute means, method, technique, sequence, or procedure of canstruction approved �y City. Contractar shall submit sufiicient information to allow Cily, in City's sole discretion, to determine that the substit�te propased is equi�alent to that expressly called for by the Contract Documents, Contractnr shall malce written. application to City for re�iew in the saz�ne manner as those provided in Paragraph 6,05.A.2. C. City's Evaluation: City will be allawed a reasanable iime within which ta e�aluate each praposal or submittal mada pursuant to Paragraphs fi.OS.A and S.OS.B. City may require Cantractoz to furnish additianal data about the proposed substitute. City will be t�e sol� judge of acceptability. No "ar-equal" or substitute wilI be ordered, installed ar ut�7ized unfil Ciiy's review is camplete, which will be evidenced by a Cnange Order in tl�e case of a substitute and an accepted Submitta 1 for an "or-equal." City will advise Contractor in writing of its determinatio�. D. Special Gasarantee: City may requ�re Contractor to furnish at Contractar's expense a specia.l perfornlance guaraniee, wazranty, or other surety wiik respect to any suhstitute. Contractor shall inderranify and hold harmless City and ar�yane darectly or indirectly ernployed by themfr�orrt and against any and all claims, damages, 1'osses and experrses (includingr�ttoYneys f�es) arising aut of the use of subslituted tnater�ials or �guipment. E. City's CostRearnbursement: City will record City's costs in evaluating a substitute proposed or submit�ed by Cont�aetor pursuant ta Paragraphs 6.05.A.2 and 6.OS.B. Whether ar not City appraves a substitute so proposed or subrnitted by Contractor, Contractor may be required to reimhurse City foz' evaluating each such proposed substitute. Cont�'aetor may also be required to reimhurse City fox the charges for malang changes in the Cont�t'act Docum�nts (or in the provisians af any otb.er direct contract with City} resulting from the acceptance of 0ach proposed substitute. F. Contractor's Expen.se: Contractor shall provide all data m support of any proposed substitute or "ar-equaj" at Contractor's e�ense. CTfY OF PORT WQR'CH STA�fDARUCQNSTRUCT[ON SPEC1FlCAT[QN DOCUMENTS Revisian; R2,3/�(1�1 407200-1 GEIVERAL CONDITION 5 Page 24 of 63 G. City SubstttuteReirnbursement: Costs (savings or charges) atlr�butable to acceptance of a substitute shall be incorparated to the Contract b�r Change Order. H. Tirne Extensions: Na additional time wi11 be granted far substitutions. 6.06 Cancerraang Subcontructors, Suppliers, and �t,�ers A. Contractor shall perform with hi� own orrganization, work of a �alue nat less than 35°�0 of the value embraced on the Cantract, unless otherwise appraved by ihe City. B. Contxactor shall not employ any Subcontractor, Supplier, flr other individual ar entity, whether initially or as a replacement, against whom City may have reasonable objeetion. Contractar shall not be r�quir�d to employ any Subcontractor, Supp3ier, or other ir�dividual or entity ta furnish or perform any of the Work against whom Cantractor has reasonable objection (excluding thosc acceptable to City as indicated in Paragrapk 6.06.C}. C. The City may from tirue to time require the use of certain 5ubcontractors, Suppliers, or other individuals or entiti�s on tf�e project, and will provide such requiremenis in the Supplementary Cond�tions. D. Minoraiy Business Enterprase Campliarace: It i� Gity policy t� ensure the full and equitable participation by Minoriry Business Enterprises {MBE) in the procurement of goods and services an a cantractual basis. If tkae �Contract Documents provide for a MBE goal, Cantractor rs required to cornply with the mtent of the City's MBE Ord'mance (as amended) by t�e following: 1. Contractor shall, upon request by City, provide cornplete and accurate infornnation regarding actual work performed by a MBE on the Contxact and payment therefor. 2. Cantrac�or will no� make adclitions, deletions, ar suhstitu�ions ai accepted MBE without written consent of the City. Any unjustif'ied change or deletion shall be a material breach of Con�ract and nnay result m debartnent in accardance with the procedures outlined in the Qrdinance. 3. Contractor shall, upon requestby City, allow an audit and/ar e�mination of any boolrs, records, or fides i� fhe gossession of the Contractor t�.at will substantiate the actual wark performed by an MBE. Materia.l misrepresentation of any z�aiure wi� be grounds for termination of the Contract in accardance with Paragraph 15.Q2.A. Ar�y such misrepresenCatian ma.y be gro�ands for disquaIif'ication of Cont�actor to bid on future cantxacts with the City for a period of not less than three years. E. Con�ractor shall be fully responsihle to City for all acts and omissions of the 5ubconi�actors, Suppliers, and other mdi�viduals or entities performmg or furnishing any of the Work just as Gontractor is respons�ble for Contractar's own acts and amissions. Nothing in the Contxact Documents: crrY o� �o�r woRrx STA1VDAf�C4NSTRilCTION SFECIFICATI6N UOCUMENTS Ctevisinp: BJ23/Z021 o:a�aon-t GENERAL GONDITION S Page 25 of fi3 1. shall create far the benefrt of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such �ubcantracior, 5upplier or other individua 1 or entity; nor 2. shall create any obligation on the part of City to pay or ta see to the payrn�nt oi any moneys due any suc�r Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. �'. Contractor shall be solely responsible for schediiling and coordinating the Work of Subcontrac�ars, �upplier�, and other individuals ar entities perforrning or fumishing any af the Wor(cunder a direct or indirect contract wifli Contractar. �. All Subcontxactors, Suppliers, and such other individuals or ent�ties performing ar furnishing any of the Work shall communicate with City through Cantractor. H. All Wark performed for Contractor by a 5ubcontractor oar Supp�ier vvilI be pursuant ta an appropri�te a�eement between Contractor and the Subcont7ractor ar 3upplier which speczfically bmds the Subcontractar or Supplier to the applicahle kez�nns and condiEions of the Contraet Doeuments for the benefit of Cit}r. 6.07 Wage Rates A. Duty to pay Prevailing YYage Rates. Th� Contractor shall comp�y with all requirernents of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by tk�e Ciry Council nf the City of Fart Warth to be th� prevailmg wage rates in accordance with Chapter 2258. Such preva�g wage rates are included in� these Con�ract Documents. B. Penalty for Violatiora. A Contractor or any Subcantractor who does not pay the prevailing wa� slzall, upan demancf made by the City, pay to the City $60 �or each worker employed for each caZendar day or part of the day that the worker is paid less than the prevailing wage rates stipula.te d m these cont7ract documents. This penalty shall be retained by the City to offset its administrative co�ts, pursuant to Texas Government Cade 2258.023. C. Complaints of Violatiuns und City Determination of Goad Cause. On receipt of information, including a compla.�t by a worker, concerning an alleged violation of 2258.023, Te�s Government Cade, by a Contractar or Subcontractor, the Ciry shall make an initial determinatian, before the 3�st day afterthe dat� the City recei�+es the informataon, as to whethex good cause sxists to believe �hat the vialation occutred, The City shall notify in writing the Contractor or Subcantractar and any affected worker of its initial determination. Upon fhe City's determ�ation that thare is good caase to believe the Contractor or 5ubcontractpr has violated Chapter 2258, the City shall retain the fu�l amounts claimad by the cl�imant ar c�iznants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted �xom successi�e progr�ss payments pend'mg a fmal deternvnatian of the violation. CTI'YOF FORT WORTH STt\NDARDCONSTIt[1CTi0N SPECiFICAT[ON DOCUMCNTS Revisian: 823/�021 ao�zon-i GEI�IERAL C6N�iTIQN S Page 2b of b3 D. Arbftratian Required if Violation NotResolved. An issus relating to an alleged vio�ation of Saction 2258.023, Texas Government Code, mchzding a p�nalty owed to the City or an aifected r�vorker, shalt be submitted to binding arhitratian � accorda:nce with the Texas Generai Arbiiration Act (ArticIe 224 et seq., Rev�sed Statutes} if the Contractor or Subcontractor and any affected worker does not zesoi�e the �ssue by agreementbefore the 15th day afterthe da.te the City ma.kes its initial determinatian pursuant to Paragraph C above. If the pexsons requirad to arbitrate uxidex this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is requi�ed, a clistrict court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitratian. The decision and award of the arbitrator is final and binding an all parties and may be enforced i� any court of compe�ent jurisdictian. E. Records to be Maantained. The Contractorr and each Subcanf�actor sha�, far a period of three (3) years follow�g the date of acceptanee of the work, maintain records that show (i) the name and occupation of eaci� worker ernployed by the Contractor in the construction of the Work provided for in this Contract; and {u� the act�aal par diem wages paid to each warker. The records shall be open at all reasonable hours far inspection by the City. The provisions of Paragraph 5.23, Right to Audit, shall p�rtain to this inspection. F. Progress Payments. With each progress payment or �a�rroll period, whichever is fess, the Contractor shall submit an affidavit statang that the Conttactor has complied wikl� the reauirements o£ Chapt�r 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post pz�evai7ing wage rates in a conspicuous place at all tirnes. H. Subcontractar Campliance. The Contractor shall include iz� its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A thraugh G above. 6.08 PatentFees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the perfarmance of ihe Wark or t�e incorporation in the Work of any invention, design, pracess, praduct, or device which is the subject of paten� rights ar copyrights l�eld by others. If a pa.rticular invention, design, process, praduc�, or de�rice is specif'ied 'm tY�e Cantract Docurnents for use in the perfor�nance of the Work and if, to the actual knowledge of City, its use is suhject ta patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Coniract Documents. Failure of the City to disclose such infoc-mation does not re�ve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulatfan.s, ContYactor shall inderrrrt� and �oid harmless Cfiy, fram and against all claims, casts, losses, and damages (including but nat lirnfted to czll fees and charg�s of engineers, architects, attorneys, and other professionals and alI court ar arbiiration o� othe� dispute resolution costs) arising outof or r^elating to any anfringemeratof patent rights o� copyrights incident to the use in the performa�ace of the Work or- resul�ingfrom CITYOFFORT WORTH STANDARDCONS'C[�UCTION SPECIFICATION DOCUMENTS Revision: $23I.1�] oa�zao-i GEN�RALCONDITIDN 5 Page 27 oi 63 the incorporation in the Work of any invention, design, p�ocess, prad�et, o�°device r�otspecfed in the CantractDocume�ts. 6.09 Per�mits and Util�ties A. Contractor abtained permits ar�d lacenses. Contractar shall abtain and pay for aIl construction pern�its and licenses except those pro�ided for in the Supplementary Conditions or Contract Docurnents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Gontractor shall pay all governmental charges and inspection fees necassary for the prosecution af the Work which are applicable at the time of opening of Bids, or, if there are na Bids, on the Effective Date oi the Agreemerxt, except for permit� provided by the City as specifed in b.�9.B. City shall pay all eharges of utility owners iar �onnec�ions far providin� pern�nent service ta the Work. B, City ol�tainedpermits and licenses. City will obtain and pay far aIl permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsrbility ta carry out the provisions of tha permit. If the Contractor initia�es cha.nges to the Contract and the Ciry approves the changes, the Cantractox is respansble for abtaming cleaz-ances and coorciinating with the appropr2ate regulatazy agency. The City will not reimburse the Con�ractor for any cost associated with these xequirements of any City acquired permit. The following are permits the Ciry will obtam if required: 1. Texa� Department of Transportation Permits 2. U.S. Army Cozps af Engineers Permits 3. Texas Cotx�zxiission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permats and licenses. The City anticipates acquisition of and/or access to p�rmits and licenses. Azry outstanding permits and licenses are anticipated ta be acquired in accordance with the schedul� set forth in the Supplementary Conditinns. The Project Schedu�e subrr►itted by the Contractor in acenrdanee with the Cantract Docurnents must consider an.y outstanding permits and licenses. 6. I4 Laws arad Iieguldtions A. Cantractor shall give aIl notices required by and shall camply with all Laws and Regulations applicable tn th� performance of the Work. Except wHere otherwise expressly required by applicabl� Laws and Regulations, the City shall not be respons�le for monitoritig Contractor's campIiance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reasan to lrnow that it is contrary to Lawa ar Ragulations, Contractor shall bear all claims, cos�s, Zosses, and daznages (including but not limited to alI fees and charges of engineers, architects, atiarneys, and other professionals and all CI'CYOFFURT WORTH $TANDARDCONSTRUCTIDN 5PEC1F[CAT[ON DOCUMENTS Reviseon; $73�U11 00 7zoa- � GENERALCONOITIDN5 Page 28 of 63 caurt or arbi�ration or other dispute resolution costs) arising out of or relatmg tv such Work. However, it s�a�l not be Cnn�ractor's responsibility to make certain that the Specrfications and Drawings are in accardance with Laws and Regulations, hut this shall not relieve Contractor of Contractor's ob�igations under Paragrap� 3.U2. C. Changes in Laws ar Regula.tions not ic�iown at the time of opening of Bids having an effect on the cost or time of perfarmance of the Work may be the subject of an adjustment in Co�ziract Price or Corttract Tunne. 6.11 Taxes A. On, a cnntract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subc�apter H, Sections 151.301-335 (as a�ended), the Contractor may purehase, rent or lease all materials, supplies and equiprn�nt used or consurned in. the perforrnance of this contract by issuing to his suppfier an exemption certificate in Iieu of the tax, said exemptian c�rti�"icate to comply with State CoFnptroller's Rul'mg .007. Any such exemptian certif'xcate issued to the Contractor �n lieu of the tax shall be subject ta and shall comply with the provision of State Comptroller's Ruling .011, and any o#her applicable rulings pertaming to the Texas Tax Cade, Subchapter H. B. Texas Tax permits and 'mformation rnay be obtained frorn; 1. Compiroller of Public Accounts Sale� Tax Division Capitol 5tation Austin, TX 7871I; or 2. http:l/www.window.state.t�c.usltaxitifaltaxforn1s/93-forms.ht�nl 6.12 Use of S'ite and OtherAt-eus A. Limitation on Use of Site and Other Areas: 1. Cantractor s�ll conf'me construction. equipment, the storage of mater�ls and equipment, and the operatians of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encurnbar tlze Sit� and other areas with construction equipment ar a�her materials or equipment. Contractor sha.11 assume full responstbility for any damage to any such ]and or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the perfarmance of t�e Work 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed ar is carrying nn o�erations in a portian of a street, right-af-way, or easement greater than is necessary far proper execution of the Work, t�e City may requ�e the Contractor to fitvsh the section ozx which operations are in pro�ress before work is commeneed an any additi�nal area of the Site. CTI'YOF FORT WORTH STANDARDCOIJSTRUCTION SPEC[FICA710N UOCUMENTS Re+rision: $2ilL(l21 no72ao-� GEN�RAL CONDITION 5 Page 29 of 63 3. Shauld anyDamage Claim be made by any such awner or occupant because ofthe performance of the Wor�, Contractor shall pramptly at�empt ta resolve the Damage Claim. 4. Pursuaratto Paragraph 6.21, Contractorshall indemraafyand hold harmdess City, from and against all claims, costs, Iosses, and damages arising outofar relating ta any claim or r�ctian, degal ar equitabde, b�ought by any �uch owner or accupant against City. B. Removal of Deb�as During Performance of the Work: During the progress of the Work Contractor shall keep the 5ite and other areas free from accutxtulations ofwaste materials, rubbish, and other debris. Removal and disposal af such waste mater�a�s, rubbish, and other debris shal] conform to applicable Laws and Regulatiaz�s. C. Site Mairatenarace Cleaning: 24 hours after wri[tten notice is given to th� Contractor that the clean.-up on the job si�e rs proceedmg in a mannex un.satisfactory to the City, if the Contraetor fails to correct the unsatisiactory pracedure, the City may take such direct actian as the City deems appropriate to correct the clean-up deficiencies cited to the Contractar in the written notice (by letter or electronic cammunication), and the costs of such direct action, plus �5 % of such CQ5t5, slzall b� deducted from the monies due ar to become du� to the Contz-actor. D. Final Site Cleaning: Prior to Final Acceptance of the Wor� Contractar slaall clean the Site and tY�e Wark and make it ready for utilization by City or adjacent property awner. At the compl�tion of th� Work Contractor shall rezx�o�e from the Si�e aIl tools, appliances, canstruction equipment and macHinary, and surplus materials and shall restore to original conditioza or betier aII property distur'bed by the Work. E. Loading Structures; Cantractor sha11 not load nor permit any part of any structure tn bc loaded in any manner that will endanger the structure, nor shall Coniractor subject any part of the Work or adjacent property ta stress�s or pressures that will endangex it. 6.13 Recorcl Documents A. Eontractor shall znaivatain in a safe place at the Site or u� a place designated by the Coniractor and approved by the City, one (1} record copy of all Drawin.gs, Specif"ications, Addenda, Change Qrders, �ield Orders, and written interpretations and clarificatians in gaod order and annotated to show chan.ges made dt�rsng constr�action. These record documents together with all approved Sarnples and a caunterpart of all accepted Submittals will be ava�able to Crty for reference. Upan completion of the Work, these reeord dacumenfs, any operation and mairitenance naaz�uals, and Submittals will be delivered to City priox to Final Inspection. Cantractor shall inc�ude accurate lacations for buried and imbedded items. G.14 5afety and Protection A. Contractor shall be solely responsble for init�ating, rnaintaming and supezvising all safety precautions and programs in conz�ection with the Work. Sueh responsib�ility does not relieve Subcontractors af their respons�bitity for the safety of persons or praperty in the performance of thei� work, nor for campliance wi�t applicable safety Laws and Regulations. Contractor shall CTTYOFFOR'f WORTfI STANDARDCONSTRUCTION SPEC[F[CRTION DOCUMEN'CS Revision: 823/202I D0720D-1 GENERAL CAIV�ITkON S Page 30 of 63 take all necessary pre.cautions for the sa%ty of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who nnay be affectedby the Work; 2, all the Work anci materials and equipment ta be ir�carporated therein, whether in storage an or off fihe Site; and 3. other property at the Site or adjacent thereto, includ'mg trees, shrubs, lawns, wallcs, pavernents, roadways, structures, utalit�es, and Undergroun.d Facilities not designated for rernoval, relacation, or replacement in the caurse of construction. B. Contractor shall comply with all appficable Laws and Regula.tions xela.ting to the safety of persons or property, or to the protectian af persons or property from damage, injury, or loss; and shall erect and maintain all n�cessary safeguards for sucb safety and protection. Contractor shall notify owners oi adjacent property and of Underg7raund Facilities and other utility owners when prosecution of the Wark may affect them, and shall cooperate with them in the protection, removal, re�ocation, and replacement of their property. C. Can�ractor shall eomply with the applicable requirem�nts of City's safety programs, if any. D. Contractor shall inforrn City af the spec�ic requirements of Contractor's safety program, if any, witii which Ciry's employees az�zd representatives m�ast comply while at the Srte. E. All damage, injury, or loss to a�y properly referredto in Paragraph 6.14.A.2 or 6.14.A.3 caused, di�ectly or indirectly, in whole or in part, by Confitactor, any S�bcontractor, Supplier, or any other individual or entity directly or indirectly employed by any af them to perforrn any of the Work, or anyone far whose acts any of tham may be liable, shall be remedied by Contraetar. F. Contractor's duties and respans��ities %r safety and far protection o� the Work shail continue until such time as all the Work is completed and City has accepted the Work. 6.15 SafetyRep�-esentative Contractor shall inform City in writing of Contractar's designated safety representative at the Si�e. 6.16 Hazard CommunicaiionPrograms Contractar shall be responsble for coardinating any exchange o:F z�nateriai safety data sheets or other hazard communication infom�ation req�ed to be made available to ox exehanged between ar arnong employers in accordance with Laws ar Regulations. 6.17 Emergencies andlorRectifcatfon A. In ernexgencies affeeting the safety or pratection of persons or the Work or property at the Site or adjacent tk�ereta, Contractor is obli�ated to act to prevent threatened damage, injury, or loss. Contractox sh�ll give City prompt written noticc i.f Contractor believes that any significant crr�ro� �oxT wnxTr-r STANDARDCONSTAUCTION SPECiFICAiION DOCUM�NTS Aevision: 8I13I1A21 aa�znn-t GENERAL CON�ITION S Page 31 of fi3 chang�s in the Wnrk or variations from the ContractDocuments have been causedthereby or are required �s a result thereof. If City determines that a change in the Contract Docutnents is require d because of the action taken by Contractor in response to such an emergency, a Change_Order may be issued. B. 5hou�d the Contractar faiI to respond to a request frorn the City to r�cxi�y any discrepancies, omissions, or correc#ion necessary to con%rm with the requir�ments of the Contract Documents, the City shall g'r�e the Contractor written notice that such work or changes are to be performed. The writ�en notice shall direct attention to the discrepant condition and request the Contractor to take remediat action to correct the condition. In the event the Contractor does not take positive steps to fulfill this wriYten request, or does not show just causa far not takuig the proper action, within 24 hours, the City may take such remedial action with City forees or by cantit�act. The City shall deduct an amount equal to the entire eosts far such remedial action, plus 25°/a, from any funds due or become duc the Contractor on the Project. 6.18 Submittais A. Contractar shall submit required Subanittals ta City for revievsr and acceptance in accordance with the accept�d Schedule of Subinittals (as required by Paragraph 2,q7). Each submittal will be identified as Gity may require. 1. Submit ntrmber of copies speci#"zed iz� #he General RecXuirements. 2, Datashown on the Submittals will be coznplete withrespectto quantities, dimensions, specified performance and design crikeria, material�, and simila,r data to shaw City the serviees, materials, and equipment Contractor proposes to provide and to en.able City to rerriew the infnrmation For the limited �urposes required by Paragraph 6.18.C. 3. Submitta�s submitted as herein provided by Cantractor and reviewed by City for confarmance with the design concept shalI be executed in �onfornuty with th� Contract Documents unless otherwise recluired by City. 4. When Submittals are submitted for the purpnse of showing the installation in greater detail, their review shall not e�ccuse Contractor from requirernents shown on the Drawings and Specifications. 5. For-Infonnation-Only submittals upon �vhich the City is not expected to conduet review or take responsive action rnay be so identified in the Cont7ract Documents. 6. Submit required nurnber of Sampl�s specifed in the Specification�. 7, Cleariy identify each Sample as to material, Supplier, pertment daia such as eatalog numbers, the use for which intended and other data as Cify z�ay require to enable City ta re�iew the submittal for the limited purposes required by Paragraph 6.18.C. CTTYOFFdRT WQRTH STAFvpI#RDCQNS'CIZIICT[ON SPEC]F[CAT]OIV pOCUMEIV'I'S Ret+ision: Q23I2�pr21 OD7200-1 GENERAL CANDITIQN 5 Page 32 of 63 B. Where a 5ubmittal is required by the Contract Documents or the Schedule of Submittals, any related Work perfortned prior to City's review and acceptanca of the pertinent submittal will be at the sole expense and respons�ility of Contractor. C. City's Review: 1. City will provide timely review a� required 5ubmittals in accordance with fhe Schedule of Submittals acceptahle to City. City's revievw and acceptance w�l be anly to determine if the items covered by the submittals will, after installation ar incorporatian in the Work, canform to the information given in ihe Cont�actDocuments and be compatible witl� the design concept of the corn�aleted Project as a funetioning whole as u�dicated by the Contract Dacuments. 2. City's review anci acceptance will not extend ta means, methods, techniques, sequences, or procedure� of construction (except where a particular means, method, technique, sequence, or procedure of consmxction ss specif"ically and e�cpressly ca�led for by the Contract Documents) or to safety precau�ions or programs i�cident thereta The re�iew and acceptance af a separate item as such will not indicate approval of the assernbly in which the iiem funciions. 3. City's review and acceptance shall z�ot relie�e Contractor from respon�s�bility for any variatioa from the requirements of the Contract Documents w�less Contractor has complied w�th the requ�rements of Saction 0� 33 QO and Gity has given written acceptance of each such variation by specific written notaiion thereof incorporated � or accompanyitag the SubmittaL City's review and accepta.nce shall not relieve Contractor fram responsib�ity for carnplying with the requirements of the Contract Documents. 6.19 Continuing tlae Work Except as o�herwise provided, Contractor shall carry on the Wark and adhere to the Project Schedule during all disputes ar disagreements with Ci�ty. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, �xcept as City and Contractor may otherwise agree in writing. 6.20 Cont�acto� s Generul Warraniy and Cuarantee A. Cvntractor warrants and guarantee5 to City ttiat a!1 Work will be in accordance with t�e Con�ract Docurn.ents and will not be defective. Ciry and its officers, directors, rr�embers, partner�, employees, agents, cansultants, and subcantractors sliall be entitled to rely on r�presentation of Contractar's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, rnociification, or unpraper a�aintenance or operation by persons other than Contractor, Subcontractors, Suppfiars, or any other mdividual or entity for whom Contractor is respans�ble; or C1TY flE FQRT WORTH STANDARDCONSTRIfCTiON SP8CIF1CAT10N DOCLJMEdYTS Revisinn: 6�21 oa �z oo-� GENERAL CONDITION S Page 33 of b3 2. normal wear and tear under normal usage, C. Contractor's obligation to perform and compl�te the Work in accordance wikh the Contract Doe�rrients sh�ll be absolute. N�ne of the follawing will constitute an acceptance of Work that is not in accordance wrth the Contraci Docum�nts ar a release of Contractor's obligation to perfarm the Work n� accoxdance with �he Contract Documents: 1, observations by City; 2, r�eornrnendation or payment by City of any progress Qr fmal payment; 3, the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupaney of the Wark or any part thereof by City; 5. any review and acceptance of a Subrr�ttal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Wnrk by City. D. The Cantractor shaIl rexnedy any defects or damages in the Work and pay for any darnage to ath�r work or property resulting therefrom whi,ch shaIl appear wiihin a period of two (2} years frorn the date of �inal Acceptance ofthe Wark unless a Ionger period is specified and shaI1 fiu-nish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give natice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractar cover�ants and agrees to indemnify, hald harmless and defend, at its own expense, the City, its ofl'icers, servants and employees,frorn and against any and all claims arising out of, ar alle�ed to arisc out of, the work and services ta be per%rmed by th� Contractor, its o�cers, agents, employees, subcontractors, licenses or invitees under this Contract. THiS �NDEMNiF`IC:ATiON PRO�i� Y$ �PFC'IFiC'Ai,T.V iNTF.NT)Fi] TC} OPF,R.ATF AND B FFF.('TiVF. F. _N IF IT iS ALI.F,(�Fn OR PROVEN THAT Al I OR ,�OME OF TI-IE DAMA(;FS RFING SO (�HT �VF'RF C`A T� IN WHi)i F OR IN PART. BY A Y AC`T. (IMiSSTCIN OR E(�i�I(�FN['F. O TN iT'S� This indemniLy provision is intended to inciude, writhouf li�nitation, indemnity for costs, exg�nses and legal fe e s incurre d by the City in de fe nding agai�s t s uch claims and cause s of actians. B. Cantractar covenants and a�re es ta indemnify and hold harmles s, at its own expense, the Citys its officers, servants and employees, from and against any and all loss, damage or destruction ofproper[y ofthe City, arising auto� or allegedto arise outo� the wark and services to � performed by the Contractor, its officers, agents, empIoyees, subcontract�rs, Iicensees ar invitees under this Contract. CITYOFFOEtT WORT�I STANDARDCONSTRUCT]ON SPECIFICATION AOC.Lfl1�NT5 Revisian: $23[2�l ao�zoo-t GENERAL GONDITION 5 Page 34 of 63 ' \ ll 1 _� 1_'__►:- —=►1 : �__�\I___1_\ ---��_;_�:_� r . .� �;__���_�_ _ ���-----�---�--�-N. .� � . .�� � � � . � ,_ : : . . � ►� _ _ � . � ;_ ► - - ► —�- • - - y- 6.22 Delegation afProfessianalDesign Services A. Contractor widl not be required to provide professianal design services unless such services are specif'ically required by the Contract Documents for a portion af the Work or u�aJess such services are required to earryout Contractor's respons�bilities for construction means, methods, techniques, sequences and procedures. B. If professi�nal d�sign sexvices or cert�cations by a design professionai related to systems, materials or equiprnent are specifieally required af Contractor by the Contract Documents, City will specify all perFormance and design criteria that such sen+ices must sat�sfy. Contractor shall cause such services or certifications to be pravided by a properly licensed pra%ssional, whose signature and seal shail appear on all drawings, calculations, specif"icatioz�s, certifi�ations, and Subrruttais prepared by such pro%ssiana.L Submiktals related to �he Work designed or certified by such proFessional, if prepared by others, shall bear such professional's written approval w�ien submitted to City. C. City shall be entrtled to rely upon the adequacy, accuraey and completeness of the services, certifications or approvals performed by such design professianals, provided City has specified to Contractor performance and design criteri� that such services must satisfy. D. Pursuant to this Pa:ragraph 6.2�, City's review and acceptance of design calculatians and design drawmgs will be only far the limited purpose of checkii�g for eonforrr�nce with pe�ormance and design criteria given and the design concept expressed ir� t}�e Contract Documents. Ciry's review and acceptance a� Submittals (except design ealculations and design drawirtgs) �will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Aud�t A. The Cantractor agrees tha� the City shall, until the expiration of three (3} years after frnal payment under this Cantract, have access to and the riglat to e�amrrie and photocopy any d�ectly pertinent boaks, dncuments, papers, and records of the Contractor invph+ing �ransactions relating to this Contract. Contractor agrees that the Ciiy shall have aceess during Regular Working Hours to a�l necessary Contractor faeilities and shall be provid�d adequate and appropriate work space in arder to canduct audits in compliance with the pravisions of this Paragraph. The Ciry shall give Contractor reaso�able advance notice of intended audits. B, Contractor further agrees ta include in alI its subconlracts hereund�r a provision to the effec� that the subcontractor agrees tk�at the City shall, until th.e expua�ion of three (3} years after final payrnent under this Contract, have access to and the rigi�t to exam�e and photocopy any directly pertinent baoks, documents, papers, and records of such Subcontractor, involving t�ansactions to tl�e subcontract, and further, ihat City shall have access durin.g Regular Working Hours to all CTI'YOFFORT WQATH STANDARDCONSTRIICTION SPEC[FICATION DOCUNiEN'�'S 8evision: ii�1311A21 ao7zoo-� GENERAL CON� ITIaN 5 Page 35 of 63 Subcontractor facilities, and shall be provided adequate and apprapria.t� work space in order to co�duci audits in camp�iance with the provisions of this Paragraph. The City shall �ve Subcantractar reasonable advance notice oi intended audits. C. Cont�actor and �ubcontractor agree to phoioc�py such doeuments as may be requested by t�e City. The City agrees to reimburse Contractor for the cost of the copies as fnllows at t�e rate publishe d in the Texas Aciministrative Code in effect as of the time copying is p�r%r3ned. 6.24 Nondiscriminatian A. The City is respons�ble far operating Public Transpartation Programs �nd impleznenting t�ansit- related projects, which are funded in part with Federal �inancial assistaace awarded by the U.S. Department of Transgortation and the Federal Transit Admin�.5tratian (FTA), withoui discrirninatin.g against any person in the United States on the basis of race, color, or natianal origin. B. Title VI, Cival Rights Act af I964 as ar,�ended.• Contractor shall comply with the requirern�nts of the Acf and the Regulations as further defined in the Supplementary Conditians for any praject receiving Federal as.sistance. ARTICL� 7-- OTHER WQRK AT THE SITE 7.01 Itelated Work atSite A. City may perform other work related to the Project at the Site with City's employees, or other City coniractars, or through other direct contracts therefar, or have other workperfarmed byutility owners. I� such other work is not noted in the Contract Documents, then writtan notice thereof will be given to Cantractor prior to starti�g any such ot�er work; and B. Can1a-actor shall a:fford each other contracto�r who is a party to such a direct cantract, each utility owner, and City, if City is performing other work with �ity's empIoyees or other City cantractors, proper and safe access to the Site, pravide a reasonable opportunity far the introd�ctian and storage of rr�terial�s and equipment and the execution af such ather work, and praperly caord�ate tk�e Work with theirs. Contractor shall do a�l cutting, fitting, and patching of ih� Work thdt may be required to prop�rly connect or otherwise malce its several parts come together anc� properly integrate with such o�her work, Contractor shall noi endanger any work of otY�ers by cutting, ex.cavating, or atherwise alterit�g such work; provided, however, that Cantractor may cut or air�r others' wark vvitli the written consent oiCity and the others whose vvork will be affected. C. I�the proper execution or results of any part oi Contractor's Work depends upon work performed by others under this Articie 7, Contractor sh�ll inspect such other work and promptly report ta Gity in writmg any deIays, defects, or deficiencies ita sueh ather work that render it tar�availabie or unsuitable fox the proper execution and results of Contractor's Work. Contractor's failure to sa report will canstitute an acceptance of such other wark as �t and proper for integration with Connactor's Woxk except iar ]atent defects in the work provided by others. CITYOFFORT WORTH S1'ANDARDCONSTRUCT[D� SPEC[FICATIOH DOCUMENTS Re�ision: &2320'll oo�zao-i G�NERAL CdNDiTION 5 Page 36 of 63 7.02 Coordination A. Ti City intends to conlract with athers far the perfor�nance of other work on. the Project at the Siie, the foliawmg will be set forth ui Supp�ernentary Condition�: 1. the individual or entity who will have authority and xespons�biIity for coordination af the activities arnong the various contractors wil! be identified; 2, the specifie rnatter� to he eovexed by such authority and responszb�ity will be iternized; and 3. the extent of such authority and responsbilities will be provided. B. Uriless othez�wise pravided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 �- CITY'S RESPONSIBILITIES SA1 Cornmunicatians to Contractor Except as otherwise provided in the Supp�ementary� Conditions, City shall issue all communicati�s to Contrac�ar. 8.02 Furnish Data City shall tuneiy furnish the data required under the Contract Documents. 8_03 Pay When Due City shall make payrnents to Contractor in accardance with Article 14. 8.04 Lands arad Easements; Repor�s and Tests Caty°s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Pa.ragz-aphs 4.01 and 4.05. Paragraph 4.02 refers to City's id�ntifying a�d making avai�.ble to Connactor copies af reports of explorations and tests of subsurfa.ce conditians and drawings of physical conditioz� relating to existing surface or suhsurface structures at ar contiguaus to the Site that have been ufiilized by City in prepar�tg the Contract Documents. S.OS Change Orders City shall execute Change Ordexs � accordance with Paragraph 10.43. $.06 Inspection:s, Tests, and Approvals City's responsx�ility with respect to certain inspections, t�sts, and approvals i.s set forth ui Paragraph 13.03. GITY OF FOR1' WORTH STANDARDCONSTRUCTION SPEC[FICATION DOCUMEAITS Revision: 8�21 007200-i GENERAL CON� ITIpN 5 P age 37 af fi3 S_07 LimfPatiaras on City's Responsibilities A. The City shall not supervise, dit'ect, or ha.ve control or au�arity over, �zar be responsible for, Contractor's means, methods, techniques, sequences, or procedures af construction, or the safety precautions and programs incident ihereto, or far any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work, City wi�l not ba respons�ble for Contractor's faiIure to perfortn the Work it� accardance with the Contract Documents. B. City will notify the Contraeior of applicable safety plans pursuant to Paragraph 6.14. $.OS Undisclosed Hc�zara►ous Environmental Candition City's responsibility with respect to an undisclosed Hazardous En�ironmental Condition is set forth in Paragraph 4,06. 8.09 Compliance with Safety Prngram While at the Site, City's employees and representatives sha.11 cornply with the specific applicable r�quirements af Con�ractor's safety �rograzxis of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S DB SERVATION STATUS DURING CON�TRUCTION 9.01 City's ProjectMcanager City will gravide one or mare Project 1Vlanager{s) during the cans�z�uctian perind. The duties and responsibilities anc� the limitatiions af authority of City's Praject Manager during constructian are sei forth in tke Contract Documen�s. The City's Project Manager for this Contract is identified in the Supplementazy Conditions. 9.�2 Visits to �tte A. City's Project Manager w�71 make visits to the Sifie at intez-vals apprnpriate to the vaz-ious stages of construction as City deezns necessary in order to abserve the progress that has been made and the quality oi the various aspects of Cdntractor's execnied Work. Sased an information obtained durmg such viszts and observatians, City's Project Manager will determine, in general, if the Work is proceedit�g in aceardance with the Contrac# Doctunents. City's Project Manager will not be required to make exhaustive ar canti�uous iz�spections on the Site to check the qua�ity or quantity of the Work. City's Project Manager's efforts will be direcfed toward providing City a greater degree of confidence that the campleted Wark will conform generally to the Contract Dacurnents, B. City's Project 1Vlanager's visits and observatians are subject ta all the lirr�tations an authority and responsib�ty in the Contract Documents including those set forth in Paragraph 8.07'. CTTY OP FO[2T WnRTH STANDARI]CONST[�UCT[ON SPEC1FlCAT[ON DQCEJM�NTS Revision: 8rLiI1(iLl ao�zoo-i GENERAL CANUITIOEJ S Page 38 ofG3 9.03 Autho�-ized Ya�iations in Work City's Project Manager may authorize minor variations in the Work ftom. the requirements of the Contract Dacuments which do not involve an adjustment in t1�e Cnntract Price or the Contract Time and are co�nnpatble with the design concept of tlie co�npleted Project as a functioning whole as indicated by the Contract Documents. Thesa may be accomplished by a Fie� Ord�r and will be binding on City and alsa on Co�tractor, wha shall perf'orm tk�e Work involved protnptly. 9.0� Rejecting Defective Work Ciry will have autharity to reject Work v�hieb City's Project Manager believes to Ue defective, or will not produ�e a completed Project khat conforn�s to the Caniract Documents or that w�l prejudice the integrity of the design concept of the completed Project as a iunetianing whole as indicated by t}�e Contract Docwnents. City will have autltority to conduct special inspection ar testing of tk�.e Work as pro�+ided in Art�cle 13, whether or not the Work is fabricated, installed, or cornpleted. 9.05 Determinations for WorkPerformed Contracfor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preluninary determinations on such matters before rendering a written recommendatian. City's written decision will be final {except as nnod�ed to reflect ehanged factual canditians or mare acct�r'ate data). 9.06 Decisions on Requi�ements o, f ContNactDacuments and Acceptability of Wark A. Ciry will be the izaitial �nterpreter of the requirements of the Cnntraet Documents and judge of the acceptability of the Work the�eu�der. B. City wil! r�nder a written ciecisian on any issue referred. C. City's written decision an #he issue referredwill be fmal and binding on the Cnntractor, subject to the provisions of Paragraph IO.Q6. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK l0,dl A�thorized Changes in the Work A. Without inwalidating the Contract and without notice to ar�y surety, �ity may, at any ticne or from time to time, order Ex�ra Wark. Upon notice of such Extra Wark, Contractor shall promptly praceed with the Work involved which wil1 be performed under the appI�cable conditions af tha Contract Documenis (except as otherwise specif"�cally provided). Extxa Work sha11 ba memorialized by a Change Order which m�ay or may not prec�de an arder of Extxa work. B. For minor changes af Work not requiring changes to Contract Time or Contract Price, a Field Order may be �ssued by the City. C1TY pF FORT WORTH STANDARDWNSTftUCTION SPECIFIC:4TION DOCiJMENTS Revision: 82'i/�DZ1 OU7200-f GENERAL CdND ITION 5 Pagc 39 af 63 10.Q2 Unauthorized Changesin the Wor�k Contractor shall not be entit�ed to an increase in the Con.t�ract Price ar an extension af the Coniract T�ime with respect to any work perforrned that is nat required hy thc Cantract Documents as arnended, rr�od�ed, ar supplemented as pro�id�d in Paragraph 3.04, except in the case of an emergency as pro�ided in Paragaph 6.17. 10,03 Execution ofChange Orders A. City and Contractor shall executie appropria.te Change Orders covering: 1. cY�anges in the Woxk which are: (i) orderadby City p�rrsuant to Paragraph 10.O1.A, (ri) requffed because of acceptance of defeCtive Work under Paragraph 13.08 ar City's correctian af deFective Work under Paragraph I3,09, or {ui,j agreed to by the parties; 2. changes in the �ontract Priee or Cantract Ti�ne which are agreed to by the parties, including any undisputed sum or amount of t�na fox Work actually performed, 10.04 Exlra Work A. 5hould a differerace arise as to vvhat does or du�s not canstitute Extra �ork, or as to the payment thereof, and the Cify insists upon its perfornaance, the Con�racior shall proceed with the wark after making written request for �uvritten or�ers and shall keep aceurate accouz�t of the actual reasonab�e cost thereof, Contract Claims r�garding E�ra Work shall be made pursuant to Paragraph IO.a6. B. The Contractar shall furnish the City such installatinn records af all deviations from the az�ginal Contract DocUznents as may be necessary to enabla the City to prepare �or permanent recard a corrected set of plans showing the a:ctual installation. C. The campensation agreed upon %r Extra Work whct�ier or not ini�tiated by a Change Order shall be a full, complete and final payment for alI costs Contt-actor incurs as a resuit or rela.ting to the ehange or Extra Wark, whether said costs are known, unknown, foreseen or i.uiforeseen at that time, includit�g without Iimitation, any costs for delay, extended overhead, ripple ar impact cast, or any other effect on ehanged or unchanged work as a result of tiha change or Exfra Work. 10.05 Notification to Su�ty If the prouisians af any bond require notice to be given to a surety ofany change affectingthe general scope of the Work or the provisions af the Cantract Documents (includir�g, but not limited to, Cont�ract Price or Contract Time), the gi�g of any such notice vv�ll be Contractor's responsib�lity. The amount of each applicable bond wilI be adjusted by the Contractor ta reflect the effeci of any s�tch change. CITY pF PORT WORTH STANDARD CONSTRUCTIO N SPECIF ICA'f 10 N DpCL1MENTS Ite�ision: 8r13l1021 aa�zao-� G�NERAL CO�E�ITION 5 F'age 4D of 63 10.06 Contract Claims Process A. City's Decision �tequared: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred ta the �ity for decision. A decision by City shall be required as a eondition precedent to any exereise by Contractor of any rights or rem�dies he may otherwise have under the Contract Dacuments ar by Laws and Regulations in respect of such Cont�act C'launs. B. Natice: 1. Wriiten notice stating the general nature of each Contract C}aim shall be delivered by the Contractor to City na later than 15 days after the start of the event givir�g rise thereta. The r�spor�s�bility to substantiate a Contract Claim shall rest wrth the party naaaking the Contract Claim. 2. Notic� of the arnount or extent of the Contract Claim, with supporting data shall be deli�ere d to the City on or befare 45 days from the start of t�e event giving r�se �ereto {unless the City allows additiox�.1 time for Contraciar to submit additional ar more accurate data irt support of such Contract Clairn). 3. A Contract Claim for an adjustment in Contract Price shail be prepared in aecordance with the provisions of Par�graph 12.01. 4. A Coniract Claim for an adjustment in Contract Time sha11 be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Cl�im shall be accompanied by Contractor's written staternent that the adjust�.ent claimed �s the ent�re acijustment to which the Cantractor believes it rs �ntitled as a result of said event. 6. Tke City sha�l submit any xespons� to the Contractor withur� 30 days after receipt oi the claimant's last subnnittal (unless Contract allows additional time). C. Ciry 's Action: City will review each Contract Clagn and, vvithin 30 days after receipt of the last subnniital of the Contractor, if any, take one of the follawing actions in writing: 1. deny the Contract Claim in whole ar in part; 2. approve the Contract Clairri; ar 3. notify the Contractar that the City is unable ta resolve the Contract Claim if, m the City's sole discretion, it wauld be inappzopriate for the City to do so. For puxpases of fixrther resoiution of the Contract Claim, such notice shall be deemed a deniaL CTI'Y OF F�12T U4+ORTI� STANDARUCON3TRUCT[ON SPBCIFiCAT10N DOC[IMENT3 Revision: 82.3lLOQl 00 72 00 - l GENERALGONDITIDNS Page 41 pf 63 D. City's vc�ritt�n action under Paragrapn 10.05.0 will be final and binding, unless City or Contractnr invoke the dispute resoluiion proced�re set forth in Article 16 vwithin 30 daqs of such ac�ion or deniaL E. No Gontract Claim for an adjustment in Contraet Price or Conixact Time w111 be valid if not subrnitted in accordance with �his Paragraph 10.06. ARTICLE 11— COST OF THE WQRK; ALLOWANCES; L71VIT PRICE WORK; PLANS Q VANT�TY 1WIEASUREMINT 11.U1 Cost of the Wark A. Costs Included: The term Cost of the Work means the sum of all costs, except those excIuded in Paragraph 11.Q1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work cavered by a Change Order, the casts to be reimbursed ta Gontractor will be oz�y those additional or incremental cost� z-equired because ofthe change in the Work. Such costs shall not include any of the costs itcznized in Paragraph 11.01.B, and shall inchuie but not be limited to the fnllo�ving i�ems: l. PayiroU casts far emp�oyees in the direct employ of Contractnr in the perfatma.�ce of the Work under schedules of job classifications agreed upon by City and Contractor, �uch employees shall include, without lunitatian, superintendents, foremen, ar�d other personnel employed full time on the Wark. Payrall costs for employees not employed full titx�e on the Work shall be apportioncd on the hasis of t�eir time spent on the Work. Payroll costs shall include; a. salaries with a 55% rnarkup, or b. salaries and wages plus the cost of fringe benefrts, which shall include �ocial sectarity contributions, unemployment, excise, and payroll taxes, �vorkers' corr�pensation, health and retirement benefits, bonuses, sick lea�e, vacation and holiday pay applicable thereto. The expenses af perfofming Work outside of Regular Warkir�g Hours, Weekend Working HoUrs, or legal ho�idays, shall be included in the above ta the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporatec� m tY�e Work, incIuding costs of transporta�ion and storage thereof, and Suppliers' feld services required 'm connection therewith. Rentals of all construction equiprnent and machinery, and the parts tihereof whether rented from Contractox or othcrs in accordance with rental agreements approved by City, and the casts of t-�•ansportation, loading, unloading, asseznbly, dismantIing, and removal tki.ereof. All suck� costs shall be in accordance with the terzxas of said rental ageements. The rental of any such equipment, �achiner�, or parts shall cease when the use thereof is no langex necessary fox the Work. CTTY OF FORT W�RTII STANDARDCONSTRIIGTION SPECIF[CAT[ON DQCUMENTS Revision: 8232021 ao �z.oa- i C,�NERAL CqNd ITION 5 Page 42 of 63 4. Payr�nents made by Cantractar to Subcon�ractors for Work performed by 5ubcontractors. If required by City, Contractar shall abtain competitive bids fram subcontractors acceptable ta City and Contraetor and shall �liver sueh bids to City, w�o will then determine, which bzds, if any, w� be acceptable. If any subcontract provides that ihe Subcantractor is to ba paid on the basis of Cast vf the Work plus a fee, the Subeontractor's Cost of the Work and fee shall be determined m the sarne manner as Cantraetor's Cost of the Work and fee as provided 'm this Paragraph 11,01. 5. Costs of special consulfants (including but not limited to engineers, architects, testing labaratories, surveyars, attorneys, and accountants) emplayed �or services specifically related to the Work. 6. Supplemental casts including the following: a. The propartion of necessazy t�ansportation, travel, and subsistence expenses of Contractar's employees incurred in discharge of duties connected with the Work. b. Cost, includirig �ransportation and maintenance, af a11 materials, supplies, equiptnent, maclvnery, appiiances, office, and temporary facilities at the Site, and hand taol� not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain tlze property of Contractor. c. Sales, consumer, use, and other sffnilar Contractor is �iable not covered under Regulations. taxes related to the Worlc, and for which Paragraph 6.11, as imposed by Laws a.nd d. Deposits lost far ca�ses ath�r than negligence of Contractor, any Subcontractar, or anyone directly or indseetly ernployed by any of them or for whase acts any of them rraay be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related exp�nses) caused by damage to tha Work, not cornper�sated by insurance ar otherwise, sustained by Contractor in cannection with the perfarenance of the Work, provided such losses and damage� have resulted from causes other than the negligence of Contractor, any Subcontractar, or anyone di�ectly or indirectly employed by any of them or far r�hose acts any o£them may be liable. Such lasses shall include settlements rn�de with the written cons.ent and approval af City. No such losses, damages, and expenses slaall be included in the Cost of the Wark �ar the purpose of determining Contractor's fee. f. The cost of utilities, fuel, a�d san�tary facilities at the Site. g. Minor expenses such as telegrams, Iong c�istance telephone calls, telephone and communication services at the Site, express and courier services, and sirnilax peity cash items in conr�ection with the Work. CITY QF FOAT WOILTFI STANDARDCON9'CRl1CTl0N SPECIFICATION DOCUMENTS Revisian: 8173IL021 DU 72 06 -1 GENERALOON�ITIONS Page 43 of 63 h, The costis of premiums for all bonds and insuranGe Contractor is required by the Contract Documents to putchase and nnaintain. B. Costs Excluded: The term Cast of the Work shall not includ� any ofthe following items: 1, Payroll costs and other conapensation of Contractar's officers, executives, principals (of p�rtnerships and soie proprietorships), general managers, safety rnanagers, engin�ers, architects, estimators, attarneys, auditors, accoux�tants, purchasing and cantracting agents, expediters, tirnekeepers, clarks, and other persannel employed by Contractoz, whether at the Site nr in Contractar'S principal or branch office for general adrninistration of the Worlc and not specifically included in tHe agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A_4, a�l of which are to be considered administrativa costs covered by tlae Contractor's fee. 2. Exp�nses of Contractor's principal and branch of�ces other than Con�ractar's of�ice at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for th.e Wark and charges against Contractor for delinquent paym�nts. 4. Casts due ta the negligence of Contractor, any Subcontractor, or anyone direetly ar u�directly employed by any of them or %r whase acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipmeni wro�gly suppfied, and making good any damage to praperty. S. Other overhaad or general expense costs of a.ny kind. C. Contractor's Fee: When a1I the Work is performed on the basis af cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Wnrk covered by a Change Order for an adjustrrient in Contract Prica is deterinined on th� basis of Cost of the Work, Cont�-actQr's fee shall be determir�ed as set %rth in 1'aragaph 12.O1.C. D. Dacumentation: Whenever the Cos� of the Worlc far any purpose is to be determined pursuant ta Paragraphs 11.O1.A and 11.O1..B, Contractor will estabIisi� and maintairi records thereof in accordance with generally accepted accounting practi�es and submit in a farm acceptable to City an itemized cost breakdown together v�ith supporting data. lI.Q2 Allowances A. Specified Allowance: It is understood that Contractar has included in the C.antract Price aIl allowances so named in the Contract Documents and shall cause the Work so covered ta be performed for such sums and by such persons or entities as may be accep�able to City. B, Pr�e-bid Allowances: 1. Cantractor agrees that: CTI'Y OP FflRT WORTH 5.TANDARDCONS'fRUCT[ON SPCC[F1CkTlON D�CUMENTS Revision: S/Z31Z021 oo7zao-� GENERAL CON O IT 10 N S Fage 44 of 63 a. the pre-bid allowances inelude the cast to Contractor of materials and equipmant raquired by tlae allowances ta be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Sit�, �abor, installation, overhead, pro�'it, and other expenses contemplated for the pre-bid allowances have been mcluded in the allowances, and no demand for additiotaal payment an aceount of any of the %r�going will be valid. C. ContingencyAllowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to fmal payruent, an appropriate Change Order wiIl be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and tha Contract Price shall be correspondingly adjusted. 11.03 UnitFrice Work A. Where the Cnn�ract Docuznents provide that all or part of the Wor�C is to be Unit Price Work, uutially the Contract Pric� will be deemed to inc�de for all Unit Price Work an amaunt equal to the sunn af t�e unit price for eachseparateiy identified item ofUnit Price Work times the estitna�ed quantity of each item as uidicated 'ui the Agreement. B. The astunated quantities of it�ms of Unit Price Work are not guaranteed and are solely for the purpose of co�nparisan of Bids and determinuag an initial Contract Price. Determ�nati�ns of the actual qUantities and classif'�cations of Unit Price Woxk perfortned by Contractar will be made by City subject to the provisions of �aragraph 9.05. C. Each unit price will be deemed to include an amount considered by Con�actar to be adequate to cover Contractar's overhead and pro�t for each separat�ly ident�ied item. Work described �n the Contract Dacuments, or reasonably inferred as required for a functionally ca�nplete mstallatian, but nat identified in tk�.e list�g of unit price item�s shall be consiclered 'mcidental ta unit price wark listed and the cost of incidental work included as part of the unit price. D. City znay make an adjustment iri tne Confract Price in accordance with Paragraph 12.01 if 1. the quantity of arYy item of Unit Price Wark performed by Cantractor drff�rs materially and signif'�ca.ntly from the estimated quazatity of such itern indicated in the Agreement; and 2. there is no carrespond�g adjustment with respect to any ather itet� of Work. E. Increased or Decreased Quantities.� The City reserves the right to ordex �xtra Work in accardance with Paragraph 1Q,01. 1. If the changes in quantities or the alteratians do not signifcantly change the character of vvork under the Contract Documents, the altered work wil! be paid far at tha Contract unit price. CTTY OF FOR'P WORTH STANDARDCONSTRUCTiON SPEC1EfCATION DOCUML'NTS Revision: SQ3/L021 oa�zoo-i GENERAL CON�ITIO�J 5 Page 45 of 63 2, If the changes in quantities or alteraiions significantly change the character of work, the Contract wilt be amended by a Change Order. If nQ uz�it prices exist, this will be considered Extra Work and the Contract t�ill be amended by a Change Order in accordance with Article 12, 4. A signif'�cant change in the character of work occurs when: a. the character af wark fox any Item as altered differs materially in kind or nature t'rom tb.at m the Cantract ar b, a Major It�m of work va�.es by more than 25°/a frorn the original Cantract quantity. 5. When tb.e quantity of work to be done under any Major Itern of the Contract is more than 12S% of the original quantity stated 'm the Contract, then either party to the Contract zxaay request an adjvstment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item ai the Contract �s l�ss than 7S% of the ariginal quantity stated it� the Conlract, then ei�iier party to the Contract may requesi an adjustment to the unit price. 11.04 PlansQuantatyMedsurement A. Plans quantities may or may not repres�ntthe exact qua�tity of wark perforzned or rr�ater�al moved, Handled, or plac�d during the execution of �he Contract. The estirraated bid quantities are designated as fmal payment quantities, unless xevised by the governizig Sectinn or this Article. B. If tl�e quantity measured as outlined under `�'rice and Payment Procedures" varies hy z�n.are than 25% (ar as stipula�ed under "Price and Payme�t Pracedures" far specific Items) from the tatal estinnated quantity for an individual Item orig3nally shown in the Contract Documents, an adjustmant may be ma.de to the quantity �f authorized work done for paymern purposes. The party ta the Contract requesting the adjustment will provide field measur�ments and calculatians showing the final quantity far which payment wi�1 be made. Payment for revised quantity wt11 be mad� at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by ihe City, by Ck�ange Order, or ta correct an error, or to correci an error on the plans, ihe plans quantity witi he increased ar decreased hy the amount involved in the change, and the 25% variance will apply to tkie new plans quantity. D. If the total Contract quantity rriultiplied by the unit price bid for an individual Item is less than $250 and t�ie Item is not arig�a�y a plans quantity Xtem, then the Item may be paid as a plans quantity Item if the City and Contractar agree in wrrtir�g to fix the final quantity as a plans quantity. CTTY OF FQ12T WOR'CH STANDARpCflNS.TRUCTION SPECIFICAT[ON DOCLTMEIV'CS Revision: 8fZifd021 ao�z oo-i GENERAL fANDlTION 5 Nage 46 oF fi3 E. Por callout wark ar non-site speci�c Contracts, the plans quaz�tity m�asurement requ�rements are not appl�cable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change afContractP�ice A. Tha Contract Price rnay only be changed by a Change Order. B. The value of any Work eovered by a Change Order wi� be determined as foliows: 1. where the Wc�rk rnvolved is covered by unit prices conta�ed in the Contract Documents, by application of suchwiit prices to the quantities of the ikems involved (subject ta the provisions af Paragraph l I.03); or 2. wk�exe the Worlc involved is not covered by unit prices conta.ined i� the Contract Documents, by a rautually agreed lump sum or unit pric� (which rnay include an allowance for overhead and profit not necessarily �n accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost af Extra Work; or 3, where the Work rnvolved is not covered by unit prices contairied in the Con�ract Documents and agreement to a lump sum or unit price is not reachedunder Paragra�h 12.O1.B.2, on the basis af the Cost of the Work (determined as provided in Paragraph I1.01) phzs a CQ��ractar's fee for overhead and profit (deterrnined as provided iti Paragraph 12.D1.C}. C. Contractor's Fee.• The Contractoar°s additional fee fQr overh�ad and profi� shall be deternvned as follows: L a mutualty acceptable fi�ed fee; or 2. if a%csd fee is not agreedupon, then a fee based oza ihe fa�lowing pereentages oftlte various portions of the Cost af the Wark: for costs incurred under Paragraphs I1.O1.A.I, 11.U1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Cantractox's own equipmen� usmg standard rental rates; 2} bonds and insurance; b. for cost� incurred uncler Paragraph 11.01.A.4 and 11.O1.A.5, the Contractor's %e shall be five perceni (5%); 1) where ane ar rnore tiers of subcont�acis are on the basis of Cost of the Work glus a fee a�d r�a fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who acivally performs the Work, at whatever C3'['YOFFQRT WpRTT3 STANI7ARI)CON57't�UCTlON 5PEC[FICATION DOCUNl�NTS. Revi sian: 823l20QE ao�2oo-a GENERALCONDITI�NS Page 47 of 63 iier, will be paid a f�e of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and I1,�1.A.2 and that any higher tier S►.�bcontractor and Contractar will eac.h be paid a fee of �ve percent (S%} of the amount paid to the next lower tier Subcontractor, hawever m no case shall the cumulative total of fees paid ba in excess of 25%; c. no fee shaIl be payable an the basis of costs itemized under Paragraphs 11.01.A.b, and 11.O1.B; d. the arnount of credit to be allowed by Contractar to Crty for any ehange wizich resuIts in a net decrease in cost wi� be t.�e amount of'th� actual net decrease in cast plus a deduction in Contrac�ar's fee by an amount equal to frve percent (5%) of such net decrease. 12.p2 Change of Contract Time A. The Contract Time rnay only be cbanged by a Change Order. B. No extensian of the Contract Time will be al�owed for Exi�a Work or far claimed delay uniess the Extra Work contempl�ted or claimed deIay is shown tn be on t�ie cxitical path of the Praject Schedule or Cantractor can show by C�tical Path Meihod analysis kow the Extra Work or claime d delay adversely affects tY�e critical path. 12.43 Delays A. Where Con�ractor is reasonably de�ayed in the perfarmance or completion of any part of the Work within the Canttact Time due to d�lay beyand fihe contral of Contractor, the Contract Time may b� e�en�ed ui an anr�ount equal to the tirne last dae to such de�ay if a Contrae� Claun is ma.de therefor. De�ays beyond the control of Contractor shall include, but not be limited ta, acts or neglect by City, acts or negleet af utility awners or other contractors perf'orming other work as cnntemplated by Article 7, fires, floads, �pidemics, abnorn�al weatY�er conditions, or acts af God. Such an adjustment shall be Contractor'� sote and exclus�ive remedy for the delays descr�bed in this P aragra.ph. B. If Cantractor is delayed, City shalI not be liable to Contractor for any claims, casts, losses, ar damages (including but not limited to all fees az�d charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resalution costs} sustained by Contractor an ar in connection with any other project or arr�ieipated project. C. Contrac#or sha11 not be entitled to an adjustt�t�ent in Contract Price or Contract Tau�ne for delays withir� the control of Contractor. Deiays att►�butal�le to and within the contro� of a Subcontractor ox �upplier shall be deemed to be delays within the cantrol of Contractor. D. The Contractar shall receive no compensation far delays or hindrances to the Work, exceptwhen direct and unavoidable extra cost to the Contractor is caused by fi.he failuxe of the City to provide information or materia3, if any, which is to be furnished by the City. CTi"YOFFORT WORTfI STANDARDGONSTRSJCTION SPECIFICATION DOCUM�AfTS Revisinn: 823l2021 ao�zoo-i GEIVERAL CONDITION S Fage 48 of 63 ARTICLE 13 — TEST5I�ND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTAli'CE OF DEFECTIVE WOR� 13.01 Notxce of Defects Notice of all defective Work of which City has actual la►owledge w�71 be gi�en to Contractor. Defective Work may be rejected, corrected, or accegted as provided in this Article 13. I3.02 Access to Work City, independent testing la.baxatories, and governmental agencies with jur�sdictianal interests will have access to the Site and the Worl� at reasonable times for their observation, inspection, and t�sting. Contractor shall pro�ide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs sa that they may comply therewitka as applicable. 13.43 Tests and Inspections A. Contractor shall give City tirnely notice of readiness of the Work for all reyuired inspectians, tests, or approvaL� and shall cooperate with inspection and testmg personnel to facilitate required inspections or tests. B. If Contract Documents, Laws ar Regulatians of any public body havmg jutisdiction require any af the Work (or part thereo� to be �spected, tested, or approved, Contractor shall assume full responsibility far arranging and nbtaining suc� ind�pendent inspections, tests, retests or approvals, pay al� costs in cotu7ection therewith, and furr►�sh City the r�quired certificates af inspection or appro�al; exceptmg, hawever, those fees specif'�cally identifed in the Supplementary Conditions or any Texas Department of Licensi�'e and Regulation (TDLR) inspec�ions, which shall be paid as descrbed it� the Supplementary Conditions. C. Ca�tractar shal� be responsab�e for arranging and obtaining and shall pay all costs in conneeiion with any 'v�spections, tests, re-tests, or approva� required for City's acceptance of material� or equiprnent to be mcorporated in the Work; or acceptance ofmaterials, mix desiigns, or eyuipment submitted for apptaval priar ta Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approva.Ls shall be performed by organizations acceptable to City. D. City may arrange far the services of an independent testing la�oratory ("Testing Lab") to perform any insp�c�ions or tests ("Testing"} for any part of the Wo�rlc, as determined solely by City. 1. C�.y will coozdinate such Testing to the extent passib�e, with Cnntractar; 2. Should any Testmg under this 5ection 13.03 D result in a"�aiP', "did not pass" or other sin�ilar negative result, the Cantractor shali be respons�le far paying for any and all retesi�. Contractor's caneellation without cause of City �nitiated Testing shall be deetned a negative resuli and require a retest. CiTY OF F(3RT WORTH STANDARDCONSTRUCTION 5PEC�FICATION DaGUSvIENTS Revision: �1 00 �z oa - a GENERAL CANOITION S Page 49 of 63 3. Any azt�ounts owed for any retestunder this Seetion 13,a3 D shall be paid directly to the Testing Lah by Conkractor. City will forward all invoices for ratests to Conttactor. 4. If Contractor fails to pay the Testing Lab, City will not issue FinaI Payment until the Testmg Lab is paid. E. If any Work (or ihe work of others) that i� to be mspected, tested, or approved is covered by Contractor witl�out written concuz�rence of City, Car�tractor shall, i� requested by City, unco�ver such Work for observation. F. Unco�erir�g Wnrk as provided 'm Para�raph I3.03.E siiall be at Contractor's expezase. G, Contractor shall have the right to make a Contract Claim regarding any retest or invoiee is�ued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered conirary to the Contract Documents or specif'ic instructions by the City, it znust, if requested by City, be uncov�red for City's obsarvation and replaced at Con�ractor's expense. B. If City c�nsidcrs i� necessary or ad�isable that covered Wrn-k be ohserved by City or inspected or testedby ath�rs, Contractor, at Ciry's rcquest, shall uncover, expose, or otherwise malce available for observatian, inspection, or testing as City may require, that portion of the Work in question, furnis�ing all nece�sary labor, material, and equipment. If it is found that the uncovered Work is defective, Gontractor shall pay all clairns, eosts, losses, and dan�aages (including but not limited to all fees and cl�arges of engineers, architects, attorneys, and other prafessinna�s and all court or other dispute resolution costs} arising out of ar re�ating to such uncovering, exposure, observation, mspection, and testirmg, and of sati�factory replacement or reconstruction. (mcl�ding but not limited to all costs of repair or replacement of work of otl�ers); or City shall be entiiled ta aceeptdefective Work in accorda�e with Paragraph 13.08 in which case Contractor shall still be respor�s�ble for aD costs associated with expo5ing, obser�ing, and testmg the defective Work. 2. If �.e uncavered Work is not faund to ba def�ctive, Contractor shall be a�lowed an. increase in the Contraet Price or an ex�ensian of the Cantract Time, or both, directly attr�butablc to such ur�cavering, axpasure, observation, inspection, testing, replacement, and reeonstructian. 13.05 City hilay Stop the Work If the Wark is defective, or Cont�ractor fai7s ta supply sufficient skilled workers or surtable mat�rials or equipment, or iails to perForm the Work in such a way that the campleted Work will eonform to �e Contract Documents, City �ay ardar Contractor to stap the Work, or any portian thereof, until the cause for such order has been eliminated; however, t�is right of City to stop the Work shall not give rise to any duty on the part of City to exerc�se this right for ihe benefit of Contractor, any CITY OF FOKT WORTH STAIVT7ARDCONSTRUCTION 5P8C[FICATION �OCUMENTS Rcvisinn: R7�3/Z(Y2.1 00 �x oo- i GENERAL GONU ITION S Yage SU of 63 Subeontractor, any Supplier, any othar individual or entity, or any surety for, or employee or agent of any of them. 13.06 Corr�ection orRemaval of Defective Wark A. Promptly afterreceipt of written notice, Contractox shall correet all defective Work pursua.nt ta an acceptable schedule, whether or not fabricated, instal�ed, or completed, or, i� the Work has been rejected by City, rernove it from the Project and replace it with Wark that is not d�fective. Contractor shall pa� all claims, costs, additional testing, losses, and daznages (inciuding but not lisxuted to all fees and charges of engineers, architects, attorneys, and other �arofessiona�s and all court or arbitratian ar other clispute resotution costs) arisfng out o� or re�ating to such correction or removal (including but nnt limited ta all casts of regair or repla.cement of woxk of others). Failure to require the removal of any defective Work shall not �ansritu�e acceptance af such W�rk. B. When correcting defective Wark under the terms of th�s Paragraph 13.06 or Paragraph 13.07, Can�actor shall take no action �hat would void or otherwise im�air City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If withm twa (2) years after the ciate of Final Acceptance {or such langer period of time as rnay be prescnbed by the terms of any applicable speciai guarantee required hy the Contract Dacuments}, any Work is found to be defective, or if the repaiqr of auy damages to the �and ar axeas made availa,ble for Contractor's use by Crty ar permitted by Laws and Regulations as contenaplated in Paragraph 6.10.A is fourad to be defect'rve, Contractor shall promptly, withaut cost to City and in accordance with City's written instructions: 1. repair such defective Iand or areas; or 2. correct suc� defec�ive Work; ar 3. i� the defective Work l�s b�en rejected by City, remove it from the Project and repl�ce it wi�h Work that �s not defective, and 4. satisfactority eorrect or repair or remove and replace any da�aage to oiher Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms af City's vvritten instructions, or in an ernergency where delay would cause serious risk of �ass or damage, City may have the det'ective Work corrected or repaffed ar may have the rejected Work remaved and rep�aced. All cla�ns, costs, losses, and damages (mcluding but not luxiited ta all fees and charges of engineers, arc}utects, at�orneys, and other professionals and all court or other dispute resolution costs) arisiu�g out o£ or 'relating to such cvrrection or repair ar such removal and repl�cement (incl�iding bu# not limited to ail costs of repair or replacement o€ wark of others) will be paid by Contractor. CITY OF FORT WOR'f'Fi 5TANDARDCONSTRUCTEUN SPECIFLCiI'CIQN QOClJI+l��IVTS Revision; 823f1021 no �z oo-i GEN�RAL CAN�ITION 5 Page 51 pf 63 C. In special circumstances where a particu3ar item of equipment is placed in continuous service be%re Final Acceptance of all the Wark, the correctian period far that item may start to run fromn an earlier date if so provided in the Cantz�act Document�. D. Where defectiv� Work (and damage to other �ork resultirig therefrom} has been corrected or removed and replacec� under this Paragraph I3,07, the correctian period herEunder with respect to suc� Work may ba r�quired to be ex.tended for an additional period o� one year after the end of the initial correction period, City shall provid� 3Q day� written notic� to Contractor should such additional warranty covezage be required. Contractor may di�pute this requirement by filing a Can�-act Claim, pursuarn ta Paragraph 10.06. E, Contractor's obligations urider tltis Paragraph 13.07 are in addi�ion to any other obligation or waz�ranty. The prov�sions of tkais Paragraph 13.0'1 snall no# be construed as a substitute far, or a waiver af, the provisions of any applicabte statute of lir�aitation or repose. 13.08 Acce�tance ofDefective Work If, instead of requirmg correction or xemovai and replacement of defective Work, City prefers fo accept it, City may do so. Contractor shall pay all claims, CD5t5, losses, and damages (�ncluding but not lirnited to alI %es and charges of engineers, architects, attorneys, and other professionals and all court or oth�r dispute resolution cosrs) attributable to City's evaluation nfand detez�ination to accept such defective Work and for the diminished value of the Wark to the extent not otherwise paid �y Contractor. IF any such acceptance occurs prior ta Fu�al Accepfance, a Change Order vvill be issued incorporating the necessary revisions in the Cantract Documents with respect to the Work, and City shali be entitled to an appropriate decrease in the Contract Price, reflecting fhe dinvnished value of Wark sa accapted. 13.Q9 City1Vi'ayCorrectDefectivel3'ork A. If Contractor faiLs within a reasonable time after writ�en notice frotx�. City to correct defective Wark, or ta retxzove and replac� rejected Work as required by City in accordanc� with Paragapka 13.06.A, ar if Contractor fails to perform the Work in accordance wiih the Cantract Documents, or if Cantractor fails to comply wath any other prnvision of the Contract Docurnents, Ciry may, after seven (7) days writien notice ta Contractor, carrect, or rezx�edy any such deficiency. B. In exercising the rights and rennedies urider this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remed.ial aetian, City may exclude Con#ractor from all or part of the Site, take possession of all ar part of the Work a�d suspend Contractor's services related thereto, and incorporate in the Work aIl materials and equipment incorparated in the Work, stored at the Site or for which City has paid Cantractor but which are stored eLsewkere. Contractor shall allow City, City's rapresentati�es, agents, consultants, ezz�ployees, and City's other contractors, access to the Sit� �o enable City to exercise tYte rights and remedies under this Paragraph. C. All cla,ims, costs, losses, and damages (includin.g but not 1�nited to alI fees and charges of engineers, architects, attorneys, and otber professiotials and all caurt or other dispute resolution CTTY QF FORT WOLtTH STAI�TDARDCON53R[1CT10N SPEC[FICA7[ON DDCUMEIVTS Revision: 823fL(�1 ao�2ao-� GENERAL CDN�ITION S Pagc 52 of 63 costs} incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Cantractor, and a Change Order w�l be issued incorporating the necessaryrevisions in the Contract Doeiuxzents with respect ta the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not performance af the Paragrap� 13.09. be allowed an �xtension of the Contra�ct Time becau�e of any delay m the Wark attr�butable to the exercise o:F Ciiy's righis and remeci�es under this ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Yadues T1�e Schedule of Vaiues for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis far progress payments and w�l be incorporated into a form of Application for Payment acceptable to City. Progress payments an account of Uz�i�t Price Work will be based on the number of units cnrnpleted. 14.02 Pragress Payments A. AppdicatiansforPaymertts: 1. Coniractor is respons�ble for pro�iding all information as requiired to becorne a vendor of the City. 2. At least 20 days befare the date established a� the General Raquirements for each progress payment, Contractox shall submit to City for review an Appfication for Payment f�iled out and signed by Contractor covering the Wark completed as of the date of the Appfication and accornpanied by such suppartang doeumentation as is requared by the Contract Dacuments. 3. If payment is requested on the basis of materials and equip�nent not incorporated in the Work but delivered and suiiably stored at the Site or at another Iocation agreed to in writing, the Application for Payment shall also be accompanied by a bill of �ale, invaice, or other docurnentatian warranting that City has received the materials and equipment free and c�ear of all Liens and evidence that the materia�s and equipnnent are covered by appropriate i,nsurance or other arrangements ta p�otect City's interest therein, alI of which must be satisfactozy to City. 4. Beginning with the second Application for Payment, eachApplication shall inchzde an affidavit of Contractor stating that previous progress payments reeeived on account of the Work have been applied on account tn discharge Contractor's �egitimate obligations associatedwith prior Applications for Payment. 5. The amount of retair�age with respact to progress payments vsrill be as descr�ed in subsection C. unless otherwise stipula,ted in the Contrac� Dacuments. CITY OP F�RT WQRTH STAIV]7AADCONSTRUCTLON SPECIF[CA'C10N DOCl1MENTS Revisian: 8232D2.1 on�znn-t GENERAL GONaITIpN S Page 53 of b3 B. Reviewv of Applacations: 1. City will, af�er receipt of each App�icatian. for Payment, either indzcate ici writing a recommendation of payment or return the AppIication to Contractor indicating reasons for refus�g payment. In the latter case, Catztra�ctar may rnake the necessary corrections and resubmit the Applieation. 2. City's processing of any payment requested in an Applicatinn for Payment will be based on City's observations of th� executedWork, and on City's review of the Application for Payment and the accompanying data and schedules, that to f.�e best of City's knowledge: a. the Work has pragressed to the point indicated; b. the qual�ty of the Work is gener�.11y in accordance with the Con.tract Documents (subject to an evahzation of the Work as a functianing whole prior to or upon Final Acceptance, the results of any subs�quen� tests called for in th� Contract Docurnents, a final determination of quantities and class�catir�ns for Worlc performed under Faragraph 9.05, and any other quali�f�cations siated in the recozxvmendation). 3, Pracessing any such payment w�71 not ther�by be deemed to have represented that: a. iz�spections xnade to eheck t}�e quality or the quantity vf the Work as it has been pez-formed have been exI�austive, e�ctended to every aspect af the Work in pragress, or iu�volved detailed inspections of the Work beyond the respansibilities specif'icaIly assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties th�.t might entitle Contractar to $e paid additionally by City or entit�e City to withhoId payrnent to Cantractor; or c. Contractor has camplied with Laws and Regulations app�icable to Contractor's performance af the Work. 4. City may refuse ta process the whole or any part of any payment because of subsequentlq discnvered evidence or the results oi subsequent inspections or tests, and revise or revoke any sUch payment previously made, to such extent as may be necessary to protect City from loss because; a. the Work i� defecti�e or cornple�ed Work has been damaged by the Contractor or subcontractors raquiring carrection or rep�aeement; b. discrepancies in quantities contained an previous applicatians for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to conect defective Work ar complete Work in accordance wiCh Paragraph 13.Q9; or CTI'X OF FOIiT WORTH STANDARpC01�5TRl1CT[ON SPECIFICAT]ON DpCUMENTB Rcvision: 82�D21 oo�zon-t GENERAL CON�ITION 5 Page S4 nf 63 e. City has acfizal knowledge of the occurrence of any of the �vents ensunera�ed in Paragaph 15.02.A. C. Retainage.• 1. For contracts less than $400,04Q at the tune of execution, retainage shall be ten percent (10%). 2. For cvntracts greater than $400,0� at the tune of sxecution, xetainage shall be five percent {5%). D. Liqxcidated Da,nages. Faz each calandar day that any work shau rema'vn uncompleied after the tinne spee�ed in the Contract Documenf�, the surn per day specified iri the Agreement will be assessed aga�st the monies due the Cantractor, not as a penalty, but as dan�ages suffered by the City. E. Payment: Contractor will be paid pursuant to the requiremez�ts of tl7is Articie 14 and payment will become due in accordance with tkze Cox►tract Documents. F. Reduction in Payment: l. City may refuse to rnake payment of the amount requestsd because: a. Liens have heen fli ed � connection with the Worlc, exeeptwhere Cantractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge oi such Liens; b. there are other items entitling City ta a set-off agait�st the amount recommended; or c. City has actual knowledge of the occurrence af any of the everrts enumerated �r Paragraphs 14.�2.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractar written na�ice stating the reasons for such action and pay Contractorr any amaunt remaining after deduction of the amoun� so uFithheld. City shall pay Cor�txactor the amout�t so withheld, or any acijus�nent there�o agreed to by City and Contractor, when Contractor remedies ilie reaso� for such action_ I4.03 Contractor�'s Warz-anty of Tatle Contractor warrants and guarantees that title to alI Work, materials, and equipment covered by any Applicatian for Payment, whether incorparated 'nr� the Project or not, will pass to City no later than the tune of payment free and clear of all Liens. CTTI OF FOAT WORTH 5TAIVDARDCONSTRUCT[ON SPEClFICAT{ON DOCUM�IYTS Revision: S�Li2(g.I oo�zuo-� GEiV�FiAL CON�iTION 5 Page 55 af 63 14.04 Partial Utilization A. Prior to Final Acceptance o�' all the Work, C�ity may use or occupy any part of the Wark which has specifically been ident�ed in the Cantraet Documents, ar which City determmes canstitut� s a separately funct�oning and usable part of the Wark that can be used far its intended purpose without significant interference with Cantraetor's p�rformance ofthe remamder of th.e Wark. City at any time may notify Con�ractar in writing to pernvt Czty to use or occupy any such part of the Work which Cily determines to be ready for its intended use, subject to the following eonditions: Cantractar at any time may notify City in writing that Contractor consiclers any such part oi the Work ready far its intended use. 2. Within a reasonable tirne after notification as enumexated in Paragraph 14.OS.A.1, City and Cantractor shalt make an �nspection of that part of the Work to deternnine its status of campletion, If City daes not consider that part of the Work to be substantially complete, City will notify Cantractor in writing gi�ing the reasons therefor. 3. PartialUtzli�zation will not constztute Final AcceptancebyCity. 14.Q5 Finallnspection A. Upon written natice f'rom Contractor that the entire Work i� Substantially Complete �iz� accordance with the Contracf Documents: 1. Wit.�ui 10 days, City w�l schedule a Final Ins}aeetion with Contractar. 2. Ci�ty will notify Contractor in writing af ali particular5 in which tkxas insp�ction reveals that the �ork is incomplete or defective ("Punch List Items"). Cont�actar shall ir�mediately take such measures as are neces�ary to complete such Work or remedy such d�ficiencies. B. N� time charge will be made again�t the Contractor betvv�en said date of nntificatian to the City of Substantial Campletion and tYie date of Final Inspectian. 1. Shoutd tfie City determine that the Work is not ready for F'inal In�pection, City wi11 notify the Contractor ua writing of thc re�sans and Contract Time will resume, 2. �houid the City concur that Substantial Completion has been achieved with the exception of any Punch List Iterns, Contract Time will resurne for the duration it takes for Contractor ta achieve Final Acceptance. 14.Ofi Final Acceptance Upon campletion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue tn Contractor a letter af Final Acceptance. CiCYQF FQRT WORT�I STANDARDCONSTR[lCT10N SFEC[FICA710N DOCUMEI+lTS Revisiou: 8�23f2Q21 oo�zao-t GENEFtAL i�NDITION S Page 56 of 63 14.07 Final Payment A. ApplicationfoYPayment: 1. Upon Final Acceptance, and in the opmian of City, ConiracYor may make a�n application for �'inal payment following t�ae procedure for progress payrnents in accordance with the Contract Documents. 2, The fmal App�ication far Payment shall be accornpanied (excegt as previauslp deliver�d) by: a, alI dacumentation called for in the Contraet Doeuments, including but not l�mited to the e�idenca of insurance required by Paragraph 5.03; b. consent of the surety, �f any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believe� are unsettled; and d. afFidavits of payrnents and compiete and Iegally effective releases or vvaivers (satisiactary to City) of all Li�n rights arising out of ac Liens filed in conneetion with the Worl�. B. PayrrtentBecomesDue.• 1. After City's acceptance of t�e A�licatzon far Pay�nent and acco�npanytt�g documanta�ion, requested by Contractor, less previous payrnents rnade and any sum City is en�itled, including but not limited to liquidated darr�ages, will t�ecorne due and payable. 2. A�ier all Damage C�aims have bean resolved: a. directly by the Cantractor or; b. Contractor provides evidence that the Damage Glaim has been reported ta Contractor's insurance provider for resolution. 3. The makin� of the final payment by the C�}r shall not relieve the Contraetor of any gaarantees or other requirements of the Cantract Docutnents r�rhich specif'ically continue thereafter. 14.08 Final Campletion Delayed and Partial Retainage Redease A. If fulal corr�pletion of the Work is signiFicantly de�ayed, and ii City so confums, City may, upon receipt of Connactar's f�al Application for Payrncnt, and without terminating the Coni�ract, jnake payrnent of tlhe ba�ance due fQr tbat pdrtxon of the Wark fu1ly completed and accepted. If the remainino ba�ance to be held by City for Work not fiilly completed or corrected i� less than the retainage stipulated 'm Paragrap�. 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the writ�en consent of the surely to the payrnent of the balance due for ihat CITYQF FORT WORTH 5'TANDARDCDNSTR[JCTIQN SPECIF[CATION DOCIJNIENT5 Rcvisian: BrL�l1021 00 �z ao - � GENERAL CON�ITION 5 Paga 57 of 63 portion af the Work fully campleted and acceptad shall b� subrnitted by Cantractor to City with the Application for such payment. Sueh payment shall b� made under the tez�nas and conditions governing final payment, except that it shall not constitute a waiver of Contract Clauns. B. Partial RetainageRedease. For a Con�ract that pro�ides for a separate vegetative establishment and maintenance, and test an.d per%rrnance periods following the camp�etion af all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work i� campleted as deternlined by the City. Before the release, all submitkal� and final quantities must be cornpleted and aecepted for all other work. An amount suf�cient ta ensure Contraci compliance will be retained. 14.09 Waavet- of Clc�ims The accep�ance offinal payment will canstitute a release af the City frorn all claitns or liabilities under the Contract for anyth�ng done ar furr�ished or rel�tin,g to the work under the Contract Documents or arry act or neglect of City related to or cannected with t�e Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATTON 15.01 City May Suspend War�k A. At any tnne and without cause, City may suspend the Work or any portion ther�of by written notice to Coniractor and which may f�t the date on which Woz'lc wilI be resutned. Contr'actor shali resume the Work on the date so fixed. During temporary suspension of the Work covered by these Cantract Docuznents, for any reasan, the City will make no �xtra payment for stand-by time of construction equipment andlor construction crews. B, Should the Contractar not he able to camplete a portion of the Project due to causes beyond the control af and without the fault or negligence of the Contractor, and should it be c�etermined by mutual consent af the Contractor and City that a saiution to allow canstruc�ion ta proceed is noi available within a reasonabie period of time, Contracior may request an extensian in Contract Time, directly attr�butable to any such suspezasion. C. If it should become necessary to suspend the Wark far an inc�efinrte period, the Contractor shall store aIl tnaterials u� such a ma�er that thay will not abstruct or impede the public unnecessarily nor beeorne damaged in any way, and lze shall take every precaution to prevent damag� or deteriaration of the wark perfor�xzEd; he shall provide suitable drainage about t�e worlc, and erect temparary structures where necessary. D. Contractor may be reunbursed for the cost of moving his equip�nent off the job and returning the necessary equipment to the job wh�n it is determined by the City that construction may be resumed. Such reimbur�ement shal� be based on actual cast to the Contractor of moving t1�e equipment and no profit will be allowed. Reimbursement may not be allow�d if the equipment is moved to another construction praject for the City. CI'1'YOF FORT WORT7I $TANDAItDGONSTRUCT'lON SPEC[FlCATION DOCUMSNTS Revisinn: 843202F ao�zoo-i CENERAL CONOITION 5 Page 58 af 63 15.02 City May Terminate for�Cause A. The occurrence ofany an� or more of the folIowing events by way of e�mple, but nat nf limitation, may justify termination for cause: 1. Coniraetor's persistent failure to perforrn the Work in accordanee with the Contract Documents (including, but not limited to, fa�ure to supply sufficient skiiled workers or suita.ble material� or equipment, failure to adhere to the Project ScheduIe established under Paragraph 2.Q7 as adjusted irom time to time pursuant to Paragraph 6.Q4, or failur� �o ac�ere ta the City's Business Diversity Enterprise Orc�inance #20020-I2-2011establish�d under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violatioz� in any substantial way oi any provisions of the Contract Documents; or S. Contractor's fa�ure to prarnptly make goad any defect in materials or workmanship, ar defects of any t�ture, the correction of which has been c�irected u� writing by the City; ar 6. Substantial i�dication that the Contractor kas rinade an unauthorized assignmant of the Contract ox any funds due therefrom for the benefrt of any creditor or for any other purpase; or 7. Substantial evidence that the Cont�actor has becorne insolvent or ban�upt, or otherwise fmancially unab� to carry on the Work satisfactorily; or 8. Connactor commences 1ega� action in a court of competent jurisdiction against the City. B. If one or more of the events identrf'ied 'm Paragraph 15.02A, occur, City will pravide vvritten natice to Cantractor and Surety to arrange a conference with Contractor and Surety to address Gon�ractor's failUre to perfarm the Work. Con%rence shall be held not later t]aan 1S days, after receipi of notice. l. If the City, tha Contractor, and the Surety do not agree to allow tha Contractor to p�roceed #o perform the consl�ction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally termmate the Contractor's right to complete tY�e Contract. Coniractar default sha�l not be declared earlier tha.n 20 days aft�r the Contractor and �urety have received natic� of canference to address Co►�tractor's �ailure to perfnrm the Wark. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work If Surety dpes not cornmence pexformance thereaf within 15 con:5ecutive calendar days after date of an additional written notice demanding Swery's performance of its C1TY OF FORT WDATN STr1�fDARDCONSTR�ICTIQR SPHCIFICATItlN DOCUMENTS Rcvisian; 82'i/2021 oo7zaa-� GENERAL CONI�I710N S Pagc 59 of 63 obligations, then City, without process ar ac�ion at law, may take over any partion of the Work and complete it as descrbed below. a. If City completes tk�e Work, City may �xclude Contractar and Surety from the site and take possession of tkae Wark, and alI rnaterials and equipn�.ent incatporated into the Work stored at tke Site or for wY3ich City has paid Contractar or Surety but which are stored elsewhere, and fmi�h the Work as City may deem expedient. 3. Whether City or Surety c�mplete� Y,�ie Work, Contractor sk�all not be enti�Ied to receive any further payment unti.l the Work is fit�shed. If the unpaid balanee of the Cantract Price exceeds all claims, costs, losses and damages sustained by City ar�sin� out nf or resulting frozx� completing the Work, such exczss will be paid to Cantractor. If such cla�ns, costs, lasses and clamages exceedsuc� unpaid bala.nce, Contractar sha.11 pay the difference to City. Such clainn,s, costs, losses and ciamages incurred by City will be inca�aarated in a ehange Order, provided that when exercising any rights or remedies unc�er thi� Paragraph, City shall not be required to obtain the lowest price for the Work perforrned. 4. Neither City, nor any af i�s respective consultants, agents, officers, directars or employees shall be in any way Iiable or accountahle to Cantractor or 5ur�ty for the method by which the completion of the said Work, or any portion thereof, may b� accomplished or �or the price paid therefar: City, notwithstanding the methac� used an completing the Contract, sball �ot forfeit the right to recover damages from Con�ractor or Surety for Contraetor's faihare ka tuz�ety camplete the entire Cnntract. Contractar shall not be entitled ta any clairn on accaunt af the method used by City in com�letu�g the Cantrac#. 6. Maint�nance of the Wark shall continue to �e Contractor's and Surety's responsibilitie� as provided for ui the bond requirements of the Contraci Documents or any special guarantees provided for under the Contract Documents or any other obligatzons oiherwise pres�ribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services wall not be terminated if Contracior begins within seven days of receipt of notice of mtent to termin,ate to correct its iaih�e to perform and praeeeds di�igently to cure such fa�lure within na more than 30 days of t�eceipt of said notice. D. Where Contractor's ser�ices hava been so terminated by City, the terrnination will not affect any rights ar remedies of City against Con�ractar then e�cistin,g or which r�ay thereaf�er acerue. Any reten�ion or payz�ncnt of maneys due Cantractor by City will not ralease Contractor from iiability. E. If and to the extent that Contractor has pro�idecl a perfortnanca bond under the provisions of Paragraph 5.02, th� termination procedures of t�at bond shall not supersede the pro�isions of this Artiele. crrYaF Foar woR�-r STAir1DARDCON�TRUC'C10N SPEC[EICATION DOCl1MENTS Revi sion: 8R3110'Ll U0 72 00 - l GENERAL CON�ITION 5 Page 50 of 63 I5.03 City May Terminate For� Convenience A. City may, without cause and without prejudice to any other right ar remedy of City, ternvnate the Contract. Any tezminatian shall be ef�ectedby tna�ng a notzce of fhe termination to the Contractor specifying the extent to which performance of Work under the contract is ternvnated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclussvely presumed and established when the letter is placed in the United States Pastal Service Mail by the City. Further, it shall be c�eemed conclusively presumed an.d established that such termina�ion is r�ade with just cause as the�rein stated; and no proof in any claim�, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of tert�iination, and except as otherwise direct�d by the City, the Contractor shall: 1. Stap workunder the Contracton the date and to the extent spacified in the notice aftermination; 2. place no further orders or subcantracts �or materials, services or #acilities exeept as rnay be necessaty for completion of suck� partion of the Work under the Con�ract as is not terrnmated; 3. ter�ninate all orders and subcontracts to the extent that tY�ey relate to the perfor�n�nce of the Work terminatad by nntice of �ermination; 4. transfer title to the City and deliver in the marar�er, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, campleted Work, supplies and other material produced as a part of, or acc�nired in connec#ion with the performance of, the Work ter�ninated by the natice of the tern�atian; and b. the cornpleted, or partially carr�pteted plans, drawings, inforrnation and other propsrty whzch, if the Contract �ad been completed, wou�d have be�n required to be furnished to the City. 5. camplete per%rmar�ce o� sueh Work as shall not have been tem�n�ated by the notice of term�ation; and 6. take such action as may be necessary, or as the City may direct, fflr the pro�ection and preservation oi the property related ta its contracfi which is in the possesssan of the Contractor and in which the owner has or rnay acquire the rest. C. At a time not latex t�an 30 days after the termination date specified in �� notice oi termination, the Contractor may submit to the City a lisi, certi�ied as� to quantity and quality, oi any ar all items of t�rmination inventory no� pre�iously disposed of, exclusive of items the disposi�i�n of which has been direcied or authorized by City. CTl"Y OF FORT WORTH S'I'ANDARI?CONSTRUCTION SPEC(FICAT[DN DOC[JMEN'1'5 Revision: 8232i121 007200-1 GENERAL CONClI710iJ S Page 6l of 53 D. Not later tnan 15 days th�reafter, the City shall accept title to sucl� items pr�vided, that the lis t submitted sha1l be subject ta verifieatian by the City upo� re�noval of the items or, if the items are stared, vvithin 45 days frarn the da.te of submission of tY�e list, and any necessary adjustments to correet the list as subrnitted, shall b� made prior ta final settlerzxent. E. Not lafier than 60 days af�er tke notice of termination, the Contraetox shall submit his termi�iation claim to the City in the form and wifh the certi�cation prescr�ed by the City. Unless an extension is made in writing wiihin such 60 day period by the Contractor, anc3 granted by the City, any and au such c�aims shall be conclusiveIy deem�d waived. F. In such case, Contractor shall be paid for (wiYhout duplication of any items): 1, comp�eted and acceptable Woark execut�d in accordance with the Contract Documents prior to the effective date of termic�ation, including fair and reasonable sums for a�erhead and profit on sueh Work; 2. expenses sustained prior to the effect�cre date of termination in perform�g services and furnishing Iabar, materia�s, ar equipment as required by tk�e Contract Documents in cannection with uncornpleted Work, plus fair and reasonable sums for overhead and profit an such expenses; and 3. reasanabie expenses directly aitrib�table to ferminatian, G. In the event of the failure of the Contractor and City to agree upon the �nvYtole amount to be paid to ihe Contractor by reason of the termination of the Work, th� City shall determine, an the basis of information available to it, the amount, if any, due to the Contractor by reasanof the termination and shall pay to the Gontractor tha amounts detez�ed. Contractar shall not be paid o� ac�count of loss of ant�cipated pro�ts or revenue or other ecanamic lass arising out of or resulting from such ternlination. ARTICLE 16 — D�SPUTE RESOLUTION 16.O1 Methads and Pracedures A. Either City or Contractor may request mediation of any Contract Claun submitted for a decisidn under Parag�raph lO.Ob before such decisian becomes final and binding. The requestfor rneciia.tidn shall be subznitted to the other party to the Contract. Timely submission of the request shall stay fihe effect of Paragraph 10.06.E. B. City anci Contractor shall participate in the mediation process in gaod faiih. The process shall be coz�amenced within 60 days of filing of the request. C. If thc Contract Clairn is nQt resalved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs I0.06.�.3 ar 10.06.D shall become final and bind'mg 30 days after terxnination of the mediation unless, within that time period, Ciry or Contractor: CTi'Y OF FdRT WORTH STANDARDCONSTRUCT[ON SPECIFICATION 130C1I1+�iE1VT5 Revisioa: 81J.3I1021 00 �z oo - � GENERALCflN�ITION S Page 62 of 53 i, elects in writing to i�.�ake any otker dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the otller party to submit the Cantract CI�im to another dispute resolution pracess; ar 3. gives written natice to the other party of the intent to submit the Contract Claim to a court of cQmpetent jurisdiction. ARTICLE 17 -- M�CELLANEOUS 17.�I GivingNotice A. Whenevex any provision of the Contract Documents requires the giving of wri�tten notice, i� vwiil be deemed ta have been validly given if: 1. delivered i� person to the individual or to a me�ber of the firm or to an officer of the carporation for whor� rt is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the Iast business address knvwn to the giver of the notice. B. Business address changes rnust be promptly made in writing to the other garty. C. Whenever the Can�raci Dacuments specif'ies giv�g notice by elec�-az�ic means such electronic notice shall be deemed suificient upon conf'urnation of receipt by the receivizag party. 17.0� Camputation ofTimes When any period of time is referredto in the Contract Documents by days, it will be conaputed to exclude the first and include the last day of such period. If the �.st day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Work�g Day shall become the �ast day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in aciditian to, and are not ta be construed in any wayas a}i�nitation of, any rights and remedies available to any or alI af them whi.ck� are otherwise rmposed or available by Laws or Regulations, by special warranty ar guarantee, ar by other provisians of the Contract Docurx�ents. The provisions of thi� Paragraph will be as effective as �' repeated specitically in the Contract Documents in connection with eaci� particular duty, obligation, right, and temedy ta which they apply. CITY OF FQRT WORTH 5TANDARDCdI�STAUC'fION SPECIFICATION DOCiJIv1ENTS Revision: 82'iC1021 oo�zao-i GENERALGONdIilONS Fage G3 of 63 17.Q4 Su�vivalofObligatians All representations; indexnnifications, warranties, and guarantees made in, requared by, or given in accordance wrth the Contract Documents, as well as all continuing ab�igations inciicated m the Contract Dacuments, will survive f�al payriaent, complefion, and acceptance af the Work or termination or cornpletion of the Contract or terjn�nation of tha ser�ices of Contractor. 17.05 Headings Article and paragraph headin�s are inserted far convenience only and do not constitute parts of these General Conditioz�s. CTI'Y�F F'OItT WORTH STANDARDCONSTRUCT[ON SPECIFlCAT10N DOCFfIV[ENTS Redisian: $29/L021 00 73 DO SUPPLEIVIENTARY CO]�D1TIOiVS Page 1 of 6 sECTlorr on �3 00 SUFPLEMBNTARY CONDITIONS TO GENERAL CONDITIONS �upplementary Co►�ditions These Supplementary Conditions modify and supplexnent Section 00 72 00 - Ganeral Conditions, and other pro�isions of the Cantract Docurnents as indicated belowr. All provisions of the General Conditions that are modifi�d or supplemented remain in full force and eff'ect as so modified or supplemented. All provisions of the General Conditians whieh are not so modified or supplemented remain in fuli force and effect. Defined Terms The tertns used in these Supplementsry Conditions which are det'ined in the General Conditions have the maaning assigned to them in the General Conditions, unless specifically noted herein. Modi�cations and Supplements The following are instnzctions that modiiy or suppiement specif�c paragraphs in the C'ieneral Conditions and ather Contract Docur►�;ents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specificatians. SC-4.OlA Easement limits shovvn on the Drawing are appro�cimate and were provided to estabiish a 6asis for bidding. Upnn receiving the fnal easements descriptions, Contrackor shall compare them to the lines shown on the Contract Drawings. SC-4.O�A.1,, "Availability of Lands" The fallowing is a List of known outstanding right-of-way, and/or easements to 6e acquired, if any as of January 27, 2621. Outstanding Right-Of-Way, and/ar Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF PQSSE35[DN ]nhn Nguyen Ruthie Jean Brookins See Appendix GC-4AI Unknown Unknown The Contractor understands and agrees that the dates listed abor�e a�re estimates only, are not guaranteed, and do not bind tha City. CITY OF CORT WORTH Water & Sanitary Sewer Replacement STAIVDAlZD C�1�5TRUCTION SPECIFICATION DOCUMENTS Contract2018 (W5M-M) Revised Mareh 9, 2020 City Yroject Nv. 101688 00 �3 oa SUPPL�MENTARY CONDITFONS Page 2 qf 6 If Contractor considers the final easements pro�ided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Wor�C, notify City in r�riting assaciated with the differing easement line loeations, SC-4.01A.2, "AvaiIability of Lands" Utilities nr obstructions to be removed, adjusted, and/or relacated Tha following is list of utilities and/ar obstructions that hava not hcen removed, adjusted, and/or reIocated as of January 27, 202I. EXPECTED OWNLR UTILITY AND �,OCATION TARGBT DATE OF ADJiJS TMENT NONE NQNE NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., s°Subsurface snd Physical Conditions" The following are reports of expinrations and tests of �ubslariace eonditions at the site of the Work: Laboratory Test Results for Pavement Cores (CPN#10168$) performed on the streets impacted by the project from 1Q-28-19 to 11-19-19 (See Appendix GC-4.02} SC-4.06A., "I3azardoUs Environmental Canditions at Site" The followving are reports and drawings of existing hazardous en�ironmental conditians known to the City: FVONE SC-5.03A., "Certiticates oi Insurance" The entities listed below are "additional insureds as their interest ma�+ appear" including tkaeir respective officers, directors, agents and employeas. (1} City: City of Fart Wot�h, Texas (2j Consultant: �J�S, Inc. (3) Qther: N�NE SC-5.04A., "Cantractor's Insurance" The limits af liability fnr the ins�rance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following arnovnts vr greatar wheca required hy laws and regulations: 5.{F4A. Workers' Compensarion, under Paragraph GC-5.04A. Statuiary limits Empinyez's liability $100,OQ0 each accidentloccurrence $100,d00 Disease - eaah employee $SOO,QDO Disease - policy limit CITY OF E012s WORTH Water &$anitary 5ewer Replaccment STANDARD CONSTRISCTION SPECIFICATION DOCUMEN�'S Contract 2018 (W5M-M) Revised March 9, 2020 City Project No. 10168$ ao �3 00 SUPPLEMENTARY CONDTI'TOR°S Page 3 of 6 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.D4B. Contractor's Liability Insurance under Paragraph GC-5.048., whieh s�all be on a p�r project basis covering the Cvntr'actar with mintmum iimits of: $1,U00,000 eanh occurrence $2,QOQ,d00 aggregate limit The policy must ha�e an endorsement (A.mendment — Aggregate Limiks of Insuzance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insuranc� policies shall provide "X", "C", and "U" coverage. Verification of such coverage must be shown in the Remarics Article af the Certi�cate of Insurance. SC 5.p4C., `sContractor's Insurance" 5.04C, Automobile Liability, under Paragraph GG5.04C. Contractor's Lia6ility Insuz�ance under Paragraph GC-5.04C., which shall be in an amovnt not Less than the following amaunts: (1) Automobile LiabiHty - a commercia! business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,p00,000 each accident nn a combined singIe lirnit basis. 5plit �imits are accep#able if limits are at least: $25{1,Q00 Bodily Injury per person 1 $SQ0,000 Sodily Inj ury per accident / $ l 00,00D Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's constructic�n aetivities will require its employees, �gents, subcon.tractars, equipment, and material deliveries to cross railroad groperties and tracks: NONE The Contractor shall conduct its operations on railroad properties in such a manner as not ta interfere With, hinder, or ohstruct the railroad company in any manner whatsaever in the use or oQeration of its/their trains or o#her property. Such operations on raiiroad properCies may require that ConEractor to execute a"Right of �ntry Agreement" with the particular railroad company ar companies invnlved, and to this end the Contractor should satisfy itself as ta ihe requirements of each railroad coa�pany and be prepared to execute the right-o%entry (if any) requixed by a tailroad company. The requirenr�ents specifted l�er�in likewise relate to the Contraetor's use of pti�ate and/or construction access roads crossing said raiiroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall pro�ide coverage for not iess than tha following amounts, issued by companies satisfactoty to the City and to the Railroad Company for a tertia that cantinues for so long as the Contractor's operations and wvtk cross, occupy, or touch railroad property: (1) Genera! Aggregate: (2) �ach Occurrence: � Required for this Contract CITY OF I'ORT WORTH STANDARD CONSTRUCTI03Y 5PECIFICATTON DOCUMENTS Rc�ised March 9, 2020 X Not required for this Contract Water & Sanitary Sew�r Rcplaccment Cantract 2018 {WS�vI-ivl) City Pinject No. 1Q168$ 00 73 00 S[�PLEMENTARY CONL}TTION3 Pagc 4 af 6 WitE� respect to tt�e above outlined insurance requiremenis, the following shall govern: 1, Where a single railroad company is in�volved, the Contractor shall provide one insurance policy in the narne of the railroad company. However, if moxe than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines af the same railroad campany, separate coverage may be required, each in the amaunt stated above. 2. Where more than one railroad company is operating an the same right-of-way or rvhere several railroad companies arc invnlved and operated on their o�r+n separate rights-af-way, the Contractor rriay be required to provide s�parate insurance pnlicies in the name of each railroad cnmpany. 3. [f, in addition to a grade separation or an at-grade crossing, other work or activit}r is proposed on a railroad compatay's right-of-way at a locatian entirely sepatate from the grade sepatatian or at- grade crossing, insurance coverag� for this work must be inc�uded i.n the policy cnvering tEie grade separation. 4. Tf no grade separation is invol��d hut other work is propased on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even tE�ough the work may be at two or more separate locations. No wvrk or activiEies on a railroad company's prapezty to be performed by the Contrackor shall be camm�nced unti] the Contractar has furnished the City with an origina] policy or policies of the insurance iar each railroad company named, as required above. AII such insucance must be approved by the City and each affected Railroad Campany prior to the Contractor's beginnizzg work. The insurance specifed above must be canied until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractnr. In addition, insurance must be carried during aIl zz�aintenance and/or repair vvork performed in the railroad right-of-way. Such insurance must name the railrnad company as the insured, tvgether with any tenant or lessee af the railroad company operating over tracks invofved in the Projeet. SG6.04., "Projeet Schedule" Project schedule shall 6e tier 3 far the project. I# is recommended that multiple crews work simultaneausIy to expedite constructinn. SC-6A9., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: A copy of the table is also available by accesaing the City's website at; ht s:lla s.foriworthtexas. ov/Prn'ectResaurces/ You can access the file b}� %ilowing the ditector� path: 02-Construction DacumentslSpecificationslDiv�O — General Conditio.ns SC-6.D9., �°Permits and Util�iies" SC-6.09A., "Cuntracivr obtaine.d pertnits and licenses" The following are known permits andlor ticenses r�qnired by ttte Contract to be acquired by the Cantractor: CITY OF EORT iVORTH VVater & Sanitary Sewer Rcplacement STANDARD CONS'TRUCTION SPECIFICATION DOCUMEA'TS Cantract 2018. (WSNL-M} R�vised March 9, 2D20 City Project Nn, 101688 OD 73 DO SUPPLEMEI�ITARY CONDTTION3 Page 5 oi 6 1. Stormwater Pollution Prevention Plan (SWF'YP) — Notice of Intent (NOI) and Notice of Tern�ination (NOT). Jurisdictional Author�ty - TCEQ 2. Street Use Permit & Grading Permit. 3urisdictional Authority — City of Fort Worth SC-6.09B. "City obt�ined permits and licenses" The follow�ng are known permits and/or 1icenses reguired by the Contract to be acquired by the City: 1, Temporary Right of Enhy Agreements (21) SG6.U9C. "Oatstanding perm�ts and licenaes" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of lanuary 27, 2021. Oatstanding Permits andJor I,icenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF P05SE5SEON NONE NONE NQNE SC-6.24B., "Title VI, Ci�il Rights Ac# of 1964 as amended" I]uring the performance of this Contract, the Contrector, fnr iiself, its assignees and successors in interest (hereinafter referred tn as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Fedexally-assisted pragrams af the Deparimettt of Transportation (hereinafter, "DOT") `iitIe 49, Code of Federal Regulations, �'art 21, as they may b� amended from time to time, (hereinafter referred to as the ftegulations}, vuhich are herein incoz'porated by reference and made a part vf this contract. 2. Nondiscriminatian: The Contractor, wiih regard to the work performed hy it d�rin� the contract, shal! nat discriminate on the grounds of race, color, or national origin, in the selection and retention of subcantractors, including procurements of matersals and leases of equipment The Contractor shall not participate eitk►er directly or indirectly in the discrimination prabibited by 49 CFR, sectian 21.5 of the Regulations, including en:iployment practices when the cvntract covers a program set forth in Appendix B of the Regulakions. 3. Snlieitations for Subcuntractars, lncluding Procurements of Materials and Equipment: In all solicitations either by competitive hidding or negotiatian made by the contractor for work to be perfortned nnder a subcontraet, includi.ng procurements of materials or Ieases of equipment, each potentisl subcontactor or supplier shall be notified by the Contractar of the Contractor's obligations under this contract and the Re�ulations relative to nondiscrim�nation on ihe grnunds nf race, �olor, or national origin, 4. Information and Reports: The Contractvr shall provide all information and reports required by the Regulakions or directives issued pursuant thereto, and shall per�nit access to its books, records, accounYs, othar sources of i�afarmation and its facilities as may 6e determined by Gity or the Texas Deparkment of Transporration to be pertinent to ascertain compliance with such Regulatians, orders and instructions. Where any infortnation required of a conix'actar is in the exclusive possession of another who Fails or refuses to furnish this infarmation the contractor shall so certify to th� City, or the Texas Department nf Transportatian, as apprapriate, and shall set forth what efforts it has made to obtain the information, C1TY �F FORT WORTH Water & Sanitary Scwcr Keplaacment STANDARD C011lSTRUCTION SPECjFICAi'ION D4CUN�EI�ITS Cantract 2018 (WSM-M) I�evised Mxrch 9, 202U City Ptrojent No, ID1686 oa 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 5 5. Sanctions for Noncoropliance: In the event of the Contractor's noncomplianoe with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as lt or the Texas Department of Transportation may d.etermine to be appropriaie, including, but not limited ta: a. withholding of payments to the Contractor under the Contract untit the Contractor camplies, andlor b. cancellation, termination or suspension. of the Contract, in whole or in part, b. Incorporation of Prnvisions: The Contractor shall include the provisions of paragraphs {I) through (6} in every subcontract, including. procurements af materials and leases of equipment, unless exempt hy Ehe Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direet as a means of enforcing such pro�isions including sanctions for non-campliance: Pro�ided, however, that, in the event a confxactor becomes involved in, or is threatened with, litigation with a subcantractor or supplier as a result of such direc#ion, the contractor may request City to er�ter into such litigation to protect the interests of City, and, in addiftnn, the contractor may request the United States to enter into such litigation to protect the interests of the Unitcd States, Additional Title VI requirements can be found in the Appendix, if applicable, SG7.02., "Coordivation" The indi�iduaEs or entities listed below have con�racts with the City for the perfnrmance of other work at the Site: Vendor Sco e of Work Coardination Authorit NONE 3�IONE NONE SC-$.01, "Communicatioas ta Contractor" SC-9.01,, ��City's Project Manager" The City's Project Manager for this Contract is Dena 7ohnson, P.E., or his/her successar pursuant to written notification fronn the Director nf Water Department. SC-13.�3C., "Tests and Inspections" NONE 5C-16.QIC.1, °LMethads and Procedures" NONE END OF 5ECTION Re�ision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin 5C-9.01., "Cliy's Project Representativ�" wording chartged to City's Projec# Manager. 3/9/2020 D.V. Magana �C-8.07, Updated the link such thai �les can be accessed �ia the City's website. CITY OF FdRT WORT'H Water & Sanitary Scwcr Rnplacoment STANDARU C�N5T1tUCTiON SPECIFICATTON DpGUMENTS Contraot 2018 {WSM-M) lievised March 9, 2Q20 Ciry Pmject No. LO168$ DIVI�I�� Ol -- GE1��3AL 13E�UIREI�El`i�� Water 8c 5anitazy 5ewer Replacement Contract 2018 (W5M-M} City Praject I�Ia. 101688 ai tioo-i SUMMARY OF WQRK Page I af 3 sECTioN o� u ao SUMMARY OF i�VQRK PART 1 � GENERAL 1.1 �UMMARY A. �ection Includes: 1. Surnmary of Work to be perfarzned in accordance with the Contract Dqcuments B. Deviations from this City of Fort Worth Standard Sp�cificatian 1. None. C. Related Specification Secrions include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of fhe Contract 2. Division 1- General Requirements 1.2 �RTCE AND PAYM�NT FRDCEDiTRES A. Measurement and Payment 1. Work associated with this Item �s considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDJ 1.4 ADMINISTRATIVE REQUIREMENTS A. Wark Co�ered by Contract Documents 1. Work zs to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B, Subsidiary Work Any and all Work specifically gaverned by dacumentary requirennents %r the project, such as conditions imposed by ihe Drawings or Contract Documents in which no specific item for bid has be�n provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shaEl be considered as a subsidiary item of Work, the cost of which sha�l be included in ihe price bid in the Prapasal for various bid items. C. i7se of Premises 1. Coordinate uses of premises under directian of the City. 2. Assume full respansibi�ity for proteciion and safekeeping of matenials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other publze places or oth�r rights-of-way as provided for in the ordinances of the City, as shown in the Confract Documents, or as ma� be specifically authorized in wr;iting by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such spac�, but no more than is necessary ta a�oid d�iay in the canstruciion operations. C[TY OF F'ORT WORTH Water 8c Sanitary Sewer Aeplaeement STA3VdARD COIVSTRLICT[dN SPECIFICATIOId DQCLJM�NTS Cantract 2018 {WSM-Mj Revised Decemher 20, 2012 City Project No. 101688 a� ii ao-z su�Maxv o� wnalc Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere wit�t the use of spaces thaf may be designated to be left fre� and unobstructed and sa as not to incon�enience occupants of adj acent property. c. I� the street is occupied k�y railroad traeks, the Work shall be carried on in such manner as not to interfere with the operation of the railraad. 1) All Work shall be in accordance with raikoad requirements set forth in Division Q as well as the railroad permit. D. WOx�G W1t�1111 E3S8iTlEI1t5 1. Do not enter upon private �roperty for any purpose without having p.reviously obYained permission from ihe nwn�r of such properiy. 2. Do not store equipment or rnaterial on private property unless and until the specified approval of the property owner has heen secured in wrifing by the Contractor ancl a copy fizrnished to the City. 3. Ustless specifieally provided otherwise, clear al1 zights-of-way or easements of obstructions which must be removed io rnake possrble proper prasecution of the Work as a part of the projeck canstruction operations. 4. Preserve and use every precaution to prevent damage to, all trees, sl�u-ubbery, plants, lavvns, fences, culverts, curbing, and all other types oF structures or impra�ements, to all water, sewer, and gas lines, to all conduits, averhead pole lines, ar appurtenanees thereof, including the construction of temporary fences and to all other public or private property adjacent tn the Wark. S. Notiiy the proper rept-esentatzves of the owners or occupants of the public or private lands of interest in lands which might be affected. by the Work. a. Such notica shall be made at least 48 hours in advance of the beginning of the Work. b. Notices sha11 be applicabie to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whQse land or interest in land might be affected by th� Work. c. Be respnnsible f�r all damage 4r injury to property of any chaz'aeter resulting from any act, omission, negIect, or misconduct in the manner or methad or execution of the Work, or at any tiz7ne due to defective work, material, or equipment. 6. Fen�e a. Restore all fences enCtiuntered and removed during construction af the Proj ect ta the original or a better than ariginal condition. b. Erect temporary fencing in place of the fencing remo�+ed whene�er the Wor1c is not in prpgress and when the site is vacat�d overnight, andlor at all times to provide site seeurity. c. The cQst for all fence wnrk within easements, includix�� remo�al, ternporary closures and replacennent, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically pro�ided in the propasal. CITY QF FOR'F WORTH Watec 8c Sani[ary Sewer Replacement STAAIDARD CONSTKUCTIQN SPECIFICATION IJOCi31VIENTS� Contract 2018 (W5M-M} Kevised December 2D, 2012 City Project ]�o. 101688 Dl li {10-3 SiIMMARY OF WpRK Page 3 qf3 1.S SUBMITTALS [NOT USED] 1.6 ACTION SUEMITTAL5/INF�RMATIONAL SUBMiTTALS [NOT USED] 1.i CLOSEOUT SUSMXTTALS [NOT USED] 1.$ MAINT`ENAiNCE MATERIAL SUBMITTALS [NOT USED� 19 QLTALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STDRAGE, AND AANDLING [NOT USED] 111 FIELD [SITE] CQNDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision LQg DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTEI Water & Sanikary Sewer Replacamenl STANDARD CONSTRUCTION SP�CIFICATION DOC[1NIENTS Conitact 2018 (W5M-Iv6) Revised �ecember 20, 2412 City Project 1No. 101588 oizsoo-i 5UB5TITUTION PROCEDURE5 Page 1 of 4 sECTiorr ai �s aa 5UBSTITUT�ON PROCEDURES PART1- GENERAL 1.1 SUMMARiC A. Section Includes: The procedure for requesting the appraval of substitution of a product that is npt equivalent to a product which is specified by descriptive or perfarmance criteria or defined by reference to 1 or more of the follawing: a. Name of manuiacturer b. Name of vendor c. Trade name d. Catalog number Z. 5ubstitt�tivns are r►ot "ar-equals". S. Deviatians from this City of Fort Worth Standard 5pecification 1. None. C. Related Specification Sections include, but are not nacessarily limited to: I. Division 0— Bidding Requirements, Contz-act Forms and Conditions af the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paym�nt 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDJ 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise}, t�e Ciry will consider formal requests from Contractor for substitutian of products in place of thase speciiied. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, ar catalog nu�nb�rs. a. When this method of specifying is used, it is not intended to exclude fram consideratinn other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "ar-equals," as detemiined by Czty. 3. Other types of equiprnent ar�d kinds of material may be acceptable substitutions under the following conditions: a. �r-equals are unavailal�le due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OP EORT WQRTI°I Water & Sanitary Sewer Replacement STANDAKD CONS'fRUCTION SPECIFICATION DOCUMEAiI'S Ganlraet 2018 (W5M-N3) Rcvised July 1, 2fl11 City Projeci No. 101688 O] 250fl-Z SUBSTI'1`iJTION PltDC�DURE5 Page 2 of'4 b. Contracior propos�s a cast and/or tirne reduction incenti�e to the City. 1.� SLTBMITTALS A. See Request for Substitution Form (attached) B, Procedure for Requesting Subst�tutian 1. Substitution shall be considered nnly: a. After award of Contract b. Under the condit�ions stated herein Submit 3 copies of each written request far substitution, including: a. Documentation 1} Comple#e data substantiating compliance of proposed substitution with Contract Documents 2} Data relating to changes in construction schedule, when a reduetion is groposed 3) Data relating to changes in cost b. Far products 1) Prod�ct identification a) Manufacturer's name b) TelephQne number and representative contact name c) Specification Section or Drawing reference of originally speCified praduct, including discrete name or tag number assigned to ariginal product in the Contract Documents 2) Manufacturer's literakure clearly zz�arked to show compliance of proposed product wiih Contract Documents 3) Itemized comparison of original and propased product addressing product characteri�tics including, but aot necessarily limited to: aj Size b) Composition or materials ai construction c} Weight d) Electrical or zxiechanical requirements 4} Product experience a} Location of past projects utilizing product b) Name and telephone number of persnns associated with referenced projects knawledg�able concerning proposed product c) A�ailable field data and reports associated wzth proposed product 5) Sam}�les a) Provide at request af City. b) Samples became the property of the City. c. For constxuction methads: 1) Detailed description of praposed method 2) I1lustration drawings C. Approval or Rejection 1. Writ�en approval or rejeetion of substitution given by the City 2. City reserves the right to require proposed product to comply wzth color and pattern of specified prodttct if necessary ta secure design intent, 3. In the event the substitution is approved, the resulting cost andlor time reduction wi11 be documented by Change Order in accordance with the General Conditic�ns. CITY OF FORT WORTH Water & 5anitary Sewer Replacement 5'TANDARD CONSTRUCTI[}N SP�CIFICATION DOC.GMENTS Contract 201$ (WSM-M) Revised 7uly 1, 2Q1 l City Prajecl No. I Q1fi88 o� zsaa-a �iiBBTITUTIOl+i PROCElli]RE5 Page 3 af 4 4. Na additional contract time will be given for substitution. 5_ Substitution will he rejected if: a. Submittal is nat through the Con�ractor with his sta�mp of approval h. Request is not made in aeeordance with this Speci�ication Section c. In the Ciry's apinion, a�ceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACT�ON SUB�MITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOLTT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MA.TERIAI. SUBM�TTALS [N�T USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved produci, the Contractor represents that the Contractoz': 1. Has investigated proposed product, and has determined that it is adequate or superiar in all respects to that speciiied, and that it will perform function for which it is intended 2. Will provide same guarantee for substiiuYe itern as fnr product speeified 3. Will coordinate installation of accepted substihition into Work, to include building modifications if necessary, tnal�ing such changes as may be xequir�d for Work to be complete in all r�spects 4. Waives al1 claims for additional costs related to substitution which suhsequently arise 110 DELIVERY, STORAGE, AND HANDLING [NOT IISED] 1.11 FIELD [S�TE� CONDITIONS [NOT USED] 1.1� Vk'ARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Re�isian Log DATE NAME SUMMARY OF CHANGE CI7'Y OF FOItT WOIiTH Water & 3anitary Sawer Replacement 3TANDARI] CUNS'I'ILUC'1'IOI�i 3PECIFICATION DOCUMENTS Contract 2018 {WSM-3vI} Revised July 1, 20ll City Froject No. 101668 O1 25 00 - 4 SUB�TTTi1TION PI�QG$DURES Pxge 4 of 4 EXHIBIT A REQUEST FDR SUBSTITUTION FORM: TO: PROJECT; DATE: We hereby submit for your considera�ion the following product inst�ad of the speeified ite�aa for the above project; S�CTION PARAGRAPH SPECIFIED ITEM Propased Substitution; Reasnn for Subsiitution: Include complete information an changes to Drawings and/or Specifications which proposed substitution will requirE for its proper installation. Fill �n Blanks Below: A. Will the undersigned contractor pay for changes to tihe buzlding design, including ertgineering and detailing costs caused by the requested substFtution? B. What effect does substitution have on nther trades? G. Differences between proposed substitutian and specifed item? D. Di#�'ertnces in product cost ar product delivery time? E. Manufacturer's guarantees of the propo�ed and specified itezns are: Equal Better (explain on attachment) The uncfersigned states that the functipn, appearance and quality are equivalent or superipr to tE�e specifed item. Submitted By: For Uae by City Signature as noted �'' lI'Lll Address Date Telephone For Use by City: Approved City � Recamznended Recnmm�ended _ Nai recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH Water & Sanitary Sewer Replacement STANU�RD CONSTRUCT3QN SPECIFICATTON DOCUME]�fTS Contract 20i S(WSM-M) Itevised July 1, 20l 1 City Project Na. 101588 O1 31 19 - l FRECDNSTRUGTION ME�TSNG Page l of3 sEcar�toN ai 3x i9 PRECONSTRi7CTION MEETING PART 1- GENERAl. 1.1 SiJMMARY A. Section Includes: 1. Provisions for the precanstructipn meeting to be held prior to the start of Work to clarify canstruction contract adminiatration procedures B. Deviations from this City af Fort Worth Standard 5pecification 1. None. G. Related Specification Sections inciude, but are not necessarily limsted to: 1. Division 0— Bidding Requirements, Contract Forn� and Conditions of the Gontract 2. Divisinn 1— General RequiremenYs 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated vvith this Item is considered subsidiary to the various itenns bid. No separate payment wi31 b� allowed %r this Item. 1.3 REFERENCE� [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Represenkatives of Contractor, subcontractors and suppliers attending meetings shall he qualified and authorized to act on b�ha�f of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City. far future reference. B. Preconstruction Meeting 1. 2. � A preconstruction tz�ee�ing will be helci within 14 days a.�er the execution of the Agreeuient and before Work is siarted. a. The meeting will be scheduled and administered by the City. The k'raject Representative will pr�side at the meeting, prepare the notes of the meeting and distribute copies nf same to all participants who sa request by fully completing the attendance form to be circulated at the beginn.ing af the meeting. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractar's superintendent d. Any subcontractor or supplier representatives whom the Contractor rr�ay desire to invite or the City may request CITY OF FOA"C WORTH Water & Sanilary Sesver ReplacemenE STANDARD CONSTRUCTIQN SPGCIFICATION DOCLTIvIENT5 Contract 2018 (WSM-M) Aevised August 17, 2Q12 City Project No. 101688 0131 19-2 PRP.CONSTRUGTIQN MEETING Page 2 of 3 e. Other City representatives f. O#hers as appropriate 4. Constz�uction Schedule a. Prepare baseline eanstrucrion schedule i� accordance with Sectzon O1 32 I6 and provide at Preeonstruction Meeting. b. City will notify Conttactor of any schedule changes upon Notice of Preconstruction Meeting, 5. Preliminary Agenda may include: a. Introduction of Pro�ect Personnel b. General Desoription of Project c. Status of right-of-way, utility clearances, easements or othcr pertinent perrnits d. Cantractor's worl� plan and.schedule e. Contract Time f. Notice to Proceed g_ Constz�uction Staking h. Frogress Payrnents i. Extxa Work and Change Order Procedures j. �ielc� Orders k. Disposal Site �.et�er for Waste Material l. Insurance Renewals m. Fayroll Certification n. Mateeial Certifications a�d Quality Control Testing o. Pubiic Safety and Con�enience p. Documentation of Pre-Construction Conditions q. Weekend Work Notifieatian r. Legal Holidays s. Tr�nch Saf�ty Pians t. Confined Space Eniry Standards u. Coardination with the City's regresentative �or pperations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contraciors x. Early Warning System y. Contractor E�aluation z. Sgecia] Conditions applieable to the project aa. Darc�ages Clazms bb. Submit�al Procedures cc. 5ubstitutian Proceduz'�s dd. Correspandence Routing ee. Recard Draw'tngs ff Temporary construction facilities gg. MIWBE or MBE/SBE procedures hh. Final Acceptance u. Final Payment jj. Questions pr Comments CCCY OF RpRT WO[tTH WaYer & Sanitary Sewer Replacement STANDARD CONSTRUCTiON SPEC[FICATION DOCUMENTS Contract 2Q18 (WSM-M) Revised August 17, 2012 City Projeat No. 101668 O1 31 19-3 PRECOIYSTRUCTION MHETING Page 3 af 3 1..� �UBMITTALS [NOT US�D] 1.6 ACTION SUB�MITTALS/�NFORMATIONAL SUBM7TTALS [NOT US�D] 1.7 CLO�EOIIT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED] 1.9 QUALITY A�SURANCE �NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING jNOT USED] i.11 �IELD [SITE] CONDITION� [NOT iISED] 1.12 Wt�RRANTY [NOT U�ED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECIITION [NOT USED] END OF SECTION Revision Log DATE NAME SUIVIMARY OF CHANGE CIT`Y OF FORT WORTH Water & Sanitary Sewer Replacement STANDAAT] CONSTitlICT10N SPECIFICATIDN DOCUMENTS Cantract 2D18 (WSM-M) Revised August I7, 2U 12 City Project No. 1 � 1688 D13120-f PIZOJL.CT MF.ETINGS Page l af3 5ECTIQN O1 3i �0 PRO.TECT MEETINGS PART�- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings thraughout the construct�on period to enable orderly review of the progress of the Work and to provide for sy�tematic discussian o.f potential prablems B. Deviations this City af Fart Worth Standard Speci£�cation I. Nane. C. Related Speci£zeation Sections include, but are not necessarily tirz�ited to: 1. Division 0— flidding Requirements, Contract F'orms and Conditiot�s of the Contract 2. Division 1— GeneraI Requirements 1.2 PRIGE AND PAYMENT PROCEDLTRES A. Measurement and Payment 1. Work associated with this Ctem is considered subsidiary ta the various items bid. No sepa3rate payment will he allowed for this I�em. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A, Coordination 1. Schedulc, attend and administer as speci�ied, periodic pragr�ss meetings, and specially called meetings throu�;hout progress of the Wark. 2. Representatives of Contractar, subcontractors and suppliers attencling tn.eetings shall he qualified and authorized to act on b�half af the entity each represents. 3. Meeting5 administered by City may be tape recorded. a. If recqrded, tapes will be used to prepare minutes and retained by City for future referenee. 4. Meetings, in addition ta those specified in this Section, may be held wher► requested by the City, Engineer ar Contractor. B. Pre-Construction Neighborhaod Meeting 1. Ai�er the execution of the Agreement, but b�fare construeiion is allowed to begin, attend 1 Public Meeting with af£ected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting LocaYion a. Location of ineeting to be determined by the City. 3. Attendees C1TY qF FORT WQR'tH Water 8t Sanitary Sewer Replacement 9TANDARD CONSTRUCTION SPECIFICATION DOCCJMENTS Contract 2d18 (W$M-M) Revised July l, 201 l City Pxoject No. LU1688 n� 3� zo-a PROJEGT MEETiNG5 Page 2 of 3 a. Contractor b. Project Representative c. Other Ciry represent.atives 4. Meeting Schedule a. In general, th� neighborhood meeting will accur within the 2 weeks following the pre-construction conference. b. In no ease will construetion be allowed to begin unti� this meeting is helc�. C. Pragress Meetings 2. 4. l. Formal project caardination tneetings will he held pez'iodically. Meetings vaill be scheduled and administered hy Project Representativ�e. Additional progress meetings to discuss sp�cific topics will be conducted on an as- needed basis. Such additional meetings shall include, but nat be lunit�d to: a. Coordinating shutdo.wns b. Installation of giping and equipment c. Caordination between other construction projects d. Resolution Qf construction issues e. Ec�uipment appraval Tite Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who sn request by fully completing the attendance farm to be c�rcuiated at the beginning of each meeting. Attendance shall inelude: a. Contractor's projecY manager b. Contractor's superintendent c. Any subconkractar or supplier representatives whom the Contractor may desire to invit� or the City may request d. Engineer's representatives e. CiYy's representatives f. Others, as requested by the Project Representati�e 5. Preliminary Agenda may include: a. Review of Work pragress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedutes e. Review af construction interfacing and seqnencing requirements with ather construction contracts f, Corrective measures and pzocedures to regain projected schedule g. Revisions to consiruction schedule h. Progress, schedule, during succestiing Work period i. Coordination of schedules j. Review submiCtal schedules k. Maintenance of quality standards 1. Pending changes an�d substitutions m. Review praposed changes for: 1) �ffect on construction scheciule and on completion date 2) Effect on other contx'acts of the Project n. Review Record Documents o. Review manth3y pay request CITY QF FOT2T WORTH Water 8c SaniYary Sevver Replacement STANDARD CONSTRUCTIDN SPECIFICA'FION �OC'UM�NTS Contract2018 (WSMI M) Revised July 1, 2p11 Ciiy Project Na, 1D1688 a� si zo-3 FROJECI' M$�TINGS Page 3 of 3 p. Review status of Requests fqr Information 6. M�eting Schedule a. Progress meetings will be held periodically as dexermined by the Praj ect Representati�e. 1) Additional meetings may be held at the request of the: a) City �) Engineer c) Contractor '1. Mesting Locarion a. The City will establish a rneeting locatian. 1) To the extent practzeable, meetings wi11 he held at the Site. 1.� SUBNIITTALS [NOT U�ED] 1.6 ACTION SUBNIITTAL5/INFORMATIOIVAL SUBMITTALS [NOT [ISED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT C1SED� 1.9 QLTALITY ASSURANCE jNOT USED] 1.10 DELIVERY, STOR.AGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 3� - PRODUCTS [NOT USED] PART 3 - EXECUTION [NDT USED] END OF SECTION Revisian Log DATE NAME SUMMARY DF CHANGE CITY OF FOT�T WORTII Water & 5anitary Sewer Replacement STANDARI3 CONSTRUCTION SP�CIFICATION DpCUM�N'1'� Contraet 2018 (WSM-M) Revised July 1, 20 L 1 City Project Na. l O 1688 413233-1 PRECONSTRUCTTON VIDEO Page l nf 2 SECTION Ol 32 33 PREC�NSTRUCTION VIDEO PART1- GENERAL 1.1 SUMIVIARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Video B. Deviations from this City of Fort Worth Standard S.peci�ieation 1. None. C. Related Specificatio�n Sections include, hut are not necessarily limited to: 1. Division 0— Bi.dding Requirements, Contract Forms and Conciit'roz�s of the Contract 2. Division l— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaty to the vaz'ious items bid. No separate payment will be allowed far this Item. 1.3 REFERENCE,S [NOT USED] 1.4 ADMi1�TISTRATIVE REQUIREMENTS A. Precanstruction Video 1. �'raduce a precanstruction video of the sitelalignment, ineluding all areas in the vicinity of and to be affected by construction. a. Provide digital copy of �ideo ugon request by the City. 2. Retain. a copy of the preconstruction video untsl the end of the maintenance surety period. L5 SUBMITTALS [NOT USEDj l,fi ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USEll] 1.7 CLOSEOUT SUSMI'CTALS [NOT �TSED] 1.8 MAINTENANCE MATERIAI� SUBMITTALS [NOT U�ED] 1.4 QIIALXTY ASSi1RANCE [NOT USED] 1.1U DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIQNS [N�T USEl3] 1.12 WARRANTY [NOT USED4 PART � - PRODUCTS [NOT USED] CI7'Y OF FpRT WDRTI-I Watar & Sanitary Sewer Replacement STANDARD CONSTRUCTION SP�CIEICATI01�4 DOCUMENT5 Cnntruct 2018 (WSM-M} Revised luly [, 2Q11 City PtojectNa. 1D16S8 013233-2 1'REGONSTRCI�TION VIDEd Page 2 of 2 PART 3 - EXECUTION [NOT LTSED] END OF SECTION Revision Log DA'�'� NAME SUMMARY OF CHANGE CITY QF FOR1' WORTH Water & Sanitary Sewer Replacement STA,NDAI2U CONSTRUCTIUIV SPECIFICATEdN i]OCl1MENT5 Cnntz-act 2018 {WSM-M} Revised July 1, 2011 City Project No, lO1bA8 013300-1 SUBMITTALS Page l of 8 SECTION �133 00 SUBMITTALS PARTI- GENERAL 1.1 SUMMARY A. Section Ineludes: General methods and requirements of suhmissions applicable to the following Work-related snbmittals: a. Shop Drawings b. Product Data (including Star�dard Product List submittals} c. Samples d. Mack Ups B. De�iations from this City af Fort Worth Standard Specificaiion 1. None. C. Related Specificatian Sections inclnde, but are not necessarily limited to: 1. Division b— Bidding Requirements, Contract Fnrms and Conditions of the Contract 2. Division 1-- General Rec�uirements 1.2 �'R�CE AND PAYMENT PROCEDTIRES A. Measurement and Paytnent 1. Wark associated with this Ite.m is considered subsidiary to the various items bid. No separate payment wilI be allowed for this It�m. 1.3 REFERENCES [NOT USED} 1.4 ADNIIIV�STRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of subrriittal, of any deviations in the submittals from the requirements of the Coniract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal su�iciently in advance of perFo�ming the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the 5pecificatiflns. b. Cont�acfor is responsihle such thai the installation will not be delayed by processing times includsn�;, but not limited to: a) DisapprovaI and resubmittal (if r�quired) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because pf the Cantractor's failure to transmit submittals suffieiently in advance of the Work. CITY OF EORT WdRTH Water & Sanitary Sewer Replacemenl S1'AM]ARD CONSTRUC:TION SPECIFIC?.TIUN DOCUMENTS Conttact 2018 (W31VI-M) Revised Decemher 20, 2412 City Pmject Na. l O1b88 at 33 00 - 2 SUBMITI'AL3 Page 2 of H d. Make submittals praznptly in accordance with approved schedule, and in s�ch sequence as ta cause no delay in �he Work or in the work of any oth.er conbractor. B. 5ubmit�al Numbering When submitting shop drawings or samples, utilize a 9-eharacier submittal cross- reference identification numbenng system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. Far the r�ext 2 digits number use numbers Q 1-99 to sequ�ntially number each initial se�arate item ar drawing submitted under each specific Section nutnber. c. Last use a letter, A-Z, indicating the resubmission of the same drawing {i.e. A=2nd submission, B=3rd submission, C-4th submission, etc.}, A typical suhmitYal number would be as fallaws: a3 30 00-08-B 1) 03 3� 00 is the Specification Section far Concrete 2) Q$ is the eighth initial submittal u�der this Speci�cat�an Section 3) B is the third su6mission {second resubmission) of that particular shop drawing C. Contractor Certificatian 1. R�view shop drawings, produet data and samples, including those by s�bcantractors., prior to submission to determine and verify the following; a. Field measurement� b, Field construction criieria c. Catalog numbers and similar data d. Confarmance witl� the Contract Documents Pravide each shop drawing, sample and product data submitted by the Contractor with a Certification. Staterrient affxed incIuding: a. The Contractor's Company nataae b. Signature of submitrtal reviewer c. Certification Statemen# 1) "By this submittal, I hereby represent that I have determined and verified �ield measurements, field cansfixuction criteria, materials, diumensions, catalog numbers and similar data and I have checked and coordinated each ite�n with other applicable appraved shop drawings." D. Submittal Format 1. Fold shap drawings larger than 8%a inches x 11 inches to S%a inches x I Iinches. 2. Biztd shop drawings and product data sheets togetl�er. 3. Order a. Cover 5heet 1} Descriptian of Packet 2) Gontractor Certi.fication b. List of items 1 Table of Contents c. Produet Data IShop Drawings/Samples ICalculations L�. Submittal Conient 1. Th� date flf submission and the dates of any previous submissions CITY OF FORT WDRTH Water & Sanitary 5ewer Replacemeut STANDAR[] CQr'STRUCTIpN SPGCIF[CA'I'ION DC3CLFMrNTS Contract 2018 (WSM-M) Revised December 20, 2012 City Project No, lOf 668 0! 330tl-3 5USM11"I'ALS Page 3 of 8 2. The Project Yitle and number 3. Contraetor identification 4. The names of: a. Contractor b. 5upplier c. Manufacturer 5. Identificatian of tkse product, with the Speciitcation Section number, page and paragraph(s) 6. Field dimensions, elearly identiii�d �s sueh 7. Relatian to adjacent or critical f�atures of the Wark or ma�erials $. Applicahle standards, such as ASTM ar Federal Speeificatian numbers 9. Identification by highlighting of deviations from Cnntract Documents 10. Identificatian by highlighting of revisions on resubmiitals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in indsvidual Work 5ectians includes, buk is not neeessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom tempIates f. 5pecial wiring diagrams g. Goordination dra�vings h. Individual system or equipment inspection and test reports including: 1) Ferformance curves ar�d certifications i, As applicable to th� Work 2. Details � a. Relation af the various parts to the main members and lines of the structure b. Where oarrect fabrication oi the Work depends upon field measurements l) Provide such rneasurements and note on the drawings prior to submitt'sng for appraval. G. Froduct Data 1. k'or�submittals of product data for products included on the City's Standard Praduct. List, clearly identify �ach item selected for use on the Project. 2. For submittals of groduct data for products not included on the City's Standard Product List, submi�al data may include, but is not necessarily limited to: a. Standard pr�pared data for manuiactured products (sometimes refen'ed ta as catalog data) 1) Such as the manufacturer's product specification and itastallation insh uctions 2) Availability of colors and pattems 3) ManufacYurer`s printed stat�ments of eomplianees and applicability 4) Rpughing-in diagrams and templates S} Catalog cuts 6) Product photographs CITY OF FORT WOR�'I-I Water 8c Sanitary 5ewer Replacement STANDAAD GONSTRUCTION SPECIFICAT[ON DDCUMENTS Contract 2018 (W5M-M} Re�ised Decem6er 20, ZD12 Ciry Ymject No, 1016R8 O133b0-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed per£orrnance curves and operational-range diagrams 9) Production or quality control inspection and test xeports and ce�tificatiqns 10) Mill reports 11) Product operating and :nnaintenance instt�zctions and recammended spare-parts listing and print�d product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessariIy limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Sxnall cuts or containers of mate�ials 3) Complete units of repetitively used products color/texture/gattern swatches and range sets 4) Specimens for coordination of visual ef�'ect 5) Graphic symhols and units of Work ta be used by the City for independent inspection and testing, as applicable to the Work I. Do no# start Work requiring a 5hop dravaing, sample or product data nor any znaterial to b� fabricated or installed priflr to the approva] or quali�ed appraval of such item, 1, Fabrication performed, materials purchased or on-site c.ans.truction accomplished whiah does :�ot conform to approved shap c{rawings and data is at the Contractar's risk. 2. The City will not be liable for aziy expense or deEay due to corrections or remedies requixed to accompIish conformity. 3. Complete project Work, materials, fahrication, and installakions in conformance with appraved shop drawings, applicable samples, and product data. ]. Submittal Distribution Electranic Disiribution a. Confirm development of Project duectory for electronic subnr�ittals to be uploaded to City's Buzzsaw site, ar another external FTF site a}�proved by tha City. b. Shop Drawings 1) Upla.ad submittal to designated praject dircctary and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for a11 subrnittals b) If Contractor requires more than 1 hard eopy af Shop Drawings returned, Coniractor shall submit more than t�e number of capies listed abave. c. Product Data 1) Upload snbmittal to desfgnated projeet directary and notiiy appropriate City representati�+es via emazl of submittal posting. 2} Hard Copies a} 3 cnpies for all subrn�ftals d. Samples 1) Distrit�uted to the Project Representative 2. Hard Copy Distt-ibution (if required in lieu of electronic distribution) CITY pF FOR'C WDRTH Water & Sanitary 5awer Replacement STANDA,RI] CONST[�UCTION SPECIFICATION DOCUM�NT5 Conttact 2018 (WSIvI-NE) Revised Qecemher 20, ZOl2 City ProjecE iVo. Z 01688 U13304-5 6USMITTA[.5 Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) $ capies for mechanical submittals b} 7 copies for all other submittals c) If Contractar requires more than 3 copies of Shop Dravvings returned, Contractor shall submif more than the number o£ copies listed above. b. Product Data 1) Distributed to the City 2) Cap.ies a) 4 copies c. Samples 1) Distributed to the Praject Representative 2) Copies a) Submit the mu�nber stated in the respeetive Specificatian 5ections. 3. Distribute reproductions of approved shop drawings and copies of ap�araved product data and samples, where reyuired, to the job sit� �le and elsewhere as directed by the City. a. Pro�ide number of copies as direeted by the City but nnt exceeding the number previausly specified. IC. Submittal Aeview i. The review of sho.p drawi�gs, data ar►d samples wil! be for general conformance �vith the design eoncept and Contract Documents. This is not to be construed as: a. Fermitting any departure from the Cnntract requiremenks b. Relieving the Conteactor of responsibility for any errors, including details, dimensions, and materials c. Approving depar�ures from details furt�ished by the City, except as otherwise provided herein 2. The review and approval nf shop drawings, samples or product data by the City does n.ot relieve the Contractor fro�n his/her responsibility with regarrl to the iulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefnre. 3. The Contractor reffiains responsible for details and accuracy, for coordinating the Work with aIl other associated wark and trades, for seieci�ing fabrication proeesses, for techniques of assembly and for perForming Wark in a safe mann�r. 4.. If the shop drawings, data ar samples as submitted describe variations and show a departure from the CQntract requirements which City �nds to be in the interest of the City and to be so minor as not to invoTve a change in Contrac# Price or time for performance, the City may ret�arn the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of tb.e following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are nn notations or comments on the suhmittal. aj Wh�n returned under this code the Contractor may release the equipment and/or material far manufacture. b. Code 2 CITY OF FOR"i' WORTH Water & Sanita�y $ewer ReplacemenE STAN�ARD CONSTRL]CTLON SPECIFICATIUN DOCUIVE�NTS Conhact 2018 (WSM-M} Revised I?ecember 20, 2412 City Project No. 14168Y p13300-6 SU6MITTAI.S Page 6 of B 1) "EXCEPTIONS NOTED". This cade is assigned when a con�rnnation of the notatians and comments IS NOT requir�d by the Contractor. a) The Contractoz' irz�ay release the equipment ar rna#eriaE for manufacture; hawever, all notations and comments must be inco�rporated inta the final product, c. Code 3 1) "EXCE�'TIONS NOTEDlRESUBMTT". This combination of codes is assigned whan notations and camments are exYensiv� enough to require a resubmittal of the package. a) The Contractor may release the equig�ment or material for manufacture; however, all notaiions and comments must be incorparated into tne f na1 product. b} This resubmittal is ta address all comments, omissians an,d non-conforming items ihat were noted. c} R�suhnnittal is to be recezved by the City within 15 Calendar Days of the date of tt�e City's transmittal requiring the resubrt�ittal. d. Gode 4 I} "NOT APFROVED" is assignad when the submittal does not meet the intent of the Contract Documents. a) The Contractar must resubmit the entire package re^vised to bring the su6mittal into conforrnance. b) It may be necessary to resubmit using a difFerent manu�acturerlvendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revisian k�iangle ar ather similar method a) At Contractor's risk if not rnarked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times eanvenient to the City and at the Contractor's axpense, based on the City's or City. Representative's then pre�vailing rates. 2} Pravide Contractor reimbursemen# to the City within 30 Calendar Days fox all such fees invoiced by the Ci .ty. c. The need for more than l resubmission or any other delay in obtaining City's review of submittals, r7vi11 not entitle the Cantractor to an extension of Cantract Time. 7. Partial Submittals a. City reserves the right to not review submittals de�med partial, at the City's discretian, b. Submitkals deemcd by the City ta be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted, c. The City may at its option provide a list ar mark the submittal direcCing the Cont�actor ta the areas that are incamplete. 8. If the Contractor considers any carrection indicated on the shap drawings to constitute a change to the Contract Documents, then written notice must be provided ther�of to the City at least 7 Calendar Days prior to release far manufacture. CITY �F FORT WORTI�I Water & Sanitary Sewer Replacement STANDAI2➢CONSTRUCZ'[ON SPEC]FICATI01�! DOCUMEN'PS Cvntract2U1& (W5M-M) Revised December 2Q, 2012 Ciry Project No. l O158S O13300-7 SUBMITTAL5 Page 7 of 8 Q f [la When the shop drawings have been completed to the satisfacLian of the City, the Contraetor may carry out the construcriQn. in accordance therewith and no further changes therein except up�n written instructions from ihe City. Each subznittal, appropriately caded, will be returned within 30 Calendar Days foIlowing receipt of submittal by the City. L, Mock ups 1. Mock Up units as specified in indi�idual Sections, include, but at'e not necessarily Iimited to, complete units of the standard of aceeptance far that type of Wark to be used on the Project. Rernove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in otl�er Sections of these Speciiications, submit a�.E. Certification %r each item required. N. R�quest for Inforrnation (RFI) 1. Contracior Request for additional information a. Clari�cation or interpretation of the contraet docwnents b. When the Contrackor believes thete is a conflict between Cantract Documents c. When the Cantractar believes #here is a conflict betvveen the Drawings and Specifications 1) Identify the conflict and r�quest clarifieatzon 2. Use the Request for Infarmation (RFI) form provided by the City. 3. Numbering of RFI a. T'refix with "RFI" followed by series number, "-xxx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Suff cient information shall he attac�ied to permit a wtitten response vvithout further information. 5. The City will log each request and wili re�iew the request. a. If review of th� praject information request indicates that a change to the C�niract Documents is xequired, the City will issue a Field Order or Change Order, as appropriate. 1.� SUBMITTALS �NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBM�TTALS [NOT USED] 1.'� CLO�EOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSIIRANCE �NOT USED] 110 DELIVERY, STURAGE, AND HANDLING [NOT USED� 1.11 FIELD [SITE] CC?NDITION� [NOT USED] 1.1� WARRANTY [NOT USED] CITY OF FDRT WORTH Watar & Sanitary Sewar Replacement STAIJllA1LD C�N3TRLlCTION 3P�CIFiCAT10N DOCUMLNT3 ContracY 2018 (W5M-M} Revised �ecem6et 20, 2012 City Project No. 101688 O1 33 OD - 8 SUBNTTTTALS Page 8 of 8 PART 2 - PRODUCTS [NQT USED] PART 3 - EXECUTION [N�T USED] END OF SECTION Revision Log DATE NAME S[iMMARY OF CHA.I�GE 12/2U12U12 D, Jotznson [.4.K:8. Wnrking Days modi�ed to Calandar Days CITY OF FqRT �70RT�{ W�ter & Sanitary 5ewer Replacemcnt STA[*fDARD CONSTRUCT[�N SP�CIF'TCAT[ON QOCUMBDfTS Conhact 201 S(WSM-M) Revised December20, 2012 Cily Project No. 1O1686 013513-1 SPECIAL PR07ECT PROCEDU1tES Page l af 7 S�CTION 013513 SPECIAL PROJECT PROCEDURES PART1- GENERAL 11 SUMMAIZY A. Sectian Includes: The procedures for specia3 project circumstances that incfudes, but is not limited to: a. Work near High Voltage Lines b. Confined Space Entry Program c. Air Pollution Watch Days d. Use of Explosi�es, Drop Weight, Etc. e. Water Department Notiiieation f. Public Notification �riar to Beginning Construction g. Public Notificat�on of Temporary Water Service Interruption during Constructian h. Dust Control i. Employee Parking B. Deviations from this City nf Fort Worth Standard Specification 1. Nane. C. Related Speciftcation Sections include, but arc not necassatti�}+ limited to: 1. Divisian 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 2. D.ivision 1— General Requirements 3. Section 33 12 2S — Connection to E�cisting Water Mains 1.� YRICE AND PAYMENT PROCEDURES A. Measurernent and Payment 1.3 REFERENCES A. Reference 5tandards 1. Reference standards cited in this Specificatian refer to the current reference standard p.ublished at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health aud Safety Code, Tifle 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Linea. 1,4 ADMINISTRATIVE REQUIREMENTS A. Work Near High Voltage Lines 1. Regulatory Requirements a. All Work n.ear High Voltage Lines (mpre than 600 volts measured between conductars or between a conductar and the ground} shall be in accordanee wit� Heaith and Safety Code, Title 9, Subtitle A, Ghaptar 752. 2. Warning sign a. Provide sign of sufficient size meeting all USHA requirernents. CiTY OF FORT WORTH Water & 5anitaiy 5ewer Rep[acement STAND.ARD CONSTRUC`fION SPECIFSCATI(]N DOCUMENTS Conhact 2018 (W5NI M) Revised Decembcr 20, 2012 Ciry Project No. 1Q1688 O135 i3-2 SPECIAL YR07ECT PRpCBDU-RE5 Page 2 nf 7 3. Equipment operating within 1 p feet of high valtage lines will require the following safety features a. Inaulating cage-type pf guard about the boonn or arm h. Insulator Iinks on the li{� hoolc cannections for back hoes or dippers c. Eauiprz�ent must meet the sa#'ety requirements as set �orth by OSHA and the safety requiz'ements of the ar�vner af the high voltage lines 4. Work within 6 feet of high voltage electric lin�s a, Notiifcation shall be given to: 1} The power c�mpany (example: ONCOR} a) Maintain an accurate log of all such calls to povver company and record action taken in each case. b. C.oardination with power company 1) A�ter notification coordinat� with the power company to: a) Erect temporary mechanical barriers, de-energiz� the lines, or raise oar lower the Iines c. No personnel may wark within 6 feet of a high �oltage line befare the above requirements have heen met. B. Confined Space Entry Prograrn Provide and follow approved Confined 5pace Entry Program in a�cordance with OSHA requirements. Conf"ined Spaces include: a. Manha�es b. All ather confir�ed spaces in accordance with 05HA's Permit Required fo.r Canfined 5paces C. Air Pollution Watch Days 1. General a. Obser�e the following gaidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozane 5eason 1) May I through October 3 I. c. Criiical Emisszon Time 1) 6:00 a.rn. to 10:0�} a.m. 2. Watch Days a. The Texas Commission on Enviro�nrncntal Quality {TCEQ), in coordination with the National Weather Service, will issue the Air Poltution Watch by 3:00 p.m. on the aftez7rzoon prior to the WA'I'CH day. b. Requirements 1) Begin wark aiter Ip:00 a.m. whenever construction phasing requu'es the use of motorized equipment for periads in excess of 1 hour. 2} However, the Con#ractor may begin wark prior to 10:Q0 a.m. if: a) Use of matotized equipment is less than i hour, or b} If equiprnent is new and certified by EPA as "Law Emitting", or equipment burns Ultra Low Sulfur Diesel {LTLSD), dieseI emulsions, or alternative fuels such as CNG. D. Use of Explosi�es, Drop Weight, Eic. 1. When Contract Dacuments permit on the project tkze Pallowing wi�i apply: a. Public Notiiication CITY OF F4ItT WORTH Water & 5anitary Sewer Replacement STANBARD CQNSTRUC"i'ION SPECIFICATION DOCUMENTS Coniract 2Qi8 (WSM-M) Revised Denem6er 20, 2012 City Project No. ]d16$B 013513-3 SPECjAL PROJEGT PROCEDURES Page 3 of 7 1} Submit notice to City atzd proof of adequate insurance co�verage, 241�ours prior to cammencing. 2) Minimum 24 hour public notiiication in accordance wiih Section O I 31 13 E. �Nater Department Coordination 1. During t�e construction of this project, it will he necessary ta deactivate, for a period of time, existing lines. The Contractor shall he required ta coordinate with the Water Department ta deternnine the best times for deactivating and aciivating those lines. 2. Caordinate any event that will require connecting to or the pperation of an existing City water line system wif11 the City's representative. a. Coorc�ination shail be in accordance with Section 33 12 25. b. ff needed, obtain a hydrant water meter from the Water Department for use during the life af named project. c. In the event that a waker valve on an existing live system be turned off and on to accommodate the construction ofthe project is required, coardinate this activity tbrough the appropriate Ciiy representative. l} Do not operate water line val�es of eacisting water system. a) Failure to comply will render the Cantractor in violation of Texas Penal Code Title �, Chapter 28.03 (Criminal Mischie fl and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Cantractar will assume all liabilities and responsibilities as. a result of thesa actions. F. Public Notiiicatian Prior ta Beginriing Construction 1. Prior to beginning constructian an any bloek in the project, on a block by block basis, prepare and deliver a notice or flyer of the gending construetion to the frant doar of each residence or business that will be impacted by constructian. The notice �hall be prepared as follows: a. Post notice or flyer 7 days prior to beginning at�y construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the fallp�ving infarmation: a) Name of Project b) City Project No (CPIV} c) 5cope of Project (i.e. type of construction activity) d) Actual canstruction duration within ti�e block e) N�me of the contractor's foreman and phone number � Name of the City's inspector and phone numher g} City's after-hours ghone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the constructian start and finish time for each block of the project to the inspector. 4) D�liver flyer ta the City Inspector for review prior to distribufion. b. No construction will be allowed to begin on any block uritil the flyer is deli�vered to a11 residents of the blacic. G. Public Notification of Terr�porary Water Service Interrupt�on during Constructian CITY OP POR7' WQRTH Water & Sanitary 5ewar Replacement STANDARD CONSTRUCTIflN SP�CIFiCATION DOCi1MEN'C5 Cantract 20I$ {WSM-M) Revised December20, 2012 City ProjeclNo. 10l6$S 01 3S 13 -4 5PECIAL PR07ECT PROCEDUI2ES Fage 4 of 7 1. In the �vent it becomes necessary to terr�porarily shut down wat�r service ta residents or businesses during construction, prepare and deliver a notice or flyer of the pending intexruption to the front door of each affected residenf. 2. Prepare:d notice as follows: a. Th� notification oz' flyer shali be posted 24 hours prior to the temporary inte:rrupti on. b. Prepare flyer on the contractor's letterhead and include the following information; 1) Name of the proj ect 2) City Project Number 3} Data of the interruption af service 4) Period th� i.nterruption wiIl take place 5) Name of the contractor's foreman anc� phone Qumber 6} Name of the C.ity's inspector and phone nunnber c. A sample of the temparary water service interruption notifieation is attached as Exhibit B. d. Deliver a copy qf the temparary interruption noti�cation to the City inspector far review prior to heing distributed. e. No interruption of water serviee can occur until the flyer k�as been delivered to all affected residents and businasses. f. Electronic versipns of the sample flyers can be obtained from the Project Construction Inspectnr. H. Dust Cont�o] I. Use acceptable measures to control dust �� the Site. a. Ii water is used to control dust, capture and properly dispose of wastewater. b, If wet saw cutting is performed, capturc and properly dispose of sIurry. I. Ernployee Parking 1. Prnvide par.king for employees at locations agproued by tlie City. CITY OF FaRT WORTFT water & Sanitary Sewer Replacement STANDARI7 CON6TRUCTION SPECIFICATTON DOCUMENTS Contract 2018 (WSM-M) Revised ➢ecem6er 20, 2012 City Pmject 1Va. l OlhB$ p13513-5 SFECIAL PROJECT PROCEDURES Page 5 of 7 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMiTTALSIINFORMATIONAL SUBMITTALS [NOT USED� l..q CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] I.fO DELIVERY, STORAGE, AND FIANDLING [NOT USED] 1.11 FIELD [SITEJ CONDITIONS [NOT USED� 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT ilSED] PART 3 - EXECUTION [NOT USED] END �F SECTION Revision Log DATE NAME SUMMARY OF CHANG� 1.4.8 — Added requirement of connpliance with Health and Sa£ety Code, 'Title 9. 8/3 f/2012 D. 7ohnson Safety, Sttbtitle A. Publie Safety, Chapter 752. High Voltage Overhead Lines. I.4.E — Added Contractor responsibility for o6taining a TCEQ Air Permit CI�Y OF FOR"E� WOIt'CEi WaYer & Sanitary 5ewer Replacemeut STANDARD CONSTRUCTCON SPECIFICATTON DOCUMENTS Conhact 2018 (WSM-M) Revised Deeember 20, 2012 City Project No. 1D1�8$ 0.13513-6 SPECIAL PROJECT PROCEDURES Pdge 6 af 7 EXI3IBIT A (To be printed on Contractor's Lei�erhead) Date: CPN Na.: Project Name: Mapsca Location: Limits of Constructian: ' i � � � � I ' � - - — � � � 7'WIS IS T9 I�I��RRfl Y�ll THAT UN��R A COidTRACT F�!ll�i� THE CITY �F FORT IAIO�TH, OU� CQlVY�AIVY lL�►lILL WORK OIV UTILIiY LIN�S QN �R AROUW� YOUR �ROP�RTY. COR�SYRUCTI9PI VIdI�L, �EGI�! AP�R�XI@,�1�4��LY �E!!�R! D�4Y5 FROi� ib� Df�T'� ��' 7HIS �lO�IC�. IF YOIJ H�►!�� �UEST'iQR1S �.��U� I�GC��S, S�CURITY, SA��TY' OR Af�Y OYH�R ISSU�, �I���►S� C�4��: Aflr. =CONTRACTOR�S SUPERIN7END�NT� ,4T �TELEPH4NE NO.� � l4dYC. CCIIY IN�PEGTpR> /4� C TELEPHONE N�.� .A,���Ft 4:30 R{Vi O� Q{V IdV�i�Ki�Id�S, �L�CAS� CA�� (�17) 392 �306 PL.EASE KEEP THlS FLYER NANDY WHEN YOU CALL CITY OF FORT WORTH Wstar & 5anitary 5ewer Replacement 5T11NDARD CONSTRUCTION SPEC[r'ICATION DOCUMENTS Contract 2418 (WSM-M) Revised December 2Q, 2012 City Praject No. 1O1G68 O1 35 i3 - 7 SPECiAL PROJECi' PROCEDURE5 Yage 7 of 7 EXHISIT B �O�T ��RT �_ �� ��. � � �: ��`�n�� o� �°�r�[�o � ��►►'��� s����� ��'t�����tIO� . DIIE TO UTII.PI'1' IMPR�VEM�N'I'S IN YOUR NEIGHBORHOOD, YOUIt WATER SER'1�ICE WILL BE TN1'ERRUPTED OP1 HETVC�;EN THE HOUIt$ OlZ' AND IF YOU HAVE QUESTIONS AB�if'F 'C�S SHTJT-QUT, PLEABE C:A,I.L: Mlt. A�' (CpNTRACTORS 313PFRI�I'PENDEIri'i'� ('1'ELEPHONE Ni31VISER) OR MR. AT (CITY INSPEC7'UR) (�ELEPHONE NUIVIBER) Tl�IS INCONVE�i�NCE WILL HE AS SH4RT AS FO5ST�LE. THANfi� YOU, CONTRACTOR C1TY 4F FORT V�QRTH V�'ster & 5ani[ary Sewer Replacement STANDARD CONSTRUCTIDN SPECIFECAT�OI�i DOCUMENTS Conttact 2018 (W53VC-M) Revised Decem6er 2Q, 2012 City Pmject Na. Itl1688 O L 45 23 TESTINGAN� IIVSPECTIQN SERVICES Pag� l of2 SECTION 0145 23 TESTING AND IlrTSPECTION SERVIGES FART1- GENERAL I.I SUMMARY A, Secfion Includes: 1. Testing and inspection services procedures and coordination S. Deviations from this City of Fort Worth 5tandard �pecification 1. N one. C, Related Specification Sections include, but are not necessarily limited to; 1. Division 0— Bidding Requirements, Contract Forms and Conditions of #he Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT �'ROCEDiTRES A. Measurement and Payment Work associated with this Item is cansidered subsidiary to the various Items bid. Na separate payment will be allowed for this Item. a. Cantractor is responsible for pez-�ozming, c:oordinating, and payrnent of aII Quality Control testing. b. City is responsible foz performing and payment far itrst set of Quaiity Assurance testing. I) If the first Quality Assurance test perfor�ned by the City fails, the Contractor is responsible for payrnent of suhsequent Quality Assurance testing until a passing test occurs. a) Final acceptanee will not be issued hy City un,til all required payments for testing by Contractar have been paid in full. 1.3 RE�'ERENCES [NOT USED] 1.4 ADMINISTRATiVE REQUIREMENTS A. Te,sting 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is requzz'ed to he perfortned hy the Cfty, notify City, sufficiently in advance, when testing is needed. b. When testing is rec�uired to be completed by the Contractar, noti�y City, sufficiently in advance, that iesting vvill be performed. 3. Distrib�tion of Testing Rcports a. Electronic Distributipn 1) Con�irm development of �'roj�ct directary for alecironic suhnrzittals to be uploaded ta the City's document management system, or another external FTP site approved by the City. C[TY OF FORT WORTH Vsrater & Sanitary Sewer Replacemcnt STAIVC3ARD CONSTRUCT[ON SP�CIFICATIOIV DQCUMP.NTS Contract 2018 (WSM-M} Revised Nla�h 9, 2020 City Proj ect No. 10I66� a�4sz3 TESTING AND IIYSPBC'fl�N SERVIC�S Page 2 of2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posiing. 3) Hard Copies a) I copy for all submittals submitted to the Pz'aject Re}�resentative b. Hard Copy Distrii�ution (rf required in lieu of electronic distribution) 1) Tests performed by City a} Distribute i hard copy to the Contractor 2} "I'ests performed by the Conlractor a) Distribuie 3 hard copies to City's Proj�ct Representative 4. Provid� City's Project Representaiive with trip tickets faz' each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date af delivery c. M�terial delivered B. lnspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work iri accordance with th� Contract Docum�nts. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT �UBMITTALS [NOT USED] 1.$ MAINTENANCE MAT�RIAI.. SUBMITTALS [NOT USEDj 19 QUALXTY ASSiTRANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USEDJ 1.11 FIELD [SITE] CONDITIONS [NOT USED] Ll2 WARRANTY [NOT USED] PART Z- PRODUC.TS jNOT IISEDr PART 3 - EXECUTION [NOT USED] END OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3l9/2020 n,V, ��g�g Removed ref�rence #o Buzzsaw and nated that eleceronio submittals he uplaaded through the City's document management system. CITY OF FORT WORTH Water &.Sanitary Sewer Replaeement STANDARD CONSTRUCTIDN 3PECIFICATIQN OC3CUMEiYTS Contract 201$ (WSM-M) Revised Mamh 9, 2020 City Pmject No. 1016R& a�soao-� TEMPQHARY FACILI'1'IE5 AND CONTROLS Pagc 1 of4 sEc�oN ai so 00 TEMPORARY FACILI'I'TES AND CONTROLS FART1- GENERAL 1.1 SUMMARY A. Sectian Includes: Pro�ide temporary facilities and c�ntrols needed fnr the Wark including, but not necessarily limit�d to: a. Temporary utilities b. Sanitary facilitie� c. Storage Sheds and Buildings d. Dust control , e. Tempnrary fencing of ths construction site B. De�iations from this City of Fort Worth 5tandard Specification 1. None. C. Related Speci�cation Sectians incluc�e, but are nat necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contz'act 2. Division 1— General Requirements I.2 PRICE AND PAYMENT PROC�DURES A, Measurement and Payment 1.3 I. Worlc �ssociated with this Item is considered subsidiary to kh� various Items bid. No separate payment will be alldwed far this Item. [NQ�' USED] 1.4 ADMIlVISTRATNE REQUIREMENTS A. Temporary Utilities 1. +Dbtaining Temporary Service a. Make arrangements with utility service com�anies for temporary services_ b. Abide hy rules and regulatinns of utility s�rvice companies ar authorities having jurisdiction. e. Be respansible for utzlity service costs until Work is appzo�ed for Final Acceptance, i) Included �re fuel, power, light, heat and other utility services necessary. for exeeution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide wat�z- xequired for and in connectian with Work to be perforn�ed and for speci��d tests of piping, equiprnent, de�vices pr other us.e as required for the cornpletion of the Work. b, Provide and maintain adequafe sup�ly of potable wat�r for domestic consurnptian by Coniractor persanne� and City's Project Representatives. c. Caordination 1} Contact City 1 week before water for constructipn is desired CITY OF FpRT WORTfI Water & Sanitary Sewer Replacement STANpARp C.pNSTkUCTTON SPECIFICATION i}OCUMENTS Cnntract 2(118 (WSM-M) Revised July 1, 2011 Ciiy Project No. ]016$S ai snao-z TEIvIPORAILY EACILITIES AMa CaNTROLS Page 2 of a d. Contractor Payment for Constiucti�n Water 1) Ohtain construction water meter from City for payment as billed by City's established rates. 3. Electricity a�d Lighting a. Provid� and pay fox electric powered service as required for Work, including testing of Worl�. 1) Pro�ide power for lighting, operation of equipmeni, or other u5e. b. Electric power service includes temporary power scrvice ar generator to maintain operations duting scheduled shutdown. 4. Telephone a. Provide emergency tel�phone service at Site for use by Contractor personnel and athers �erfarming wflrlc or furnishing services at Site. 5. Temporary Heat and Ventilatian a. Provide temporary heat as necessary for protection or campletion of Wark. b. Provide temporary heat and ventilation ta assure safe warliing conditions. B. ,5anitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Cortiply with regulations of State and laca] departrnents of health. 2. Enfaree use of sanitary facilities by constr�,iction personneS at job site. a. Enciose and anchor sanitazy facilities. b. No ci�scharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problern. d. Haul sewage and waste off-site at no less fhan w�ekly intervals and properly dispose in accordance with applicable regulation, 3. Locate facilities near Work Site and keep clean and ma.intained throughout Project. 4. Remove facllities at completian of Praject C. Starage Sheds and Buildings 1. Prot�ide adequately ventilated, watertight, weatherproof storage facilities with tloor above ground leve] for materials and equipment susceptible to weather damage. 2, Storage ofmaterials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and arderly manner. a. Place mafierials and equipment to permit easy access for identification, inspectian and inventory. 4. Equip building with lockable doors and lig�ting, and pz'avide electrical service for equipment space heatars and heating or ventilation as necessary to provide storage environments acceptable to specified rnanufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing burld�ngs. G. Itemove building from site priar to Final Acceptance. D. Tetnparary Feneing Provide and maintain far the duration or canstruction when required in contract documents E. Dust Cantrol CITY dF FdRT WORTH Water & Sanitary Sewer C�eplacement STAIVI]AR.Q CpNSTRUCTIQN SPECIFICATIdN DOCUMEAlTS Conitaet 2018 {WSM-M} Revised iuly 1, 2011 City Project No. lO1CiB8 O 1 5U 0f1- 3 TEMI'OlZARY FAC[LITIES AND CONTROLS Page 3 of A 1. Contz�actor is responsible for maintaining dust aotztrol through the duration of the praject. a. C�ntractor remains on-calt at all times b. Must respond in a timely manner F. Temporary Protection of Construction l. Contractor or subcontz'actors are responsible for protect�ng Work from darnage due to weather. 1.� �UBNIITTALS [NOT U5ED] I.0 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.'� CLOSEOUT STJBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QuALITY ASSURANCE [NOT USED] 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD jSITE] CONDITIONS [NOT IISED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTIUN [NOT USED] 3.1 INSTALLERS [N�T [TSED] 3.2 EXAIVIINATION [NOT IISED] 3.3 PREPARATION [NOT []SEDJ 3.4 INSTALLATION A. Temporary Facilities 1. Maintain a11 temporary facilitie� for duration ofeonstruction activities as needed. 3.� [REPAIR] / [RESTORATION] 3.G RE-INSTALLATION 3.7 FIELD �ae] SITE QUALITY CONTROL [NOT USED� 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. 'iemporary Facilities CITY OF FORT 1�08T[i Water & Sanitary 5ewer Replacement STANDARD CONSTRUC'CION SPECIFICAT[DN DOCUMENT`S Coutract 2018 (WSM-M} Revised Iuly 1, 2011 Ci[y Pr9ject Na. 10168R oi saaa-a TENfPOKARY FACILITIES AND CONTRa[.S Page 4 of4 1. Remove all temparary facilities and restore area after eompletion of the Work, to a condition equal to or better khan prior to start of Work. 3.12 PR(4TECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACIIMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OP CHANGE CITY pF FpRT WqRTH WaEer & Saaitary Sewer Repla�emeht STANDARD CO]VSTRLJCTION SPECIFfCATION DOCUMENTS ContracC 2018 (WSM-M) Revised July l, 2011 City Project Na. 10168R Ol 55 2fi -1 STREET USEPERMIT ANDMQDIFICATIO]�S Td`1'RAFPIC CONTROL Page l of3 1 2 SECTION O1 5� �6 STREET LTSE PERMIT AND MODIFICATIONS TO TRAFFIC GONTROL 3 PART 1 - GLTfEl7AL �} I.] SUNIlI7ARY 5 6 7 8 9 �a ir 12 13 14 15 A. Section Includes: 1. Administrative pz'oeedures for: a. Street Use Permit b. Modif'ication af approved traffic control c. Ramoval of Sfa�'�et Signs B. Deviations froin this City of Fort Worth Standaz'd Specification 1. None. C. Related 5pecification Sections include, hut are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2_ Div'isian 1— General Requirements 3. Section 3Q� 71 13 — Traffic Cantrol l6 1.� PR�CE AND PAYMEIVVT PROCIDiIRFS E7 A. Measurement and Payment 1$ 1. Work associated vvith this Item is considered subsidiary to the various Items bid. 19 No separate payment will be all.owed for this Item. 20 f .3 REFERINCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the currentr�ference standard 23 pubIished at the time oithe latest revision date logged at �he end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Cantrol Devices (TMU I'CD). 26 X.4 ADNII1vISTRATIVE REQLIIREA�II1iTS 27 28 29 �a 31 �z 33 34 35 36 A. Traf�e ControE 1. G�neral a. Contractor shallminimize lane closures andimpact to vehicular/pedestriarb traffic . h. When t�affic control plans are included in the Draw�gs, provide Traffic Control in accordance with Drawings an.d Section 34 71 13. c. When trafiic controlplans are nat included 'm the Drarvings, prepare traffic control plans in accordance with Section 34 71 13 and submit tq Clty for re�iew . I) Allow minimum 10 working days fox review of proposed Traffe CantroI. CITY OF FOR7' WORTI�I STANpAR.D CpN�TRUGTIDN 51'�CIF'ICATION �OCIJME3VT5 Water& 5anitary 5ewerKeplscement Itevised March 22, 2021 Contract2018 (WSM-M) City ProjectNo. 101b88 Ql 5526 -2 5TTtEfiT USEYERMIT ANDtvIODiFICATION5 TOTRAFFIC C�NTROL Pagc 2 oi 3 i 2) A traffie control "Typical" published by City of Fort Worth, the Texas � Mar�ual Unif"ied Traf�c Control Devices (TIVIUTCD} or Texas Department 3 of Transportatian (TxDO'I� canbe used as an alternative to preparing 4 projectlsite specific trafiic conirolplan rf kt�e typical is applicable to the 5 specific projectlsite. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Cox►trol, a City Street Use Permit is required. 8 a. To obtain Stxeet i7se Permit, subrnit Traf£'ic ControlPlans to City 9 Transportation and Public Warks. Depaxtzz�ent. 10 1) Allow a minimum of 5 working days for permit review. l 1 2) Tt is the Contractor's responsibility to coordinate review of Traffie Control 12 plans for Street Use Permit, such that con�truction is not delayed. 13 14 15 16 17 i8 19 20 21 22 23 24 C. ModificatiQn to Approved Traf�c Control 1. Prior to installation traf%c cantrol: a. Submit revised traffic controI plans to City Deparkment Transportation and Public Works Department. 1) Revise Trafiic Controlplans irt accordance with 5ection 3A- 71 13. 2) Allaw minimum 5 warking days far re�+iew of revised Traffic Contral. 3) It is the Contractor's r�sponsibrlity to coordit�ate review of Traffic Control plans for 5treet Use Permit, such that construetion is not delayed. D. Removal of Streei Si�n 1. If it is detern�ined that a street sign must be remorred for consiruction, then contact City Transportation and Public 'W'orks Depaxtment, Signs and Markings Division to remove tha sign. 25 E, Temporary Signage 2b 1. In the case ofregulatory sigtts, replace p.ermanent sign with temporary sign rneeting 27 requirements of the latest edition af the Texas Manual on LTniform Traffic Control 28 Devices (MLITCD). 29 30 3I 32 33 34 Instail temporary sign before the removal of permancnt sign. 3. When construction is cotnplete, to the extent that the permanent sign can be reinstalled, cantact the City Transportation ancl F�xblic Works Department, Sign.s and Markings Division, to reinstail the permanent sign. F. Traffic Contral Stan.dards l. Traffic Control Standards cat� be found on the City's website. 35 1.5 �UBNIITTALS [NOT USID] 36 A. Submit all required documentation to City's Project R�.presentative. CITY pF FORT W ORTH Water & 5anitary Sewer Replacemant STANDARD CONSTRUCI"ION SPECIFICATION DOCUMENT5 Corttxact 2018 (W5M-14i} Bevised Macch 22, 202] City Pmject Na. 101688 ot ssz6-3 STREET USEPERMIT AIVD MODIFICATIONS "C'O TRAFF[C CONTROL Page 3 af 3 1 1.6 ACTIQN SUBM[TTALS/TNFORMATIONAL SUBMITTALS [NOT USID� 2 l.i CLOSEO�IT SUBMITTALS [NOT USID] 3 1.8 MAINTINANCE MATERIAL SUBNiITTALS [NOT LTSID] 4 1,9 QLIALITY A$SURANCE [NOT USED] 5 1.10 DELIVERY, S1�OR.AGFi AND HANDLING jNOT USED] 5 Lil FIELD [SITE] CONDITiONS jNOT iJSID] 7 1.12 WARRANTY [NOT IISID] 8 PART � - PRODUCTS [NOT U�ED� 9 PART 3- EXECUTION [NOT LISEDJ 10 m II�ID OF �ECTTUN Revision. T og DATE NAMB SUMMARYOF CHANGE 1.4 A. Added language to emphasize minimizing of lane alosures and impact to trafFic. 3/2Z/202i M Owen l.4 A. 1. c. Added ]angvage to allowfor use ofpublished trafficEontrol "Typicals" i applieabie to specific projectlsite, 1.4 F. 1) IZemovedreference to Buzzsaw 1.5 Added language re: subznittal nf permet 12 CITY OF PQRT WORTH STANDAR� CONSTAUGTIOA' SPEC�IC.A'PIOi�I DOC[TMENTS Water $c Saniiary Sewer Replacemant Revised Nlm�h 22, 2021 Contract 2018 (WSNL-�Il) City Projact No. l01 G86 015713-1 STORM WATER POLLUTION PREV8IVT[dN Page 1 of 3 S�CTION O1 �� 13 STORM WAT�R POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution 1'revention Plans B. Deviations from this City of Port Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cantract 2. Division 1— General Requirem�nts 3. 5ection 31 25 00 — Ez�osion and 5ediment Control 1.2 PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construetion Activities resulting in less than 1 acx� af disturbance a. Work assoeiated with this Item is considered sub.sidiary to the various Items bid. No separate payment will be allowed for ihis Item. 2. Construction Ackivities rresulting 'sn greater than 1 acre of distur6ance a. Measurcment and Payrnent shall be in accordance with Sectian 31 25 00. 1..3 REFERENCES A. Abbreviations and Acronyms 1. Notice o� Intent: NOI 2. Notice of Termination: NOT 3. ,Storm Water Pollution Preventian Plazi: SWPPP 4. Texas Cammissian on Environmental Quality: TCEQ 5. Notiee �f Change: NOC A. Reference Standards 1. Reference standards citcd in thjs Specification refer to the curz'ent referenee standard published at the time of the latest r��ision date logged at the end of this $pecificatian, unless a date is specifcally eited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible fflr resolutian and payrnent of any fines issued associated wztb. compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WQItTH STANTJARD CONSTRUCTION SFECiFICATiON DOCYJM�IV'I'S Water $ Sanitary Sewer Replacement Revised Jnly 1, 201 I Conriact 2018 (WSM-M} City P�nject No. I01688 015713-2 STORM WAT6A YOLLUTION PRL�V�NT10N Page 2 af 3 B. Construction Activities resulting in: 1. Less than 1 aere of distut'bance a. Provide erosion and sediment contro� in accordance with Sectian 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pallutant Discharge EliminatiQn 5ystem (TPDES) General Construction Fermit is required b. Complete SWFPP in accorda�ce with TCEQ requirements I} TC�Q Small Construction SiEe Notice Required under general pertnit TXR150000 a} Sign and post at,j ob site b) Prior ta Preconstruction Meetzng, send 1 copy to City Departmeztt of Transportation and Public Works, Environmental Division, {817j 392- b088. 2) Provide erosion atxd sediment control in accordance wi�kt; a} Section 3 i 25 00 b) The Drawings c) TXR150000 General Fermit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. T�xas Pollutant Diseharge Elimination System (TPDES} General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) P:repaxe a TCEQ NOI form and subzrzit to TCEQ along with required fee a) Sign and pnst at job site b} Send copy to City DEpartment of Transportation azid Public Works, Environmental Divisi�n, (817) 392-6488. 2} TCEQ Notice of Change required if making changes ar updates to NOI 3} Provide erosion and sediment control in accordance with: a) Seciinn 31 25 00 b) The Drawings c} TXR150000 General Pernnit d) SWPPP e} `Z'CEQ requuements 4) Once the project has been completed and ail the closeout r�quirements of TCEQ have been rnet a TCEQ Natice af Termination can b� submitted. a) Send copy to City Dep�rtno,ent of Transportation and Public Works, En�iranmental Division, (817) 392-6Q8$. 1.5 SUBMITTALS A. SWPPP Subrrait in accordance with 5ectinn O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a ciraft copy of SWPPP io the City as %llows: 1} 1 copy to the City Project Manager a) City Project Manager will forward to the City Department pf Transportation and Public Works, �nv�romnental Division for revievti+ C1TY Or FORT WORTtI STAi*ID}�RD CONSTRUC'1'{ON SPHCIPICATIaN QOCUMENTS Water & Sanitary Sewer Replac�ment Revised 7uly 1, 2014 Contraet 2�18 (WSM-M) City Projeet No. 10[G88 015713-3 STORM WATBIi YOL.LiJTIDiY PREVEA'T10N Page 3 af 3 B. Modiiiec� SWPPP 1. If the SWPPP is revised during constructian, resubmit modified SWPPP to tite City in accordance with Secfion O1 33 00. 1.6 ACTION Si1BMITTALSIINFORMATIQNAL SUBMITTALS [NOT USED] 1.'� CLOSEQUT SIIBIVIITTALS [NOT USED] i.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELNERY, STORA.GE, AND HANDL7IVG �NOT USED] 1.11 FiELD [STTE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED� PART 2 - PRODUCT$ [NOT USED] PART 3 - EXECi1TION [NOT USED] END OF' SECTION Revisian Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WOKTH Water & 5anitary Sewer Replacement ST�IVDARD CONSTRUCTION 3PEGiPICATIdN DOCUMENTS Contract 2D18 (WSM-lVn RevisedJuly 1, 2.U11 City ProjectNo. 101688 ot ss i�- i TEMPDRARY PROJECT SIGNAGE Page 1 of3 �ECTION Ol S$13 TEMPORARY PR07ECT SIGNAGE PART1- GENERAL 1,1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requi.rennents B. Deviations $om this City of Fort Workh Standard Specification 1. Nnne. C. Related Specificatinn Sections include, but are nat necessarily liinited to: 1. Division 0— Bidding Requu'am�nts, Contract Forms and Conditions pf the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES f1. Measurement and Payment 1. W�rk associated with this Ifem is cansidered subsidiary to the various Items bid. Na separate payment �vill be allowed far this Item. 1.3 R�FERENCES [NOT USED] 1.4 ADMINISTRATIVE REQ�JIREMENTS �NOT USED] 1.5 SUBMITTALS [NOT U�ED] 1.6 ACTIDN SUBMITTALS/INFORMATIONAL SUBMITTALS jN�T USED] 1.'7 CLOSEOUT SUBMITTALS [N�T USED] 1.� MAINTENANCE MATERIAI. SUE11"IITTALS [NOT USED] 1.9 QUALiTY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLiNG [NOT USED] I.11 FIELD [SjTE] CONDITIQNS [NOT USED] 112 WARRANTY [NOT USED] PART2- PR�DUCT5 �.1 OWNER-Fi7RNISHED [ox� �WNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT 1�ORTI� Water & Sanitary Sewer Replacement STANDARD CON9TRUCTI01�! SPECIFICATION DOCllMENTS Contratt 2018 {VJSM-NI) Revised July 1, 201 l City Projeet Na. 1016$8 a� sa ta-z TEMPbRARY PR07ECT 5IGNAGE Page 2 of 3 B. Materials 1, Sign a. Constructed oi3/a-inch fir plywood, grade A-C (exteriar) or better 2.3 ACCESSORIES �NOT USED] 2.4 50URCE QUALITY CONTROL [NOT USEDJ PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PR�PAI�ATION [NOT USED] 3.4 INSTALLATION A. General I. Provide vertical installation at extents of project. 2. Relacate sign as needed, upan request of the Ciry. B. Mounting aptions a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATI�N [NOT USED] 3.6 RE-INSTALLATION [NOT USEDI 3.7 FIELD [oa] SITE QUAL�TY CONTROL [NOT [ISED] 3.S SYSTEM STARTUP [NOT USED� 3.9 ADJUSTING [NOT U�ED] 3.1Q CLEANING [NOT USED] 3.11 CLOSEOUT ACTNITIES [NOT IISED] 3,12 PROTECTION [NaT USEDI 313 MAINTENANCE A. General 1. Maint�nance will include painting anc� repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT iTSED] END OF SECTIUN [:ITY OF FORT WORTH Water & Sanitary Sewer Replacemant 5i'ANDAftD CONSTRUCT[ON SP�CIx'ICATiON DOCUMENTS ConiracY 2U18 (WSM-M) Revised 7uly 1, 20l L City Project i�fo. 10.1688 015813-3 TF..MPORARY PAOJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY QF CHANGE CITSC O�' FDRT Vi'ORTH Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFiGA'I'ION DOCUMENTS Cantract 2018 (W5M-M) Revised July l, 20I 1 City Pmjeat No. 101668 01 58 13 - 3 TEMYORARY PR07EC'i' SIGNAGE Page 3 of 3 Revision Log DAT� N�ME SUMMARY OF CI-IANG� CifY OF FdRT WORTH Water & Sanitary Sewer Raplacement STANDAKI] COI+FSTRUCT1pN Si'EC�FICATION DOCUMEN`�3 Conlract 2016 {I�SM-IVl) Revised July 1, 2011 Cily Praject No, 1016$8 o i 60 oa PRO�UCT REQUlREMENTS Page i of2 SECTION Ol 60 00 PRODUCT REQCJIl7,EMENTS PART1- GENERAL 1.1 SUMMARY A. Scction Includes: 1. References for Product Requirements and City Standard Products List B. Deviatipn� from this City of Fort Worth 5tandard 5pecifieatipn 1. None. C. Related Specification Sections incIude, but are not necessarily limited to: I. Division 0— Bidding Requirements, Contract �ornzs and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND 1'AYMENT PROC�DURE� [NOT USED] 1.3 REFERENCES jNOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A Iist af City approved procfucts far use is avaiIable through the City's website at: https:l/apps.fortwarthtexas.gvv/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently appraved products will only be allow�d for use upon speci�c approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products includ�d an the City's �tandard Product List. 1. The City reserves the right to not allow products ta be used for certain projects even though the product is listed on the City's 5tandard Product List. D. Although a speci�c product is included on City's Standard Pz•oduct List, not aIl products frnm that manufacturer are approved for use, including but not limited to, that manufaeturer's star�dard product. E. See Section Ol 33 00 for submittal requirements of 1'roduct Data includEd an City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMiTTALS/INFORMATIONAL SUBMITTALS [NC1T U�EDJ 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAl, SUBMITTALS [NOT USED] 1.9 QIIALITY ASSi]RANCE [N�T USED] CITY OF FORT WORTEI Water L� Sanitary Sewer Replacement STANDAItD C�NSTRUCZ'[qN SPECIFICAT[ON DOCUMENTS Contract 2p 18 {WSM-IV!) Revised March 9, 2020 City Project Nv. I01688 O1 60UO PRODUCT REQUlltENfENTS Page 2 of 2 1.10 DELIVERY, STORAGE, A1�TD HAND�.ING [NOT USED] 1.11 FIELD j�ITE] CONDITIONS [NOT IISED] I.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NQT USED� PART 3 - EXECUTION [NOT USEDJ END OF SECTION Revision Log DATE NAME SUMMARY OF CHAI�f GE 10/12/12 D. Johnson Modified Locatian of CiEy's Standard Praduct List 319/2d20 A.V. Magana Removed reference to Buzzsaw and npted tltat the City approved products iist is accessible through khe City's website. CITY OF FORT WORTH Waler & Sanitary Se�ver Replacemant STAN17AItD CONSTRUCTION SPECIFiCATIDN DOCUMENTS Cantract 2018 (WSM-M) Re�ised M�mh 9, Z020 Eiry Project No. 1 D158R o� 66 no - � PR�D[JCT STQRAGH AND HANDLING ItEC�U1REMEN'i'S Page 1 of4 SECTION 01 6b 00 PRODUCT STORAGE AND HANDLING REQUIREM�NTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling ofproduct delivery 2. Packaging of �roducts for deIivery 3. Protec#ion of produets against damage from: a. Handling b. Exposure to elements oz' harsh environments B. Deviatians from this City of Fort Warth Standard Speczfication 1. None. C. Related Specification Sections include, �ut are not necessarily limited to: l. Divzsion 0— Bidding Requirements, Contract Forms and Conditians of the Contract 2. Divisinn 1— General Requirements �.� PRICE AND PAYMENT PROCEDIIRES A. Measurement and Payment 1, Work associated with this Item is considered subsidiary to the various Items bid. No separa�e pay.ment will be allawed for this Item. 1.3 REFERENCES [NOT USED� L4 ADMINISTRATIVE REQLIIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT U�ED] 1.6 ACTIQN SUBMITTALS/INFORMATIUNAL SUBMITTALS [NOT USED� 1.9 CLOSEOUT SUBMITTALS [NOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT U�ED] 19 Q�7ALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Deliver� Requirements l.. Schedule deli�ery ofproducts or equipment as required to al�ow timely installation and to avoid prolonged storage. 2. Pra�ide appropriate personnel and equipment to receive deliveries. 3. Delivery tt-►acks will not be permitted to wait extended periads of tinn� on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Water & San'stary. Sewer Repiaaement 9TANDARD CON5T1titCTION SPECIFICATIDN DOC[7MENT5 Cnntract 2D 18 (WSM-M) Revised July 1, 2011 City Project Na. 1016$8 a� 66aa-z PRODUCT STORAGE AI�D HANDLING REQUIRENiE1VTS Pdge 2 of 4 4. Deliver products or equipm.ent in tnanufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or ernvironmental damage. 5. Clearly and fully mark and identify as to manuf�cturer, item and installation 1pcation. 6. Pro�ide manufacturer's instructians for starage and handling. B. Handling Requirements 1. Handle produets oz' equipment in accordance with these Cotttract Doeurnents antl manufacturer's recommendations and instructions. C. Storage Requirernents 2. 4. 5. Store materials in accordance with manufacturer's recornrnendatians and requirements of these 5pecificatzons. Make necessary provisions for safe storage af materials anc� equipment. a. Place loose soil materiajs and materials to be incorporatcd into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility s�rvice campany installations in vicinity af Work. Keep mater�als and equipment neatly and compactly stored in locations that will cause minimum inconvenienee to other cantractors, public trawel, adjaining owners, tenants and occupants. a. Arrange stotage to provide easy access for inspeetion. Restriet storage to areas availahle fln eanstruction site for stnrage af material and equipment as shown on Drawvings, or approved by City's Project Representative. Pravide aff site storage and protection wk�en on-site storage is not adequat�. a. Provide addresses oi anci access to off site storage locations for inspection by City's Praject R�presentative. 6, Do not use lawns, �ass piots or other private property for storage puzpases without written permissian ai ownar or other person in possession or control af premises. 7. Store in manufacturers' �nopened containers. S. Neatly, safely and compactly stack materials delivered and stored along line of Woxk to avo.id inconvenience and damage to property owners and generat public and maintain at least 3 feet from fire hydrant. 9. Keep pub�ic and private driveways and street crossings open. lQ. Repair or replace damaged j�wns, sidewalks, streets ar other improverne�nts to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise apprQved 'rn writing by City's Projeck Representative. CITY �F EO1tT WORTH WaEer & Sanitary 5ewer Replacement STANI]AfiD CONSTRUGTION 5PECIFIC:4TiUN DOCUMENTS Coniraet 2018 (W5M-M) Revised 7uly l, 2011 City Project No. 1U1688 O 1 65 (30 - 3 PI20DUCT STQRAGE AND HANDLING REQUIREMENTS Page 3 afa 1.11 FIELD [SITE] CONDITXONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2, - PRODUCTS [NOT USED] PART 3 - EXE�ITTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMiNATION �NOT USED] 3.3 PREPA[�TION [NOT USED] 3.4 ERECTION [NOT iTSED] 3.5 REPAIR 1 RESTORATION [NOT �1SED] 3.6 RE-INSTALLATION �NUT USED] 3.7 FIELD [ae] SITE QUALITY CONTROL A. Tests and Inspeetions 1. Inspect aII products or equipment deliverad tq the site prior to unloading. B, Non-Conforming Work 1, Reject all products or equipment that are damaged, used ar in any other w�y unsatisfactory for use on the project. 3.� SYSTEM STARTU� [NOT i7SED] 3.9 ADJUSTING [NOT L1SED] 310 CLEANING [NOT LTSED] 3.11 CLOSEQUT ACT�VITIES [NOT USED� 3.12 PROTECTI�N A. Protect all products or equipment in accordance with manufactuz-er's written directions. B. Stare products or eq�ipmeni �n locatipn to a�oid physical damage to items while in storage. C. Protect equipment from exposure to element� and keeg thoroughly dry if required by the manufacturer. 3,13 MAINTENANCE [NOT USEDJ 3.14 ATTACHMENTS [NOT USED� END OF SECTIQN CTTY OF PORT WORTH Water & Sanitary Sawer Replacement 5TAN�ARD CONSTRUCTION SPECIFICATlON DOCUMENT5 C4ntract2018 {W514I-M) Rev9sed July l, 201 l City Project Na. 1016.$B ai 6600-a PRODUCT 3TORACE AND IIAM�LWG REQUIREMENTS Yage 4 oF 4 Ftevision I.og DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water & Sanitary 5ewer Replacemerit STANDARD CONS'TRUCTION SPECTFICATIOI�' DbCUMENTS Cantraci 2018 (W3M-M) Revised July 1, 2011 City Project No. I Oi688 ai�ooa-a MOBILIZATIDN AIVD REMOBILIZATIQN Yage l of 4 SECTION 01 �0 0.0 MOBILIZATION AND R�MOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Seetion includes: 1. Mobiliza.tiqn and Demobilization a. Mobilization 1} Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2} Establishsnent of necessary general facilities for the Contractar's operation at the Site 3} Fremiums paid for performaz►ce and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessaty general facilities fnr the Contractor's operation from I location to anather location an the Siie. b. Demobilization 1) Trainsportation of Contractor's personnel, equiprzient, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings andlor other facilities assembled at the Site for this Contract c, Mobilization and Derriobilization do not include activities for specific items of work that are foz' which paymeni is pro�ided elsewhere in the contract. ?. Remobilization a. Remobilizatian for �uspension af Work sp�cifieally reqaired in the Contract Documents or as required by City includes: 1) Demobilizatzon a} Transpartation of Contractor's personnel, equipment, and operatin� supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Cleaz�-up as d�signated in the Contract Dacuments 2) Remobilization a) Transportatifln of Contractor's personncl, equipment, and operating s�pplies to the Site necessary to rast�me the Work. � b) Establishment af necessary general facilities for the Contractor's operafion at the Site necessary to resume the Work. 3) No Payments wi11 be made for: a) Mobilization and Demobilizatinn fxom one location to another on the Site in the normal progxess of performing the Work. b} Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projeets a. MobiIization and Demo6ilizatian CCPY OF FORT WpRTH Water & Sanitary 5ewer Replac.ement STANDARD CqNSTRLlCTION SI'FCI�'ICATION DOCi1MENT5 Contract 2018 (WSM-M) Re�ised November 22, 201fi Ciry Proje�t No. 101688 4170U0-2 IVIOBILIZATI01+# AND KEMOBIL7ZATION Page 2 of 4 1} Mobilization shall consist of khe activities and cost on a Work Order basis nec�ssary for: a) Trans�ortation of Contracior's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessa.ry general �acilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilizatian shall consist of the activities and cost necessary for: a) Transportation of Con�ractor's personnel, equipment, and operating supplies from the Site including disassembly %ar each zssued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildiugs or other facilities assembled at the Site far each Work Oder b. Mobilization and Demobilizatiqn do not include activities for speci�c items of work for which payment is provided elsewhere in the con.tract. 4. Ez�crgency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for NLiscellaneous Frajects when directed by the City and the mobilization occurs within 24 haurs of the issuance af the Work Order. B. Deviations from this City of Fort Worth Standard Speeification 1. None. C. Related Specificatiion Sections include, but are not necessarily limited ta: I. Divisivn 0— Bidding Requirements, Gontract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paym�nt [Consult City DepartmentJDivision for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the apprapriate Section 1.2 A. 1.] 1. Mohilization. and Dernobilization a. Measure 1} Tkis Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordanc� with this Item are sub.si�iary ta the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as speeifically eequixed in tlze Contrae# Docutnents a. Measurement 1) Measurement for this Item sha�l be per each remobilization perform�d. b. Payment 1) The work performed and maierials furnished in accordance with this Item and measut'ed as prov�ded under ``Measurement" will be paid for at the unit pric� per each "Speciiied Remobilization" in accnrdance with Contract Documents. c. The price shall include: 1) Demobirization as descz�i.bad in SecEian l.l.A.2.a.1) 2) Remobili�atian as described in Section 1.1.A.2.a.2) CITY OF FORT WOR'I'H Water & Sanitary 5ewer Replaaement STANDACZU CONSTRUGTiDN SPECIFICATION DOCUM�NT'S Contract 20i8 (W5M-M} Revised November 22, 2016 City Project ]Vo. 1 f}1688 nt7uoa-3 MOBII.IZATION AND REMOBII,IZATIQN Page 3 pf 4 d. No payments will be made for standb}�, idle tim�, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance wi� Article 1 Q of Section 00 72 00. 2) No payments will be made for standby, idle time, or last pro%ts associated with this Item. . Mobilizations and Demobilizations for Miscellaneaus Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contzact Docutnex�ts b. Paynnent 1} The Work perfarmed and materials furnished in accordance with this Item and measured as pravided under "Measurement" will be pa�id for at the unit price per each "Work Qrder Mobilizatinn" in accordance witk� Contract Documents. Demobilization shali be cansidered subsidiary to mabilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as descrihed in Section 1.1.A.3.a.I) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, nx lost groizts assaciated this Item. 5. Emergency Mobilizations and DemobiIizxtions for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work perfarmed and zmaterials furnished in accordance with this It�m and rneasured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demabilization shall be conszdered subsidiary to mobilization and shall not be paid far separatety. c. The pzice shall include 1} Mabilization as describe.d in Section 1.1.A.4.a} 2) Demobilization as described in Sectian 1.1.A.3.a.2} d. No payments will be made for standby, idle time, or lost prafifs associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE X2EQC7IREMENTS [NOT USED] �.� SUBMiTTALS [NOT i1SED] 1.6 INFORMATIONAL SUBMITTALS [NUT USED] i.7 CLOSEOLIT SUBMITTALS [NOT USED] 1.� MAINTENANCE MATER.�AL SUBMITTALS [NOT USED] CITY OF PORT W�RTH Watcr & Sanitary Sewer Replacement STAN�A[iD CONSTRUCTIDN SP�C[FICA1'ION DOCUMHNTS Conhact 2018 (WSM-M) Revised Novemher 22, 2D16 City Project �fo, 10Ib6$ 017000-4 NIOHILIZATION AND REMQBII.IZATION Page A of 4 1.9 QUALITY ASSURANCE [N�T USED] 1.10 DELIVERY, STORAGE, AND HANDLjNG [NOT USED} 1.11 FIELD [S�TE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USEDj END OP SECTION Revision Log 17ATE NAME SUMMARY OF CHANGE 11/221I6 Michael Owan 1.2 �'rice and Payment Procedures - Revised specificatinn, including blue text, ta make speci�cation flexible for eether subsidiary Qr paid 6id item for Mobilization. GiTY OF FORT WORTH Water & Sanitary Sewet Replacement STANllAl2D CON9TRUCTION SPECIFTCAT10i�I DOCUMEAfTS Conhact 2018 (WSM-M} Revised Navem6er 22, 2D16 City Praject No. l O168S oi��z3-E CONSTtZUCTION STAKING AIVD SURV�Y Page l of 8 SECT'ION Ol q1 �3 CONSTRUCTION STAKING AND SURVEI' PART 1 - GENERAL i.1 SilMMARY A. Section Includes: Requirements for construction staking and construction sutvey B. Deviations from this City ofForf Worth Stattdard Specification 1. None. C. Related Specification Sections include, but are not necessaz�ily limited to: 1. Division 0-- Bidding Requiremerzts, Contract Forms and Conditions of the Contract 2. Di�visian 1— General Requirements 1.Z PRICE AND PAYMENT PR�CEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement far this Item shall be by Iump sum, b. Payment 1) 7'he work performed and the mat�xiats furnished in accardance with this Item shall be paid far at the lump su�n price bid for "Canstntction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work campleted compared io total work included in the lump sum itezn. c. The price bid shall inclu�ie, but not b� limited to the failowing: 1) Verification of control data prflvided by City. 2) Placerrtent, maintenance and replacement oirequired stakes and markings in the field. 3} Preparatian and submittal of construction staking docutnentation in the form of "cut sheets" using the City's standard template. 2. Canstructian Survey a, Measurement 1) This Itern is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the �ario.us Ite�s bid and no oYher compensation will bc allowed. 3. As-Built 5urvey a. Measurement 1) Measurement for this Item shall be by lumg sum. Y�. Payment 1} The war�C pez`farmed and the materials furnished in accordance with �his Item sha11 be paid for at the lump sum price bid for "As-Built Survey", CITY OF FORT liVORTH 13Water & Sanitary Sewer Replacement 5T15.NDA12D L:f]NSTRUCTION 51'r:GiFICATION qOCUM6NT3 Coatract2018 (WSIvI-IvI) Revised Fe6�uarg 1+�, 2018 City Projeet No. 101688 017123-2 CONSTKI.iCTION STAKII�G AND SURV�Y Psge 2 of 8 2) Payment far "Constructian Staking" shall be made in partial payments prorated by work completed compared ta total work included in the lump sum item. c. The price bid shall include, but not be limited to the follawing:: 1) Field measurements and survcy shots to identify locatian of cnmpleted facilities. 2} Dacumentation and subznittal of as-built survey data onto contractor redline plans and digi�al survey �iles. 1.3 REFERENC�S A. Definitians 1. Construction Survey - The survey measurements made prior to or while canstruction is in progress to controi elevation, horizontal posiiion, dimensions and configuration of structures/iazzprovements included in the Project Drawings. 2. As-built Survev —The measurements made after the construction of the improvement f�atures are complete to provide positian coordinates for the features of a project. 3. Constructlon Stakin — The plac�ment of stakes and marl�ings to provide offsets and elevations to cut and fi11 in order to locate on the ground the designed sttuctures/improvements included in the Project Drawsngs. Construction staking shall inelude stalcing easemen#s and/or right of �ray if indicated on il�.� plans. 4. 5urve "Field Checks"— Measurements made af�er construatinn staking is comp�eted and before constructinn vvork begins to ensure that structures markad on the ground are accurately lacated per Project Drawings. B. Technical References 1. City of Fort Worth -- Canstruction Staking Standards (available on City's Buzzsaw website} — O1 71 23.16.01 Attachment A- Survey Staking Standards 2. Ciiy of Fort Worth - Standard Survey Data Collector Library (fx3) files (available on City's Buzzsaw website). 3. Texas Department af Transportation (TxDOT) Sur�ey Manual, latest revisian 4. Tex�s 5ociety of Professianal Land Surveyors ("CSPS), Manual of Practice far Land Surveying in the 5tate of Texas, Category 5 1.4 ADMlNISTRATIVE REQUIREMENTS A.The Cantractor's seleehan of a sur�eyor must comply with Texas Government Code 2254 (qualifications 6ased selectian) for this project. 1.5 SUBMITTALS A. 5ubmittals, if required, shall be in accordance with Seciion O1 33 00. B. All submittals shall be received ant� reviewed by the City prior to delivery af work. 1.6 ACTION SUBMITTAL5/INFORMATiONAL SUSMITTALS A. Field Q�tality Control Subxnittals CI7"Y OF FDRT WQI�TH Watcr & Sanitary Sewer Keplacement 3TANllARD CON3TRUCTION SPECIFICATiON DOCIJMENTS Cantrast 2016 (WSM-M) Revised February 14, 201 A City Project No. 101668 4f7123-3 CONSTRUCTIDN STAKING AND 5URVEY Page 3 of 8 1. Documentation verifying accuracy oi field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cuk-Sheets" conforming to the standard template provided by the City (refer to O1 71 23.16.01 — Attachment A— S�rvey Stal�ing Standards). 1.7 CLOSEOiJT SUBMITTALS B. As-built Redline Drawing 5ubmittal 1. 5ubmit As-Built �ur�ey Redline Drawings documenting the locationslelevations af constructed improvem.ents signed and sealed by Registered Professional Land 5urveyor (RPLS) responsible for the wark (refer to O1 71 23.16.01 — Attachment A — Surve.y Stalcing 5tandards} . 2. Con�rac#or shall submit the proposed as-buiit and completed redline drawing submittal ane (1) week prior to scheduling the project final inspaction for City review and comment. Revisions, if necessary, shall be made ta the as-built redline drawings and resubmitted to the City grior to scheduling the construction finaI inspection. I.8 1VIAINTENANCE MATERIAL SUBMITTALS [NOT U5ED] 1.4 QUALITY ASSIIRANCE A. Canstruction Sfaking 1, Construetion staking will be gerformed by the Contractor. 2. Goordination a. Contact City's Project Representativa at least one week in advance notifying the City of when Construction Staking is scheduled. b. it is the Coniractor's responsibility to coordinate staking such that construction acfivities are not delayed or negatively impa�ted. 3. General a. Cont�actar is responsible for preservin� and maintaining stakes. If City surveyors are required to re-stake for any reason, the Cantractor will be responsible far casts to perfarnn ataking. If in the opinion af the City, a sufficient number of stakes or rnarkings have been lost, destrayed disturbed or omitted that the contracted Wark cannot take place then the Contractor wi11 be required to stake or re�staka the deficient areas. B. Canstruction Survey Constructian Survey wi11 be perfo�nned by the Contractar. 2. Coordina�ion a. Contractor to verify that horizontal and vertieal control data established in the design sutvey and required for construction sutvey is available and in, place. 3. General a. Construction survey wi11 be perfarmed in order ta construct the work shown an the Constructio� Drawings and speci�ed in the Contract Documents. b. For consiruciion methads other thaxi open cut, the Contractor shall perform construct�on survey and verify control data including, but not Iimited to, the following: 1) Veri�ication that established benchmarl�s and control are acourate. CITX QF FdRT WORTH Water & Sanitaty Sewer Repl�cemeot 5TAI�iDARD C�NSTRUCTION SPECIFiCATION DOCUh7ENTS Contract 2a18 (WSM-M) Revised Febniary l9, 2U 1!i City P�oj ect No. 1 �! G$8 Ol 71 23 -4 CONSTRUCTION 5"CAKING AND SURVEY Pagc 4 of 8 2) Use of Benchmarks to furnish and maintain all re%rence lines and grades for tunneling. 3) Usa of liine and grades ta establish the loc�tion of the pipe. 4} Submit to the City copies of fieldnot�s used to establish all lines and grades, if reques�ed, and allow the City to check guidance system setup prior to bcgznning each tunneling drive. 5) Provide access for tl�e CiYy, if requested, to verify the guidance system and the Iine and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Manitor line and grade continuausly during construction. $) Record deviation with respeet tp design line and grade once at each pipe joint and submit daily records ta tt�e City. 9) If the installation does nat rneet the speciired tolerances (as outlined in Section5 33 OS 23 andlor 33 Q5 24), imxnediately no�ify the City and correct the ins#allation in accordance with the Contract Documents. C. As-Built 5urvey Reyuired As-Built Survey will be perfonrraed by the Contractor. 2. Coot'dinatian a. Cantractor is to cQordi.nate with City to confinm which features require as- built surveying. b. It is the Cont�t'actor's responsibilsty to caordinate the as-built survey and required measurements for items that are to be buried such that construction activities at'e not deIayed or negatively impacted. c. Far sewer mains and water mains 12" and under in diameter, it is acceptahle to physically measure depth and mark the location during the progress of conshuction and take as-built survey after the faciiity has been buried. The Contractor is r�sponsible for the quality cantral needed to ensure accuz'acy. 3. General a. The Contractor shalS provide as-built survay including t1�e elevation and locatzan (and provide written documentation to the City} of construction features durin�g the pro�ress af the construction imcluding the following: 1) Water Lines a) Top of pipe elevations and coardinates for waterlines at the foIIowing loeations: (1) Minimurn every 25Q Iinear feet, including (2) Horizontal and vertical points of inflectian, curvature, etc. (3) Fire line tee (4) 1'lugs, stub-outs, dead-end lines {5) Casing pipe (each end) and all buried fittings 2) 3) Sanitary Sevver a) Top of pipe eievations and coordinates fo.r farce mains and siphon sanita.r}r sewer lines (non-gravity facilities) at the followin.g locations: (1) Minitnum every 250 linear feet and any buried fittings (2) Horizontai and vertical points af inflection, curvatura, etc. Stormwater — Not Applicable C1TY OF FORT WORTH Water 8c Sa�itary Sewer Aeplacement STANDARD CON3TAUCI'ION SPGCIFICEiT�ON DOC[A1+IENTS CoeYract 2018 (WSM-M) Re�ised Fe6ivary [4, 2d! 8 City Project No. 101688 o� ��z3-s CONS'I`;tUCTION STAKING AND SURVEY Pagn 5 of 8 b. The Contractor shall pravide as-built survey including the elevation and location (and provide writtep docuznentatian tn the City) of construction features after the caps#ruction is completed ineluding the foIIowing: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathadic protectlon test stations b} Sampling stations c) Meter boxes/vaults (All siz�sj d) Fire hydrants e} Val�es (gate, butterfly, etc.} � Air Retease valves (Manhole rim and vent pipe) g) BIow off val�es (Manhote rim and valve lid) h) Pressure plane valves i) Underground Vaults {1) Rim and flowEine elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a} Cleanauts (1} Rim and flowline elevations and coordinates for each b} Manhol�s and Junctiarz Structures (1) Rim and tlawiine elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED� 1.11 FIELD [BITE] �QNDITIONS [NOT USED] 1.I� WARRANTY PART�- PRODUCTS A. A construction survey will produce, but wiil not be limited to: 1. Reco�rery of relevant control points, points of curvatt�re and paints of intersection. 2. Establish temporary horizontal and verti�al can#rol elevations (6enclimarks} sufftciently permanent and lacated in a manner ta be used throughout construction. 3. The location of pl�nned facilities, easemez�fis and improvements. a. Establishing fir�al line and grade stakes #'or piers, floors, grade beams, parking ax'eas, utilities, streets, highways, funnels, atxd other construction. b.. A record of re�isions or corrections noted in an orderly manner #'or reference. c. A drawing, when required by the clie�t, indicating the hor�zontal and vertical locatian af facilities, easements and improvernents, as built. 4. Cut sheets shall be provided to the City inspector and Survey Supezintendent far all constructian staking projects. Th�se cut sheets shall be on the standard city template which can be obtained fram the Survey Superintend�nt {817-392-7925}, Dig7ital survey files in tbe fal�owing formats shall be aceeptable; a. AutoCAD (.dvvg) b. ESRI Shapefile (.shp) CTTY 6F FORT WOliTH Water & Sanitary Sewer Replacement STANDARD CONSTRUCTIDN SPHGIFICATIO3J DOCUMENT$ Contract�018 (WSM-M) Revised February l4, 2018 Ciry Project I+Fa. 1pIfiRB 017123-6 CONSTRilCTTOA! STAKIIYG ANU SURVEY Psga6of8 c. CSV iile (.csv), %zmatted with X and Y coordinates in �eparate columns (use standard teznplates, if available) b. Survey files shall include vertical and horizontal data tied to original project cnntrol and henchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances; The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision reyuiced is dependent on many factors all of which must rernain judgmental, The tolerances listed hereafter are based on generalities and, under certain eircumstanees, shall yield to specific requirements. The suiveyor shall assess any situation by revievw af the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough aut should not exceed 0,1 ft. vertical toierance. Horizontal alignment for earthwork and rough cut should not exceed I.Q ft, tolerance. h. Horizontal alignnn.ent on a structure shall be within .D.1 ft tolerance. c. Paving or cancrete far streets, curbs, �utters, parking areas, dri�es, alleys and walicways shall be located within the confunes of the site boundaries a�.d, accasionally, along � boundary or an.y other restrictive lsne. Away from any restrictive line, these facilities should be stalced with an accuracy producing no moxe than OASft. tolerance from their speeified locations. d. Undergraund and overhead utilities, such as sewers, gas, water, telephone and electric lines, sha11 he located horizontally within their prescrihed azeas or easements. Within assigned areas, thes.e utilities should be staked with an accuracy producing no more than 0.1 £t tolerance from a speci��d locatian_ e. The accuracy required for the v�rtical location of utilities varies widely. Many undergt'ound utilities require only a sninimum cover and a tolarance of 0.1 ft. should �e maintained. Undergro�nd and overhead utilities on planned profile, hut not depending on gravity flow for performance, should not exeeed 0.1 $. to3erance. B. Surveying instrurnents shall be kept in cLQse adjustraent according to manufacturer's specifications or in compliance to standards. The City reserves the righ# to request a calibration report at any time and reeommends regular maintenance schedule be performed by a c�rtified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as ta satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established fram a pre-established benchmark and checked by elosing to a different benchrnark an the same datum. 3. Construction sur�ey field work sha3l correspond to the client's plan.s. Irregu.larities or conflicts faund shall be reported promptly to the City. . 4. Revisions, correctians and ather pertinent data shall be logged for future referenee. GITY f3F FORT WORTH Water & Sanitary Sewer Replacement STANDARD COl�'STRUCTION 51'ECIFICATIOiY DOCiJM�NTS Conttact2018 (WSM-M) Revised February l4, 2U IS City Project No. 101688 017123-7 COIVSTRUCTION STAKING Al�p SUfLYEY Page 7 of 8 3.� EXAMINATION [NOT US�D] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR 1 RESTDRATION A.If the Coniractor's work damages or destroys one or mare of �ze cantrol monuments/points set by t�e City, the monuments shall be adequately referenced %r eacpedient restoration. 1. Notify City if any control data ne�ds to be restored or replaced due ta damage caused during constructian operations. a. Contractor sh�l perform replacernents and/or restoratians. b. The City may requue at any tim� a survey "Field Check" of any monument ar benehmarks that are set be verified by the City surveyars before further associated work can move farward. 3.6 RE-IN�TALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A.It is the Contractor's responsibility to maintain all stakes and control data placcd by the City in accordanee with this Specificatzon. T'his includes easezxi:ents and right of vvay, if noted on the plans. B. Do not change or relocate stakes or control data without approvat from the City. 3.8 SYSTEM STARTUP A. Survey Ch�cks 1. The City reserves the right to perform a Sutvey Check at any time deemed necessary. 2. Checks by City personnel or 3`� party contracted suzveyor are not intended to ralieve the contractor af his�er responsibility for accuracy, 3.9 AD.IIISTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEQUT ACTIVITIES [NOT USED] 312 PROTECTION [NDT USED] 3.13 MAINTENANCE [NOT U�ED] 3.14 ATTACHIVIENTS [NOT USED] END QF SECTION Revisian Log C1TX OF FUEZT WORTH Wate� & Sanitary Sewer Rcplacemen£ 5T'ANDARD CONSTRifCTION SPECIFICATION DOCUMENTS Contrdct 2018 (WSM-M} Revised Febtuary 14, 2U1£3 CiTy ProjectNo. ]01668 n� �i za-s CONSTRl1CT10N .5TAKING AND SURV �Y Page 8 nf 8 DATE NAME 5UMMARY OF CHANGE 8131/2�i2 D.Johnsan Added instructiorr and modified measurement & payment under 1.2; added 813 1120 1 7 M. Owen ���'�tinns and references under 1.3; modified 1.5; added 1.7 elaseout suhmittal requirements; modified 1.9 Quality Assurance; added PART 2— PRODi3CTS ; Added 3.1 Instapers; added 3.5 Repair/Rastoratian; and added 3,8 System Startup. Removed "blue texY'; revised measuzement and payment sections for Cnnstruction Staking and As-Built S�uvey; added referencc to selention compliance with TGC 2/14/2018 M Owen 2254; revised actian and Closeaut submittal requirements; added acceptabie depth measurement criteria; revised list of items requiring as-b�ilt survey "during" and "after" construcrion; and revised acceptable digital survey file formal CITY OF FORT WORTH Water & Sanilary Sewer Replacement STANDARll CONSTRUCT103V SPECIFICAT103�i DOCLTMENTS Contract 2018 {W5M-M} Revised Febmary l4, 20I R City Prujec! No. 101688 { � - I� �� � ���tio� O1 71 2�.0� � �t���h�e�t � S�r�ey S��kin� �t��dard� February z�17 O:�Specs-Stds Go�ernance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery Div 01\0171 23.16.01_Attach ment A_5urvey 5taking Standards.dvcx Page 1 af 22 These procedures are intended to provide a standard method for construction staking services assaciated with the City of Fort Worth projects, The$e are not to be considered all inclusi�e, but anly as a general guideline. For projeets on TXDOT right-of-way or tHraugh joint TXD07porticipation, adherence to the TXDOiSurvey Manual shall �ae followed and if a discrepancy arises, ti�e TXDOT monualshall prevQil. (htt : onlinemanuals.txdot. o� txdatmanuals ess ess. df} If you have a unique circumstance, please consult with the project manager, inspeckar, or survey department at $17-392-7925. T�ble �� Co�te�ts I. City of Fort Worth Contact Information II. Construetion Colors III. Standard Staking 5upplies N. Survey EquipmEnt, Control, anck Datwm Standards V. Water 5talcing VI. Sanitary 5ewer 5taking VI1. 5torm 5taking VlII. Curb and Gutter 5takir►g lX. C�t 5heets X. As-built 5urvey Q:�Specs-5tcls Go�ernance Prncess\Temporary Spec Files�Capital Defivery\Cap Delivery Di� OJ.�0171 23.16.�1 Attachrnent A 5urvey 5taking Standards.docx Page 2 of 22 � � Sur�e �e ��tment Con�aci Info�maii�r� Physical and mailing address; 8851 Camp Bowie West Boule�ard Suite 30D Fort Wor�h, Texas 76�.16 Office: (817) 392-T925 5urvey Superintenden#, direct line: {$17j 39Z-8971 COnS�iU��18�1 CO�OiS i'he following colars shall be used for staking or identifying features in the fieid. This includes ffaggir�g, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility PROPOSED EXCAVATION ALL ELECTRICAN� CpNDUITS POTABLE WATER GAS OR DIL TELEPHON�f FIBER OPTIC SURVEY CONTROL POlNTS, BENCNMARK5, PROPERTY CORNERS, R1GHT-OF-WAYS, AI�D ALL PAVING INCLUDING CURB, SIDEWALK, eUI�.DING CORNER5 SANITARY SEWER IRRIGATION AND RECLAIMEQ WA7ER �III� Standar�l ��al�in� Su�atali�s Item Lath/5take Waoden Hub (2°x2" min, squar� prefe Pin Flags (2.S" x 3.5" preferred) Guard Stakes PK or Mag nails Iron Rods (1/2" or greater diameter) Survey Marking Paint Flagging Marking Whiskers (feathersJ Tacks ifor markin� hubsl Color WWITE � �� 'YELLOW QRA7J�a� P�N�{ ��',;;i,a-:k�� I�inimum size 36" tall 6" ta Il 21" long Not required 1" long 18" long Water-hased 1" wide fi" long 3/4" long O:�Specs-Stds Gn�ernance Process�Temporary 5pec Files�Capita� Delivery�Cap Delivery Div 01�0171 23,16.�1_Attachment A Survey Steking 5tandards.docx Page 3 0� 22 Ill. �ure+e � ui mer�� C�r�tr�l ar�d Q�icum ���r�ciards A. City Benchmarks Ali city benchmarks can be faund here: http://fiortwartF�texas.�a�/itsalutians/GIS/ Look for `Zoning Maps'. Under `Layers' , expand'Bas�map Layers', anci cf�ec[c on `Benchmarks'. B. Conventional or Robotic Total S#ation Equ9pment I. A minimum of a 10 arc-second instrument is re�uired. II. A copy of the latest calihration repart may be requested by the City at any time, It is recommended that an instrumen# be calibrated 6y certified technician at I�ast 1 occurrence every 6 months. C. Ne#wark/V.R.S. and static GPS Equipment I. It is critical that the sur�e�ror �erify the corr�ct horizontal and vertical tlatum priar commencing wark. A site caliktration may be required and shall cansist af at least 4 control �aints spaced evenly apart and in �arying quadrants. Additional field checks af the horizontal and �er�ical accuracies shall �e completed and the City may ask fnr a capy af the calibratian report at any time. II. Netwark GPS such as the Western Data Systems or SmartNet systems may be used for staking of properiy/R.O.W, forced-main water lines, and rough-grade only. Na GPS stakin for cnncrete sanita sewer storm drain final rade or a�nvthin� that needs �ertical �radin� wit6 a tolerance af D.25' or less is allowed. D. Cantrol Points Set l. All contro{ points set shail be accompanied by a lath with the appropriate Northing, Easting, and Ele�ation (if applicable) af the point s�t. Control points can be set rebar, `X' in concrete, or any other appropriate item with a stable 6ase and of a semi-permanen� nature. A rebar cap is aptional, but preferred ifi the cap is marked'control paint' ar similar wording. ll. Datasheets are required for all cantro! points s�t. Datasheet should include: A. Horizontal and Verticai Datum used, Example: N.A.�,83, North Central Zone 4202, NAVD 88 Elevations B. Grid or grvund distance. — If ground, provide scale factor used and base paint coordinate, Example: C.S.F.�0.999125, Base point=North: Q, East=ti C. Geoid model used, Example: GEOIDI2A 0:�5pets-Stds Governance Protess�Temporary Spec Files�Capital Deli�ery\Cap �elivery �i� OJ.�0171 23.16.01_Attachment A S�rvey 5taking Standards.dacx Page 4 of 22 E. Preferred Grid Da#um Although many plan sets can be in surface coordinates, the City's preferred grid dakum is listed below. Careful cvnsideration must be taken to �erify what datum each project is in prior to beginning war�C. It is essential the surveyor �Oe familiar with coordinate transformatians and how a grid/surface/assumed coardinate system affect a project. Pro'ected Coordinate 5ystem: RIAD_1983_SiatePlane_7exas hlorth_Cen�iraf_FIP5 a2pz_Feet Projection: Lambert_Conformal_Conic False_Easting: 1958500.ODOOa000 False_North ing: 5561666.66666b57 Central Meridian: -98,5p000a00 Standard Parallel 1: 32.13333333 5tandard Parallel z: 33.96666667 Latitude_0� Origin: 31.66666667 Linear Unit; Foot US Geographic Caordinate System: GC5_Narth_American_1983 Datum: D Narth American 1983 Prime Meridian: Greenwich Angular lJnit: Degree Note: Regardless of what datum eaeh particular project is in, delivera.bles to the City must 6e con�erted/translated inia this preferred grid datum. 1 copy of the deliverabl� sFtould b� in the project datum (whaiever iC may be) and 1 co�y should be in the NAD83, TX North Central 42C}2 zone. See Pre erred fiile lVamrn Cqnvention below F. Preferred Deli�erabfe Format txt .csv .dwg .job G. Preferred pata Format P,N,E,Z,D,N Point EVumber, Northing, Easiing, Ele�ation, Description, Notes (if applicahleJ H. Preferred Fiie Pdamfn� Convention This is the preferred format: Ciry Project Number_bescription_Datum.csv Example for a l�roiect that i�as surface cnordinates which must be transfated: File 1_ C1234_As-built af Water on Main Street Grld NAD83 TXSP 4202,csv O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Qiv D1�0171 23.16.01_Attachment A_5urvey 5taking 5tandards.docx Page 5 of 22 File Z: C1234_As-built of Water on Main 5treet_Project Specifit Qatum.csv Fxam�le Con��ol Stakes O:�Spets-StcEs Ga�ernance Process�Temporary Spec �iles�Capita.l Oelivery�Cap Deli�ery f)iv 01\0175 23.15.01_Attachment A_5urvey S#aking 5tandards.dacx Page 6 oF ZZ � � � � � � � � � � W Crl � � � �- � Q � ���� � w m � � � � � � � � f5'_ � � C� U GP � � � � _ U] � � [Il W J m � �'J � � � � � � �a � � � W J CCl � � � �� � � � � � �J J W ��._ �oo.aQ° � w �- � � Q � � � U �=�aaa.�� E=�aao.oa � oW �� �W �� � �' �� � _ �� �� �— _� �� _ �� J I� W CC � � 0� � � � � �.N �. !�la�e� Staicin 5�anda�ds O;�Specs-Stds Governance Process�Temporary Spec Fifes�Capital Deli�ery�Cap l]elivery biv Q1�0171 23.16.01._Attachment A_5urvey 5taki�g 5tandards.docx Page 7 of 22 A. Centerfine Staking � Straight Line Tangents !. Offset lath/stakes every 200' on even stations II. ill. IV� V. VI. VII. Painted blue lath/stake anly, no hub is required Grade is to top af pipe (T/P) for 12" diameter pipes or smaller Grade to flow line (F/L) for 16" and larger diameter pi�aes Grade should he 3.5d' below the praposed top af curb line for 10" and smaller diameter pipes Grade should be 4.00' below the proposed top of curb line for 12" and I�rger diameter pipes Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes sha11 consist of a SOI� nai! or hub set with a whisker g. Centerline Staking - Curves L If arc length is greater than 100', PDC (Point of Curvaturej affset stakes should be set at a 25' interval II. Same grading guidelines as above ill. Staking of radius points of greater than 10D' may be omitted C. Water Meter Boxes I. 7A' perpendicular offset is preferred to the center of the �ax II. Center af the meter should be 3.D' behind the propnsed face of curb III. Meter shauld be staked a minimum of 4.5' away from the edge ofi a driveway IV. Grade is to top of box and should be �-0.06' higher #han the proposed top of curb unless shawn otherwise on the plans D. Fire Hydranis I. Center af Hydrant shauld be 3A' behind prapased face of curb II. 5uruey �ffset stake shQuld be 7.�' from the center and perpendicular tr� the curb line or water main III. Grade of hydrants shauld be +0.30 higher than the adjacent top of curb �. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RlM grades shouid only be pro�ided if on plans �xam le I�ate� 5fia�es O:�Specs-Stds Go�ernance Pro�ess\Temporary Spec Files�Capital De�ivery\Cap Delivery �iv O1�OZ 71 23.16A1 Attachment A_5urvey 5taking Standards.docx Page 8 of 22 L � � I — � �/� � �/ � � � � w � � f%7 � 7� Of5 �, W%L � � � � � �� d �,- � � W � � � � � 4. Q W Q GC � 3 2 Lil � �� � � � � {j J � � � � L.� � Q � J 7' p/S � W/L � � Y Q r L7 � w� � Fr CC �� [J l,] ������ � � ��-W �u W� ��° � �« .� � �� �� �� o � �� � w� � 7 � �� �. C-3.62 � � � , � 7���� s�n=�+��e� �e--�.a� � � �� � U �' � z 7017 FL,— 101.f�' m � 0 c�. �'1 � � � � � � � � � � w a��y Vl ��� W � h � d. W � � � G 4� N W � F � 0 5� i �` L � i � k 7 U � � � z� W� � G � \/ 9 S � � U � � 101� � �aa.o � � 4 qt 2 W r F 0 2 u��'i, � � a � w 7L � T � Q ZZ �� �� w� U � � Z O F � t3 l�I. Sar�i�ary �e�er Stal�ir�� � �� � a� � _ G} J 7 (4 �� O W J V m � Z ! ¢ 0. � m� � �o s� .� � �� l 7�� } 6 � d!I W�— ���� ��� W � W � ���� az cf��� � m�J = m •L Z O:�Specs-Stds Go�ernance Process�Temporary 5pec Files�Capital deli�ery�Cap Delivery Div 01�0171 Z3.16.01_Attachment A�5urvey Staking 5tandards.docx Page 9 of 22 A. Genterline 5taking — S#raight Line 7angents I, Inverts 5hall be field verified and campared against the plans before staking II. Painted green lath/stake WITb hub and tack or marker dot, no flagging requireci III. 1 offset stake between manholes if manholes are 400' or less a�art IV. Offset stakes should be located at even distances and perpendicular to the c�nteriine V. Grades wi{I be per plan and the date af the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII, 5takes at e�ery grade break VIII. Cut sheets are required on all staking Optional: Actual stukes sho!! consrst of a 60� nai! or hub set with a whisker B. Centerline5taking—Curr►es I. If arc length is greater than 1.00', POC (�oint af Curvature) offset 5takes shvuld 6e set at a 25' interval II. Staking of radius points of greater than 10Q' may be omitted C. Sanitary 5ewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractar II. Flowline grade should be on the fath/stake for each flawline and direction noted III. RIM grade should anly be on the stake when provided in the plans b:�Specs-Stds Governance:Process�7emporary 5pec Files�Capital Delivery\Cap Delivery Di� 01�Q171 23.16.D1_Attachment A_Survey Staking 5tandards.dacx Page 10 of 22 ��a�m le San�i��r Se�er Sta}�es � � � �--- � c� � � � � � r � ��.�� �_ � ���� W � � a�' �- � � � e� ��� �� _ ��� ��� � � � �'�� � �7� /$ � SS � � sTA=a+7�°� ��n c-a� � �� e-a� I � G-4� . w � - � � � � � � �/ (/j ,c3°f �`y, l � � � � d L� w 0 � � � �, � � � �� � fj � ��/ ��� N�O� � z��?� 1 ��-' �, �12� i5f 5 SS� �� STA�3+�7S� ��n C-3� `�'� C-3� ��4� �?`cy'%�� � 'l "-� ' �' Il."� 1L_ � � � x_ � ` � ����- �� , �____ � � w � � � � �`' ww � � ����� ^�� �? � ��e � � �n � � � � � x � � � � � � � � � w a � � � � -� �� �� W � �, � +=� r � J f� � 4r - =' u,i .J L w� s�'n �, � �� � � �Rr� z ��� � � �' - � w � � L.r m � �.-.. � ��-d,$ � s� j �=,t�$ - � ��� _-`� 1 � � � � � y �- n u � � � a a � �� i � 4 � ~ �j �� �� w� W+ F� �y�`" � o� a� W � � P � �'� a �� i� �'� �� t,J �a �+ �� F� �� a� 4 � � � � � � 5 � U �F H � c�rQW w wtZ� � ��� 0 0�� ,�4� t1 W� l � 6 ��12' o fs � 55 Jf � �sra�a+aa��'� ��s� � � o-.�a � c-a� � � -- �� --- �3 Q�= �� �`�� �^�� i� �o � ��a �� �� a� �� ns G W� �� [4 �� -" 4 CL 3 � � C7 s C� 1 ��" ��� � � w x ��� �Gz ���� oc,W� F �= m n. �` �n o��� p] J J �m� O:�Specs-5tds Governance Prncess�Temporary Spec Files�Capital Delivery�Cap Delivery Div @1�0171. 23.7.6.01_Attachrnent A_5urvey 5taking Standards,docx Page 11 of 22 1�11. �$�rr�n Se�er �a f�lefi Sfial��� A. Centerline5tal�ing—StraightLineTangents I. 1 offset stake every 200` on even stati�ns II. Grades are to flowline of pipe unless otherwise shown on plans III. 5takes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall cansist of a 60D nail or hub set with a whisker B. Centerline Staking — Cur�es I. If arc length is greater t1�an 10a', POC {Point of Curvature} offset stakes should be set at a 25' inter�al II. Staking af radius �oints vf greater than 100' may be omitted C. Storm Drai� lnlets I. 5taking ciistances should be measured from enc� of wing II. 5tandard 1�' Inlet = 16A0' total length Ill. Recessed 10' Iniet = 20.OD' tatal length IV. Standard dauble 10' inlet = 26.57' total length V. Recessed double 10' inlet = 30.67` total length D. Storm �rain �Wanhales I. 2 offset stakes per manhole for the purpos� af pro�iding alignme�t to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stalce wher� pro�ided in the plans O:�Specs-5tds Governance Process�Temporary Spec Files�Capital beliuery\Cap Delivery Riv 01�D171 23.16.01_Attachment A_5urvey 5taking Standards.docx page 12 of 22 Exar��le S�orr� Ir�le� S�al�es 8��� (sne F,�nc �.p.w.� �7� � � I HL9 E1.ES'A17R1 � I � i � _� � I, � ���� {,soE P.mno A.aw.} Furar ,� ! HU8 ElE1l�iIQH �o �.I—,_� F�R�NT (51d� FA�IN� �) �� I Q � �i I� �� � Z r �� I� z ��io�nr�es vniieH E�ID OF l}1E YJIPiG ,� }r eONG 57AhEo �7 I p 1 i + �7fC i+ � I '� I� ,� � �—�—_. .�— STANdRR� 9 ' �~ — FR�N T �SIQE FACENG �.� I � ' � I �� Ip im I q � Z r I 1 � � i i IoEM���s s�liC� �� a� n-3e n�r�� -.� BEIMG SThKE6 � fy 1NLEi S7A�141M Y (IF N�'fE0 dN PLAHS) �T��' IGFhITIFl�' GRACE �. ' TCS TdP CF C11RB I+ [] � �� IpEtaT1F1ES CRAUE i4 FLC�PILINE �7 i y� � HUB 1NTH TP�CK �'��� � �� � mm FIGIiLINE � ��.� OF Ph+i6AENT fl — 1s RECESSEU 11Y � 2tf 5TANOPRO 6dJtlLE 1Q' W 2fi.67 � — — --- — — — RECE55E6 QOUBLE 10` -� 34_6Y -- — � ` ., — — —� I � � � 9A[3! �' INLET � I'. .A. ��1�. .y.. � f� .�1". I �� �� ' 1�; oti k1ANHOLE pI RI6i �I J I j ., I • ��� ,� f � I _ � .. . : ...��: :-.T ' •4. . ' , k: ' FACE OF ItILET ECJGE OF PA,bE7i1Eh7T `.; " ' .1 FACE �" INIET . - Ep� c�F PA� s,a�r, aF cu�� — — FL34rIJME � .._. E6GE C�F PP,4EkiENT a:�Specs-Stds Go�ernance Process�7amporary 5pec Files�Capita� Delivery�Cap Delivery Di� 01�0171 23.15.p1_Attachment A_Sur�ey 5talcing Standards.docx Fage S3 of z2 1A111. Cu�b an�1 �u�teF 5i�l�in A. Cen#erline S#aking �- Straight Line 7angents V. 1 offset stake every 50' on even stations Vf. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vlil. Cut sheets are required on �II staking Opironal: AcCual s�akes shall consist of a 60D nail or hu6 set with a whisker B. Centerline Staking — Curves III. If arc length is grea�er than 100', POC (Point of Curvature) nffset stakes should be set at a 25' intental IV. Staking of radius points of greater than 100' may be omitted c3:�Specs-Stds Governance Process�Temporary 5pec Files�CapiYal Delivery�Cap Delivery Div Q1�0171 23.16.01 Attathment A 5urvey Staking Standards.docx Page 14 of 22 �xample� Curb � �u�fer Sta�es FR�NT (SID� FACING �] (SiDE FACING (� ��j � ` ' � � � � IOET1nFlES 9FP�stT 19 rU {SIDE FACING R.O,'N.) /r BAdC [� CIfR9 RR F/0 � Fqi FACE 4F CUFH FP.�NT i� 9fC I�EtlT1F}E� START p� PONT CF 9JRVhN[tE y i � �� � FRONT (�oe Faciri� �,} I� 1 FR 4N T ,��rFlE� a,6 {so� �aaiMa � Fmxr aF T,4hIFF7JT �p ��� IyC � �Tr � TfC � I'CINT � HUB ELEV�i147h1 I� ��3 I I �j I o ,� �, of I I I I iB/G� � � � � I � ��� � ._ -- icbrnr�es c+�hoe ts I I I I � iT/rJ rn me oF cur� � , i .—, 1_ Q I I I I tJ� Gi2,�GE fiN' s �+ i naoluy PaNts I i —='� � i 4 4 p � —, .__._.L_��.� j j ti 1 1 .. + �:,.i —� ! ! I I ! �'o'�. �'�l� f � j . �� f I' --ti..^-..L_�- �s �;� 1 f� f� � +d � �—,'��—�� 2`�.r / 1 ! j �,f¢�.`�3 r ' f1 ,� �i � / �-Y— —•_� ,l r t t FACE f?F C[J�B I � y� ���Y��-� � — ---�- � � � ~ ��` �� FLa'v�uLl M E EL1GE C�F PI�VEMEI�[T I �' ,�x' s / 1 � �,�,� �.,� �� f/ f �' —�-�_ --- �r T�1 P OF C U R� _ --�`�r� � � � } . � �� .a..r�f` '�t __. _''� �_ ����� Y=� -- - ��- _ _ I .` _ _ _ ��� � sa,r�t o� c���� �� �— - ` =�-- __--�' ��`�r"" `- I ` _ �r� .�-�,,, }�� ,�--�`� yr = — � � � v ��ampl� Cu�b � Gu��er Sta�es a� In�ers�c�i�n O;�Specs-Stds Go�ernance Process�Temporary 5pec Files�Capital Delivery\Cap Relivery Div 01�0171 23.16.0� Attachment A_5uraey 5taking 5tandards.docx Page 15 0# Z2 � c� �wp �N � � � � �a � � Z 9Gm'u ��� I lii� 0�S m SfA-3+50� Y F+O� � � � . LL � � u Y �'Z b r~n wG p- sI ��� �IYh I 1 � ' o �W �, o � c, z Q r 0 a � �s L� � � V � e5 4 � � I� �-- � w 0 � � o � � � '��— � 0 � � � a � � 43 I � _ � � � 0 � i] N I�— � � � b S a i� � T UJ W F �� 4 N � : _' ��� ��� O �w �� I �jao t � 4 �'3 � N — _ k J � F � W �� � �� � 4n o � - V� a � � ��ca � �g� i� � � — "O3 ? ,� G -.. r, �, ���� ! 4' � c�i F- y��/ � x b lh "�.«C �� N '� a. � M1 �'� Ox4� ,.�� r � rn fJV1� J �� ! �� o �"` '' o'���gJ �g� �� �� I 1 "<�I 3v��vlsia xvry ps Ic7 f � `L ean5 �o N�ve �g� E F� ��N� m � a ��a� � aa,�= \ ��a� \ `� � �� 9FII1'J �Q N9V9 t �i I 3�NF'161� '.^,VY! .�S I C7 I r ���j v� j ! � �F�F`.�I �li OV1 \3 F.Z � s� 1� y�w i � ���� �'f�l� , a en � W ��i W o., f�d�-/ ti�, � W �Y 2 � cY I Oaj� �4 j�'Y� � �d4 ---a.� o � N � � a s_� � a � ��� 4 '� � `� � � 4 � F m � +�Y � F — o��iFa- —�I_ �� ��� 4�f�� �w O:\5pecs 5tds Governante Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking 5tandards.datx Page 16 of 22 I�. Cu� �he�is A. Date of field wark B. Sta�Cing Method (GPS, tataf stationj C. Project Name D. City Proj�.ct Number (Example: C01234) E, Location (Address, cross streets, GPS coordinatej F. Survey cvmpany name G, Crew chief name H, A blank template can he obtained from the survey �uperintendent (see item I abo►►e} Star+dard Ci�+� Cui She�t [�ate: StaF�ing Method: ❑ GP5 LOCATlON; CONSUL�AfdTlCONiRACTOR SURVEY CR�W I{VIYIl�LS ❑ TO7AL STATION city Project Plurnber: Project Plame; ❑ OTHER ALL GRADES ARE TO FLOWLIWE OR TOP OF Cl1Rg uNLFss nT�FRuuisF cunTFn PT # STATION OFFSET p�SCRIPTION �'ROP. STAKED _ CUT + FILL -LTI+RT GRADE ELEV. 0:�5pecs-5tds �o�e.rnance Process�Temptirary Spec Files�Capftal Delivery�Cap Delivery �iv �Z�Q171 23.15.01_Attachment A_5urvey 5taking 5tandards.docx Page 17 of 22 3�. As-builf �urvev A. Definition and Purpose The purpase of an as-built surwey is to verify the asset was instaHed in the proper location and grade. Furthermore, the information gathered will be u5ed to supplement the City's G15 data and must be in the proper format when submitted. See section !V. As-built survey should include the foAowing (additianai items rrmay be ret�uested): Manholes Top of pipe elevatiorrs every 25Q feet Hor�zonral and vertico! points of inflection, curvature, etc. (A!! Fittings) Cathodic protectian test statiort5 Saxnpling stations Meter 6oxes/voults (AI1 sizesJ Fire lines Fire hydrants Gate vafves (rim and top of nutJ Plugs, sfub-outs, dead-end lines Air �elease valves (Manhol� rim and vent pipeJ 81ow of� valves (Mcrnhale rir» and vafve lid) Pressure plane valves Cleaning wyes Clean outs Cosrng prpe (each endJ Inverts of pipes Turba Meters 0:�5pecs-5tds Go�ernance Process�Temporary 5pec Files�Capital Delivery�Gap Deli�ery Div 01��171 23.16.01_Attachment A_Survey Staking Standards.docx . Page 18 of 22 B. Example Delir►erable A hand writ�en red Iine by the field sur�eyor is aa�ptable in most cases, This should be a copy af the plans with the point numher noted by each asset, If the asset is missing, then the surveyorshould write "NOT FOUND" to nntifythe City. Q:�5pecs-5tds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Div pi�0� 71 23.16.01_Attachment A_Survey 5taking Standards.docx Page Z9 of 22 � � ,�;, gi�'! ��'�' � ��y �e � ,a �fa �;F�-� �����,�� 4� r��; ¢ p � � ;[+�+� ���'{{S� �I � �� � � � � , , � I I � i ,�� r � ��; � ,,,_ l 1 � � MF 1. � � �•4�� ,-�h �; IF �'t� � i�1 ��] f 5� �j ILI,� J�}� i 1��.� r�� i 1;'i41�{ `�il _ `� di,p y1S ��� - . � �L'V4�Lk'r �T'' ..r.. �A- L li � �C, E � � �j � � ' � r� 'ti �� ry {�,: ���� . _�,_� '�� �'� -' Y± i i�l.i �� i i ' i� � {� -. f �. [�. +.-I�w I a� �, t�� r ' ' ri.E � � ' I ��! � �' , � � } � B �. � �c� : � � � i �a � � . � �-t,l � "": �'il� � — � ; ' —:� ' , s ��w , C �F r �4'r � ' � I �✓Y ��i�l. i ,.. � ��s�F;s�FI I � r_I . �, C Mi I ,—I� _�r �� � '' � �� ��{' [ �. � �N �?�ryF�i° LLI ii� : � � � 1 I .����� . � —1 � �� a � � � I �, �i��F� �� q���� i� + �. � _�E '�y i1.. ,$��j ''�„ . ; , ;•, . — — '�! � � ± ,i �� sa�4t' � ;�. � , � � �+�;i� 4 �1 �� . { ± , ��::� �`F ��� ,I� � µ5 ��' ' 4"'� �'�/ F � I 114�, 1 . �. � tl'' - I ,'� *k '� � �. �,� . '�C ' I ' �� f. �� � 1.i �. ��� �1 � � ' I� ' o� f R � ��� a�lJk� �� ; � I `I I' � FL '+ r i�litkt�S; Gs rl��i� � } � . � — �� _ '" ' y 5i II� � F.j� �gfi�' ���t��� �i�illi �i. . � �:II '�;.�r, l.� I I� I'I � �� � I i: � 1���G�lt�'F �{ II.I3; s§F�'Q E�} •���,� �'� ,I`Y=• 1A1 + � I1!� jIE!li '^by� i .:�1 L 1 S� �+{�l��1{�ti� •�I I i f�i�l `e9 � �.�=:i�„r,,,:�-,] s,s[I— � ��� ' ; �''"i�'=���!� r� y 4i'�+, �� f �� i z 'i l I�'4i5;�� I�' .�' _ � il�:��l I ��� R Ri B` t! I :�: , .: i+GrYaS=�_r� 1�7�eir: . . ,� r-�;� .;'.7��� . , __�;����...�� ' ! J4l71Ts��l 4� f� � ••;''�i'I � , . «�Ir7'� . � I 1 .: . ,'�..- I .... . �Z� "_'--... 'ii . ..... . I�I��,arc! . j' . � � � , '�"li� I ���..... __' ' �. . ' _I _ . ; �+ �f � ' . . _.,..��'- -' � .. � I �.. _,,_ �.;��; � ...... .�;,� � -; ;�����::.� .. , I ; �.:�.-:.�".l �_; :;_e �� .... , . .�. +' "�+� : .:_ - .. _i�. .:.: _,l� y� F �' ' J'F ' � "---- -�ar+�� . � * '.ii,l " � i ���„' �' � I : ':: ' — I , . � ti� .. .. . ��'=I� Y,� F� ..: �:.—_r'L � ;�_ yri—�,.;..,.,+` .,. .E��r I� �� �; ...... .: ... -- � `��..� . I �I S�.-';.._;_;;_ i j.. .l, � I� _. .�:�:.::�. �� ;,, � ��.�;_—...:. -:y �--r� _�_.._� ; ��,. ��f .� � .�.,. �:��:�.��' ' �{�.�. �, .� �' . . ��; � � �:. ::� , :�� :.����� ��� _.._ ' _:—_:�:_.. . . . ; ,.— �-:_�� . .��f� ��� . -� .:: '..,��,��,� �;�'���._.. , , ----,r';,�.y,�}i ' . �' 'i'f 'j-' ,.'r��-• I � —�,u-�;;,�: .��.__ .�I. t.. . , �;, ,,.,, :-' ��.. . ; � � ;,�`��; �:� : .,; J 1� ...q� �.�-tir; . . . �_"__.�.4��Lly� i�"�:'I . .__�.�.���NS' I 'i''�-ti��; ' i K4�ni.:+:� .,: ..T - -.�.r.� I I�,i� _ n :.I .-- �' •I • �-: I , � r}+:� .i� ���, �+�:�- �� r��� , .I�� ���::�`4�;,.,;: � ��.�,i � : : :: : .: ` _. . ... .il± .. . . .. ' —I�� r.rFr!� i�4a'�—I....laY� �__: ._ . . .. : �,HI�� e : � � ...... . . . . i .." �.. �: .. . .. �I..I- '....� '.I �.. �'� ' �� _..... . � _..__...__�� .. ._...:"' ' � L_�=—r.--- _ ��_ '-'--. � i jI F� ; tj +; f � � r � �J ......�..,�,. - ..._ O:\Specs-Stds Governance Process\7emporary 5pec Files�Capital Qeli�ery�CaP Delivery Oiv 01�0171 23.16.01_Attachment A Survey Stakir�g Standards.docx Page 2� of 22 � Sf.� POt3Q7 ` lTfl(. fN:CW�TfW Rr)1 S7A Ofl7L0 ��E'IPL �WfA LM4} ,�AO�f/d0 -�h'L RFY�'fl A4? REMNE 4 S�LVhiB EX15T. � gFpN A�: fE"is'A1 `7.1F WfE V�LYE � REDfN:F'Jf � IAI [�.Ii6Y�Cr ra EX�sr. �r��p�� �X �TfE _ lNSi�Vl. £'P!`SqGr7 SLEE�F 57A�i?tfL�l, rY1�L j Fd�'f6'!Id'�'Z@�D ) 1-A�,Y C'Rt.AG'�FF l'�fiVL 4 r i r�`!Y�li►Y'� Ft1 S �• j�,� tlP404E VAIYF. `" s� j A1�qG'v�NI.eEA�o �r"'^ �`'�`,, N.�yfN�u -- �'���+b ! _• 1• ~ r.•3W/A�5195 Sfi1 wGz6 ^ Q'4L f r �•PE9f�3k9/i9� E'�J6TTflF9d ` E�f77.51ftl PVSTAfl• r tlE'X �A4tY�pvTEF., � ''"�.�� • - -' -': ...�...uhw`�.- � ff�EATF VALYn� - . tFNtF i/YiK7J4Yr �1 - � `� !tA" R: � �LF � If1YXt.'!f 1L� ' ga� �ae+a� xf �� f lR'OATE VWYE "``• �^- rir.rr+m �d° �'� ����'� � h';9A41#A�h39 �`' .� � tuv�`ru?u ' - � �; '1� #;r r F•2?�P/t42i6B �` �, � �. J _ !LY' 1 4 i�.lilwy � � �y a - Mw�r�w�..�eh� �F '� ';kyWl � wu.� nw r..n� `� • MPSiIQ�l6Br00 +"", �' -� a BL/� � - �}r�z; � �� ,'� FAI 2 �Y J . ei. � { } ,�i YPii ,ya�dF..'.q,y�4faf1�N � �. .}� � �+'�� � !_r .� .�p�i ui �Ll � � OM?�'w'ry � REMaIF I'x!}7�.' . , i '�•"��. ���' � PN �"I�ATER � � � � `. 4 � ��� f ti'. — - �- -r.r,k . CP'h� f � �� ' _�!} r• �� ,�r fx�± e � ��\ i` _ � ` '� xx �F,6Hq�3yyp �`� 4' � 7'Plf '7 r � r-- - - � . Q `� , � -r- r- E .� ' 7 `�� 7_T - �r� � `�`f `:r�; l�WATE'R � - � _���,,.. . .- - �� �+�. � o= � d � . _� � �_��'� G � �, �.r-�- _ -`�--' - ��' --� 9 �-�, �. D 5H _ � �' 4 �,- - - =---zi � - , r�u •, �� .��'� � �:.�- - �-- � �:,�. _ - - �"� - - � �— ---- - —� - �`����� � ._ _ � - - -- --,.- , � V � �:� - m.._.�._.�._�Y__ sb � 4} , ' " Pl�rhvOSL:D �" '� r ,-,.•�...-. ��a'�r.�ae �� `�n _ '�.� �AIPITIV�Y� srA a.�z� - ce�r cnr n � �us+'r.u.� � � 1'�2'�i�F�{i.�,(�7J ��dvf 7u6M;1a/kMk � ��y. ��i�.+�+i /'/,•yQ0'+llW `. £•'.�'b'NS.iU7A \ 'vv'Y9^„_+'YV Y -..re�ryy srtiarp.m - rzw� rxerno aw srAa�s7s9 - ��r srnnaase -�wc r�arut, rr�srw�, ��, � rre�r�.s�atrn str-�ve' rz��v�^.atMn �-�r�v�:sexv til ir' u'• c�'b`N'�i ri+�' �dr N,r�+'ra�2�� c�ux�rromrrsr.r�w.v�r� �-�`s f.a�ac.tassro N�IYF61v�?!Y - E�itp4Ai� - - � Q:�Specs-5tds Gn�ernance Pracess�Temporary Spec Files�Capital delivery�Cap aeli�ery Div Q1�0173 23,16.p1_Attachment A_Survey Staking Standards.docx Page 21 of Z2 . L � i��l�.� Fr+r� �� � 1'. ��p �F y���� �' L �~ � _. Ie I�II I� � 5 f�4.� .11�� ' _ _ .s`, ➢� � F f r.�.,. - , � ,�� � �i� �y� �� � �II Y �*k� �i' , �,�i :, � ��',�i � 4 ,'F ;� gg �� i7� � .� ��` ;� � �� R ��i�= i;"- !' � i , �_ , I I F{��� � � �? �§ 'C e I ,�{�1a's �. � �F-+- � �. I ' 1�l e`�4 e a e �g� � I �,�p` '' ���ti����'�1,��'.�s�.'� ��' k:. r`= , �� 4�- � }V '��� �� 1 � � !� � {�� � �py �:;{ � � � �.r�.a�'�i. �a �i�l. , + �if � ���� � t � f S� �,=�'; f �l'i��. y'; �: , ��f I � �� b' ,i+ �y4 ,� �4 � f 1 p' � �3� ��lif. � �� kt � ��� �r! ,-* +�r i.F�;1 ��i$ 3 �k�y� „ '��`'"!I -i�� �� I. it I. �..�5� M��`I ��1 f•���� 7,.�fi r� t i�5}I�;y 4 ��I} �`��illi��;'L � ��— k� '' � r �, ry, rI �� _ :. : g' � . . �� 'I 7 3H17 55'dFWd 05•o ti.�s �Hn r+ .cax .f ��- - �o� r,s1�e�x +r_•��;..�� I�. �W:u-iC� T�' "T_YT... ' ��� � � �i, .... � ^Z T�=h^.:: ._. ' ; I. _..�.� � l -_f- j � � � � _.. �. . I� , :I+k ''t � � , '-- �°� F`J' � tI ��� I� I''''` I I 34., .i:._-,. _ ��.f ..,'� '!--!',,: ' �a � y �I � - - ---� �:�._...._..... I _'i . .. _.._ -��-- � I ' � - _! � — —�� �' ' i � � � "- � �-�----�---�- r � ~ �� � . . ' _ •' v�cir. ; .._ � _ _ � � � r ' � _ " �a... . , - ��� y� � � � � . . . . . �Y ' ii r'� � Ir .. _ �.�_ �� . .... . � �Ir i lil G S � . . .........._" __" _� a . r Ii ; . . I _ -��.1J I �i� I I _ � —" ' .. _ , .A"'" F—'" � .. . � � � 1 ± � � I +� � , l.�.� " � i Y s�� 1: .._ �"� T!: -�' ' �i �--: T.... _ � I��' -� 41� F�: �-f'� i� �. l i {� • � � '{as.' Pff ._ � �J_ � �'�, ,.. J,.�.^, '' �,; I - I�- �nq � �u�4�5�1�iy �� I� ����� ,'��`il i3 y . � � �' . - �� . _ .!_-� . I IT i : i. ''�+' � ��' , : *' � � � �� ;�M � � � � . � . � ... ; J . �`�. . . � "-"'_��� �;.����4. _��. � .net� I f � I � I •'I � , : . . ..: ' ' ±I ~��� _ � " " . ' .: , � � . ��} � � 'i_ {.�. i, : �Si . , ' ... �!. '}`5..._..__.... .:: . .. e - :?� '� r� _: ..---. . . L ��� �� r .� �----.._... �. .. . �� I . � i �� � a i __ i . i• �� � P P:. . � �I . �� !G � � . yl R � �, �r. K .Y - ': J � I ��� i �� .j � I' � �; ,, ^�i � �w :. � -" :. . ..Ir.:.. _. .--- ` i! � li fi C ti . � � � � : .' --�f _.., _. � .. . . s� _,',� � ���L� '� ' y �� a��4 —F �--� � � � I' � � ..R, - . . ..' � � . � � � ' ' -�--- �-�-��ea��r ' II � �� . n I ' �pp� _ ' ' :'"_' ' _ : . �: :. I . y�#.... . 1 ��� . 1 '� I � I' I ` � + ; €�.. ' ""' "—_"'—'�� . .��j� ..��..... I yI � ` i k c� a -- . � . . i,i '' ' ' I � ������-�1 � � ; �"� f , . ' . ::_."_ __ .... +; ; ..�,� � , ��a I ix � V � _i � ..� _'.-'—'... . �' "JI4I .""—�tn�. li' � ,'�d�+.�� �' , . .._— �r � �� 7 f�,� �, ' � f f' _.__.;'�-;.__ i i::; �`.. ~ .. � . . . � . ` � -���- - 4 � �-�.� . ���.; � . . ...::...:�, �---...__:�� ��SE��: I � �i' I � a+�� 4 .. --{� �r-'' __.��.- :.f. _ . � . . �.. .. ��� . ��1 � � . .-, ��� .. : ::{. ; �� , _�,. , . ;. . .1 � -�, •�� . � : r-� : K:'�,r�w�� . �... ,,, , �� .. �11�_#'S._. "�."`�.�_ - � r ��' �: 'I � -- --�---�- 'i� ,7-�.._...:.-�+,I � ���;�,�, ��'� , r Iw;���i; _� _ - �- : �����;� . ; ' � ..���`.� ,�;, ' � � L7`�.�, ��s;�f�� .._ ..�- � i ♦'�, ' ' � , r, F -- .. ,, _ ;.. . ;',��� "=� ���� :i, - ° f . .-Sli:i,� ' --- � .1' . ..� .�.. � _ . I .. ? f , I�� �1 iF � �! � —�1 � _..r - �''---� rr ' �iF4' �, 1�, - � � _ ,-..-.s«Y,r��' '� �� ' ' + ` ��' ��' _�j- =.��..�- ' � - r���' i7 � �� � �. .., '^k� . - .. : �l.�i::�:�� ; '^T".��, ;,,,� � �� _� ; � :: �:_ � �-r.. y 4[� .L- � -F.� �yp��£��eqq fl n � iL �Ci � � 4� Y �r 1., . �__ . . -.�.. _.�_ �..� '�, ' � . 3d : � �� �' -+� .:' � � I ' '�a:k'�;1P `� ' 7rt . I .... _�` .... '"' , ,.t-. _...' f ` 'r. �i ��=��1iii;i�j� L' .-. I ' ���s 4 �,' ._-.t�--�!�r=�`�'�' _: ���:—_..T - . l;i '' D 5� ��a° S d F �� � � tl f ... _ �,..�•����r�_�.51 � r Z3.1fi.D1 Attachment A_Survey 5taking 5fiandards.docx Page 2i of 22 O:�Sp 1�0171 �3,16.Q1_Attachment A_5urvey Staking Standards.docx Page 23 of 23 Ob�iously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this informatian should be noted when deli�ered to the City so it is cl�arto what coordinate system the data is in. POINY ND. NpRTHING l 534G257.189 2 6945ZG0.8'�3 3 65463�7399 M1 6946220.582 5 G9A6195.Z3 6 6JA6i4U.528 T 69461�6.01.2 8 69460q2.267 9 69A60a3A56 10 6945984.677 ll 644538&.473 i2 6445845.077 13 69A5846.591 E4 6945434.286 I5 694S93b,727 !6 6945835.67� 17 6945817.A88 18 69d5759.77fi 1� 6945768.553 zo 5�h[5743.3I$ 21 G445723.219 22 69A56$2.2I 23 69ASfi21.902 2A 6945643.407 2S G945571.OS9 26 54R5539.498 27 G945S19.$34 28 69454R7.874 29 fi9h5456.557 30 69A5367.356 31 6915370.58E 32 G945383.53 33 69A5321.Z28 34 69d5319365 35 fl9A5242.289 3& 6945233.G24 37 G945206.483 38 59C 514 Z.015 39 fi9451I3.k45 4U 6945tl49.U2 A1 694504]_024 h2 6945b3$.878 A3 G94500G.347 44 69A49A4.782 d5 fi9A89d3.A32 d6 6944860.41G fASTING fiLEV. 2296074,165 2296062.'141 2296p38,306 2298011.QZS 229&015.116 229&022.721 2�959�2.115 2295919.133 2Z95933.418 224588�.52 229586�.892 2�95860.962 22958&2.188 2295841.925 2295830.441 2295799.70T 2295827.011 2245758.643 229577$.4Z4 xz�s�ss.��z xz95�sa.��a 22957A4.22 2i95669.471 2295736,p3 �2856SS.195 2295fi67.803 2�95619.49 zz�s�so.z� 2�956A3.1A5 z25S597.101 2295606.793 22456f0.559 229555�,145 2z95S39.726 2295570_715 2295544.626 2295529.305 2295557.666 Z295520.335 2295527.345 Z22.55S2.G75 2295552.1A7 Z2'J55'k$.135 2i955Zp,63S ZZ95556.n79 2295534.397 DESCRIP7kON 72G.09 SSMH RfM 725.GG8 6V RiM 726.85 GV R!M 723.358 SSMFi RIM 72Z.123 GV RIM 722.325 fH 71g.qn8 Wsv1 HIM 7�9.331 W3v1 R!M 713.652 CO RIM 711.6fi2 SSMH RIM 710.045 WM R1M 7U7.72 WM RIM 708.245 W!M RIM 7Q4.467 WM RIM 710.084 CO RIM 767.774 SSMH R!M 7Q8.392 SSNiH RIM 711.Z18 55l17H RIM 71�.U86 GV RIi4� 710.&31 GV RIl4L1 732.844 GV RIM1A 716,G85 WM RIM 723.75 WM RIMk 719,737 CO REM 727S1A SSMH Ii4M 729.E23 WM RIM 732.669 WM RfM 740.521 WM RlM 73G.451 CU RIM 7AD.756 GV RIM 7-00.976 GV RIM 7A0.408 FH 74G.34 WM RIM 746.777 CQ RIM 7A&,454 WM RIM 749.59 SSMH RIM �si.oss wrw rti� 7SQ.853 WM RIM 751.671 1lVM RIM 752.257 SSMH RiM 751,79 WM RIM 751.$8 WM NIM 752.615 WM RIM 752.801 WM R!M 752.15& WM li]M 752,985 SSMH RIM �_ �_;C I; �� . � � !� �1= .r ' I � tT,L� �L (` � i�- +�"'li I_ �'c�. r- --.. {_ I t -C�,��L� � r-� "r 1-f � f f_ f� /Y � 1'4 \ ,�iG �F ��T � �T1''f � � �71-� € L��ry� J'�/ J� Y. �. . I O:�Specs-5tds Governance Process�Temparary Spec Files�Capital Delivery�Cap Delivery Div 01\D1 71 23.3.6A1 Atta�hment A_5urvey Stafcing Standards.doCx Page 24 of 24 C. Other preferred as-built d�liverable 5ame vendors have indicated that it is easier to deliver this informatian in a different format, Below is an exarnple spreadsf�eet that is also acceptable and can be obtained by request from the survey superintendent. 0:�5pecs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 0].�0171 23.16.01_Attachment A_Survey 5taking 5tandards.docx Fage 25 of 25 � i�7 0 � .� � � � n;� s • � � � � ,� � � -- i � -� -�- � -� --�- � ^� �.� � t �' � � � � $ � - � � �������- Y � c . � � � � -+ � W � W � I ' � ��i F � =; � f � I G � li� _ +S � �' � � � � � � � e ��� � � � � � � � r� f 51 � � � �. � � - - — -- -- -- r- ' � �� � � m � � � � � � � � � � "� �� q a � � � � � � � � � � � ffi � � ��. � � _ � � � � _ �, � � € „� � � -. � � $ � � � � � � a a .. � � 44 � �I � i � � � � Y ✓ , L � ' � � s� A i � �' „ a �, .,. S' u° " .� , '[ � �. E r. �.. � ii� — _-• _.." ".Y"'" _" _ "' _ __ _ _"" """""" "._..� ��I1 i t��6 _ � sT, 144 lql 14� I � b # = � on I�Yh ,.� a a � �i �� � � €� � � � rl � � � i4 � �y s LL. � � � � � � M1 K $ ' { � � ai � 7 �i . � � ;.�, � � � � � � � � ` � � � � � ., . - � m_ I � y E � � � � � ',�' � � � � `�d� � � ? � = R &�' � � w a si � r > !- > 'K __ — z � a � i � z � ��� } '��"� r��W � � � Rw "'�` �L�� �' � � ~ I :i i N E� �� — � _' —�.. Q:\Specs-Stds Governance Process�Temporary Spec Files�Capital De�ivery\Cap Delivery Div D1\01 i1 Z3.16.01_Attachment A_5uroey Staking Standards.docx Page 26 of 25 01 74 23 - ] CLEANINC Page 1 of 4 SECTION O1 74 33 CLEANING PART 1 - GENERAI, L1 S[IMMARY A. 5ection Includes: 1. Intermediate and fmal eleaning for Work not including s�ecial cleaning of closed systems specified elsewhere B, Deviations from this City of Fort Worth Standard Specification 1. Nane. C. Related 5peeification Sections include, but are not necessanily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contrac# 2. Divi,sion 1— General Requirements 3. 5ection 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.� PRICE AND �Al'MENT PROCEDURES A. Measurement and Payment 1. Work ascociated with this Item is eonsidered subsidiary to the various Items bid. No separate payznent will be allowed far this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMXN[STRATIVE REQLTIREMENTS A. 5ch�duling l. Schedule cleaning operations so that dust and ather contaminants disturbed by cleaning process wi21 not fa11 on newly painted surfaces. 2. Schedule final cleaning �pon completxon of Work and immediately prior to iinal inspection. 1.� SUBMITTALS [NOT USED] l.6 ACTION SUBMITTALSIINFORIVIATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [N�T US�Dj 1.8 MAINTENANCE MA'I'�RIAL SUBMITTALS [NOT USEDJ 1.9 QUALITY ASSURANCE [NOT USEDj i.10 STORAGE, AND HANDLING A. Storage azzd Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically desigzzed For those materials. C1TY OF FOR'C WORTH Water & Sanitary Sewcr Replacement STANDARD CONSTRUCTION SPECIPfCA1'lON DOCCJMENTS Contract 29[S (W5M-M) Re�ised 7uly 1, 201 l Ciry Project No. 101688 ai �az3-z CLEANING Page 2 of 4 1.11 �`IELD [SITE] CONDIT�ONS [NOT USEDJ 1.12 VVARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FUlZNISHED [oR] OWNER-SL7�'�'LIEDPRODUCTS [N�T USED] 2.3� MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uza�contaminated 3. For manufactured surfaces a. Material recammended by manufactur�r �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL �N�T T�SEDj PART 3 - EXECUTION 3.1 XNSTALLER� [NOT USEDJ 3.2 EXAMINATION [NOT USED] 3.3 FR�PARATION [NOT U�ED] 3.4 APPLICAT"[ON {NOT USED] 3.5 REPAIR 1 RESTORATIDN [N�T [TSED] 3.6 RE-INSTALLATION [NOT USED] 3.� FI�LD [ox] SITE QUALITY CONTROL �NOT USED] 3.� SYSTEM STAR'l`UP [NOT USED� 3.9 A.DJUSTING [NOT [7SED] 310 CLEANING A. General 1. Prevent accumuiation of wastes that create hazardous eondztions. 2. Cr�nduct eSeaning attd disposal operations to comply with laws and safety orders of governing authorities. 3. Do not di:spose of volatile wastes such as mineral spirits, oil ar pxint thinner in storm or sanitary drains or sewers. 4. Dispose of degradabie debris at an approved solid waste disposal site. 5. Dispose of nondegradahle debris at an approved solid wasfie disposal site or in an alternate manner approved by City and regulatory agencies. CCTY OF FORT WOR'1'H Water & Sanitary 5ewer Repkacement 5TANDARD CONSTRLFCTIQhf SPECII'ICATTON DOCUM�NTS Coot�st 20i 8(W5M-M) Reuised July 1, 201 l Ciry Praject No. 1Q168$ 017423-3 CLEANING Pxge 3 af4 b. Handle m�.terials in a controlled ma�n�r wiih as few handlings as possible. 7. Thoroughly elean, su�eep, wash and polish all Work and equipment associated vvith this praject. $. Remove all signs of temporary construction and activities incidental to constrtYction of requi�t�d permanent Work. 9. If project is not cl�aned ta the satisfaction of the City, the C.ity reservcs the right to have the cleaning cqmpleted at the expense of the Contractor. I 0, Do not burn on-site. B. Intertnediate Cleaning during Construction 1. Keep Work areas clean so as not to hindez' health, safety or convenienee of personneI in existing facility operatians. 2. At maximum vveekly intervals, dispose of waste materials, debris and rubbish, 3. �aniine cortstruction det�ris daily in strategically lacated container{s): a. Gover to prevent blowing by wind b. Store debris away from construction ar operational activities c. HauI from site at a minimum of once per week �. Vacuum clean interior areas vtrhen ready to receive finish painting. a. Cantinue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, tharoughly clean site of all loose or unsecured items, which may become airbarne nr tzansported by flawing wat�r during the stonn. C. Int�rior �'inal Cleaning 1. Remove grease, mastie, adhasive�, dust, dirt, stains, fingerprints, labels and other foreign materials fz'om sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, fenses, lamps and tirims clean. 3, Wa�h and shine glazing and mitx-ors. 4. Polish glpssy surfaces ta a clear shine. 5. Ventilating syst�zns a. Clean permanent filters and replaca dispasable fzlters if units were operated during construction. b. Clean ducts, blowers and coils iiunits were operated without filters during constructip�. 6. Replace a11 burned out lamps. 7. Broam clean process area floors, 8. Mop of�ice and control roam floors. D. Exterior (5ite pr Right of Way) Final Cleaning 1. Remove trash and debris containers from sike. a. Re-seed areas di�turbed by location of trash and debris containers in accordance with Section 32 92 13_ 2. Sweep raadway ta remo�e all rocks, pieces of asphalt, concrete or any other object that may hinde�r or disrupt the flow of 1�'a�Fc along the roadway. 3. Clean any interior areas including, but not limited to, �aults, manholes, structures, ju�ncfion boxes and iniets. CTTY OF FORT WORTH Water &�anitary Sewer Replaaement STANDARD COIYB'1'RUCTION SPECIF`ICATIDN D�CUMElYTS Cantract 2018 (WSM-M) Revised JuFy 1, 2D 11 City Pmject Na. 101658 D17423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLQSEOUT ACTIVITiES [NUT []SED� 3.12 PROTECTION [NOT USEDJ 3.13 MAINTENANCE [NOT CISEDJ 3.14 ATTACHMENTS [NOT IISED] END OF SECTION Revision X�og DATE NAME SUMMARY OF CHANGB CI'f'Y OF FORT WORTH Watar & Sanitary Sewer Replacement $TANDARD COIYSTRCICTION SP�CIx'1CATIQIY DOCLMENTS Cantract 201$ {WSM-M) ltevised Jufy 1, 2011 City Prnject No. I 01 b$B Oi 77 i4-] CL05i�UT REQUIREM�NTS Page l of3 1 2 3 PART 1 - GENER�IL 4 1.1 5 LJMMARY SECTiON Ol 77 19 CLOSEOUT REQLIIREMENTS 5 A. Sectian Includas: 6 1. The pracedure for closing out a contract 7 B. Deviations from this City af Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections inelude, but are not necessarily limited to: 10 1. Divisian 0— Bidding Requirem�nts, Contract Forms and Conditions of the Contract 11 2. Division 1— General. Requu-ements l2 1.� PRICE AND PAYML�VT PROCEDURFS 13 A Measurement and Payment 14 1. Work assaciatad with this Item is considered subsidiary to ihe variaus Items bid. 1S No separate payment will be allowed for tlus Item. 16 1.3 REFERINC� [NOT USID] 17 1.4 ADNIINISTRATIVE REQUIREMENTS I 8 A. Guarantees, Bonds and Afficlavits 19 1. No application fnr final payment will be accepted untii all guarantees, bo�ds, 20 certificates,licenses and affidavits required for Work or equipment as specif'ied are 21 satisfactarily f�led wit� the Ciiy. 22 B. Refease of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBNIITTALS 26 27 28 29 30 31 32 A. �ubmit all required documeutation to City's Froject Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOiJT S[J�3NIITTALS [NOT USED] PART � - PRODi1C�'S [NOT IISID] CITY �F F'ORT WORTH Water & Sat:itary Sewer Replacement STANDAAp CONSTIiUCI'IOPi SPECIFfCATIDN DOCUMENTS Con�act 2018 {WSM-Nl) Re�ised March 22, 2021 City Project No. ] D1688 oi ��i9-z CL05�OUT REQUIREMENTS Page 2 of 3 I'ART 3 - EXECUTION 2 3.1. INSTALLER6 [NOT USID] 3 3.2 EXANIINATION [NOT USID] 4 3.3 PREPARATION [1vOT USED] 5 3.4 CLOS�OUT PROCEDiIRE 6 A. Priar to requestin� Final Inspection, subYnit: 7 l. Project Record Docunnents in accordance with 5ection 0178 39 8 2. Operatian and Mamtenane� Data, i� requi�ed, in accardance with Section O1 78 23 9 10 11 12 13 14 15 16 17 IS 19 �a 21 22 23 24 25 26 27 28 29 3� 31 32 33 34 35 36 37 B, Prior to requesting Final Inspection, perfocm firial eleaning in accordance wit�: Sectior� O1 7423. � C. FinalInspection 1. After fmai cleaning, provide notice to fihe City Project Representative that the Work is completed. a. The City will tnalce an in.itial Final Inspection with the Contractor presen� b. Upan coznpletion of this inspection, the City will notify the Can.tractor, in wrrting within 10 business days, of any particulars irt which this inspection reveals that tl�e Work is defective or inc omplete. 2. 3. 4. 5. LTpon receiving wrikten notice from the City, immediately undertalce the Work required to remedy deizciencies and complete the Wark to the satisfaction of the C3i�. The Right-of-way shall be cleared of all eonstructian materials, barricades, aryd temparary signage. Upon campletian af Wark associated with the items listed 'm the City's written notiee, inform the City that the required Work has been complated. Upon receipt of this noiice, the City, in the presence af the Cantractor, willmake a s�zbsequent �inal Inspection of the project. Provide all special accessort�s required ta place each item of equipment in full operation. These special accessory items include, but are not ]imited to: a, Specified spare parts b. Adequate oil and grease as required for the first lubricatzon of the cquipment c. Initial f�ll t�p of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwhee�s h. Other expendable items as required for initial start-up and operation of all equipment 38 D. Notice of Project Campletion 39 1. Once the City Project Representati�e %nds the Work subsequent to Final Inspection 40 to bc satisfactory, the City will sssue a Notiee of Proj�ct Comptetion (Green 5heet). 41 E. Supparting Documentatian CITY OF FQRT WORTIi STANDARD CONSTRLiCTION SPECI�'ICA'i'ION DOCUMEI�'T5 Waler & Sanit�cy Sewer Replacement Revised March 22, 2021 Contract 2018 {WSM-M) Ciiy Amject No. I O16.86 nt 7� ih-s CLOSEOU7' REQU[REM�NTS . Page 3 of 3 1 1. Coordinate with the City Project Representative to complete tlae fallowing 2 additional farms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c. Affidavit of Payment and Release oiLiens 6 d. Consent vf 5urety to Final. Payment 7 e. Pipe Report (if required} 8 f. Contractor's Evaluationp�Ciity 9 g. P�rformance Evaluation of Contractor la F. Letter of Final Acceptaace 11 l, Upan review and acceptance of Notice of Project Completion and 5upporiing 12 Docutnentation, in aecordance with General Conditions, City will issue Letter of 13 Final Acceptance and reIease the Final Payment Request for gayment. 14 3.5 REPATR 1 RESTORATTON [NOT USID] d3 i6 i7 I8 19 2U 21 22 23 2A 25 3.6 RE-INSTALLATION [NOT USIDj 3.7 FrEr.v �oR� si� Qu�.T� co�.oL �NOT usEn� 3.S SYSTFM START[IP [NOT USED] 3.9 ADJUSTING [NOT USID] 3.10 CLEAIVING [NOT LFSED] 3.11 CLOSECIUT ACTIVITIES [NOT USID] 3.1� PROTF�TTON �NOT U5ID] 3.13 MAINTINANCE [NOT ilSED] 3.14 ATTACHMEN'� [NOT USED] END OF SECTION� Revision I.og DATE NAME 6UMMARY OF CHANGE 3/22/2021 M Ow�n 3.4 C. Added language ta clarify andeinphasize requirement to "ClearingADW" 25 CITY QF F012T WORTH Water & 9anitary 5ewerReplacement STANDARD COi�ISTRUCTION SPECIF'[CATION DbCUMENTS Cantraet 2018 (WSiVt-Ivp Revised Mazch 22, 2021 City Projccc [Yo. ]O1686 Q17823-1 04'ERATI(}N ANU MAQVTENAl`CE QATA Pagc I af 5 SECTION Q1 '�S 23 OPERATION AND MAINTENANCE DATA i'ART 1 - GENERAL I1 SUMM ARY A. Section Includes: 1. Product data and related inforrnakior► appropriat� for City"s maintenance and operation of products fumished under Cor�tract 2. 5uch products may i�uclude, but are not limited to: a, '1"raffic Controllers b. Irrigation Control3ers (to be operated by the City) c. ButterEly Val�es B. Deviatians from this City of Fart Worth Standard Specificaiian 1. None. C. Related 5pecifieation Sec�ians include, but are not necessariiy lixnited ta: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaty to the various Items bid. Na separate payment will be allawed far this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1, Submit rnanuals in iinal form ko the City within 30 calendar days aiproduct shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with See�ion 01 33 00. All submittals snal3 be approved by the City prior to deiivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Pf�epare data in fornn of an insrructional manual far use by City persannel. Z. Format a. Size: 8'!x inches x I 1 inches b. Paper 1) 4.0 paund minizz�um, white, for typed pages 2} Hales reinforced witih plastie, cloth or metal c. Text: Manufactuz'er's printed daka, or neatly typewritten CITY OF FORT WOKTH Water & Sanitary Sewer Replacement STANDARD COIY3TRUCTION SPECIFICATiON J]OCUMENPS CotatracY 2018 (WSM-M) iievised Decam6er 20, 2612 City Project No. I01688 O l 78 23 - 2 OPERAT[ON Ah'D MATI�TENANCE DATA Page 2 of 5 d. Draw7.ngs 1) Provide reinforeed punched bincler tab, bind in with text 2) Reduce larger dxawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equiptnent. �} Provide typed description of prpduct, and major component parts pf equipmeanf. 2} Provide indexed tabs. £ Caver I) Tdentify each volurne with typed or printed title "OPERATING AN�I 1VIAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. Vk�hen znultiple binders are used, carrelat� the data into related consistent groupings. 4. If available, prnvide an �l�ctronic fortn of the O&M Manual. B, Manual Content Neatly typewritten table of contents far each volume, arranged in systernatic order a. Cantractor, name of zespansibie principal, address az�d telephone number b. A list of each produet required to be included, indexed to content of the volume c. List, with each product: 1} The name, address and teIephone numbez' of the subcontractor or installer 2) A list of each product required to be included, indexed to content af the �olume 3) Identify area of responsibility of each 4) Local source of supply far parts and repl�cement d. Identify each produc# by product name and other identifying symbols as set forth in Contract Doeuments. Product Data a. Inciude only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly ideniify data applicable to installation 3) Delete refer�nces to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: I} Rela#ions of component parts of equipment and systems 2} Contral and flow diagrams b. Caardinate drawings with infortnation in Project Record Documents to assure correct illustration of comp.leted installation. c. Do not use Project Record Drawings as maintenance drawing�, 4. Written text, as required to supplement prnduct data for the particular installation: a. Organize in Consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CIT'Y O�' FORT WDRTH Water & Sanitary Sewer Replacement 5TANDARI] CONSTRUCT[QN 9PECll"ICAT"I�N DOCUMEIVTS ConYract 2q18 {WSM-M) Revised Decamber 2D, 2012 City Project Na, 141b$R oi �s za . 3 OPERATION AND MAINTENANCE DATA Page 3 nf 5 5. Copy of each warranty, band and service contract issued a. Frovide information sheet foz' City �aersannel giving: 1) Proper proc�dures in event of failure 2) Instances which might affect �alidity af warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 capies of complete manuaI in final form. 2. Content, far architectural producks, applied materials and �nishes: a. Manufacturer's data, givi ng fu11 information on producis 1) Catalog number, size, compositian 2) Color and kexture designaiions 3) Information required for reordering special rnanufaci�red products b. Instructians for care and maintenance i} Manufacturer's recnmrr►endation for types of cleaning agents and rnethods 2) Cautions against cleaning agents and methods which are detrime�tal to product 3) Racommended schedule for cleaning and maintenance 3. Conteni, for maisture pratection and weather exposure products: a. Manufacturer's data, givi�g full information on products 1 } Applicable standards 2) Chemical composition 3) Deta�ls of installation b. Instructions far inspection, mainteriance and r�pair D. Manual for Equipment and Systerns I. Submit 5 copies of complete manual in �inal fonn. 2. Content, for each unit of equipment and system, as appropriate: a. Descriptiaa of unit and componet�t parts 3} Function, nvrmal operating characteristics and limiting conditians 2) Performance curves, engineering data and tesis 3) Corz7pleie nomanclature and commercial numb�r of replaceable parts b. �perating procedures 1) 5tart-up, break-in, routine and noxmal operating instructions 2) Regulatinn, control, stopping, shut-dawn and emergency instructio�s 3) Summer and winter operating instructions 4} Special operating instruciions c. Maintezaance procedures 1) Rautine operatians 2) Guide to "trauble shoating" 3} Disassembly, repair and reassembly 4) Alignment, adjusting and checksng d. Ser�icing and lubricatipn schedule 1) �,ist of lubricants required e. Manufacturer's printed operating and mainteqance instruetions f. Description of sequence of operation by control manufacturer 1) Predicted life ofparts subject to wear 2} Items recomnnended to be stocked as sgare parts g. As installed control diagrams by eontrols manufacturer h. Each cantractor's eoordination drawings 1) As installed color coded piping diagrams CITY OE FORT WORTH Wafer 8t Sanitary Sewer Replacemen[ STANDARD CONSTRUCr10N SPECIFTCATION DOCUMBNTS Cantraet 2018 (Vk�SM-M) Revised Qecember 20, 2D 12 City Project NIo. 101688 Ol7$23-4 OPERATION Al+lD MAINTENANCE I7ATA Page 4 of 5 i. Charts of valva tag numbers, with location and hwction of each val�e j. List af o�iginad manufacturer's spare parts, manufaoturer's current prices, and recorr�mended quantities to be maintained in storage k. 4ther data as required under pertinent Sections of Specif cations 3. Conten�, for each electric and electronic system, as apprnpriate: a, Description of syste:m and component parts 1) Function, normal operai7n.g characteristics, and Iimiting conditions 2) Perfarmanae curves, engineering data and tests 3) Complete namenclature and comrnercial number of replaceable parts b. Circuit directories of paneiboards I) Electrical service 2) Controls 3) Gommunications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instzuctions e. Maintenance procedures 1) Rputine aperatians 2) Gui�1e to "trouble shoating" 3) Disassembly, rapai� and reassemhly 4) Adjustment and cheaking f. Manufaoturer's grinted operating and maintenance instructians g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h, Other daia as required under periinent Sections of 5pecifications 4. Prepare and include additional data when the need for suc� data becornes apparent during instruction af City's personnel. l.y CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 Q[7�1LITY ASSURANCE A. Provide operation and maintenance data by personneI with the following criteria: 1. Trained and experienced in maintenance and operatton of described products 2. Skilled as technical writer to the exte:nt required t�a communicate essential data 3. Skzlled as draftsrnan competent to prepare required dravvings CITY OF FOf2T WORTH Weter & Sanikary 5ewer Replacement STA%II]Altf� CONSTRUCTION SYECIFICATIQN I]OCUH�IVTS Confract 2018 {WSM-M) Revised December 20, 2012 Cify Proj eat No. 1 O 1688 ai �a z3 - s OPERAT[ON AiVD MAIN'I'ENIINCE DATA Yage 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] L1I FIELD [SITE] CONDITIONS [NOT USED� 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED� PART 3 - EXECIITION �NOT i1SED� END OF SECTION Revision Lag DAT� NAME SUMMARY OF CI�ANGE 8/3112U12 D. Jolu�son 1.5.A.i - titla oisection removed CITY OF FORT WORTH Water & Sanitary Sewer Aeplacement STANDARD COiYSTRUCTIO�I 3I'�CIFICATI4N DOGUMENTS Cunhact 2018 (WSM-M) Revised December20, 2012 Cily 1'rojestNo. 1�1688 017839-1 PI2QJECT RECORD DOCUM�NTS Pag� L vf4 SECTION O1 �S 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Sectian Includes: 1. Work associated with tha documenting the project and recording �hanges to project documents, including: a. Recqrd Drawin�s b. Water Meter Ser�ice Reports c. Sanitary 5ewer $ervice Reparts d. Large Water Meter Reparts B. Deviations frpm this Gity of Fort Worth 5tandard Specification 1. None. C. Related Speci�cation Sec.tions include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fortns and Conditions of the Gontract 2. Division 1— General Requirements 1.Z PRICE AND PAYMENT PROCEDi]RES A. Measurement and Payment 1. Wqrk associatad wi�h this Item is considered subsidiary to the various Items bid. No separate payrnent will he allowed for this Item. 1.3 RERERENCES [NOT USED] 1.4 ADMTiVISTRATIVE REQUIREMENTS �NOT USED� 1.5 SUBMITTALS A. Ptior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFQRMATIONAL 5UB1VlITTALS [NOT USED] 1.'7 CLOS�O[J'T SUBMITTALS [NOT USED� 1.8 MAINTEN�INCE MATERTAL SUBMITTALS [N�T USED] 1.9 QIIALI'I'Y ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within #he Recard Docuxnents, making adequate and proper antries on each page of Speci�'icatians and each sha�t of Drawings and other Dacuments where such eniry is r�quired to show the change properly, 2. Accuracy of records shall he such tl�at future search for itcros shown, in kh� Contract Documents may rely reasonabiy on isiformation obtained from the approved Project Recard Documents. C1TY dF FORT 1NORTH Water & Sanitary Sewer Repiacement STANDARD CONSTRLICr[pN SPECIFICAT'[ON flOCUMENTS Cnntract 2018 (WSM-M} Revised July 1, 201 l City Project Na. 1 p1688 01 78 39 - 2 PROJECT RECOItI7 DOCUMENTS Page 2 of 4 3. To facilitate aecuracy of records, make entries witkiin 24 haurs after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects af the Work, both concealed and visible, to enable fisture tnodification of the Work to proceed without lengthy and expensive site measurement, investigatian and examination. 1.10 STORAGE AND HANDLING A. Storage and HandIing Requirements 1. Maintain the jo�i set of Record Documents completely proteeted from detersoration and from loss and damage until completion of the Work and �'ansfer of all recorded data to the final Project Record Documents. 2. Tn the event of lass of recorded data, use means necessary to again secure the data to the City's approval. a. In suc� case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART2- PRODUCTS 2,.1 OWNER-FURNISHED [a�J OWNERWSUPPLiED PRODUCTS [NOT USED] �.2 RECORD DOCUMENTS A. Jo� set Prom�tly following receipt of the Notice to Proceed, secure ftorn� t�ie City, at na charge to the Cantracfor, 1 complete set of ali Documents comprising the Contract. B. Final Recard Documents 1. At a time nearing the completion of the Work and prior ta Final Inspectian, provide fihe City 1 complete set of all Final Record Drawings in the Contract. �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT IISEDj PART 3 - EXECUTIQN 3.1 INSTALLER� [NOT USED] 3.2 EXAIVIINATION [NOT USED] 3.3 FREPARA'CXON [NOT USED] 3.4 NiAINTENANCE D4C�IMENTS A. Maintenance of Job Set 1. Immediately upon receipt oith.e job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB 5ET". GITY OF EORT WORTH Water 8[ Sanitary Sewer Replacement STANIIAR.� CONSTRUCTfON SYECIFICATION QOC[IMENTS Contract2t11& (W5M-M) kevised July 1, 201 l Ciity Projecc No. 101688 n i as 3g -3 PROJECT RECORD DOCUMENTS Page 3 of4 2 �� Preser�ation a. Considering the Contract cozngletion time, the proba6le number of occasions upan which the jab set must be taken out for new entries and far examination, and the conditions under which these aotiv�ities will be performed, devise a suitable method for prat�cting the job set, b. Do nat use �e job set for any purpose except entry of new data and for review by the City, until start oftransfer of data tn �inal Projec# Record Documents. e. Maintain the job set at the site of work. Coordination with Construction Survay a. At a rni�imum, in accordat�ee with the inter�als set forth in Section 01 71 23, clearIy mark any deviations frazz� Contract Documents associated with installatinn of the infrastructure. 4. Malcing entries on Drawings a. Recard any de�iaiions from Contract Documents. b. Use an erasable colored pencil {mot ink or indelible pencil), cleariy describe the change by graphic Iine and noYe as requiz-ed. c. Date aII entries. d. Cal� attention to the entry by a"cloud" drawn around the area ar areas affected. e. In the event of overlapping changes, us� different colors far the averlapping changes. 5. Conversion of schematic layouts a. In some cases on the Dz'awings, arrangements af conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precisc physical layaut. 1) Final physical arrangement is determined by the Contxactar, subject to the City's approval. 2) Howet�er, design af future madifcations of the facility may require accurate information as to tk�e �nal physical layout of items which are shnwn oanly schematically on the Drawings. b. Show on the job set of Recard Drawings, by dimension accurate to within 1 ineh, the centerline of each run af items. 1) Fizzal physical arrangement is deterrnined by the Contractor, subject to the City's approval. Z) Show, by syrribal ar note, the verkical location of the Item ("undei- slab", "in ceiling plenum", "exposed", and the like). 3} Make all identification sufficie�ztly descriptive that it may be related r�liably to the Specifications. c. The City may v✓aive the requirements for con�ersion of schematic layouts where, in the City's judgment, conversion serves no useful purppse. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Praject Recard Dacuments Transfer of data to Drawin�s a. Carefully transfer change data sh.own on the job set of Record Drawings to the corresponding final doeuments, coorc{inatin� the changes as requireci. b. Clearly indicate at each affected detail and other Dxawing a full description of changes made during const�-uction, and the actuallocation of stems. CiTY OF FORT WdRTH Water & Sanitary Sewer Replacemenl STANDARD CONSTRUCTION SPECIFICATTON DOC[IMENTS Cantract 201 B(WSM-M) Revised July l, 201 l Ciry Praject No. 10168� U17&39-4 PILO.��CT RECORD UOCUMENTS Page 4 of 4 c. Ca1S attention to each enta� by drawing a"eloud" around the area or areas affeeted. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproductian. 2. Trans%r oidata to other pocurr�ents a. If the Documents, other khan Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderiy to the appro�al of the City, the job set of those Documents, other than Drawings, wiIl be accepted as £mal Record Documents. b. If any such Docutnent is not so approved by tt�e City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully bransfer the change data ta the new copy to ihe approval af the City. 3.5 REPAIR 1 RESTORATTON [NOT U,SED� 3.b RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SIT� QUALITY CONTROL [NOT USED� 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJIISTING [NOT USED] 3,1U CLEAI�ING [NOT USED] 3.11 CL05E�UT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USEDJ 3.13 MAINTENANCE [NOT USEDI 3.14 ATTACHMENT� [NOT USED] EIVD OF SECTION Aevision Log DATE N�IME SUMMARY OF CHANGE CITY OF F012T WORTH Waler & Sanitaty 5ewer izeplacement STAIV[3ARD CON3TRUCTiON 3PECIFICATiON I]OCUM�NTS Canlract 2018 (W6M-M) Revised .fuly 1, 2U1 l Ciry Project Na. 101688 ozaii�-t SELECTiVB 51TE DEMOLITION Page 1 af 5 SECTION �� 4I 13 SELECTNE SIT� DEMOLITION PART1- GENERAL 11 SUMMARY A. Sectian Tncludes: 1. Removing sidewalks and steps 2. Remavi.ng ADA rarupa and landings 3. Remo�ing dri�eways 4, Reznoving fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Remo�ing mailboxes 8, Re�moving rip rap 9. Removing misc.�llaneous concrete structurea inciuding porches and fo�ndations 10. Disposal of removed materials B. Deviations this from City af F'ort Worth Sta.ndard Specification 1. Non�. C. Related Speci�cation 5ections include, but are nat necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirem�;nts 3. Sectiqn 31 23 23 --Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paym�nt 1, Measurem�nt a. Remove 5idewalk: Measure by square foat. b. Remave Steps: rr�easure by the square fopt as seen in the plan view only. c. Remove ADA Raznp: measure by each. d. Remove Driveway: measure by the square faot by type. e. Reznove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along the face of the rai[ in place including metal beam �ua.rd fence transition� and single guard rail terminal sections frqm the center of end posts. g. lZemove Retaining Wall (less than 4 feet tall): measurc by the linear foot h. R�move Mailbax: measure by each. i. Remove Rip Rap: measure by the square foot. j. Kemove Miscellaneous Concrete Structure: measuz'e by the lump sum. 2. Pay�nent GITY OF PQRT WORTH Water & 5anitary Sewer Rcplacement STANDARD CON5TRUCTlON SPECIFICATION DOCUM�NTS Contract 2D18 {W5M-M) Revised December 20, 2fl12 City Cantract No. 101688 02 A1 13 -2 SELEC'fIVG SITE DEMOLITION Page 2 of 5 a. b. C. d. e. �• h. 1• Remove Sidewalk: ftxll compensation for saw cutting, removal, i�auling, disposal, toals, equipment, labor and incidentals needed ta execute work. Szdevvalk adjacent to or attached to retain.ing wall (including sidewalk that aets as a wa11 footing} sha11 be paid as siciewalk remaval. For utility proj ects, this Item shall be considered subsic�iary to the trench and no other compensation will be allowed. Remove Steps: full compensation far saw cutting, removal, hauling, disposal, toals, equipt�ent, labor aind incidentals needed to execute wflrk. For utility projects, this Item shall be considered subsidiary to the t�rench and no other compensation wi1l 6e allowed. Remove ADA Ramp and landing: full compensatian for saw cutting, removal, hauling, dispasal, tools, equip:tnent, labor and incidentals needed ta exeeute work. Wark includes ramp landing removal. Far utiiity projects, this Item shall be considered subsi�iary tp. the trench and no other compensation will be allowed. Remove Driveway: fu11 compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Ite�n shall be considered subsidiary to the trench and no other compensation will be allowed. Remove Fence: full compensatinn for removal, hauliag, disposal, taols, equipment, labor and incidentals needed to remove fence. For utilily pro}ects, this Item shall be considered subsiciiary to the trench and no other compansation r,vill he allowed. Remove Guardrail: full compensation far removing materials, loading, hauling, unloading, and staring or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. For utility projeets, this Item shall be considered subsidiary to the trench and no other campensation will be allowed. Remove Retaining Wall (less than 4 feet tall): full compensat�an for saw cutting, re�noval, hauling, disposal, tools, equigz�ent, labor and incidentals neaded to execute work. 5ie3ewalk ad�acent to ar altached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removai. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. Remove Mailbox: full compensation for re�noval, hauling, disposal, taals, equipment, labor az�d incidentals needed ta execute work. For utility proj ects, this Item shall be considered subsidiary to the trench and no other compensation �viIl be allawed. Remove Rip Rap: full compensation for saw eutting, removai, hauling, dispasal, tools, equipment, labor and incidantals needed to execute wo.rk. For utility projects, this Item shall be considered subsidiary to the trench and no vther eompensation wil.l be allawed. Remove Miscell�neous Concrete Structtu�e: fitll compensation fn:r saw cutting, removal, hauling, disposal, tools, equipment, labor and inciden.tals needed to execute work. F'or utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be alIawed. 1.3 1tERERENCES A. Definitions C1TY OF FORT WURTH Water & Sanitary Sewer Replacemeni STa1NDAI2U CDNSTRUCTION SPECIFICATIOh� DOCUMENTS Contraet 2018 (WSM-M) Revised December 20, 2012 City Cantract Nu. 101688 02 41 l3 - 3 SELECI'iVE S1TH DEMOLITION P�ge 3 oF 5 1.4 1.S 1.6 1. Improved Driveway: Driveway eanstructet� of concrete, asphalt paving or brick unit pavers. ADMINISTRATIVE REQUIREMENTS [NOT USED] SUBMITTALS [NOT USED] ACTION SUBMITTALS/INFOIt11�ATIONAL SUBMITTALS [N�`i' USEDj 1.7 CL05EOIIT SUBMITTALS [NOT i7SED] 1.8 MAINTENANCE MATERiAL SiJBMITTALS [NOT US�+ D] 1.9 QUALITY A,SSURANCE [NOT USED] 1.1D DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 F1ELD [SITE] CONDTTIONS [NOT LTSED] 1.12 WARRANTY [NOT [7SED] PART 2 - �'RODUCTS �.1 OWNER-FURNI�HED PR�DUCTS [NOT USED] 2.� MATERIALS A. �ill Material: See 5ection 31 23 23. 2.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT LTSEDJ PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATIQN [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Racnave Sid�walk 1. Remove sidewalk to nearest existing dumrny, expansion or sonstruction joint. 2. Sawcut v�hen remaving ta n�arest joint is nat practical. See 3,4.K. B, Remove Steps 1. Remove step to nearest existing durnmy, expansian or construction joint. 2. 5awcut when removing to nearest jaint is not practical. See 3.A.K. C. RemUve ADA Ramp 1. Sawcut existing eurh and gufter and pa�ement prior #o wheel chair ramp removal. See 3.4.K. Z. Remove ramp to nearest existing durntaay, expansion or constnaction joint on existing sidewalk, D. Remove Driveway CITY OF FORT 1V03iTH STANDARp CONSTRl1CTIQN SPECII�ICATIpN DOCUMEl�lTS Water & Sanitary Sewcr Replacement Revised December 20, 2012 Contraet 2018 ( WSM-IV� City Cantract No. 101 fi88 Q2 41 l3 - 4 SEL@CTIVB 51T� D�MOLIT[ON Paga 4 nf 5 1. 5awcut existing drive, curb and gutter and pavement prior to drive z'emo�al_ See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Savvcuk vvhen removing to nearest joint is not practical. See 3.4.K. 4. Remo've adjacent sidewaik to nearest exisY.ing dummy, expansion ar constructian joint on existing sidewalk. E. Remove Fence I. Remove all fence components above and below �round and bacl�ll with acceptabl� iill mat�rial. 2. Use caution in removing and sa.lvagin� fence znaterials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shavvn on Drawings. 4. Cantractox responsible far keepiztg animals {livestock, pets, etc.} within the feneed areas during construction operatian and while remaving fences. F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and t�►en puil the posts. 3. Do not man' or damage salv�geable materials duri.ng removal. 4. Carnpleiely remove posts and any concreke surrounding the posts. 5. Furnish backiill material and hackfill the hole with material e�ual in composition arid density to the surraunding soil unless otherwise directed. 6. Cut off or b�nd dawn eyebalts anchored to the deaci man ta an elevation at least 1- foat below the new subgrade etevation and leave it� plac� aiang with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Aeaxzove wall ta nearest existing joint. 2. Sawcut when removing to nearest joint is not practicaL See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. 5idewalk adjacent to or attached to retaining vvall: See 3.4.A H. Remove Mailbox 1. 5aivag� exist�ing materials for reuse. Mailbox nnaterials may need to be used for reconstructian. I. Remove Rip Rap 1. Remove rip rap to nearest existing d��nn.trzy, expansion or cunstruction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. Reznove Miseellaneous Concrete Structure 1. Remove portions of m�iscellaneous concrete structures including foundations and slabs tt�at do not interfere with proposed construction to 2 feet below t1�e finished ground line. 2. Cut reinforcement close to the portian of the concrete to remain in place. 3. Break or perfo�•ate the bottom of structures ta remain to prevent the entrapment of �rater. CiTY �F �'QRT WQRTH STAIV�ARD CO]VSTRUGTION SPECiFICATT(]N DOCLTMEN'f5 Water & Sanitary Sewer Repiacement Revised December 20, 2012 Con�act 201$ (WSM 1Vf) City Cnntract No. L01668 oz�i i��s s�r.Ec��ivE srrE nE�to[.iTiotv Page 5 of 5 IC. Sawcut 1. Sawing Equipment a. Power-driven b. Manufactured for the puxpase of sawing pavement c. In good operating condition d. Shall not spall or fracture the paveznent to the removal area 2. Sawcut parp�ndicular to the surface completely through existing pavement, 3.5 REPAIR [NOT i1SED] 3.6 RE-IN�TALLATION [NOT USED] 3.1 SITE QUALiTY CONTROL [NOT USED] 3.� ,SYSTEM STARTUP [NOT USED] 3.9 A,DJUSTING [NOT ilSED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MA,INTENANCE [NQT USED] 3.14 ATTACHMENT� [NOT USED] END OF SECTIQN Revision �,og DATE NAME SUIVIMARY OF CHANGE 1212D/2012 D, Johnson 1.2.A.2. Madified Payment - Items wi1L be subsidiary #a trench on utility prajects C1TY OF FDR'I` WpRTH WaYer & 5anitary Sewer Replacemant STAiVI�ARD CONSTRUCT"IOIV SPECIFICATION DOCUMENTS Contract 2a1 B{WSM-14f) Revised Deeember 20, 2012 City Cantract No. 101688 U24114-I UTILII'Y 1tEMOVALlABA1�IR�NMENT Page 1 of 16 OSECTION 0� 41 14 UTILITY REMOVAL/ASANDONMENT PART1- GENERAL 1.1 SUMMARY A. 5e.ction Includes: 1. Direction for the removal, abandonment pr salvaging of the followrng utilities: a. Cathodic Protection Test Statians b. Water I,ines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Statian h. Concrete Water Vauits i. Sanitary Sewer Lines j. Sanitary 5ewer Manhales k. Sanitary Sewer Junction Boxes 1. Storm 5ewer Lines m. Storm Sewer Ivlanhole Risers n. Storm Sewer Junctio;n Boxes o. Starm Sewer Inlets p. Bax Cul�+erts q. HeadwaIIs and Safet� End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standarel Specif catian l. None. C. Related 5pecificaUon Sections includ�, but are not necessarily limited ta: 1. Division 0— Hidding Requirements, Contract Forms and Conditions of the Confract �. Division 1 — General Requirements 3. 4. 5. 6. 7. 8. 9. Section D3 34 13 — Controlled Low Strength Material {CLSM} 5ection 33 OS 10 -- Utility Trench Excavation, Embec�ment and Backfill Section 33 QS 24 — Installation of Carrier 1'ip� in Casing or Tunnel Liner Plate 5ection 33 i l 1 I— Ductile �ron �ittings Section 33 l] 13 — Cancrete Pressure Pipe, Bar-wrapped, 5tee1 Cyiinder Type Section 33 i 1 14 — Buried 5teel Pipe and Fittings Section 33 12 25 — Connection to Existing Water Mains . 1.� PRICE AND PAYMENT PROCEDIIRES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurenr�ent CTI'Y OF FpRT WORTH Water & Sanitary Sewer Aeplacement STAI�TDARQ CO3J5TRUCTION SPEGIFICATION DOCUMENTS Contract2Q18 (WSM-M) Revised Decem6er 20, 2012 City Contraet No. 1U1688 Q2A1 14-2 L1TlLITY RP.MOVALJABANDCII�MENT Page 2 of 16 1) Measurement for this Item shall be per cubi.c yard of existing utility line to be grouted. Measure by tickets showing cubic yards af grout appl�ed. b. Payment lj The work performed and materials furnished in accordance with this Item and m�asured as provided ander "Measurenrzent" shall be paid for at the unit price pez' cubic yard of "Line Grouting" for; a) Vario�s types �f utility lin� c. The price bid shall include: 1) Low density cellular grout ar CLSM 2) Waker 3) Pavement removal 4) Excavation S) Hauling 6) Disposal of excess materials 7) Furnishing, placement and campactian of hackfil] 8} Clean-up 2. Utility Line Removal, Separate Trench a. Measurernent 1} Measurement for this Item shall be ger linear faot of existing utility line to 6e removed. 0 c. Payment 1} The wark per%rmed and materials furnished in accprdance with this Item and measured as provided under "Measurement" shall be paid for at the unit price hid per linear fnat �f "Remove Line" for; a} Various types of existing utility line b) Various sizes The price bid shall include: 1) Removal and disposal nf exis�ing utility pipe 2) Fa�ement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of back#itl 7) Clean-up 3. Utility Line Removai, Same Trench a. Measurement 1) Tlus Item is considered subszdiary the proposed utility line being installed. b. Payment I) '�"he work perforrned and materials furnished in accardance with this Item are subsidiary tp the �nstallation of proposed utility pipe and sha11 be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manl�ole Abandonment a. M�asurernent 1) Meas�rement for this Itenn wili be per each manhale ta be abandaned. b. Payment 1) The work performed and materiais furnisi�ed in accordance with this Item and zneasured as provided under "Measurement" shalI be paid for at the unit price bid per each "Abandon Manhale" for: C1TY QF FORT WORTH STAIdDARll CONSTAUCTION SPECIFICATION DOC[JFVI�NTS 1�ater & 5anitary Sewer Itcplaccm¢nt Revised 17ecember 20, 2012 Contract201R (WSM-Ivn City Contract No. LUIfi$8 02 41 14 - 3 UTILITY R�iv10VALlABA[VI]ONMEIVT Page 3 of 16 a} Various diamekers b) Various types �. The price bid shalI include: 1) Removai and disposal of manhole cone 2j Remnval, salvage and delivery of frame and cover to City, ii �pplicable 3) Gutting and plugging of existing sewer lines 4) Concrete 5) Acceptahle material %r backfillin,g tnanhole void 6) Pavement removal 7} Exeavation 8} Hauling 9) Disposal of excess materials 10) Furnishing, placemeni and compaction n£ backfill 11) Surface restoration 12} Clean-up Cathodic Test Station Ahandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station ta be abandoned. b. Payment 1) The work perforrn�d and makerials furnished in accardance with this Ttem and nr�easured as provided under "Measurement" sha�l be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price hid shall incIude: I) Abandan cathodic tesk station 2) CLSM 3} Pavement removai 4} Excavation. 5} Hauling 6) Disposal af excess materials 7) Furnishing, pIacement and compaction of backfill S) Clean-up B. Water Lines and Appurtenances 1. Instal�ation of a Water Lirne Pressure Plug a. Measurement 1} Measurement for this Item shall be per each pressure plu� to be installed. b. Paym.ent 1} The workperformed and rnaterials furnished in aacoxdaince with this Itemn and measured as pro�ided under "Measurennent" shall be paid for at the unit price bid for each "Pressure Plug" �installed for: a) Var'tous sizes c. The price bid shall include: 1j Furz�ishi;ng and inskalling pressure plug 2) Pavernent removal 3) Excavation 4) Hauling 5) Disgosal of excess material 6) Gaskets 7) Bolts and Nuts CPI'Y OF FO1ZT WORTH Water & Sanitary Sewer Replacement STANDARD CONS'j'1tUCT30iY SPECIFICATION DOCl1MENTS Canttact 2018 (W5M-M) Revised December 2D, 2012 CiYy Contract Na. L01688 azai ta-4 UTILITY REMOVALIABANDpNMENT Pagc 4 af l6 2 8) Furnishing, placement and compaction o#' embedrnent 9) Furn�shing, placement and eompactian of backfill 1 Q) Disinfection 11) Testing 12� Clean-up Abandonment of Water Line by Cut aztd installation of Abandonment Plug a. Measurement 1} IVleasurem.ent for this Item shall be per each cut and abandonment plug installed. b C. Payment 1) Tha work performed and materials furnishad in accordance with this Item and measured as pro�ided under "Measurement" shall be paid for at the unit price bid �'or each "Wa#er Abandonment Plug" installed for: a} Various sizes The priee bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM b) Disposal of excess m�aterial 7) Furnishing, placement and connpac�ion of backfill S) Clean-up Water Valve Removal a. Measurement 1) Measurement for this Item will b� per each water valve to be removed. b. Payment 1) The work performed and materlals furnished in accordance with this Item and measured as gro�ided undsr "Measurement" shall be paid for at the unit price bid per each "Remove Water Val�e" for: a) Various sizes c. T'he pzice bid shall include: 1) Removal and disposal of valve 2) CLSM 3} Pavement removal 4} Exeavation 5} Hauling 6} Disposal nf excess �aterials 7} Furnishing, placement and campaction 4f backf ll 8) Clean-up Water Valve Removal and Salvage a. Measurement 1) Measureme.nt fnr this Item wi11 be per each water valve to be removed and salvaged. b. Paym�nt 1) The work p�rformed and materials furnished in accordance with this Item and measured as provided under "Measnrement" shall be paid for at the unit price b�d per each "Salvage Water Valve" for: a) Various sizes CII'Y ��' FORT WORTH Water & Sanitary Sewar ReplacemenC STANDARD CONSTRUCTION 5PECiriCAT[ON i70Ci1MENTS Contract20.1$ (W5M-M} Revised Decamber 20, 2Q12 City Contiact No. 1Q l69$ 024114-5 UTILITY fZEMOVAI.lABAIVDaNNiENT Page 5 of 16 c. The price bid shall include: 1) Removal and Salvage of �alve 2) CLSM 3} Delivery to City 4} Pavement removal 5} Exea�atian 6) Hauling 7) Disposal of excess materials S) Furnishing, placement and compaciion of haekiill 9) Clean-up 5. Water Valve Abandonment a. Measuremant 1} Measu�retnent £ar tl�is Item will be per each water valve to be abandoned. b. Payment 1} The work performed and materials furnisl�ed in accordance with this Itean and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valv�" for: a) Various Sizes c. The priee hid shall include: 1) Abandonment ofvalve 2) CLSM 3} Pavement remaval 4) Excavation 5) Hauling 6) Disposal p�excess materials 7) Purnishing, placement and compaction of backfll 8) Clean-up 6. Fire Hydrant Rernoval and Salvage a. Measurement 1 j Measurement %r this Ikem will be per �ach fire hydrant to be removed. b. Payment 1) The work perFortned and materials furnished in accordance with this Item an,d measured as provided under "Measurement" shall be paid for at the unit price bid per eaeh "Salvage Fire Hydrant". c. The price bid shaSl include: I) Removal and salvage of iire hydrant 2) Delivery to City 3) Pavement removal 4) Excarratian 5) Hauling 6) Disposai of excass materials 7) Furnishing, placement and compaction of backfill S) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and sal�aged. b. Payrnent C1TY OF FORT WOKTH Water & Sanitary Sewer Replacement STA,NDARD CONSTItUCTION SPECi�'ICATLON DOC[]MENTS Aevised December 20, 2a12 Contiact 2618 (WSM-M) City Contract Na. 101658 62A1 14-6 UTILITY RCMOVAL/ABA1�llONM�NT Page 6 af l6 1} The work p.erformed and materials furnished in accordance with this Item and mcasured as provided under "Measurement" shall be paid fox at the rinit price bid per each "Sal�age Water Meter" for: a) Various sizes 2) If a"Water Meter Servic�; Relocate" is performed in accordance with 5ection 33 12 1 Q, removal and salvage ar disposal of the existing (2-incYt or smalle�) wat�r meter shall be subsidiary to the cost af the "Water Meter 5ervic� Relacate", no other compensation will be allawed. c. The price bid shal! include: 1) Rernoval and salvage of water meter 2) Delivery to City 3) Pavement removal �) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and cozzipactian of backf'ill $) Clean-up Water Sampling 5tation Removal and 5alvage a. Measuremettt 1) Measurem�nt far this rtem wili be per each water sampling station to he removed. b. Payment 1) The work performed and materials furnished in accardance wi�h fhis Item and measured as pro�ided under "Measurement" shall be paid for at the unit price bid per each "Sal�vage Water Sampling Station". c. The price bid sha1l include: I) Reznova] and salvage of water sampli�g station 2� D�IIVCij� t0 Ci� 3) PavemenY removal 4) Exca�atian 5) Haaling 6) Disposal of excess materials 7) Furnishing, placement and compaction of bacicfill S) Clean-up Concrete Water Vault Removal a. M�asurexnent 1} Measurement t'or this Itetn wiil be per each cancrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance wit1� thzs Ttem and measured as provided under "Measurement" shall be paid Por at the unit price bid per each "Remove Concrete Water Vault". e. The price bid shall include: 1} Remova[ and disposa� of cancrete water vault 2) Reznoval, salvage and deIi�ery of frame and cover to City, if applieable 3) Removal, salvage and delivery of any vaives to City, if applicable 4} Removal, salvage and delivery of any water meters to City, if applicable 5} Pavement removal 6} Excavation CITY OF FORT WORTt� Vilater& 5anitary SewerReplacement STANQARD CONSTRUC7'ION SPECIFICA7'IQN I]OCLIMENT'S Contract 2Q16 (WSM-M} Revised Decamber 20, 2012 City Contract No. 101668 U24114-7 UTILITY REMOVALlA13ANDDNMENT Page 7 vf 16 7} Hauling 8) Disposal of excess mat�rials 9) Furnishing, placemerxt and connpaction af backfill l (�} Clean.-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Lina by Cut and instaliation of Abandanment Plug a. Measurement 1} Measurement for this Item shall be per each cut and abandontnent plug installefl. b. Paym�nt 1) The wark perFormed and materials furnished zn accordance with this Item and measured as provided under "Measurement" shall be paid for at t�►e unit price bid for each "Sewer Abandonment Plug" for: a) Variaus sizes c. The price bid shall include: 1} Furnishing and installing abandonment plug 2} Pavenaent reimovaI 3} Excavation 4) Hauling 5) CLSM 6) Dispasal of excess material 7) Fumishing, placenneut and cor�.paction of backfill 8) Clean-up 2. Sazuitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnisk�ed in accordance with this Item and measured as provided untier "Measurement" shall be paid far at the unit price bid per each "Remove 5ewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Remaval, sal�age and delivery of fram.e and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) �xcavation 6) Hauling 7) Disposal of excess materials 8j Furnishing, placement and compaction of backfill 4) Clean-up 3. Sanitary Sewer 3unction Struchue Retx�.oval a. Measur�m�nt J.} Measuxement for this Item wiLI be per each sanitary sewer junction structure being removed. b. Payment CITY OF FORT WORTH WaYer & Sanitary Sewer Replacement 5TANDARD C(3NST1tUCP10M SPECIFICi1T`ION �aCl1M�NT5 ContracY2�l8 (WSM-M} Revised December 20, 2D12 City Contract Nv. 1Q1688 024t 14-5 UTILITY REIY[OVAL/ABANDONMENT Page 8 of l6 1) The work performed and materials furnished in accordance �rith this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Rempve Sewer Junction Box" location. c. The price bid shall incIude: 1) Removal and disposal of junction bax 2) Removal, salvage and c��livery of frame and cpver to �ity. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of exce�s materials 7) Furnishing, placement and eompaction of backf'ill S) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonmenf of Startn Sewer Line by Cut and installatio� of Abandonment Plug a. Measurement 1} Measurement for this Item shafl be per each cut and abandonment plug ta be installed. b. Payrnent 1) The work performed and rnaterials �Fumished in accordance with this Item and measured as provided undex "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1} Furnishing and installing abandonment plug 2} Pavement removal 3} Excavation 4} Hauling 5} CLSM 6) Disposal of excess material 7} Furnishing, placement and campaction of backfill 8} Clean-up 2. Storm 5ewer Mant►ole Removal a. Measurement 1) Measurement for this Item wilt be per each storm sewer manhole to be remnved. b c. Payment 1) The work performed and material5 furr�zshed in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Rernove Manho.le Riser" for: a} Variaus sizes The price bid shall include: 1) l�emoval and disposal of manhole 2) Remo�al, salvage and deliveiy of frame and cover ta City, if appticable 3) Pavement remo�al 4) Excavatian 5) Hauling 6) Disposal of excess materia3s 7) �'urnishing, piacement and compaction of backfill $) Clean-up CTTY OF FOR'C WO1tT'H Water & Sanitary SewerRepixcement STANI]AItD CONSTRUCT[ON SPECIF�CATIdN QOGUMENT$ Cnntt�ct 201$ (W5M-M) Itevised December 20, 2012 City Contract No, 101688 0241 14-9 UTILITY R�MOVALJABANllONMEN'1' Page 9 oF l6 3. Storm Ser�rer Junction Box Remo�al a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be remaved. b. Fayment 1} The work pez�nrmed anci materials furnished in accordance witl� this Item and rzxeasured as provided uncier "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Bax" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal af junctian box 2} Removal, salvage and delivery of frame and cover to. City, i� applicable 3} Pavement remavai 4) Excavation 5) Hauling 6) Disposal of excess r�aterials 7) Furnishing, placem.ent an.d campaction oibackfill S) Clean-up 4. Storm Sewer Junction Structure Removal a. Measursment 1) Measurement for this Iiem will be per each stazxn sewer junction structure being remaved. b. Payment 1) The work perforn�ed and materials furnished in aecordance with this Item and measured as provided under "Measnrement" shall be paid far at ihe ]uzn.p sum bid per each "Remove 5torm Junction Structure" location. c. The price b�d sha11 include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to Ci .ty, if applicable 3) Pavemeat removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill &} Clean-up 5. Storm 5ewer In1et Removal a. Measurement 1) Measurement fvr tkus Item wijl be per each storm sewer inlet ta be removed. b. Payment 1) The work performed and materials furnished in accordance with this ltem and measured as provided under "Measurernent" shall be paid far at the unit price bid per each "Rernove Storm Tniet" for: a) Various types b) Various sizes c. The price bid shall inelude: 1} Removal and disposaI of inlet 2) Pavement remaval 3) Excavation C1TY dF FORT WOR�Fj Waier & 3anitary Sewer Replacement 5i'ANA/#RI] GON$TRiiCTI01�! SPEClFICAT101� DOCl1MENTS ContracY 2018 {WSM-M) Revised December 20, 2012 City Contract No. k 01588 ozat aa-io UTILITY RE3vIqVAa.IP,13ANDONNi�NT Page ] 0 of 16 4) Hauling 5) Disposal of exc.ess rnaterials b) Furn,ishing, pla�ement and compaction of backfill 7) Clean-up 6. Storm Sewar Junction Box RemovaI a. Measurement 1) Measurement for this Item sha11 be per linear foot of existing storm sewer bax to be xemoved. b. Payment 1} The work performed atad maferials furnished in accordance wi.th this Itern a�nd measured as pro�ided under "Measuxement" shall be paid for at the unit price bid per linear foot af "Remox�e Storm lunction Box" £or a11 sizes. c. The price bid shall include: 1} Removal and disposal of Storru Sewer Box 2) Pavement removal 3} Excavation 4} Hauling 5} Disposal of excess rnaterials 6} �`urnishing, placement and compaction of backfill 7} Cle�n-up 7. HeadwalllSET Remaval a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET} to be removed. b. Payment 1) The wark per%rmed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the uuit price hid per each "Remove Headr�alllSET". c. The price bid shall include: 1) Removal and disposal af HeadwalVSET 2) Pavement remaval 3) Excavation 4) Hauling 5} Disposal of e�cess mat�rials 6} Furnishing, p�acernent and campaction of bacfcfill 7} Clean-up Trench Drain A�moval a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be remo�ed. b. Payment 1) The work perforened and materials fur�ished in accordance with this Item and meas�zred as provided under "Measurement" shall be paid fnr at the unit price bid per linear foot of "Remove Trench Drain" �Far: a) Various sizes c: The price bid shall ineIude: 1) Remvval and c3isposal of starm sewer iine 2) Pavernent removal 3) Excavation C1T1( QF PORT WOKTH W ater & Sani�ry Sewer Replacesnent STAIVDARD CONSTRUCT1pN 3PECIFICA'f'[O?V DOCUMENTS Cantract 2018 {WSIV[-M) Revised Decemher 20, 2012 City Contraat No. 1016B8 02 41 14 - l 1 UTILITY REMOVAL/ABANDONMCNT Page 1 I of 16 4) Hauling 5) Disposal af excess materia�s 6) Fuz�islvng, placement and compactian of backfill 7) Clean-up 1.3 REFERENCE5 [NOT USED] 1.4 AD1VIINlSTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Departr.nent Field Operation Storage Yard for coordinatian of salvage tnaterial rekurn. 1.5 SUBMITTAL� [NOT USED] 1.5 ACTION SUBMITTALSIXNFORMATIONAL SUBMITTALS [NOT USED] l.i CLOSEOi7T SUB�I[TTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT IISED] � .9 QUALITY ASSURANCE [NOT USEDj 1.IQ DELIVERY, STORAGE, AND HANDLING A. �torage and Handiing Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.1] �"I�LD [SITE� CONDITIONS [NOT USED� 112 WARRANTY [NOT iT�ED] P.A,RT 2 - PRQDUCTS 21 OVVNER-FURNISHED [ox] OWNER-SU�'PLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCE550RIES �NOT USED] Z.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUT�ON 3.1 1NSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT U5ED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General CI'PY OF FORT WORTH Water & 5anitaiy 5ewar Replacaraent STANDARD CONSTItUCTION SPECIFICATION DOCLIMENTS Conlract 2018 (W5M-M) Revised December 20, 2012 City Conttact Mo. I �1588 0241 ]4- l� UTILl'TY f�MOVALlAI3ANDONMEN7' Page 12 oi 16 1. Manhol� Abandonment a. All �nanholes that arc ta be taken aut of service are to be rcmoved unless specifically requestad and/or approved by Gity. b. Excavate and backfil! in accordanc� with Section 33 OS 10. c. Remove and salvage manhole fra�nne and covcr as caordinated with City. d. DaIiver salvaged material to the City. e. Cut and plug sewer lincs to he abandoned. £ Bac�fill manl�ole void in accordance with City Standard Details, B, Water Lines and Appurienances 1. Water Line 1'ressure Plugs a. Ductile Iron Wat�r Lines 1) Excavate, embed, and backfll in accardance wit�► Section 33 OS 10. Z) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Saction 33 12 25. b. PVC C900 a�tkd C405 Water Lines 1} Excawate, embed, and backfill in a�cordance with Section 33 05 1 Q. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance �vith �ection 33 11 11. 3) Perform Cut and Plug in accordance with Sectian 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel CyIinder Type W�ter Lines 1} Excavate, embed, and backfill in accordance with Sectinn 33 OS 10 2} Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 l I 13; or b) A blind flange in accordance with Section 33 1 I I3 3) Perform Cut and P1ug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, etnbed, and backf"ill in accordance with Section 33 OS I0. 2) Plug using: a) A fabricated plug restrained by welding in accordance waf.h Section 33 11 14; or b) A blind flange in accordance with Seetion 33 11 14 3) Perfoz-m Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfiII in accordauce with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Exea�ate and backf'zll in aecordance with Section 33 OS 10. b. Dewater from existing line to be groutied. c. Fill lin� with Low Density Cellnlar Grout in accordance with Section 33 05 24 ar CLSM izt accordance with a3 34 13. d. Dispose of �ny excess material. 4. Water Line Remo�al a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line fram the utility system prior to remo�al. c. Cut any sezvices prior to removal. d. Remo�e existing pipe line and properly dispose as appxoved by City. CITY OF FORT WOTi1'H STAIdDAIZU CONSTRUCTIOPT SPECIFiCAT[ON DpCUMENTS Water & Sanitary �sewer Replacement Revised Deeember 20, 2012 Coniract 20l$ (WSM-Mj City Contract No. 1U1688 0241 14-i3 UTiLITY R�MOVALJABANDONiYIB�IT Page 13 of 16 5:. Water Valve Rernoval a. Exeavate and backiill in accordance with �ectian 33 OS 10. h. Remove and dispose of valve honnet, wec�ge and staz�.. c. Fill valve body with CLSM in accordance with Section 03 34 l3. 6. Water Val�+e Removal and Sa�vage a. Excavate and back�ll in accordance with Section 33 Q5 10. b. Remove valve bonnet, w�dge and stem. c. Del.iver salvaged material to the Water Department Field Operation StQrage Yard. d. Protect saSr�aged materizls frorn damage. e. Fill valve body with CLSM in accordance with Seckion 03 34 13. 7. Water Valve Abandoxament a. Excavate and backf'�11 in accardance with Section 33 OS 10, b. Remove the top 2 feat of the �alve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrartt Remaval and Salvage a. Excavate and bacl�ill in accordance with Section 33 OS 10. b. Remove �'ire Hydran.t. c. 1'lace ahan.donment plug on fire hydrant lead line. d. Deliver saivaged fire hydrant to the Water Depart�nent Fie1d Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will pro�vide replacement meter for installation. d. Meter Bax and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-casi iron meter box lid. 3) Reitirn salvaged material to the Water Department Field Operation Stora�e Yard. 4) Remove and dispose of ineter box. 10. Water Sa:znple Station Removal and Salvage a. Remove and salvage existing water sample statian. b. Deliver salvaged material to the Water Department Field Operation 5torage Yaxd. ll. Cancrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and salvage vault lid. c, Remove and salvage valves. d. Remove and saivage meters. e. Deliver sal�aged material to the Water Department Field Operation 5torage Yard. f, Remove and c#ispose of any piping or other appurtenances. g. Demolish and remove entire cancrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonz�rient a. Excavate and backFll in accordance with Section 33 05 10 C[TY OP FORT WORTH STANDARD CONST1tUCTION SPECIFICATION �OCUMENTS `iUater & SaniEary 9ewcr Replacement Revised December 20, 20 L2 Contract 2018 (W SM-M) Cily Conlract No. lUl6$B U241 l4- 14 UTILITY R�N[OVAL/ABANDDNMSNT Page 14 af 16 b. Remove the top 2 feet af the cathodic test station stack and contents. c. Fill any remaining voitfs with CLSM in aceord�nce with Section 03 34 13. C. Sanitary 5ewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment P1ug a. Excavate and backiill in accar�lance with Section 33 05 10. b. Remqve and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13, 2. Sanitary Sewer Line Ai�andanment by Grouting a. �xcavate and backf'ill in accordance with Seciion 33 OS 10. b. Dewaker and di�pose of any sewage frorn the existing line to be grouted. c.. Fill line with Lot�r Density Cellular Grout in accordance with Section 33 OS 2�# or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary S�ewer Line Remo�al a. Excavate and backfill in accordanee with Section 33 OS 10. b. Cut existing line from the utility system prior to remaval. c. Cut any services prior to removal. d. Remove existing p�pe line and properly dispose as ap�roved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer mariholes that are to be talcen out of service are to he removed unless specifically requested andlnx appr�ved by Caty. b. Excavate and backfill in accordance with Sectio� 33 OS ld. c. Remove and salvag� rr�a�hole frame and cover. d. Deliver salvaged material to t�ie Water Department Field Operation Starage. e. Demolish and remove entire concrete manhole, f. Cut and plug sewer lines to be abandoned. S. Sanitary Sewer Junction Structure Removal a, �xcavate and backfill in accordance with Section 33 OS 10. b. Remo�e and salvage manhol� frame and covex. c. Deliver sa�vaged material to the Water Departrnent Field Op�ration Storage. d. Demolish and remave entire conerete manhole. e. Cut and piug sewer iine�s to be abandoned. D. Storm Sewer Lines and Appurtenances 1. 5torm Sewer Abandonment Plug a. Excavate and backiill in accordance with Section 33 OS 1 D. b. Dewater line. c. Plug with CLSM in aceordanc� with Sectian 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfiII in accordance with Section 33 OS 10. b. D�water the existing Iine to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordazzce with 43 34 t 3. d. Dispase of any excess material, 3. Storm 5ewer Line Removal a. Excavate and backf'ill in accordance with Section 33 OS lU. b, Remnve existing pipe lzne and groperly dispose as approved by City. 4. Storm Sewer Manhole R�mqval C1T'Y OF FORT WORTH STANI]AR� CONSTRUCTION SPEC[FICATION DOGUMSNTS Water & Sanitary Scwcr Acp1accmcnt Re�ised Dece�nber 20, 2D12 Contract 2018 {W5M-M) City Contraat Pfa. 1 Q l fi.88 02 41 14- 15 UTILITY REMOVAL/ABAND4Nil�r1ENT Pagc 15 af l6 a. All startn. sewer manholes that are to be taken out of service are to be rerno�ed unles.s specifically requested andlar approved by City. b. Exeavate and backfill in accordance with 5ection 33 OS T0. c_ Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to 6e abandoned. S. Storm Sewer lunction Box andlor ]unction Struciuire Reznaval a. Excavatc and bac�ll in accordance wkth Section 33 QS 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer In.let Removal a. Excavate and bacl�ilI in accordanee with Section 33 Q5 10. b. Demolish and remove entue concre#e inlet. c. Cu� and plug s�orm sewer �ines to be abandoned. 7. 5torm Sewer Box Removal a. Excavate and backfzll in accordance with Section 33 OS 10. b. C�,tt exis�ing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and praperly dispose as approved by City. 8. HeadwalSISET Removal a. Excavatc and backfill in accarciance with Section 33 OS 10. b. Demolish and r�move �ntire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in aecardance with SectiDn 33 05 10. b. Remove existing pipe line and disp.ose as approved by City. 3.� RE�'AIR 1 RESTORATION [NUT USED] 3.6 RE-INSTALLATION [NOT USED� 3.'i �+"�ELD [oa] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED� 3.9 ADJUSTING [NOT U�EDJ 3.10 CLEANING [NOT USED] 3.II CLOSEOUT ACTIVITxES [NOT USED] 3.I� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTAC�iMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTR[1CTION SPECII'ICATTON DOCiIMENTS Water & Saoitary Sewer Replacement ftevised Deeember 2D, 2412 ContraoY 2Q18 {WSNf-Mj City Contract [vfo. 101588 0241 14- l6 UTILITY REMOVAGlABANllONMENT END OF SECTION Page ] 5 of 16 Re�ision Log DATE NAM�, 5UMNIARY QF CHANGE 1.2.C.3.c. — Include Frame and Cover in Payment description 12/2D/12 D. Johnson Thrnughout — added abandonment of storm and sewer maaholes when requested andlor appraved by City CITY OF PORT 1NORTH STANDAR� CpNSTRUCTION SPECC�TCATTON DOCUMEAFTS Waicr & Sani4ary Server Replacement Revised Deeember20, 2012 Contrect 2016 {WSM-M) City Contiact IYo, 1O1686 02 41 l5 - I PAVING REMOVAL Page 1 af 6 SECT`ION 0� 41 1� PAVING REMOVAL PART1- GENERAL 1.1 SiJMMARY A. Section Ir�cludes: 1. Removing concrete paving, asphalt paving and brick pavzng 2. Removing conerete c�arb and gutter 3. Removing conerete �alley gutter 4. Milling roadway paving 5. Pul�erization of existing pavement 6. Disposal of removed materials B. Deviations fro�x�. this City of Fart Worth 5tandard 5p�cification 1. None. C. Ralated �pecification Sections include, but are not necessarily limited to: 1. Division D- Bidding Requirements, Contract Forms., and Conditians of the Contract 2. Division 1- General Requirements 3. Section 32 1 I 33 - Cement 'I'reated Base Courses l.2 1'RICE AND PAYMENT P120CEDURES A. Measurement �nd Paytr�ent 1. Measurement a. Remave Concreie Fauing: measure by the square yard from haek-to-bacic of curbs. b. Remove Asphalt Paving: measUra by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remo�e Concrete Curb and Gutter: Yneasure hy the lix�ear faot. e. Remov� Concrete Valley Gutter: measure by tha square yard f. 'W'edge Milling: measure by the square yard for varying thickness. g. Surface Mi[ling: measure hy th� square yard for varying thicktiess. h, Butt Milling: measured by the linear foot. i. Pavement Pulverization: m�asut'e by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Cvncrete Paving: full eompensation for saw cutting, removat, hauling, disposal, tools, equipment,labor and incidentals needed to execute work. For utility projects, this Item shall he considered subsidiary to the trench �nd no other compensation will be allowed. b, Remove Asphalt Paving: full campensation far saw cutting, remo�+al, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Far utility proj ects, this Item shall be eonsidered subsidiary ta the trench anc� no other eompensation will be allowed. CITY OF FORT WORTH 5Tt11VDAKD CONSTAUCTION SPECiP'ICATIQN DqCUMEiYTS Water & Sanitary 5ewer Replacement Revised Fehruary2, 2QI6 Contract2018 (WSM-M) City Contract No. 10 k 68$ U2 41 15 - 2 PAVING REMOVAL Pagc 2 nf 6 c. Remove Brick Pa�ing; full campensation for saw cutting, removal, salvaging, cl.eaning, hauling, disposal, tools, equipment, labor and inciden#als needed to execute work, For utility projeets, this Item shall be consider�d subsidiary to the trench and no other compensatian wi11 be allowed. d. Remove Conerete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equip�ent, Iabar and incidentals needed to execute work. Far utility projects, this Item shall be considered subsidiary to the trench and no other compensation wi� he allowed. e, Remove Conerete Valley Gutt�r: full compensation for saw cuttizzg, removal, kxauling, disposal, tools, equipment, labor and incidentals needed to execute wprk. f. Wedge Milling: iuIl campensation for all milling, haulin.g milled material to salv�ge stockpile or disposal, toals, labor, equipment az�d ineidentals necessary ta execute the work. g. Surface Milling: full compansatian for all milling, hauling milled maCeri.al ta salvage stacicpile or disposal, tools, labar, equipment and incidentals necessary ta execute the wor�C. h. Butt MilIing: full compensation for all milling, ha�ling znilled material to �alvage stockpile or disposal, tpols, Iabor, equipment and incidentals necessary ta execute the work. i. Pavement Pulverization: full compensation fnr all labar, material, equipment, toals and incidenta�s necessaty t� puIverize, remove and store the pulverized material, undercut the base, rnixing, compac�ian, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item ahall be cottsidered subsitiiary to the trench and na oth�;r compensation wi11 be allowed. k. No payment for saw cutting of pavement oz' curbs and gutters wil] be made under this sec�ion. Irzclude cost of such wnrk in unit prices for iterris listed in bid form requiring saw cutting. 1. No payment will be made for w�ork out�ide maximezm payment limits indicated on plans, or fnr pavements or structures removed for CONTRACTOR's convenience. 1.3 R�FERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratoty Compaction Characteristics of Sail Using Standard Effort (12 40Q ft-lbf/f�3 (600 kN-m/m3)) 1.4 ADMINTSTRATNE REQUIRElVIE1�TT5 [NOT USED] 1.� SUBMITTALS jNOT USED] 1.6 ACTION SUBMITTAL�YINFDRMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [N�T USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 Qti11LITY ASSURANCE �NOT L1SED] 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED] C3TY QF FOI2T WORTH 5TAIVDARb C()NSTRUC'C[ON SPEC:IFICATIDN DOC[IMENT5 Water & Sanitary 5ewer Replacement Revised February 2, 2UI6 Cnntract 201 B(WSM-M) CiryConiraet Nv. tO1688 fl2 41 15 - 3 PAVING RHMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USEDj 1.12 WARRANTY [NOT IISED] PART�- PRODUCTS 21 OVWNER-FURNISHED PRODUCTS [NOT USED] �.� EQUIPMENT [NOT USED] �.3 ACCESSORIES [NOT USED� �.4 SDURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 jNSTALLERS [NOT USED] �.3 PREFAItATION A. General: 1. Mark paving ramoval Iimits for City approval prior to beginning removal. 2. Identify known utilities below grad� - Stake and f�ag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Ex�reise caukion to minimize damage �o underground utilities. 2. Minimize am4unt of earth removed. 3. Remove paving to neatly sawed j oints. 4. Use care ia prevent fracturing adjacent, existing pavement. �. Sawing l. 5awing Equigment. a. Power-driven. b. Manufactured for the purpose of savving pa�ement. c. In good operating condition. d. Shali no.t spall or fracture the pavement strucfiure adjacent to the removal area. 2. Savvcut perpendicular to the surface to full pavz�nent depth, parallel and perpendieular to existing joint. 3. 5awcut parallel to the original sawcut in square or reetangular fashian. 4. If a sawcut falls within 5 feet af an en existing dummy joint, construction jarnt, saw joint, cold joint, expat�sion jaint, edge of paving or gutter lip, remave paving tn tl�at joint, edge ar lip. 5. Tf a pavement edge of a cut is damaged subsec�uent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged a.rea. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remave concrete to the nearest expansion joint or �ertical saw cut. CITY dF FORT WORTH STAFYDARD CONSTRUCTIQN SPEC:IFICATI4N DOCLIMENTS Water & 5anitaty 5ewer Replacement Revised February 2, 2U16 Contract 2018 (W5M-M) City Contract No. 1016R8 024] 15-4 PAVING REMOVAI. Pagc 4 nF5 D, Remove Concrete Curb and Gukter 1. Sawcut: See 3,4.B. 2. Minimum limi#s of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.�.B. 2. Remove pa�ement without disturbing the base rnaterial. 3. Whcn showt� on the plans or as directed, stnckpile materials designated as salvageable at designated sztes. 4. Prepare stnckpile area 6y remo�ring vegetation and trash and by providing for proper drainage, F. Milling 1. General a. Mi11 surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes s�nooth underlying pa�ement surfaces, mill the smooth surface to make rough. d. Provide safe temporary tr�ns[tion where vehicles or pedestrians rnust pass over the milled edges. e. Remove excess material and clean milled surFaces. f. Stockpiling nf planed material will not be pernuYEed within the right afway unless approved by tk�e Ciry. g. If the exisiing base is brick and cannot be rnilled, rernove a S foat width of the existing brick hase. Sea 3.3.G. for hriek paving remaval. 2. Milling Equiprr�ent a. Power operated millir�g machine capable of removing, in one pass or two passes, the necessary pavement thickness in a fi�e-foot miflimum width. b. SeIf-propelIed with sufficient power, tzaction and stability to maintain accurate dept�i oi eut and slape. c. Equipped with. an integral loading and reclaiming means to immediately rernove material cut fram th� surfaee of the roadway and discharge the cuttings into a truck, al1 in one operation, d. Equipped with means to controi dust created by the cutting action. e. Equ.ipped with a manual system providing far uniformly varying the d�pth of c�t while the machir�e is in motion making it possible tn cut flush to all inlets, manholes, or other obstructions within the paved area, f. Variable 5peed in order to leave the specified grid pattern. g. Equipped to minimize air pollutian. 3. Wedge Milling and Surface Milling a. Wedge Mill e�cisting asphalt, concre#e or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavernent (0-inch cut} at a rninimum width of 5 feet. b. Surface Mill existi.ng asphalt pavement ta the dep�h specified, c. Provide a tnilled surface that provides a uniform s�,z�face free from gouge,s, ridges, o.il f Irn, and other imperfectians of workmanship with a uniform textured appearance. (:i1'Y OF FORT VJOKTH STANDAI� CONSTRUCTION SPECIFICATIQIV DOCUM�.NTS Revised F'e6ruary 2, 2Q16 Water � Sanitary 5ewcrRcplaccment Con[ract 2tl18 {WSM-M) City Contract dYo. 101688 02 41 15 - 5 PAVll�fG REMOVAL Page 5 of fi d. In a11 situations where the existing H.M.A.C. surface cantacts the curb face, the wedge milling includes the rema�al of the existing asp�alt cnvering the gutter up to and along the face of curb. e. Perfozxb wedge or surface milling aperation in a continuous manner alang both sides af the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association vc�ith the wedge milli.ng operation. b. Butt joint will provide a full width traasition section and a constant depth at the point where the new overlay is ternunated. c. Typical locations far butt jaints are at a11 beginning and ending points of stteets where paving tnaterial is removed. Prior ta the milli�g of the butt joints, consult v�ith the City for proper locat�on and limits of these joinis. d. Butt Milled jaints are required on both sides of all railroad tracks and eoncrate valley gutters, bridge decks and culverts a�d al.l other items which trans�erse the street and end the continuity of the asphalt surface. e. Malce each b�tt jaint 2p feet lang and milled ou# across the full width of ihe street seciion ta a tapered depth af 2 ineh. f. Taper the milled area wifhin the 2Q-feet to a depth from 0-inch to 2-zz�eh at a iine adj acent to the be.ginning and ending points oz intermedzate transverse items. g. Provide a temporary wedge of asghalt at all hutt joints ta provide a smaoth ride over the bump. G. Remove Sric�C Paving 1. Remove masonry pavi.ng units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re-use, clean, pall�tize, and deliver to the City Stock pile yard at 33D0 Yuma Streat or as directed. H. Pavement Pulverization l. Pulverizatioa a. Pulverize the existing pavement to depth of S inches. 5ee Sectian 32 11 33. b. Tertiporari�y remave and store the $-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch hase eut at a depth of 8 inches from the existing pulvetized surface. 2. Cement Application a. ilse 3.5°/v Portland cement. b. See Section 32 I1 33, 3. Mixing: see Section 32 11 33. 4. Compaction: see Sectian 32 1 I 33, 5. Finishing: see Section 32 l l 33. 6. Curing: see Section 32 11 33. 7. If th� e�sting pa�ement has a combination af 10 inches of H.M.A.C. and crushed stonelgra�el: a. Undercut not required b. Pulverize 10 inches deep. c. Remo�e 2-inch the total pulverized amount. C1TY OF PORT WORTH STAIVDARD CONSTIiUCTI�N SPECIFICATION DOCiJMEMTS Water & Sanitary Sewer Repiacement Revised Fe6mary 2, 2016 Contract 2U1& (WSM-M) Ciiy Conlract Na. ] 016&8 D24] IS-6 PAV RYG REMpVAL Page b af b I. Remove speed cushion l. Scrape or sawcut speed cushion from existing pavem�nt without damagin� existing pavement. 3.5 REPAIR [NOT USED] 3.b RE-INSTALLATION [NOT USED] 3.i FIELD QUALITY CONTROL [NOT USED] 3.S SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING �NOT USED� 3,11 CLOSEOUT ACTIVTTIES [NOT USED] 312 PAOTECTION [NOT i1SED] 3.13 MAINTENANCE [N�T USED] 3.I�{ ATTACHMGNTS [NOT USED� END OF SECTION Revision Log DATE NAM� SUMMARY OR CHANGE 1212412f� 12 D. 7ohnson 1.2.A — modified paymeat requirements on utility projects 2/2/2p 16 F. Griffin 1.2.A.2.b. — I2emoved duplicate lask sentence. C1TY DF FORT WORTH STANDARD COF�ISTRUCTION 5PECIFICAT10T�f I�OCLIMENTS Water & Sani[ary Sewer Replacement Revised Fehruary 2, 2016 Contr�ct 2018 (WSM-M) City Contract No, 101688 a33oao-i CAST-IN-PI.ACE CONCRETE Page 1 of 25 SECTION 03 30 00 CAST-IN-P�ACE CONCRETE �'ART 1 - GENERAL 11 SLTMMARY A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, concrete materia�s, mixture design, placement procedures and finishes, for the follovv�ng: a. Piers b. Footings c. Slabs-on-grade d. Foundation walls e. Retaining walls (non T�cDOT) f. Suspended slahs g. Blocking h. Cast-in-place manholes i. Concrete vaults for meters and valves j. Concrete encasement oFutility iines B. De�iations fram this City of Fort Worth Standarc� Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. D�vision 0— Bidding Requirements, Contract k'orrns and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Cast-in-Place Concrete 1. Measurement a. This ItezzX is eansidered subsidiary to tlze structure or Items being placed. 2. Payment a. The work performed and the materials furnish�d in accordance with this Item are subsidiary to the stnzeture or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Cementitious Mate�ials a. Portlarad cement alone or in combination with 1 or more of the fallnwing: 1) Blended hydraulic cement 2) Fly ash 3} Other pozzolans 4} Ground granulated blast-fuirnace slag CITY OP RORT WORTH STANl7ARA CONSTRUCTTON SPECfFICATION DOCUMEN'I'S Water & Saniiary Sewer Replacement Aevised December 20, 2D12 Cantract 2018 (WSNI-M) City Contract No. 10 i 6B8 03 30 UO - 2 GAST-IN-PLACE CONCRETE Page 2 of 25 5) Silica fume b. Subject to compliance with the requirements of this speci�cation B. R�%rence Standards l. Reference standards cited in this Specification refer to the current reference standard published at the time oi the latest revision da�e logged at the end of ttus Specif cation, unless a date is speeifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M1$2, Burlap Cloth Made from.Tute or Kenaf. 3. Aznerican Conerete Institute (ACI): a. ACI 117 Specification for Tolerances for C.oncrete Canstruction and Maierials b. ACI 301 Specifications for Structural Cancrete c. AC1305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification �ar Cnld Weather Concreting e. ACI 3b8.1 Standard Specification far Curing Concrete £ ACI 318 Building Code Requirements for Struetural Concrete g. ACI 347 Guide to Forrriwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridg�s. 5. ASTM Internatianal (ASTM): a. A36, Standard Spe.cification fnr Carban 5tructural Steel. b. A153, S#andard Specification for Zinc Coating (Hot-Dip} on Iron and Steel Hardware. c. AI93, 5tandard Speeification for Alloy-Steel and Stainle�s Steel Bolting Materials for High-Tempexature Serviee and Other 5pecial Purpase Applications. d. A6IS, Standard Specification for De%rmed and Plain Carbon-Steel Bats for Concrete Reinforcement. e. A706, 5tandard Speci�cation for Low-Alloy Stee1 Deformed and Plain Bars for Concrete Reinforcement. f. C31, Staztdard Practice for Making and Cuz�ng Concrete Test Specimens in the Field. g. G33, Standard Specification for Concrete Aggregates. h. C39, Standard'�est Methad fox Compressive Sitength of CylindricaI Concrete Specimens. i. C42, Stan,dard Test Method for �btaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard �pecifcation for Ready-Mixed Concrete, Ic. C109, �tandard Test Method for Campressive Strength of Hydraulic Cement Mortars (Using 2-inch or {SO-milimeter] Cube Specimens) L C143, Standard Test Method for 5lump of Hytfraulic-Cement Concrete. m. C171, 5tandard Specifieation far Sheet Materials for Curing Concrete. n. C 150, Standard 5pecification for Portland Cement. o. C 172, Standard Practice for Samplit�g Freshly Mixed Concrete. p. C219, Standard Terminology Relating ta Hydraulic Cement. q. C231, Skandard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. crry oF FORr wo��rx STANI�ARD CONSTRUCTION SPECIFICATION UOCLIN3EN"C5 Water & Sanitary Sewer Replacement Aevised December 2D, 2012 Contract 2U18 {WSM-M) City Contract No. I01668 03 30 00 - 3 CAST-IN-PLACE COAfCRETE Page 3 af 25 r, C260, Standard 5pecifieatian for Air-Entraining Admixtures for Concrete. s, C309, Standard 5peci�cation for Liquid Membrane-Forming Compounds far Guring Concrete. t. C�494, Standard Specification for Cherraical Acitnixtures far Concrete. u. Cb 18, 5tandard Speci�cation for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. w_ C989, Standard 5pecification for Ground Granulated B1ast-Furnace Slag for Use in Concrete and Mortars. x. C1417, Standard Speciiication for Chemical Adrr�ixtures for Use in Producing Flowing Cancrete. y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Cancrete. z. C106�, Standarci Test Method for Temperature of Freshly Mixed Hydraulie- Cement Concrete. aa. C1240, Standard Specification %r Silica Fume Used in Cernentitious Mixtures. bh. El I55, Staz�dard Test Method for Deternuning FF• Floor Flatness and FL Floor Levelness Numbers. cc. �436, Standard Specification for Hardened Steel Washers. 6. Anaerzean Welding Saeiety (AViiS). a. Dl.i, Structural Vlielding Code - Steel. b. D1.4, Structural Welding Code - Aein%rcing Steel, 7. Cnncrete Reinforcing S:teel Institute {CRSI) a. Mattual of Standard Practice 8. Texas Department of Transportation a. SYandard Specification for Consiruction and Maintenance of Highways, Streeis and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work �ncluded 1. Design, fa�ricatian, arection and stripping of farmwork far cast-in-place concrete ineluding shoring, reshoring, falsework, bracing, proprietary forming systems, pr�fabricated foz�s, void forms, permanent metal forms, bulrtcheads, keys, blocl�outs, sleeves, pockets and accessaries. a. Er�ction shall inc�ude installaiion in formwork of items furnished by other trades. 2. Furnish all labar and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast-in-place concrete, including steel 6ars, welded steel �vire fabric, t'res, supports and sIeeves. 3. Furnish alI labor and materials required to perfortn the folla�ving: a. Cast-in-place concrete b. Concrete mix designs c. Grouting CITY OF FORT WOR'I'H STANAARD GONSTRUCTION 5PECIFICAT[ON DOCUMENTS Water & 5anit�ry Sewer Replacement Revised Decemher 2a, 2D12 Contract 2p18 {WSM-M) City Gontract Na. 1416$8 Q3 30 00 - 4 CAST-IN-PLACE CQNCRETE Page 4 of 25 1,S SIIBMITTALS A. Subxnittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the Ciiy prior to deIivery anc�/or fabrication for specials. i,fi ACTION SIIBMITTAL5/1NFORMATIDNAL SUBMITTAL� A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1, For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed rnix design with a record of past performance. 3. Submit alternate design tnixtures when characteristics of materials, Project candi- tions, weather, test results or other circumstances warrant adjustmenks. 4. Indicate amaunts of mixin� water to be withheld for latex addition at Project site. a. Include this quantity on d�;livery ticket. C. Steel Reinforcement Submittals for Infarmation 1, Mill test cez#ificates af supplieci eoncrete reinforcing, incficating physical and chem- ical analysis. LT CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALYTY ASSURANCE A. Manufacturer Quali�ications 1. A iuYn experienced in manufacturing ready-mixed concrete praducts and that com- plies with ASTM C94 requirements for production facilities and equipment 2_ Manufacturer certzfzed accnrding to NRMCA's "Certif'ication of Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious rnaterial af the sarne brand frorn the same manufacturer's plan#, obtain aggregate from 1 source and obtain admixtures through 1 source fram a single manufacturer. C. ACI Publications 1. Comply vvith the following un�ess madified by requirements in the Contract Docu- ments: a. ACI 301 Sectians 1 through 5 b. ACI 117 D. Concrete Testing Ser�ice Engage a qualified independ�nt testing agency to p�rform material evaluation tests. CITY OF FORT WORTH STANDARD CONSTRUCTION SPSCIFICATIQN DOCUMENT5 Water & Saniiary Sewer Replacement Revised Decetnber 20, 2U12 Contract 2018 {WSM-M) City Contract No. 1D1688 033000-5 CAST-IN-PLACE CONCRETE Page S of 25 1.1Q DELIVERY, STORAGE, AND FIANDLjNG A. Steel Reinforc�ment 1. Deliver, store, and handle steei reznforceznent to prevent bending ar�d damage. 2. Avoid damaging eoat'tngs on steel reinforcement. B. Waterstops 1. Store waterstap.s under cover to pratect from moisiure, sunlight, dirt, oil and other contaminants. 1.11 FIELD CQNDITIONS [NOT LTSED] I.12 WARRANTY [NOT USED] PART � - PR�DUCTS �.1 OWNER-FURNISHED OR OWNER-SiTPPLIED PRQDUCTS [NOT USED] �.� PRODUCT TYPES AND MATER.IAi�S A. Manufacturers 1. In other Part 2 articies where titles below introduce [ists, the following arequirements appIy to product selec�ion: a. Availahle Products: Subject to complian.ce with requirements, products that may be incatparated into the Work include, but are not limited to, products specified. b. A�vailable Manufact�rers: Subject tfl eo�npliance with requirements, manufacturers ofFering praducts that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form-Facing Materials 1. Rough-Formed Finished Concrete a. Plywood, lumber, n�etal or another approved material b. Provide lumber dressed on at least 2 edges and 1 5ide for iight �t. 2. Chatnfer Sfrips a. Wood, metal, PVC or rubber strips b. '/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or riibbex strips b. Kerfed for ease of form removal 4. Form-Release ,t'�gent a. Commercially formulated form-release agent that wi11 not bond with, stain or adversely affeet concrete surfaces b. Shall not impair subsequent tireatments of concrete surfaces c. For steel form-facing materials, formulate with rust inhibifior. 5. Form Ties C[TY OF FOIiT WORTH STANDARD CONSTRUCTION SPECIFICATIDN DOC[IME�NTS Water & Sanitary Sewer Rep[acement Revised December 26, 2Q12 Cnntraef 2018 (WSM-M) Ciry Contract No. 101fi88 03 30 DO - 6 CAST-IN-PLACE CONCRETE Page 5 0#'25 a. �'actary-fabricated, removable or snap-off inetal or glass-fiber-reinforced plastic fprm tie� designed to resist lateral pressure of fresh concrete on forms and to pre�ent spalling of concrete on removal. b. Furnish units that willleave no corrodible metal closer than 1 inch to the plane af exposed concrete surface. c. Furnish ties that, when rerr�oved, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water-barrier plates to waIjs indicated to receive dampproofing or waterproofing. C. Steel Reinforcecraent 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D, Reinforcement Accessories Smooth Dowel Bars a. ASTM A615, Crrade 60, steel bars (smooth) b. Cut bars true to length v�+ith ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and ather devices for spacing, supparting and fastening reinforcing bars and welded wire reinforcement in place b. Manufaclure bar supports from steel wire, plastic or precast concrete according to GRSPs "Manual af Standard Practice," of greater campressive strength than concrete and as follows: 1) For concr�te surfaces exposed to view where legs of wire bar supports contact fartns, use CRSI Class 1 plastic-protected steel wire ar CRSI Class 2 stainless-steel bar supports. Z) For slabs-on-grade, provide sand plates, horizontal runners or precast concrete blocks on bottom wl�ere base material will not support chair legs or where vapor barrier has been specified. E. Ernbedded Meta1 Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full-fusion process, as furnisbed by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Produets a. Wej-it Bolt, Wej-it Corporation, Tuisa, Oklahorna b. Kwik Bolt I[, Hilti Fastening 5ystems, Tulsa, Oklahoma a. Trubalt, Ramset Fastenir�g Systems, Paris, Kentucky G. A�hesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system inta hardened cancrete or grout-filled masonry. a, The adhesive system shall use a 2-component adhesive mix and sha�I be injected with a static mixing z�ozzle following manufacturer's instructions. CIT'Y O� BORT WORTA STANQARD CONSTRUC'3'10N SPEC1FiCATION DOCUMENTS Water 8e Sanitary Sewer Raplacement Revised Dceember 20, 2012 Conitact 2q18 (WSM-N� City Contrxct No. 101568 Q330U0-7 CAST-IN-PLACE COr'CRET� Page 7 of 25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is egual to the allowable yield capacity of the rod, unless othervsrise specified. A�ailable Products a. Hilti HIT HY 150 Max b. Simpson Acrylio-Tie c. Powers Fasteners AC 100+ �old 3. Threaded Rods: ASTM A193 a. Nuts: ASTIVI A563 hex carban steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot-dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts requi�red for anchorage of materials Qr equipment to concrete cnnstniction where n.ot supplied by ather trades: a. ln vertical concrete surfaces for transf.er of direct shear loads only, provide adjustahle wedge inserts ofmalleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizantal concrete surfaces and whenever i:taserts are subject to tension farces, provide threaded inserts of malleable cast iron furnished with full depth bolts. lj Provide 3f4-inch bolt size, unless otherwise indicated. I. Concrete Materials l . Cementitious Maierial a. Use the following cementitious materials, of the same type, brand, and source, throughout Proj ect: 1) Portland Cement a) ASTM C1S0, Type I/II, gray b) Supplement with the following: ( i ) Fly Ash (a) ASTM C6I S, Class C or F (2) Ground Granulated Blast-�`urnace Slag (a) ASTM C989, Grac�e 100 or 12Q. 2} Silica Fume a} ASTM C1240, amarphaus silica 3) Nor�al-Wei.ght Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b} Provide aggregates from a single source. 4) Maximum Coarse-Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures CI'I`Y OF FOR� WORTFi STANDARD CONSTRUCTION SPECIFICATTON DOCTJNIENTS Revised bececnber 20, 2012 Watcr & Sanitary Sewcr Replaceznent Cantract 2018 (WSM-M) Ciry Cont�act No. 101588 0�3.000-s CA5T-IN-PLACS Cdl�'CRETE Page 6 of 25 1. Air-Entraining Admixture a, ASTM C260 2. Chemical Admixtures a. b. c. d. e. f. �- h. Provide admi.xtures certified by ttaanufactuz-er to be compatible with ather ad- mixtures and that will not contrib�te water-soluble chloride ions exceeding those perrnitted in hardened concrete. Do not use calcium chloride or admixtures containing calciurn chloride. Water-Reducing Admixture 1) ASTM C49A�, Type A Retarding Admixture i) ASTM C494, Type B Waier-Reducing and Retatding Admixture 1) ASTM C494, Type D High-Range, Water-Reducing Admvcture 1) ASTM C494, Type F High-Range, Water-Reducing arid Retarding Admixkure 1) ASTM C4�4, Type G Plasticizing and Retarc�ing Admixture 1) ASTM C1017, Type II K. Waterstops Self-Expanding Butyl Strip Waters.tops a. Manufactured reetangular ar trapezoidal strip, butyl rubber wi� sodium bentonite or other hydraphilic polymers, for adhesive b�nding to concrete, 3/- inch x 1-inc�.. b. A�ailable Products 1) Colloid Environrnental Technologies Campany; Volclay Waterstop-RX 2) Concrete Sealants Ine.; Conseal CS-231 3} Greenstreak; Sv�ellstop 4) Henry Cozzzpaz�y, Sealants Division; Hydro-Flex 5) .TP Specialties, Inc.; Eat�hshield Type 20 6) Frogress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materia�s 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth naade frnm jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Mozsture-Retainin� Caver a. ASTM C171, polyethyleRe film or white burlap-polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane-Farming Curing Cornpound a, ASTM C309, Type l, Class B, dissipating h. Availabie Products 1) Anti-Hydro International, Inc.; AH Curing Comgound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) CherriMasters; Safe-Cure Clear CI'3"Y OF FORT WORTH STANDARD C�NSTRi7CT[ON SPECIFICATION D()CE7MENT5 Wxter & 5anitary Sewer Replacennent Revised Decem6er 20, 2912 ContracC 20 £ S(W5M-M) City Cnntract No, 101688 o33ana-s CAST-IN-PI.ACS CONCKCT� Page 9 of 25 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5} Dayton Superior Cor�aration; Day Chem Rez Cure (J-11 V4� 6) Euclid Chemical Company (The}; Kurez DR VOX 7) Kaufman Praducts, 3nc.; Thinfilm �20 8) Lambert Carporation; Aqua Kure-Clear 9) L&M Construction Chemieals, Inc.; L&M Cure R 10) Meadows, W. R., Ync.; 1100 CIear 1 l) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E I2) Symons Corporation, a Daytan Superior Company; Resi-Chem Cl�ar Cure 13) Tamms Industries, Inc.; Horncure WB 30 l4) Unitex; Hydra Cure 309 15) i7S Mix Products Carnpany; US �pec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, butadiene Type II, non-redispersible, acrylic emulsion or styrene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding ta damp surfaces, of class suita6le for application temperature and of grade to suit requirements, and as fallows: 1) Types I and II, non-laad bearing 2) IV and V, load bearing, for bonding 3) Hard�ned or freshly mixed concrete to hardened concrete 3. Reglets a. Fa�ricate reglets of not less than OA217�inch thick, galvanized steel sheet b. Tempararily fi11 or co�er face opening of reglet ta pre�ent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with gal�anized tnetal, galvanized pipe, polyvinyl ehloride pipe, fiher tub�s or waod 5. Nails, Spikes, Lag Boits, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to �aintain forn�work ip place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement-based, polyrner-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not featner. b. Cement Binder 1) ASTM C150, portland cement or hydraulic oz' blended hydraulic cement as defined in ASTM C219 c. Primer CITY dF FORT WORTH 5'�';411DAItb CqNSTRUCTION SPECIFICATION DOCUMENTS Water & Sanitary Sewar Replacemenl Ravised December 20, 2013 Contract 20] 8(W5M-M} CityContractNa 1U1668 03 30 OD - { 0 CAST-I�f-YLACE CONCRETE Page 10 of 25 I} Product of underlaymenf manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) W�11-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested accarding to ASTM C109/C109M Repair Overlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thiclrnesses af 1/8 inch nr greater 1) Do not feather. b. Cement Binder 1) ASTM C15�, portl�tzd cement or hyclraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of to�ping manufacturer reeommended for substz'ate, conditions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inoh or caarse s:and as recammend- ed by tapping manufacturer e. Compressive Stren.gth 1) Nat l�ss than 500D psi at 28 days when tested according to A�T1VI Clp9 O. Concrete Mixtures, General Prepare desigu znixtures for each type and strength af concrete, proportianed on the basis of laboratory trial mixture dr field test data, or hoth, according to ACI 30I . a. Required average strength abov� specified strengih 1} Based on a record of past perfoz�mance a) Determination of required average strength above speciiied strength shall b� bas�d on the standard deviation record of the results of at l�ast 30 cqnseeutive str�ngth tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2} Based on laboratory trial mixtrires a) Proportions shall be selected on the basis of laboratory trial batches prep�'ed in accordance with ACI 31 S, Cfiapter 5.3.3.2 tn produce an average stre:ngth greater than the speci�ied strength fc by khe amount defined in iable 5.32.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplicr. 4) For each pxopq�ed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Atlditional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cerrientitiaus materials other thazt portland ce- ment in conerete as follavvs, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FDRT WORTH STf�NDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water & Sanitary Sewer Replacement Revised December 20, 2012 Conriact 201 B{WSM-M) Ciiy Contracf [Yo. 1 Q[ 68B a33oao-t�. CAST-IN-PLACE GOIVCRETE Page 11 of 25 2) 3) 4} 5) 6) 7) 8) Combined Fly Ash and Pozzolan: 2.5 percent Ground Granulated Blast-Furnace Slag: 50 percent Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 5Q �aercent Portland c.ement minimum, with fly ash or pozzolan not exceeding 25 per- eent �iliea Fume: 10 percent ComMned Fly Ash, Pozzolans, and Silica Fume; 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent Corr��ined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace �lag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceedirig 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete ta a. 0.30 p�rcent by weight of cement if concrete will hava no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1 A�aercent by weight if conerete wiSl have no exposure to chlorides and will be continnally dry and protected. �4. Admixtures a. Use admixtures according ko manuiactur�r'S wri�ten instruction5. h. Do not us� admixtures wiiich have not been incorporated an� tested in accepted mixes. c. Use waCer-reducing high-range water-reducing or piasticiaing admixture in concrete, as required, for placernent and workability. d, Use water-ceducing and retarding admixture when required by high temperatures, low hu�idity ar atl�er advers� glacement condikians. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parlcing structure slabs, can.crete required ta be watertight, and concreie with a water-�ementitious materials ratio below 0.50. f. Use corrosion-inhibiting admixture in conerete mixtures where indicated. �'. Concrete Mixtures 1, Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal-weight concrete znixiure as follows: a. Minimum Campressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. SIump Limit: 5 inches or 8 inches for concrete with verified slump oF 2 ta 4 inches befare adding high�range water-r�ducing admixture ox plaskicizing admixture, plus or minus 1 inch d. Air Contenk: 6 percent, plus or minus 1.5 percent at point of delivery far 3/4- inch naminal maxinaurn aggregate size Q. Fabrieating Reinforceuaent CITY OF F�RT WORTH 5TANDARD CONSTRiJCTION 5PECIFICATiOlV DOCUMENTS Water & Sanitary Sewer Replacemenl Revised December 20, 2012 Cantract 20l$ (W8M-lbI) City Cnnlract Nn, 101688 D33040-12 CAST-IN-PLACE CONCR�TE Pagc 12 of 25 1, Fabrieate steel r�inforcement according ta CRSI's "Manual of Standard Practice." R. Fabricat�on of Embedded Metal Assemblies I. Fabricate metal assemblies in the shop. Holes s�.all be made by drilling or punching. Holes shall not be rnade by or enlarged by burziing. VVelding shall be in accardance with AWS Dl.i. 2. Metal assemblies exposed to earth, weather or moisture shall be hflt dip galvanized, A11 other metal assemblies shall he either hot dip galvanized or painted with an epaxy paint, Repair galvanizing after welding with a Cold Galvatzizing compound insta�led in accordance with the manufachxrer's instructians. Repair paiz�ted assemblias after weldix�g with sazne type ofpaint, S. Concre.te Mixing 1. Ready-Mixed Cancrete: Measure, bateh, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a, When ait terz�perature is between 85 �nd 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce rnixing and delivery time to 60 minutes. 2. Yrdject-Site Mixing: Measure, batch, and mix concrete materials and concret� according to ASTM C94/C94M. Mix concrete materials in apprnpriate dt�m-type batch machina m'vicer. a. For mixer capacity of 1 cubic yard nr smallar, cantinue mixing at least 1-1f2 minutes, but not more than S minutes after ingredients are in rnixer, before any pat-t of bateh is released. h. For rnixer capacity iarger than 1 cubic yard, increase mixing time by 15 seconds far each additionai 1 cubic yaxd. c. Provide bateh ti.ckei for each batch discharged and used in the Work, it�dicating Project identification name and nuxnber, date, mixture type, rz�ixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. �.3 ACCESSORIES [NOT US�D] 2,.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.] INSTALLERS [NOT USED] 3.� EXAMINATION [NOT i1SED] 3.3 . PREPARATION [NOT USED] 3.4 1NSTALLATION A. Formwark 1. Design, erect, shore, brace, and maintain %rmv�rork, �cearding to ACI 301, to support vertical, lateral, static, and dynamic loads, and constructian loads that might be applied, until �truciure can suppo�t such loads. CIT"Y OF FdRT WORTH 5TANDARD CDNSTRUCTION SPECIFiCATION DOCUMENTS Re�ised I7ncemher 20, 2012 Water & Sanitary Sewer Replacement Contract 2U18 {W5M-M) City Conttact No. 1D1688 03 30 UD - 13 CAST-IN-PL,ACE CONCRETE Page 13 of25 2. Construct formwork so concrete me�nbers and struetures are af size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - i inch. 2} Outside corner of exposed corner colurnns and control joints in concrete exposed to view less tha.n 100 feet in height - C!2 inch. 3} Lines, surfaces and arises greater than 100 %et in height - 1/10d0 times the height but not more than G inches. 4) Outside corner of exposed corner eolumns and control joints in concrete exposed to �iew greater than 1 a0 feet in height - 112004 tirnes the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centeriine of openings 12 inches or smaller and edge location of larger openings in slabs -112 i;nch. 3} Sawcuts, joints, and �veakened plane embedments in slabs - 3/� inch. c. Level aiignment 1) Elevation of slabs-on-grade - 3/4 inch. 2) Elevation of top surfaces of fornsed slabs befare removal of shores - 3/4 inch. 3) Elevarion of formed surfac�s before removal oi shares - 314 inch. d. Cross-sectional dinaensions: �verall dimensions of beams, joists, and columns and thickn.ess of walls and slabs. 1) 12 inch dimensian or less - plus 112 inch to rninus 1/4 inch. 2) Greater than 12 inch to 3 foat dimension - plus 1/2 inch ta minus 318 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 314 inch. e. Relative alignment �1} Stairs a} Difference in height betw��en adjacent �risers - 118 inch. b) Difference in width belween adjacent treads - 114 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b} Specified width between 2 inches and 12 inches - 114 inch. 3) V�rtical alignment af outside corner of exposed eorner columns and conirol joint groor+es in concrete exposed to �iew - 1/4 inch in I O feet. 4) AIl other conditions - 3f8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 3Q�7R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smaoth-f�rmcd finished surfaces. b. Class C, 1/2 inch for rough-formed finished suriaces. 4. Construct forms tight enaug� to prevent loss of concrete mortar, CISY OF FORT W4RTH STANDARD CONSTRUCTIflN SPECIF�CATTON D{}CiJMEI+iTS Revised December 20, 2012 Water & Sanitary 5ewer Replacement Gontract 2D1$ (WSM-Ni) City Contract No. 101688 D3 30 00 - 14 CAST-IlV-PLACL. COiYCRLTE Page I4 of 25 S. Fabricate forms for easy remo�al without hammering or prying against concrete surfaces. Prnvide crush or wr.eckiag plates where stripping may damage cast concrete surfaces. Provide top farms for ind�ned surfaces steeper than 1.5 horizontal to I vertical. a. Xnstall keyways, reglets, recesses, and the like, far easy remnval, b. Do not use rust-stained steel form-facing material. 6. 5et edge farms, bnikheads, and interntediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secnre units to support sereed strips; use strike-off templates �r cpmpacting-typ� screeds. 7. Construct formwork to cambers show� or specified on the Drawings to allow far structural deflectian pf the harder��d concrete. Pravide additional e[evation or camber in formwork as required for anticzpated formwork deflections due t€� weight and pressures of eoncrete and eonstruction loads. 8. �oundation Elernents: Form the sides of all below grade portio�s af beazz�s, pi�r caps, walls, and calumns st�'aight and tQ the lines and grades specified. Do no earth form foundation elements unle�s specifically indicated on the Drawings. 9. �rovide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessi�le. Close openings with panels tightly fitted to fo�s and securely braced to prevent loss of concrete martar. Locate temparary openings itz forms at inconspicuous locations. I0. Chamfer exterior corners and edges of permaner�tly exposed conerete, 11. Fo�n openings, chases, offsets, sinkages, keyways, reglets, blockin.g, screeds, and bullcheads required in the Wark. Determine sizes and locations from trades providing such items. 1Z. Clean forms and adjacent surfaces to receive conerete. Remove chips, wood, sawdust, dirt, and othEr debris just before placizig concrete. 13, Retighten farms and bracing hefore plaeing conerete, as required, to prevent rnortar Iealcs and mair�tain proper a]i�nment. 14. Coat cantact surfaces of forms with farm-release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring dev�ices, and �mbedded items. a. Do noY apply form release a�ent where cnncr�te surfaces are schedu.lad to receive subsequent finishes which may be affected by agent. Soa3c contact surfaces of untreated forms r�vith clean watar. Keep surfaces wet priar to placing concrete. B. Eznbadded It�ms Place and secure az�chorage devices and other embedded items required for adjaining work that is attached fo or supported by cast-in-place concrete. Use setiing drawings, templaies, diagrams, instructians, and dir�ctions furnisked with itezns to be embedded. a. Tnstall anchor rods, accurately located, to elevations required and cornplying with tolerances in AZSC 303, Section 7.5. 1) Spacing vvithin a bnit group: 118 inch 2) Location ofbolt group (center): '/z inch 3) Rotation of boit group: S degrees CITY OF FORT WORTH STANDARD CONSTRUCTIQN SP&CiFICATION DOCi1MENT5 Water & Sanitary 5ewer Replacement Edcvised December 20, 2012 Cantract 2018 (WSdvl-M) ciry Contract l�'o. 1016$s 03 30 oa- is CAST-IN-PLACE CONCRETE Page IS of25 4) Angle off vertical: S degrees 5) Bo�t projectipn; � 318 inch b. Install reglets to receive waterproo�ng and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown ai lintels, shelf angles, and other conditions. C. Removing and Reusing Fomis 1. ➢o not 6ackfill prior to concrete attaining 70 percent of its 28-day design cotnpressive stren�th. 2. General: Formwark far sides af beams, walls, columns, and similar parts of the Work that daes nnt support weight of concrete inay be removed after cumulatively curing at not less than 50 degrees Falirenl�eit for 24 hours after placing concret�, if concrete is hard enough to not be damaged by form-removal operatzons and curing and protection o�erations are maintained. a. Leave formwork for beam soffits, jaists, slabs, and other structural elements that suppnrts weight af concrete in plaee until conerete has achieved at least 7� percant of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinfarced concrete nntil conerete has attained 70 percent ofits specified 28 day compressive starength as esta�Olished by tests of field cured cylinders. In the absence af cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature oi at least 50 degrees Fakirenheit for tha muvmum cumulative time pez'io.ds given in ACI 347, Section 3.7.2.3_ Add the period of tirue when the surrounding sir temperature is below SO degrees Fahrenheit, to the minimuxn lisied time period. Farmwark for 2 way conventionally reinforced slabs shall remain in place for at least the minirnu� cumulat�ve time periods speeified for 1-way slabs af the same maximum span. c. Irnmediately reshore 2-way canventionally reinforced slabs after formwork removal. Aeshares shall remain until tlae concrete has attained the specified 28 day compressive sirength, d. Minimum cumulative curing times may be redueed by the use of high-early strength cement or forming systems which allow form remo�al without disturbing shores, but only after the Contractor has demanstrated to the saiisfaetion of the Engineer that the early removal of forms will not cause excessive sag, distortion or c�amage to the concrete elements. e. Completely remove wood forzz�s. �'z'o�ide temporary openings if required. f. Provide adequate nnethpds af cuxing and thermal protection oi exposed concrete if forms are reraoved prior to completion of specified curing time. g. Reshore areas required to support construciion loads in excess af 20 pounds per square foot to properly distrib�xte consfruction loading. Construciion laads up fo the rated live load capacity may be placed an unshored constructioq pro�vided the concrete has attaiaed the specified 2$ day compressive strength. h. Obtaining cQncrete cnrripressive str�ngt� tasts fior the putposes of fozm removaI is the responsibility of t�.e Contractor. i. Remove forms only zf slaores ha�+e been arranged ta permit removal of farms without loosening or disturbing shaxes. C1TY 4F FORT WORTH STANDARD CONSTRUCTION SPBCIFiCATION DOCi7MENTS Revised i�ecember 20, 2dl2 Water & Sanitary Sewer Raplacement Contract 2018 (WSM-M) C'sty Contract No. 10168.8 03 30 DO - l6 CA5T-IN-PLACE COI�CRETE Page 16 of2S 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delarninated, or otherwis� damaged form-facing material wili not be acceptable for exposed surfaces. Apply new form-release agent. 4. When forms axe reused, clean surf�ces, z'emove fins and laitance, and tighten to close joints. Align and secure joints to a�oid offsets. Da not use patched forms for �xposed concrete s�rfaces unless appraved by Engineer. D. Shores and Reshores 1. The Contractor is soIely responsible for proper shox`itxg and reshoring. 2. Comply with ACI 3I8 and ACI 30] for design, in�tallation, and removal of sharing and reshoring, a. Do not rert�ove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid da�mag� to cflncrete. T.ocate and prnvide adequate reshoring ta support construction without excessi�e stress or deflection. E. Steei Reinforce�nent General: Comply with C.RSI's "Manual of 5tandard Practice" for placing reinforcement. a. Do not cut oz' puncture vapor retarder. Repair damage and reseal vapar retarder before placing concrete. 2. Clean reinforcement of laose rust and mill scale, earth., ice, and other foreign materials that would reduce bond to concrete. 3. Accurately positzon, suppart, and secure reinforcement against �isplaceme�tk Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossirig reinforcing haxs. a. Weld reinforcing bars according ta AWS D 1.4, wbere indicated. Only steel con.foarming to ASTM A706 may be welded. 4. InstalEatiqn tolerances a. Top and bottom bars in slabs, �rders, beams and joists: 1} Members 8 inches deep or Iess: �3/8 inch 2) 1Vlembers more than 8 inches deep: �1/2 inch b. Conerete Cover to Foz-rned or Finished SurFaces: f3/8 inches for members $ inches deep or less; �1/2 inches for m�mbers nver $ inches deep, except that tolerance for co�er shall not exceed 113 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in foz�ed beams, columns and girders: 1-112 inches c. Grade heams and exterior face of %rmed walls and colurnns exposed to �veather or in contaet with the ground; 2 inches d. Interior fac�s of walls: 1 inches e. Slabs: 3/4 inches 6. 5plices: Provide stata�daxd reinforcement splices by lapping and tying ends, Comply with ACI 318 %r minimum Iap oi spEic�d bars where not specified on the documents. Do not lap splice no, 14 and 18 bars. CITY OF FORT WDRTH STANDARD C�NSTRUCTiQN SPECIFICATIdN DDCUIvIE�fTS R�visad December 20, 2032 Water & Sanitary Sewer Replaeement Conlract2018 (WSM-M) City Coatract Na. 10I688 n3soon-E� CAST-IN-PLACE COI�iCREi'E Page 17 of 25 7. Field Welding of Embedded Metal Assemblies a. Rernove all paint and galvanizing in areas to receive iield welds. b. Fielc� �repar� all areas where paint or galvanizing has be�n remaved with the specified paint nr cold galvanizing compound, respectively. F. Jaints 2. 3. I. General: Construct joints true to line with faces perpendicular ta surface p.lane of conerete. Construction .foints: Install so strength and appearance of concrete are not impaired, at locations inciicated or as appro�ed by Engineer. a. Piac� joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless atherwise indicated. Do nat continue rein.forcenaent through sides of strip plaeernents af fioors aud slabs. b. Form keyed joints as indicated. Embed keys at least 1-112 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third af spans. Offset joints in girders a minimum distancs of twice the beam width from a beam-girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slahs, beams, and girders and at the top of footings or floor slahs. e. Space vcrtical joints zn walls as indicated. Lvcate join.ts beside piers int�gz-al with wa11s, near corners, and in concealed locations where possible. £ Use a bonding agent at lacations where fresh concrete is placed against hardened or partially hardened concrete surfaces. Doweled Joints: fnstasl dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-112 of dowel length to prevent concret� bonding to 1 side of joint. G. Waterstops 1. Flexible 1Naterstops: Install in construction joints and at other joints indicated to farm a continuous ciiaphragm, Install in langest lengths practicable, Support at�d protect expased waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self-Expanding Strip Waterstops: Install in constr�ction joints and at other locations indicated, according to manufacturer's written instructions, adhesiv� bonding, mechanicaily fastening, and f rmiy pressing inta place. InstalI in longest lengths practicabte. H. Adhesive Anchors 1. Compiy with the rnanufacturer's installaiion instruc�ions on ihe hole diameter and depth required to fulLy develop the tensile strength of the adhesive anc�or or reinforcing bar. 2. Praperly clean out the hole utilizing a wire brush and compressed air to remove all loose material ir�orn the hole, prior to installing adhesive rnaterial. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections hava been performed. CITY OF FORT WORTH STAAlDARD CONSTRUCTION SPECIFICATION DOCY]MENT5 Water & 5anitary 5ewer Replacemeat Revised Decemher 2Q, 2012 Contract 2018 (WSM �d) City Contract No, 101688 03 30 00 -16 CAST-IN-PLACE CONCRETE Page 18 aP 25 2. Do nvt add water io concrete during delivery, at Proj ect site, or during pIacement unless approved by Enginaer. 3. Before test sampling and placing concrete, water may be added at Project site, suhjectto lirnitations ofAGI 301. a. Da not add water to concreta after adding high-range r�+ater-reducing admixtures to mixture. b. Do not exceed the maximum specified waterlcement ratio for the rnix. 4. Deposit concrete continnously in 1 layer ar in horizontal layers af suc� tk�iclan�ss that no new concrete will be placed on e�ncreta that has hardened enough tu cause seams or planes of weakness. If a section cannot be placed continuously, pro�ide consiruction joints as indicated. Deposit co�crete io avaid segregation. a, Deppszt cancrete in hozizontal layers of depth to not exceed formwork design pressures, 15 feet ma�cimum and in a manner to avnid inclined canstruction joints. b. Consolidate placed concrete with mechanical vibrating equipment accarding to ACI 301. c, Do nat use vibratars to transport concrete inside forms. Insert and withdraw vibrators vertically at unifortnly spaced locatians ta ra�idly penetrate placed layer and at least 6 inches into preceding layer, Do not insert vibrators into lawer layera of concrete that have begun ta lose plasticity. At each insertion, limit duratian of vibration to time n�cessary to consolidate concrete and coinplete embedment pf reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not petmit cone.rete to drop freely any distance greater than 10 feet for concrete eontaining a high range water reducing admixture (su�erplasticizer) or 5 feet fpr ather cancrete. Provide chute or tremie to piace concrete where longer drops ar� nec�ssary, Da not plac� cancrete into excavatians with standing water. If place of depasit cannot be pumped dry, pour concrete through a tremis with its outlet n.ear the bottom of the place of depasit. e. Discaxd pump primiag �rout and do not use in the siructuz-e. 5. Deposit and consojidate concrete for floars and slabs in a continuous operation, within limits of construction joints, uniil placement af a panel or section is complete. a. Consolidate concrete d�z-ing placement operations so concrete is thoroughLy warked around reinforcement and other embedded items and into cozxiers. b. Maintain reinforcement in positian on chairs during concrete placement, c. Screed slab surFaces with a straightedge and strike off to correct clevations. d. Slope surfaces uniformly to drains where required. e. �3egin initial floatfng using bull floats ar darbics to %rm a uniform and open- textured surface plane, before exeess bleedwater appears an the surface. Do not further disturb slab surfaces before starting finishing operakions. 6. Cold-Weather Placement: Camply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, fr�ezing actions, or tnw temperatures. a, When average hsgh and lav�r temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered cancrete mi�tur� temperature within the temperature range required by ACI 301. CITY aF FORT WORTFI STANllAR➢ CONSTftUCTION SPECTFICATION DOCUMENTS Water & 5anitary Sewer Replacement Revised December 2�, 2012 Contract 201.8 (W3M-M) City Contiract Na. ] 01688 03 34 DO - 19 CA5T-IN-PLACE CONCTtETE Page 19 of 25 b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade cnntaining firozen matarials. c. Do no.t use calcium chloride, salt, or other materials containing antifreeze agents or chemical accalerators u�less otherwise specified and approved in mixture designs. 7. Hot-Weather Placement: Ca�rzply with ACI 305.I and as follows: a. Maintain concrete ternperature below 95 degrees �ahrenheit at time of placement. Chilled mixing water or chapped ice may be used to contro� temperature, provided water equivalent of �ce is calculated to total amount af mixing water. YTsing liquid nitrogen to cool concrete is Contractor's option. h. Fog-spray forens, steel reinfarc�m�nt, and subgrad� just before placing concrate. Keep s�bgrade uniforinly mozsk without standing water, soft spots, or dry areas, J. Finishing Formed Surfac�;s 1. Rough-Formed Finish: As-cast concrete texture imparted by form facing material with tie hales an� defeets repaired and patched. Remove fins and other projectians that exceed specified limits on formed-surface i.riregularities. a. Apply to eoncrete surfaces not exposed to publie vievs+. 2. Related Unformed Surfaces: At tops of walls, hori�ontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off srnooth and iuush with a texture makching adjacent formed surfaces. Cantinue final surface treatment of formed surFaces unifarmly acrass adjacent unformed surfaces, unless otherwise indicated. K. MiScellaneous Concrete Ttems 1. Filling Tn: Fill in holes and openings left in cancrete structures, unless otherwise indicated, after work of other krades is in place. Mix, place, and cure concrete, as sp�cified, to ble�►d with in-place c.onstruction. Provide oYher miscellaneous concrete filling indicated or required to camplete the Work. 2. Curbs: Provide monolithic finish to interior curbs by �tripping farms while concrete is still green and by steel-iroweling surfaces to a hard, dense fmisk with corners, intersections, and terminations slightly rounc3ed. 3. Equipment Bases and �'oundations: Provide rnachine and equipment hases and foundations as shown on Drawings. Set anchar balts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furx�ishing machines and equipment. a. Housekeeping pads: Norma� weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel conerete to a dense, smoot8 finish. Set anchoc bolts for securing mechanical or electrical equipment during pouring of concret� filI. 4. Protective slabs ("Mud slabs"}: Normal weight concrete (2500 psi minimum) wiih a minimum thickness of 3-112 inchea. �inish slab to a wood flaat finish. L. Concrete PrQtecting and Curing 1. General: Protect freshly plaeed concrete from premature drying and excessive cold or hot temperatures. Co�nply with ACI 3Qb.1 for cold-weath�r protection and ACI 305.1 far hot-weather protection during curing. CITY OF FOliT WORTH STANDARTI GONSTRUCTION SPECIFICATION DOCUMENTS Reviaed December ZQ, 2012 Water & Sanitarg Sewer Replacement Caniract 2418 (W3M-tvlj City Contract No. L01688 o� 3o ao - zo CAS'I'-1N-PLACE CONCRETE Page 20 of25 2. Formed Surfaces: Cure fonmed concrete surf'aces, incIuding underside of beams, supported slabs, and other similar surfaces. Xf forms remain during curing period, moist cure after laosening forrt�s. If remo�ing forms before �nd of curing period, continue curing for the remainder of the curing period. 3. I7nformed Surfaces: Begin curing immediately after finishing eancrete. Cure unformed surfaces, including floors and slahs, eoncrete floar toppings, and other surfaces. 4. Cure concrete according to ACI 348.1, by 1 flr a combination af the following rneYhads: a. Moisture Curing Keep surfaces continuously moist for not le�s than 7 days with the following materials; 1) Water 2) Cantznuous wxter-fog spray 3) Absorptive cover, water saturated, and kept continuously wet, Cover concrete surfaces and edges with 12-inch lap over adjacant absorptive covers b. Moi�tur�-Retaining-Cover Curing: Co�er concrete suz-faces vvith moisture- retaining cover for cuzing cancrete, placed in widest practicabke width, with sic�es and ends lapped at ieast 12 inches, and sealed by v�aterproof'tape or adhesi�e. Cure for not less than 7 days. Xnnmediately repair any holes or tears during euring period using cover material and wai�zproof tape. 1) Moistare cure or use moisture-retaining eovers to cure concrete surfaces to receive floor covezings. 2) Moisture cure ar use moisture-retaining covers to cure eoncrete surfaces to receive penetrating liquid f[oor treatments. 3) Cure concrete surFaces to receive floor co�erings vvith either a moisture- retaining Govcr ar a curing campound that the rnanufacturer certifies will not intet�ere with bondin� of flaor covering used on Project. c. Curing Compound: Apply unifoz'naly in oontinuous operation by power spray or roller ac�ording to rnanufacturer's written in5tructions. Recoat areas subj�cted to heavy rainfall within 3 hours aft�r initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR �►. Concrete Surface Repairs 1. Defective Concrete: Repair and patch defecti�e areas when approved by �ngine�r. Remove and repiace concrete that eannot be repaired and patched to Engineer's approval. Z. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 p�rt portland c�ment to 2-112 parts fine aggregate passing a No. 16 sieve, using ot�ly enough water for hazxdling and placing. 3, Repairing �'orn7ed Suriaces: Surf'ace defects inelude color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolora�ions that cannot be remaved by cieaning. CffY OF FQiLT WDRT�T STANDAKD CONSTRUCTION SPECIFICATIaN ROCLTMENTS Water & Sanitary Sewer iteplacement Revised DecemMer20,2p12 Cantract20t8 (W5M-M) City Contraot Nn, S 01688 D33000-2] CA�T-RV-PLACE COIVCRETE Page 21 af 25 :'� � � b. c. Immediately after for►n removal, cut-out honeycambs, rock pockets, and voids more than 1/2 inch in any ditnension in solid concrete, but not less than 1 inch in depth. Malce edges of cuts perpendicular to concrete surfaee. Clean, dampen wzth water, and brush-coat holes and voids with banding agent. Fi3I and compact with patching mortar before bonding agant has dried. Fill iarm-tie voids with patching mortar or cane plugs secured in place with bonding agent. Repair defects on surfaces exposed ta view by blending white portland cemeni and standard portland cement so that, when dry, patching morkar will match surroun.ding color. Patch a test area at incanspicuou5 locations to verify mixtttre and colar match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surfac�. Repair defects on concealed formed surfaces that affect eonerete's durability and structural performance as determined by Engineer. Repairing Unformed Surfaces: Test unfarmed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces slo�ed to drain for trueness of slope and smoothness; use a sloped template. a. Repair fuiished surfaces cankaining defects. Surfac� defects include spalls, pop outs, honeycombs, roek pockets, crazing and craclzs in excess of 0.01 inch wide or that penetrate to reinforeement or cornpletely tlat�ough unreinforced sections regardless of width, and other objeetionable canditions. b. After cancreie has cured at least 14 days, correct Ytigh areas by grinding. c. Correct iocalized low areas during or immediately after completing suriace fixaishing aperations by cutting out low areas and rep3acing with patcl�ing mortar. Finish repaired areas to blend into adjacent cancrete. d. Repair defective areas, except random cracks and single holes 1 inch ar less in diameter, by cutting out and replacing with fresh conerete. Remove defective areas with clean, squase cuts and expnse steel rsin£orcement with at Ieast a 314- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply banding agent, Mix patehing concrete of same rnaterials and rnixture as original conerete except without coarse a�gregate. Place, compact, and finish to biend with adjacent finished c�nc:rete. Cure in same mann�r as adjacent concrete. e. Repair random cracks a$d single holes 1�nc� ar less in diameter wi.th patching �nortar. Groove tnp of cracks and cut out holes to sound eancrete and clean off dust, dirt, and loose particles. Datnpen cleaned conerete surfaces and apply bonding ag�nf. Place patching mortar before bonding agent has dried. Compact patching mortar and finish tv tnatch adjacent concrete. Keep patched area con.tinuously mflist for at least 72 hours. 1'erform structural repairs of concrete, subject ta Engineer's approval, using epoxy adhesive and patching mortar. Repair materials and instalIation not specified above may be used, subject to Engineer's appco�al. CTTY OF FORT WQRTH ST:41�DI�RI] CON5TRUCTION SPECIFTCATIpN DqCiJNIEAfTS Watct & Sanitary 5cwcr Replaenment Kevised Decetnber 20, 2fl32 Contrael2q18 {WSM-M) City Contract IVo. lU i 688 03 30 00 - 22 CAST-IN-PLACE CONCRETE 3.6 RE-INSTALLATION [NQT USED] 3.7 FIELD QUALdTY CONTROL Page 22 of 25 A. Testing and Inspecting: City vvill engage a special insgector and qualified testing and inspecting agency to perform field test� and inspections and prepare iest reparts. B. Inspections 1. 5tee1 reinforcement plac�ment 2. Headed bo[ts and studs 3, Veri�catian of use of reguired design mixture �. Conerete placement, including conveying and depositit�g 5. euring procedures at�d nnainter�ance of curing temperature 6. Verification of conerete s#rength before removal of shores and forms �i•am bearrjs and slabs C. Gonerete Tests: �'ez'form testing of composite satnpies of fresh concrete obtained aeeording to ASTM C172 according to the following requirements: I. Testing Frequency: Obtain 1 carnposite s.atnple far each day's paur of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus i set forr each additional 50 cubic yard or fraction thereo£ 2. Slump: ASTM C143; 1 test at point of placeme�t for each corz�posite sample, but not less than 1 test for each day's pour of each conerete rnixture, Perform additianal tests when concrete consistency a�pears to change. 3. Air Confient: ASTM C231, pressure method, for normal-weight concrete; 1 test for each composite sampl�, but not less than l test for each day's pour oieach concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperatura is 4D degrees Fahrenheit and below and when SO degrees Pahrenheit and above, and 1 test foz' each composite sample. 5. Cosnpression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. I} Do not transport field cast cylinders until they have cured for a rr�inimum of 24 hours. 6. Cornpressive-Stren�h Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 eylinders at 28 days. a HoId 1 cylinder for testing at 56 days as n�eded. 7. When stxength of iicld-cured cylinders is less than 85 percen.t of companian lahoratnry-cured cylinders, evaluate operations ar�d pravide corrective procedures for protecting and curing in-place cancrete. 8, Sirength of each eoncrete mix#u:re will be satisfactory if every average of azxy 3 cons�cuti�e campressive-strength tests equals or exceeds specified eompressi�e strength and nn oompressive-strength test value falls below specified compressive strength by more than 500 psi. CTTY OP FORT'4YORTII STANDARD CONSTRUCTIQI+i SPECIFICATION DOCUMENTS Revised December 20, 2012 Watcr & 5anitary Scwer Acplaccment Contiact 2�18 (W3�'I-M) City Contesct No. 1 U l 688 �3 30 OD - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 9. Report test resuIts in writing to Engineer, concrete manufacturer, and Con.tractor within 48 hours of testing. Reports of cornpressive-strength tests shail contain Project identifieation name and nutnber, date oF concrete placement, namc of concrete testing and inspecting agency, locakion pf concrete batch in Work, design cornpressive strength at 28 days, concrete mixture proportians and materiats, compressi�e br�aking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainnn�nt, co�tnpressive strengths, or ather requirements have not been met, as directed by Engineer. Testing and insp�ciing agency rnay conduct t�sts to determine adequacy of eoncrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineez�. a_ When the strength level of the cancrete far any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions andlor adjustments to khe mix design as required to obtain the required strength, If the a�erag� strength of the laboratary control cyiinders falls so low as to be deetzted unacceptable, follow the core test procedure set fo:rth in ACI 301, Chapter 17. Lacations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Cantractors expense, b. If the results of the core tests indi�ate that the strength of the structure is inadequate, any replacement, load testin�, or str�ngthening as rnay b� ordered by the Engineer shall be provided by the Can#ractor without cast to the City. 11. Additional testing and inspecting, at Contractor's expense, wili be performed to determine compliance of repiaced ar additianal work with specified requirements. 12. Garrect deficiencies in the Viiork that test reports and inspectinns indicate does not comply wit� the Contract Documents. D. Measure floor and slab flatneas and levelness according to ASTM E1155 wiihin 4$ hours of fnishing. E. Concrete Finish Measurement and Tolerances 1. All floors are subject to measuretnent for flatness and levelness and camply with the following: a. Slabs shall be flat within a tolerance of 511 f inches in 10 feet when tested with a 1Q foot long siraightedge. AppIy straightedge io the slab at 3 foot inter�als in both directions,lapping straightedge 3 feet on areas prer�iously checked. Low spots shall noi exceed the above dimension anywhere along the strai�htedge. Flatness shali be checked tiie next work day after ii�ishing. b. Slabs shall be Level within a toleranee af � 1/4 inch in 1 U feet, not to exceed 3/4 inches tofal �ariation, anywhere an the floor, from elevatipns indicated on the Drawings. Levelness sha11 he checked on a 10 foot grid using a level after removal af forms. c. Measurernent Standard: All flaors are subject to measurement for flatness and 1evelness, according to ASTM EI155. 2. 2 Tiered Measurement Standard a. Each �oar test section and the overail floor area shall canfot',t�. to the 2-tiered rneasureinent standard as speciiied herei�. C1TY OF FORT WDRTFI STANDARD CONB'fRt1CTION SPECIFICATION DOCUNfENTS Revised pecamher 20, 2012 Watee & Sanitary Sewer R�placement Canf�act 2018 (WSM-M) City Contracc Na. [ 01688 03 3o ao - Za CAST-IN-PLACE CONCRL^,T� Page 24 uf 25 Z} Minimunn T.ocal Value: The minimum Iocal FF/FL values represent the ab- solute rninimurn suxface profile that will be acceptable for any 1 test sample (line of ineasurernents) anywhere withitt the test area. 2} Specified Overall Value: The speci�ed overall FF/FL values represent the minimu� values acceptable for individual floor sections as well as the �Ioox as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the follpwing areas: 1} The area bounded by column and/or vsralI lines 2) The area bounded by construction and/or control joint lines 3) Any combination of colutnn lines and/or cnntrol joint lines b. Test sample measurement lines within each test section shall be maltidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test sec�ion shall be determined by the City's testing agency. 4. Concrete Floar Finish Tolerance a, The following values apply before removal of shores, Levelne�s values {FL,} do nat apply to intentionajly sloped or camhered areas, nor to slabs poured on metal deck nr precast concrete. 1) STabs Overafl Value FF45/FL30 Minimurn Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absoluta eIevation of any point on the slab surface, with respect ta the elevation shown o� the Drawings, is as follows: 1) Slab-on-Grade Construction: f 3/a inch 2) Top surfaces of formed slabs measured prior t� removal of supporting shores: � 3/4 inch 3) Tog surfaces of all other slabs: � 3/4 inch 4) Slabs speciiied to slope shall have a tolerance from the specified slope of 3/S inch in 10 feet at any point, up to 3/4 inch from theoretical elevatinn at any point, 3.8 5YSTEM �TARTUP [NOT US�D] 3.9 ADJ[JSTING [NOT USED] 310 CLEANING A. Defective Work l. Imperfect or damaged work or any material damaged or d�termin�d to be defective before fanal completion and acceptance of the entire job shall be satisfactorily re- placed at the Con#ractor's �xpense, and in conformity with all of the requirements af the Drawings and Speciizcations. 2. Ferform removal and replacement of cnncrete work in such manner as not ta impair the appearance or strength of the structure in any way, B. Cleaning ClTY DF FQRT W�RTT-I 3TANI7ARD CONSTRUCI'ION SPECIFTCATION I70CUMENTS Revised Deceinher 20, 2U12 Water & Sanitsry Sewer Rep}acement Cvntract 2018 (WSM-M} City Cantcact No. l D 1688 D3 30 00 - 2S CAST-IN-PLACE CONCAETE Page 25 nf 25 1. ilpon compleiian of the work remove from the site all forms, equipment, protective coverings and any rubbish resultin� therefram. 2. After sweeping floors, wash floors with ciean water. 3. Leave finished concrete surfaces in a clean candition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIE5 [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANC� �NOT USED� 314 ATTACIIlV�NTS [NOT i75ED� END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3 -- Removed Blue Text/Added Descriptions fnr water-soluble, I212012D12 D. Johnson chloride-ion content 3.4.C.1 — Changed 7S% to 70°/u C1TY OF �'(3TtT' WORTH STANDARD CONSTRUCTTON SPECIFICATIOId DdCIRNENTS Iievised December 2U, 2D12 VJater & Sanitary Sewer ReplasemenE Cnntract2a18 (W5M-M) City ConlracE No. 101688 033413-t COH`I'ROLL�D LOW STRENGTFI MATERIAL (CL5M} Page 1 af 7 SECTION 03 3413 CONTROLLED LOW STRENGTH MAT�RIAL (CLSM) PART1- GENERAL 1.1 SUMMARY A. S�ction includes: 1. Controll�d low strength material (CLSNn for use in the following; a. FIavtrable backfill B. Deviations from this City of Fart Worth Standard Specif cation 1. None. C. Related Specification Sections include, but are not necessarily lin:iited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 04 - Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremeni and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The �vark performed and the materials furnished in accordance wi,th this Item are subsidiary to the strueiure or It�ms being glaced and no other compensation will be allowed. 1.3 A. Reference Standards 1. Referenee standards cited in this Specification r�fer to the current reference standard published at the time of tbe latest revision date logged at the end of this Specz�catzon, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - 5tandard Test Method for Compressive 5trength of Cylindrical Concrete 5pecimens. 4. C143 - Standard Test Methc�d far Slu�rzip of Hydraulic Cement Cancrete. 5. G231 - 5tandard Test lVlethod for Air Cnntent of Freshly Mixed Concrete by the Pressure Mekhod. 6, G260 - Standaxd Specification for Air-Entraining Admixtures f'or Con.crete. CITY 0� PQIt'1' WORTH STANDAItD CONSTRiICTION SPECIFICt#TfON 1]OCUMENTS Revised De.cembar 2q, 20L2 Weter & Sanitary Sewer Replacement Contract 2018 (WS14I M) City Cvntract Na. l O 16R8 as sa t� -2 CON'L'1ZOLLED LOW STR�NGTH MAT�RIAL (CLSM) Page 2 of 7 7. C618 - Standard Specificatio:n for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMI�iISTRATTVE REQUYREIVIENTS [NOT USED] 1.� SUBMLTTALS A. Provide submittals in accordance with Section O1 33 00, B. All submiitals shall he appro�ed by the City prior to delivery and/or Fabricatior� for specials. 1.6 ACTION SUBMITTALSIINFORIVIATIUNAL. SUBMITTALS A. �'roduct data B. Sieve analysis 1. Sul�znit sie�e analyses of �ne and coarse aggregates being used. a. Resubmit at any time there is a significaz�t cha�ge in grading of materials. 2. Mix a. Submit full details, including mix design calculatians for mix proposed far use, C. Trial batch test data 1. Subtnit data for each test cylinder. 2. 5uhmit data that identifies rnix and slump for each test cylinderr. 1.i CLOSEOY]T SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIti ERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT iiSED] l.i� WAR1tANTY [NOT USED] PART � - PR�DUCTS �.1 OWNER-FL7RNISHEI) �R OWN�R-SUPPLIED PRODIICTS [NOT IISED] 2.2 PRQDUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type iI low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in aceordance with ASTM C618. 3. Water: As spacified in Section 03 3Q a0. 4. Admixture: Air entraining admixture in accordance with ASTM C260. C1TY OF EOIiT WORTH STANDARD COiVSTRUCTION SPECIFICATTON DOCUMENTS Water & Saaitary Sewer Replacement Re�ised �ecemher 20, 2012 Contract 20 [ 8(WSM-M} City Contract ]�a I 0 f&88 033413-3 CONTROLLED LOW STR�NGTH MAT�RIAL (CLSMj Page 3 of 7 5. Fine aggregate: Concrete sand (does not need tn be in accordance with ASTM C33). No more than 12 percent of fine aggregata shall pass a No. 20Q sieve, and no plastic fnes shall be present. 6. CoaXse aggregate; Pea gravel n.o larger than 3/8 inch. B. Mixes PerFor�nance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconf ned compr�ssi�e strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) No� greater than 150 psi measured at 28 days. 2) Limit the long-ferm strength (40 days) to 200 psi such that tn�terial could b� re-excavated with conventianal excavation equipment in the future if necessary. d. Wet density 1} No greater than 132 pounds per cubic foot. e. Color 1} No coloration required unless noted. 2) Submit dye or other colaration means for apprpval. 2. Suggested design mix Absolute Yalume Material Weight 3pecific Gravity Cubic Fnot Cament 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.�9 Water 283 pounds i.a0 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.7D TOTAI. 3,543 pounds - 27.00 �.3 ACCESSORI�S [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial baich I. After mix design has been accepted by Engineer, have trial batch of the aeeepted mix design preparad by testing laboratory acc�ptable to Engineer. 2. Pregare trial batches using specified cemantitious materials and aggregates pxaposed to be used far the Wark. 3. Prepare irial batch with suff cient quantity to determine slump, warkability, consistency, and to provide sufiicienti test cylinders. C1TY OF F012T WORTH 5TANDARD CONSTRUCTION SPECIFICATION DOCU�vIENTS Water 8c 5anitary Sewer Repiacement Re�ised December 20, 2D l2 Contract 201 S(WSM-NI) City Contracl No. 1 pl G$$ 033413-h CONTROi.LED LOW 5TREIVGTH MATERIAL {CLSM) Yage 4 af 7 B. Test cylinders: Prepare test cylsnders in accordance with ASTM C31 with the following exceptions: a. Fill thc concrete test cylinders to overflawing and tap sides lightly to settle the trux. b. Do not t'ad the concrete mix. c. Stri.ke off the excess material. 2. Place test cylinders in a moist curing room. �xercise aaution in moving and transporting the cylinders since they are fragile and rnrill witl�stand anly minimal bumping, banging, or jolring vvithout damage. 3. Do not z-emave tha test cylinder from mold until the cylinder is to be capped and t�sred. 4, The test eylinders may be capped with standard sulfur eompound or neoprene pads: a. Perfarm the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 112 inch thick,. and 112 inch larger in diameter than the test cylinders. c. Do not perform initial coz�a.pression test until the cylinders reach a minimum ag� oi 3 days. C. Compre�sion test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 2$ days in accprdance with ASTM C39 except as modified herein: l. The cornpression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the muumum required corr�pression strengkh, but not exceed maximum compression strengt�. D. If the trial hatch tests do not rneet the Speciiications for strength or density, re.vise and resubmit the rnix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the krial batches and acceptability of rnaterials shall be paid by the CONTRAGTOR. 2. After acceptance, do not change the mix des�gn without subtnitting a new mix design, trial batches, and test informafion. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete unaterial. 2. Qlace mat�rial in slump cone in 1 semi-continuous filling operation, slightiy ovarftll, tap ligktly, strike off, and then measure and record slump. CITY dF FDRT WORTH Water & 5anitary Sewer Repiaaement STA]VDARI7 CO]VSTRUGT[O�Y SPECIFICATTON DOCLiMENT5 Cantract 2D1 S(WSM-M) Revised Deeember 20, 2012 City Contract Na. 101688 03 aa i3 - s CONTItOLLED LQW $TRENGTE�3 IvIATERIAL (CLSMj Page 5 of 7 �ART 3 - EXECUTION 31 INSTALI.ERS [NOT USED] 3.� EXAMINATIQN [NOT USED] 3.3 PREPARATION [NOT LTSED] 3.4 INSTALLATI�N A. Place CL5M by any method which preserves the quality oi the material in terms af compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facili�ies that cauld be damaged due to the pressure from the CLSM, to the lesser af 4 feet or the lift height indieated an the Dxawings. Do not giace another Iift of CLSM until the last lift of CL�M has set and g�ined suf�cient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenanee of its �luid properties. 3. Transport and place material so that it �ows easiIy around, beneath, or through �ralls, pipes, conduits, or qther structuxes. 4. Use a slump af the placed material greater than 9 inches, and suff'icient ta allow the material to flow freely during placement: a. Af�er trial batch tesiing and acc�ptance, maintain slump developed during testing during construction at ali times within f 1 inch. 5. Use a slump, cnnsistency, warkability, flow characteristics, and pumpability (where required) such thak when placed, the material is self-compacting, self-densifyi�ng, and has sufficient piasticity that compaction ar mechanical vibration is not required. 6. When using as embedment for pipe take approgriate measures to ensure line and grade of pipe. 3.� REPAIR [NOT USED] 3.6 RE-INSTALLA"I'TON [NOT USEDj 3.? FIELD QUALITY CONTROL A. General 1, Make provisions for and furnish all material for the test specizx�.ens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of a.nd provid�ng curing condition for the test speeimens. B. Tests by the City 1, Duz'ing �h,e progress of consiruction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements speci�ed hereinbefore. 'I'est cylinc�ers wiII be made and deIivered to the laboratory by the Engineer and the testing expense will be barne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 vvith the following e�c�ptions: CITY OF FORT WqRTH STANDARD COIriSTRUCTION SFECIFLCA7'10N DOCU�vIENTS Revised Decemher 20, 2012 Watar 8c 5anitary Sewer Replacement Cantract2018 (WSM-M) City Contract No. E O 1 b88 033413-6 CONTkOLL6D LOW STRCNGTH MATERIAL (CLSM} Page 6 vf 7 1) Fill the concrete test cylinders to overflowing and tap sides Lightly to settle the mux. 2} Do not rad the concrete 7nix. 3j �trike off the excess material. b. Place the cylinders in a. safe location away from th� construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Da nat sprinkle water directly on th� cy�inders. c. After 2 days, place the cyliz�ders in a protec�ive container for transport to the laboratory for testing. Th� cnncrete test cylinders are fragile and shalL be handled carefully. The confiainer may be a box with a Styrofoam or simi3ar lining that will limit the jarring and bumping of the cylinders. d. Place test cyIinders in a moist curing room. Ea�ercise caution in moving and transparting the cylinders since they are fragile and will withstand only m'tnimal �umping, banging, or jniting r�vithout damage. e. Do not remo�e th� test cylinder from mold until the cylinder is to be capp�d and tested. f. The test cyiinders may be capped with standard sulfur con�pound pr neaprene pads: 1} Perform the capping carefully to pr��ent premature fractures. 2) Use neoprene pads a minim.um nf 1/2 inch thick, and 112 inch Iarger in diameter than ihe test cylinders. 3) Do not pe�rfo�tn inikial compression test until the cylinders reach a mininr�um age of 3 days. 3. "C'he numher of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder ai 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equai to or gi�eater than the minimnm required compression strength, but not exceed maximum cornpression strength. 4. The Gzty will test the air content of the CLSM. Test wili be made immediately af�er discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump c�an� in accordan.ce with ASTM C143 with the following excepti�ns: a. Do not rod the concrete material. b. Flace material in slump cane in 1 semi-continuous fiIIing operation, slightly o�eriill, tap lightly, strike off, and then measure and record slump. 6. If compressive strengtn of test cylinders does nat meet requitements, make corrections ta the mix design to meet the require�nents of tl�is specification. CIT'Y OF �'(3TtT WORTH Water & Sanitary 5ewer Replacement STANDARD CONSTRUCTION SPECTF'ICATION dOCUMENT5 Contract 2418 {WSM-M) Revised December 20, 2U 12 City Cantract No. 101688 0334 L3-7 CONTROLLED LOW 5'S'RENG'E'H MATL�RIAL (CLSM) Page 7 oi7 3.8 SYSTEM STARTUF [NOT USED] 3.9 ADJUSTING ENOT iTSED] 3.i0 CLEANING [NOT USED� 3.�1 CLOSEOUT ACTIVITIES [NOT' US�D] 312 PROT�CTION [N�T i75ED] 3.13 MAINTENANC� [NQT USED] 3.14 ATTACHMENTS [NOT USEDJ END O�' SECTION Revision Log DATE � NAME CITY OF FORT WORTH STANBARD CONSTRUCTIO�T SPECIFICATIOI�I DOCCJMENiS Revised December 20, 2012 SLTMMARY OF CHANG� W�ter & S�niGary 5ewer ReplaCement Conhaet 2018 (Vi'�M-M} City Cantraet No, 1fl1688 oaaaib-i CONGRETE.BASE MA7'ERIAL FOR TlZ�NCH REPAlR Page I of 4 SECTION 03 3416 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART 1 - GENERAI., 1.1 SCIMMARY A. Section ineludes: l. Concrete base material far trench repair B. Deviatians from this City of Fort Worth Standard Speciiicatian 1. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division 0— Bidding Requirements, Contract Fot�ms and Conditions of the Contract 2. Division I— General Requirements 3. 5ection 03 3 D 00 -- Cast-in-Place Concrete 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Measurement a. 'This Item is considered subsidiary to the structure or Ikems being placed. 2. Payment a. The wark performed and the rnaterials fiu-nished �n accordance with thzs Item are subsidiary ta the structure or Items being placed and no �tlier campensation will be allowed. 1.3 REFERENCES A. Re%rence Standards 1. R�ference standards cited in this S}�ecification refer to �he current reference standard published at the time of the latest revision date logged at the end of this 5peciiication, unless a date is specifically cited. B. ASTM Intemational (ASTM): 1. C31, Standard Practice for Mai�ng and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strengih of Cylindrical Concrete Specimens. 4. C1�3, Standard Test Metb.od far Slump of Hydraulio-Cement Coucrete. S. C 172, Standard Practice for Santpling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air-Entraining Admixtures for Concrate. S. C6l $, Standard Speci�cation for Coal Fly Ash aud Raw or G�.lcined Natural Pozzolan for Use in Concrete. 4. C 106�, Standard Test Metl�od for '1'emperature of Freshly Mixed Hydraulic- Cement Concrete. CITY OF FORT WOKTH STAN[)ARD CONSTRUCTION SPECIP[CATCON DOCUMENTS Water & Sanitary 5ewer Replacement Revised Deeember 20, 2D12 Cont�aci 2018 (W9M-M} City ContracY No. ] 0158& 033416-2 C�NCRET� BASE MATERIAL FOR TRENCf{ 12�YAIR Page 2 of 4 l.4 ADMINISTRATIVE R�QLIIREMENTS [NOT USED] 1.5 SUBMXTTAL5 A. Provide submittals in accardance with Section O1 33 dQ. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. l.b ACTION SiTBMITTALS/INFORMAT�ONAL SUBMITTALS A. 5ubmit proposed r�aix design far Engineer's review a minimum of 2 weeks prior to start of low density concrete backfilj vkrork. 1,7 CLOSEOUT Si]'BMITTALS [NOT IISED] 1.8 MAINTENANCE MATERIAL SUBNllTTAL� [NOT USED� 1.9 QUALITY ASSCJRANCE [NOT USED] 1.� 0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS jNOT USED] 1.1� WATtKANTY [NOT L15ED] PART � - PRODUCTS 2.l QWNER-FURNI�HED OR OWNER-SiTPPLIED PRODUCTS (NOT USED] �.2 PRODUCT TYPES AND MATERIAI,S A. Mix Design i . Performance req�irements a. Concret� Base Material for Trench Repair 1} 28-day compressive strength afnot less than 750 psi and nvt more than 1,200 psi. B. Materials 1. Por#iazxd cement a. Type II low alkali portland �ement as specified in Section 03 30 OD, 2. Fly ash a. Class F fly ash in aacordance with ASTM C618. 3. Watcr a. As specified in Section 03 30 fl0. 4. Admixture a. Air entraining admixtur� in accordance with AS1'M C260. 5. Fine aggregate a. Concrete sand (do�s not need tn be in accardance with ASTM C33). b. No mare than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fi.nes shall be present. 6. Coarse aggregate a. Pea gravel no Iarger than 3/8 inch. CITY OP FORT WORTH Water & 5anitary 5ewer Replaeement STANBARD C{}NSTRUC'CCQN SPECIFICATI01� C]OCUMENTS Contract2018 (WSM-M) Revised Decemher 20, 2012 City Cooteact Na. 1O158$ 03 34 E fi- 3 CONCRETE BASL� MATERIAL FOR TRENCH REPAIK Page 3 af 4 2.3 ACCESSORiES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECIITION 3.1 IN�TALLERS �N�T USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 �NSTALLATION A. �lace conerete base maYerial by any method which preserves the quality af the material in {errns of compressi�e strength and density. 1. The basic reQuirement for placement equipment and pIacernent methods is the maintenance of its fluid properties. 2. Transport and place rriaterial so that it flows easily around, beneath, or through v�alls, pipes, conduits, a:r other struct�res. 3. irse a siump, consiskeney, worlcability, flow �haracteristics, and pumpability (vcrhere required) such that when placed, the material is self-compacting, setf-densifying, and has suf'ficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT i1SEI]] 3.6 RE-INSTALLATION [NOT USEDj 3.i FIELD QUALITY CONTROL A. General 1. Make provisions far and furrush all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Bc responsible For the care of and providing curing condition for the test speci�nens. B. Concrete Tests: Perforrn testing of eomposite samples of fresh concrete obtained according tq ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 compasite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additionalSQ cubic yards or fraciion thereof. 2. Stump: ASTM C 143; 1 test at point of placement for each eamposite sample, but not less than 1 tast far e�ch day's p4ur of each concrete mixture, Perfoz�nn. additional tests when cancrete consistency appears to change. 3. Air Contant: ASTM C231, pressure method, far normal-vc+eight concrete; 1 test far each camposite sample, but not less than 1 test for each day's pour of each concrete mixhare. 4. Concrete Temperature: ASTM Cl Q64; 1 test hourly when air temperature is 40 degrees Fahrenheit and beIaw and when Sp degrees Fahrenheit and ahove, and 1 test for each camposite sample. 5. Compression Test 5pecimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field casi cylinders unkil tk�ey have cured for a minimum of 24 haurs. CITY OF F08T WORTH 5TANDAR� CONST1il1CTION SPEGIFICATTON 170CUMENTS Water & Sanitary 5ewer Replacement l�evised December 20, ZOl2 Cont►aet 2018 (W3M-M) City Contract No. i 0 i G88 033416-4 COI�ICfZETE BA5� MATL�RIAL RdR TRE3VCI-I R�'PAIR Page 4 of 4 6. Compressive-Strength Tes#s: ASTM C39 a. Test i cylinder at 7 days, 3.$ SYSTEM �TARTUP [NOT iTSED] 39 ADJUSTING [NOT USEDj 3.10 CLEANING [NUT USED] 3.11 CL05EOUT ACTTVITIES [NOT USED] 312 PROT�CTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.I4 ATTACHMENTS [N4T USED] END OF S�CTION Re�ision Lag DATE NAM� SUMMARY OF C�iANGE C1TY OF FORT WORTH Water �ic 5anitary Scwer Replacement STANDARp CONSTRUCTION 51'ECI�'ICATIDN DOCUMEIVTS Contract 2618 {WSM-[vI� Revised Reeember 2d, 2d l2 City Contraet No, 101568 D3 80 DO - I MODIFICATI�NS TO EXISTING CONCRCTE Page 1 of 7 �ECTION 03 SD OA MODIFICATIONS TO EXISTING CONCRETE STRi1CTURES PART1- GENERAL 1.1 SUMMARY A. Section includes: i. Modifications to existing cancrete structures, including: a. Manholes b. Juncfian boxes c. Vaults d. Retaining walls e. Wir►g and head walls f. Cul�erts 2. This section does not include modific�.tions to Reinforced Cancrete Pipe. B. Deviations fronn this City of Fort Worth Standard 5pecification 1. None. C. Related Specification Sections include,l�ut are nn.t ztecessarily limited to: 1. Division 0— Bidding Requirements, Contract Farms and Conditinns of the Contract 2. Division 1— General Requirements 1.2 PRICE AND FAYMENT PROCEDURES A. Measurement and Payment 1. Measurexnent a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work perFormed and the materials furnished in accordance with this Item are s;.�hsidiary to the smtcture ar Items being placed and no ather compensation will be allowed. 1.3 REFERENCES A. Reference Standarcis 1. 2. Ref�reaace stanc�ards cited in this Specification refer to the curren.t reference standard published at the time of the latesY revisian date logged at the end of this 5pecification, unless a date is specifically cited. ASTM International (ASTM): a. A615, Deforrn.ed and Plain Billet-Steel Bats for Concrete Reinforcement. b. C881, 5tandard Specification for Epoxy-Resin-Base Bonding Syste�xzs for Concrete. c. C882, Standard Test Method for BQnd Str�ngth of Epoxy-Resin 5ystems Used with Concrete by 51an# Sheer. d. D570, 5tandard Test Method for Waker Absorption of Plastics. e. Db3 $, Standard Test Method for Tensile Proparties of Plastics. CITY OF FORT WORTH 5i'ANDARD CO1�5TItLICTION SPECIF[CATION dOCLJME�ITS VWatcr & 5anitary Sawer Replacement Revised Decem6er20, 20L2 Contracl2018 {W5M-N() City Contract No, i01588 038D00-2 MODIFICATILlNB TO EXISTING CONCRETE Page 2 af 7 f. D695, 5tandard Test Metlaod for CompressiVe Properties of Rigid P�astics. g. D732, Standard Test Method %r Shear Streng�h of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Praperties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made ta 1�f the abovc standards, the revision in effect at the tirr�e of bid opening applies. 1.4 ADMIIVISTRATNE REQUIREMENTS [NOT USEDj 1.� SUBNIITTALS A. Provid� submittals in accordance with Section O1 33 Q0. B. All submittals shall be approved by the City prior to delivery and/ar fahrication for specials. 1.6 ACTION SUBMI'TTALS/1NFORMATIO1vAL SUBMITTALS A. Product Data 1. Submit znanuFacturer's Product Data on all product brands pxo�osed for use to the Er�gineer for review. 2. Include the manufacturer's installation and/or ap�lication instructions. l.i CLOSEOUT SUBMITTALS [NOT USED] i.8 MAiNTENANCE MATERIAL �UBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A, �Vhen remo�ing materials or portions oi existing structures and when making openings in existing structuz'as, take precautions and a11 erect all necessary barriers, shoring and bracing, and other protacti�e d�vices to prevent damage to the structures beyond the limits necessary for tlae new work, protect persannel, control dust, and ta prevent damage to tl�e structures or contents by fallir�g or flying debris. B. Core sanztary sewer manhole penetrations. 1.1D DELIV�RY, STORAGE, AND HANDLING A. Deliver the specE�ied products in originaE, unopened containers with th� manufacturer's name, labels, product identification, and batch nurnbers. B. Stnre and condition the specified product as recommended by the manufacturer. 1.11 FIELD CUND�TIONS [NOT i1SED] 1.12 WARRANTY [NOT U�SED] PART 2 - PRODUCTS 2.1 �WN�R-F`URNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 3�.3� PRODUCT TYPES AND MATERIALS A. Manufacturers CITY OF �O$T WORTH STANDARD CONSTRi1CT]pIV SP�CIPICATiON I]OCUMENTS Water & Sanifary 3ewer Replacement Ranised December 20, 2p 12 Contraci 2018 {WSM-M) Cify Contract No, 101b86 03 80 4D - 3 MODIFICATIOiYS TO EXISTING CONCRETE Page 3 of 7 In other Part 2 articles where titles below introduce list�, the following requirements apply to product selcction: a. Availab3e Praducts 1) Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products s}�ecified. h. Availabie Manufacturers 1} 5U6ject to compliance with requirements, manufacturers offering praduets that may be incorpnrated into the Work �nclude, but are not limited to, manufaoturers speai%ed. B. Materials 1. General a. Comply with this Section and any state or local rcgulaYions. C. 5teet Reinforcement 1. Reinforcing Bars a. ASTM .t1615, Grade 60, de%rmed. D. Epoxy Bonding Agent 1. A 2-oomponent, solvent-free, asbestos-free, maisture-ins�nsitive epoxy resin material used to bond plastic cancrete to hardenEd cancr�te complying with the requircments of ASTM C8$1, Typa V, and fihe additional arequirements specified herein. 2. Properties of the cured rnaterial a. Compressive Strength (ASTM D695) 1) 8,5Dp psi minimum at 28 days h. Tensile Strength {ASTM D638} 1) 4,000 psi minimum at 14 days c. Flexural Strength {ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,OOU psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1} 1 percent maximum at 14 days f. Band Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days tnoist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New .�ersey - 5ikadur 32, Hi-Mnd 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste 1. A 2-camponent, solvent-frce, asbestos free, moisture insensitive epoxy resin material used to bond dissit�n.ilar materiais to concrete such as setting raiIing posts, dowels, anchor bolts, and all-threads into hardened concrete and compIying with the requizements of ASTM C881, Type I, Grade 3, and tl�e aclditional requirements. specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTI�� STANDARD CON3TILCJCTIQN SPEC[I'ICATION DOCUMBNTS Water & 8anitary Sewer Replacement Revised December 20, 2012 Cnntract 201$ (WSM-M} Ciiy Connact Na, 101688 aa ao 00 - a 1vIODIFICATIQNS TO EXISTING COi*ICi2ETB Yage 4 of 7 b. Tensile 5trength (ASTM D638): 3,D00 psi sz�inimum at 14 days. Elangation at Break - 0.3 percent minunum c. Flexural 5trength (ASTM D79U - Modulus of Rupture): 3,700 psi minimum at 14 days d. �hear Str�ngth (ASTM D732): 2,80Q psi nrainizn�m at 14 days e. Water Absorptian (ASTM D570): 1.0 percent maximum at 7 days £ Bond Strength (ASTM C882): 2,000 psi at IA days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Qverhead AppLications a) Sika Corporatzon, Lyndhurst, New lersey - Sikadur 32, Hi-Mpd LV b) BASF - Concresive 143$ 2) All Other Applications a) Sika Corporatian, Lyndhurst, New Jersey - Sikadur Hi-mod LV 31 b) BAS�' - Coneresive I401 F. Repair Mortars Provide au asbestos free, moisture insensitive, polymer-modified, Portland eement- based eementitious trowcl grade mortar far repairs on harizontal or vertical surfaces. a. Available Manufacturers 1) 5ika Corporation, Lyndhurst New Jexsey - SikaTop 122 2) BASF — Emaco Nanocrete R3 G. Pipe Penetration Sealants 1 component polyurethane, extrudable sw�lling bentonite-free waterstop that is chemically resistant, not solnbte in water and capable Qf with.standing wet/dry cycling. a. Available Manufacturers 1} Sika Corparatian, Lyndhurst New Jersey — SikaSu�ell S-2 2} Approveci equal 2.3 ACCESS�RIES [NOT USED] 2.9 SOiTRCE QUALITY CONTROL [NOT USED� PART 3 - EXEC[TTION 3.1 INSTALL�RS [1VOT US�D] 3.2 EXAMINATION [NOT USEDj 3.3 PREPARATION A. General 1. Cut, repair, reuse, demolish, exca�ate or otherwise mnclify parts of the existing structures ar appurkenances, as indicated on the Drat�vings, specifed herein, or necessary to permit completiqn af the Work. Finishes, foints, reiniarcernents, sealants, etc., are speci�ed in respective Sec�zons. Comply with other requirements of this of 5ection and as shown on the Drawings. c�T•Y aF FORT wo�rx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water & Sanitsry 5ewer Replacement I�evised December 20, 2012 Conhan! 2018 {WSM-M) City Contract No. 104fi88 03&000-5 MODLF�CATIONS TO EXISTING CONCAETE Page 5 of 7 2. Store, mix, and apply all caminereial pxoducts specified in this Section in strict compliance with the manufacturer's recornmendations. 3, Make repairs in all cases where concrete is repaired in the vicinity of an expansian jaint or control joini to preserve the isoiation between components on either side of the joint. 4. When drilling hoies for d�welslbolts at new or existing concrete, stop drilling if rebar is encountered and relaeate the hole ta avoid rebar as approved by the Engineer. Do not cut rebar without prior appraval by the Engineer. B. Concrete Removal 1. Re�nave concrete designated to be removed to specific limits as shown on the Drav�ings or directed by the Engineer, by c�ipping, jack-hammering, or saw-eutting as appropriate in areas where cnncrete is to be taken out. I]o not jackhammer sanitary sewer tnanhale pet�etrations. Remove concrete in such a manner that surrounding concreYe ar existing resnforcing to be left in piaae and existing in place equipment is nat damaged. 2. Where existing reinforcing is axposed due to saw cuttinglcore drilling and no new material is to be placed an tlie sawcufi surface, apply a coating or surFace treatment of epaxy paste to the entire cut surface to a thicknass of 114 inch. 3. In all cases wher� the joint between new concrete or grout and existing concret� will be exposad zn tk�e finished work, except as atherwise shown or specified, pza�ide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete speci�ied to be lcft in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may firorn time to time direct additiona� repairs to �xisking concrete. Make these repairs as speciiied ar by such other methods as may be appropriate. C. Connection Surface Preparation I . 2. 3. 4. Prepaxe connection surfaces as specified below for concz'ete areas requiring patching, repairs or modifications as shown on the D;rawings, specified here.in, or as directed �y the En.gineer. Remove all deteriorated �rz�ater�als, dirt, oil, gi-ease, and alY other bond inhibitir�g materials from the suriace by dry mechanical means, i.e., sandblasting, grinding, etc., as approved �y the Engineer. Be sure the areas are not iess than 1/2-inch in depth. Iz-t'egular voids ar surfaee stones need not be remov�d if they are snund, free of laitance, and firmly embedd�d into parent cancrete, subject ta the Engineer's final inspection. If reinforcing steel is exgosed, it rixust be cleaned by wire br�zsh or other similar means to remo�e all contaminatats, �-ust, etc., as approved by the Engineer. If I/2 of the diameter of the reinforcing steel is exposed, chip out behind the steei. Chip a minimum of l inch behind the steel. Do not Dama�e reinforcing to be saved during the demolition operation, Clean reinforcing from existing demolished concrete that zs shown to be incorporated in new concrete by wire brush ox other similar means to remave aIl loose maierial and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reint'orcing as shown on the Drawings and pravided with 1-inch minimum cover aIl arvund, CI'PX QF FDRT WORTH STANDARD CONSTRi1CTIDIY SPECIFICATEON I70ClIML�]VT5 Watcr & 5anitary Sewer Iteplacement lZevised December 20, 2612 Contcact 201 E3 (WSM-M) Gity Confiract No. 101688 os sn nn - 6 MOI]IF[CATIONS 'TO EXISTING C�NCAETE Page G af 7 3.4 3.5 S. The follawing are specific concrete surface preparation "methpds° to be used whera called for on the Drawings, specified herein, or as directed by thc �ngineer. a. Method A 1) After the existing cnncrete surface at connection has been rpughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/16-inch layer of ce�nent and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new epncrete or grout mixture as detailed on the Drawings. b. Method B 1) After the e�sting concrete surface has been roughened and cleaned, apply epoxy bonding agent at connectior� surface. Z) Comply strictly �+ith the manufacturer'� recommendations for the field preparation and application of the eppxy bonding agent. 3) Place ne�v concrete or grout mixture to limits shawn an the Drawings within time constraints zecommended by the manufactur�r tn ensure bond. c. Method C 1) Drill a hale 1/4 inch larger than the diameter of the dowel. 2) B�ow the hole clear of loose particles and dust just priar ta installing epoxy. First fill the drilled ha�e with apoxy paste, then buiter the dawels/i�olts with paste then in5ert by tappiug. 3} Un�ess otherwise sh4wn on th� Drawi�ags, drill and set deformed bars to a depth. of 10 har diameters and smooth bars t� a depth of 15 bar diameters. 4} If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. INSTALLAT�QN [NOT IISED] REPAIR [NOT USED� 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL �NOT USED] 3.8 SYSTEM $TARTUP [NOT USEDJ 3.9 ADJUSTING [NOT iTSED] 3.14 CL�ANING [NOT USED] 3.l I CLQSEOUT ACTI�ITIES [NOT USED] 3.1� FROTECTION [NOT USED] 313 MATNTENANCE [NQT iTSED] 314 ATTACHMENTS [NOT USED] END OF SECTION CITX OF FQRT WORTii STANDARD CONSTRUCTIDN 5PECIFICAT[QN DOCUMENTS Water & 52nitary 5ewer Replacement Revised Deeember 20, 2D12 Contract 2018 (WSM-M) City Contracl No. i01b88 o3soaq-� MODIFICATIONS TO EXISTING CONCIZETL Page 7 nF 7 Revision Log DATE NAME 3UMMARY OF CHANGE CCl'Y OF FQRT' WORTH STANDARD GONSTKUCTION SPECIFICATION AOCUMEIVTS Water & Sanitary Sewer Repiacement Revised Decem6er 20, 20l2 Contract 2018 (WSM-M) City Cantract Na 101686 3� �aoa-� 51'fE CLEALL[IVG 1'age l of 5 SECTION 31 10 b0 STTE CI.EARING PART1- GENERAL 1.1 SUMMARY A. 5ection Includes: 1. Preparation of right-of-way and other designated areas for construct�on operations by removing and disposing of aIl obstructions including clearing and grubbing and trees, vvhen remaval of such obstructions is not specifically sh�wn on the Drawings to be paid by other Sectipns. 'I'he City of Fort Worth's Urban Forestry Ordinance govems all tree removals. B. Deviations from this City of Fort Worth Standard Specifcation I. Nane. C. Related Specifieation Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract F'orrns and Conditions of the Contract 2. Division 1— General Requiremer►ts 3. Sectinn Q2 41 13 — Selective Site Demolition 4. Section 02 41 14 — Utility Ret�nova]IAbandonment 1.� PRICE AND PAYMENT PROC�DURES A. Measurement an.d Payment Site Clearing a. Measurement 1) Measurement for this Item shall b� by lump sum. b. Payment 1) The wor�C perfarmed and the materials furnished in accordance wiih this Item shall be paid for at the lump sum price bid for "5ite Clearing", a The price bid shall inclucfe: 1) Pruning af designated trees and shruE�s 2) Remo�al and disposai of trees, structures and obstructians 3} Backfilling of holes 4) Clean-up Tree Removal (typically included in "�ite Clearing", but should be used if "Site Clearing" is not a hid item) a. Measuxenc�ent 1} Measurernent for this Item shall be per each. b. Payment 1) The wark performed and the materials furnished in accardance with this Item sha11 be paid for at the unit price bid per each "Tree I�emo�al" for: a} Various caliper ranges c. The price bid shaIl include: I) Fruning of designated trees and shrubs 2) Removal and disposal of struetures and obstructions CITY QF FpRT WORTH 5TA1�T�?ARD C�NS"C'RLFCTTaN SPECiFiCATION DOCUMENTS Water & Sanitary Sewcr Rcpla�cment Revised Decem6er 20, 2012 Coniract 201$ (1�SM-M) City Conuact No. L01688 3! IU00-2 5ITE CLEAR�VC Page 2 of 5 3, 3) Grading and backfilling ofholes 4) Excavation 5) Fertilization 6) Clean-up Tree Removal and Transplantation a. Measurement 1} 1Vleasurement for this Item shall be per each. b. Payrrient 1} The work performed and the materials. furnished in accordance with this Iter� shall be paid for at fhe unit price bid per each "Tree Transpiant" for: a) Various caliper ranges c. 'I'he price bid sha11 include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with lrucic mounted tree spade 4} Grading and bacL�illing af hales 5� Replanting tree at temporary locatiau (detertnined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into ariginal or designated location 8) Excavation 9) Fertilization 10} Clean-up 1.3 REFERENCES [NOT USE➢] 1.4 ADNIINSTRATIVE REQUIREMENTS A. Pernuts 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permiks as required by tk�e City's Tree Ordinance. (www.FortWorthTexas.gov) B. Preinstallation Meetings 1. Hold a preiiminary site clearing maeting and include the Contractor, City Arborist, City Inspector, and the Proj ect Manager %:r t�e purpose of re�iewing the Contractor's tree removal plan. Clearly znark aIl trees to remain on the project site prior to the meeting. 2. The Contr'actor will provide the City with a Disposal Letter in accordance to Division O1. 1.5 SUBMITTALS [NOT USED� 1.6 ACTION 5UBMITTALS/INFQRMATIONAL SUBMITTALS [NOT L15ED] l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL �UBMITTALS [NOT IISED� X.9 QUALITY ASSURANCE [NOT U5ED] 1.IQ DELIVERY, STQRAGE, AND HANDLING [NOT [TSED] 1.] 1 FIEI:D CONDITIONS [NOT USED] C1TY �F FORT WORTH STAIWARD COAISTRUCTiON SPECIFICATLOTI DOCLTMEiVT5 Revised Decem6er Z0, 2012 Water & Sanitary Sewer Rep�acement Contract 201$ (W3M-]bI) City ContracY lVo. 10168$ 31 1000-3 $ITE CLEARING Page 3 nf 5 1,12 WARRANTY [NO'I' USED] PART � - PRODUCTS (NOT IIS�+ D] PART 3 - EXECUTION 3.l INSTALLERS [NOT USED] 3.3� EXAMINATION [N�T USED] 3.3 PREPARATION A. All trees identified to be protected and/or preser�ed should be cIearly flagged with survey tape. B. Follawing taping and prior to any removals ar sike cl�aring, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to coniirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer tn the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, pratected trees sha11 be fenced by placing 6-foot tall metal T-posts in a s.quare around the tree trunk with the corners located on the canopy drip line, unless instructed atherwise. 3. When site conditions do not allow for the T-posts to be ins#alled at the drip line, the T-posts may be installed no ]ess than 8 feet fram the tree trunk. 4-foat high 12'/Z gauge stock fencing ar orange plastic snow fence shall be at�ached to the T-pasts ta form the enclosure. 4. Do not park equipment, service aquipment, store materials, ar disturb the roai area under the branc�►es of tre�s designated for preservaiian. 5. When shown on �he Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of malcing a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on-site. a. Burning as a method of disposal is not allowed. S, Hazardous Materiajs The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encauntexed. This includes; bu� nat lun.ited to; a. Floar tiles b. Roof tiles c. Shingles d. Sidzng e, Utility piping CITl` QF FOIZT WORTII STANDARD COI�fSTRUCTT(7N SPECIFICATfON DOCUMENT3 Re�lsea Decembet 20, 2012 W�ter & Sanitary Sewer Replacement Contract 2� l8 (WSM-M) Ciry Cantract No. 101668 3110UO-4 SITE CLEARI[rTG Page 4 of 5 2. The testing, removal, and disposal of hazardous materials will b� in accordance with Division 1. C. 5ite Clearing Clear areas shown on the Drawings of all pbstructions, except those landscape features that are to he pz'esetved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundatians c. F�oorslabs d. Conerete e. Brick £ Lumber g. Plaster h. Septic tank drain f elds i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Orher items as specif ed on the Drawings 2. Rennov� �egetatian a�►d other land�cape features not designated for preservation, vc�hether abave or below ground, including, but not limited to: a. Curb and gutter b. Dri�eways c. Paved parking areas d. Miscellaneaus stane e. Sidewalks f. Drainage structures g. Manholes h. Inlets i, Abandoned railroad tracks j. 5crap iron k. O#her debris 3. Remove culvcrts, storm sewers, manholes, and inlets in proper sequence to mainkain h'afFic and drainage in accordance with �ection 02 41 l4. 4. In areas receiving embankment, remove obstructians nat designated fot preservation to 2 feet below natural grflund. S. In areas to be excavated, remove obstructions to 2 fee� belaw the excavation le�el. 6. In all other areas, remo�e obstructions to I foot below natu�tal g�'ournd. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of �xisting structures shall be as per 5ection 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removai. 2. AIl materials and debris removed becomes the property of the Coz�tractor, unless otherwise stated on the Drav�+ings. 3_ The Contractor will dispose of material and dehris off-sit� in accordanc.e with local, state, and federal laws and r�gulations. C1TY OF FOR'1' WOATI3 STANDARD CONSTRUCT'TON SPECIFICATION DOCUbIENTS Reviaed December 20, 2012 VVater & Ssnitary 5ewer Replaccment Contrect 2018 (WSM-M) City Contract I�fo. l O l68& 31 [000-5 SITE CL�AR[NG Page 5 of 5 3.S REPAIR [NOT USEDj 3.6 RE-INSTALLATTON [NDT [TSED] 3.i FIELD QUALITY CONTROL [NOT USED� 3.8 SYSTEM STARTIIP [NOT LTSED] 3.9 ADJ[TSTING �NOT USED] 3.10 CLEANING [NOT USED] 3.] l CLOSEOUT ACTIVITIES [NOT II�ED� 3.12 PR�"1"ECTION jNOT USED] 3.i3 MAINTENANCE [NOT U�ED] 3.14 ATTACHMENTS [NOT U�ED] END OF SECTION Revisian I,og DATE �1,E1ME SUMMARY OF CHANG� 12/20/2Q 12 D. Johnson 1.4.A Permits; Removcd ordinance number and added Gity's website address C1TY RF PORT WQRTFI STANDAItD CONSTI2UC`I'lON SPECII'ICA'FION DOCUMENTS Iievised !]ecember 20, 2D12 Water & Sanitary Sewer Replacement Cvntract2018 {WSNL-M) City ConLract No. 101688 312400-1 �MBANKMENTS Page 1 of 9 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 3D ir 12 13 14 SECTION 31 �4 00 EMBANKMENTS A. Section Includes: 1. Transporting and placement �f Acceptai�le Fill Material within the boundaries of the 5ite for construetion of a. Roadways b. Emhankrnents c. Drainage Channels d. Site Grading e. Any other operation involving #he placement of on-site materials B. Deviations fram this City of Fart Worth Standard Specification 1. None. 15 C. Related Specificatian Sections include; but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditians vf the Contract 17 2. Division I— General Requirements I8 3. Section 31 23 16 — Unclassaf �d Excavatton 19 1.2 PR�CE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 2'7 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Embanlmients by Plan Quantity a. Measurement 1) Measuremcnt for this Item shall be by the cubic yard in its final position using the average end area method. Limits of ineasurement are shawn an the Drawings. 2) When rneasured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity tp be paid is the quantity ahorvn in the praposal, utaless madif ed by Article 1 L.04 of the Creneral Conditions. Addikional tneasut'ements or calculations will be made if adjustm�nts o.f qua�ztities are required. b. Payment 1) The �rork �aerformed and materials fumished in accordance with this Item and measured as provided under "Measurem�nY' wi�l be paid for at the unit price bid per cubic yard of "Embanknaent by Pla�". No additional compensation will be allowed for rack ar shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid shalI include: 1) Transporting ar hau]ing material 2) Placircg, campacting, and finishing EmbanKment 3) Construction 1�Vater 4) Dust ControI 5} Clean-up CITY QF FORT WORTH Water & Sauicary Sewer Replaccment STA]�I[]ARD CONSTRUCTI03Y SP�CI�'ICATIQN DOCifMENTS Contract2U1$, W5M-M [tevisad Sanuary 28, 2013 City Project No. 101688 aizaoo-z EMSANxnn�rrrs Page 2 af 9 1 6) Prooi Rolling 2 7) Di�posal of excess �ma�rials 3 8) Reworking or replacernent of undercut material 4 2. �nnbanlanents by Surveyed Quanti.ty 5 1) Measurement for this Item shaII be by the cu6ic yard in its final position 6 calculated using the average end area or composite method, 7 a) The City will pez�orm a reference survey once the Site has been cleaz'ed 8 to abtain existing ground candition�. 9 b) "I'he City will perform a final poat-constructian su�'vey. 10 c) The Con:txactor will be paid for the cubic yardage af Embankment 11 calculated as the difference b�tween the two surveys, 12 d) Partial payments will be basad an est�mated plan quantity 13 zneasur�rnents cal.culated by the Engineer, 14 1S 16 17 18 19 20 21 2Z 23 24 25 z6 b. Payznent 1) The wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" wi11 be paid for at the unit price bid per cubic yard of "Embankment by Survey". c. The price bid shall include: 1) Transporting ar hauling material 2) Placing, compacting, and finishing Em.bankment 3) Construction Water 4) Dust Control 5) Clean-up 6) Proof Rolling 7) Dispasal of excess materials 8) Reworking or replacement of undercut material 27 1.3 REFERENCES 28 A. Referenee 5tandards 29 3a 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1. Ref��ence standards cited in this specification refer to the c�rrent reference standard pubIished at the tinne oithe latest revision date logged at the end of this specifica#ion, unless a date is specifically cited. Z. ASTM Standards a. ASTM D4318-10, Test Procedure far Detertni.ning Liquid Limit, Plastic Limit, and Plasticity Index of 5oils b. ASTM D4943-Q8, Standard Test Method far Shrinkage Factors of Soils by the �+Vax Method c. ASTM D598-07e1, Standard Test I�Iethods for Laboratory Compaction Characteristics of 5oi1 Using Standard Ef%rt d. ASTM D155'7-44, Standard Test Meihods for Laboratory Cqmpaction Characterisfics of Soil Using Modifed Effort e. ASTM D7382-08, Standard Test far Determination of Maximum Dry Unif Weight and Water Content Range far Effective Compaction of Granular Soils Using a Vibrating Hammer f. AS'FM D15S6-07, Standard Test for Density and Unit Weight pf Soil In-Place by the 5and Cofle Method CITX QP F�RT WORTH Water & Sanitary Sewer Repldcement STANpARD CQ1�5'I'itUCTION SPECIPICATIOI�i DOCUMENTS Concract 2018, WSM-M Revised January 28, 2013 City Pmjcct No. ] 01668 aiz4no-3 EMBANKMENTS Page 3 of 9 1 1.4 ADMINSTRATIVE REQIIIIZEMENTS 2 A. Sequencing 3 1. 5equence wark such that calls of proctars are com�lete in accordance with ASTM 4 D698 prior to commencement of construction activities. 5 1.5 SUBMITTALS 6 A. Submittals shall be in accoedance with Seciion pl 33 U0. 7 S. All submittals shall be approved by the City priox to construction 8 l.6 ACTION SUBMITTALSRNFORMATIONAL SUSI�IITTALS 9 A. Shop Drawings 10 1. Stockpiled material i 1 a. Pro�ide a description of the storage of ihe exca�ated maiecial oniy if tt�e 12 Conlract Documents do not allow storage of materials in the right-of way ar the 13 easement 1� 1.'� CLOSEOUT SUBPViITTALS [NUT USED� 15 i.8 MAINTENANCE MATERIAI, SUBMITTALS [NOT USED� 16 1.9 QUALITY A,SST,TRANCE [NOT iTSED] 17 11U DELIVERY, STDRAGE, AND 13ANDLING 18 19 2� 2] 22 23 24 25 26 27 28 29 30 31 32 33 3�4 35 A. Starage I. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporar� construction easements, nnless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. e. Provide erosion cantrol in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas bamcaded as provided in the traffic control plans. e. Tn non-paved areas, do not store material on the root zone of any trees or in landscaped area�. 2. Designated 5torage Areas a. If the Contract Documents do not allow the storage within the ROW, easemeat or temporar}+ construction easement, then secure and maintain an ad�quate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. �rovide erosion eontrol in accordance with Section 31 25 00. d. Do not block drainage ways. 36 1.11 FIELD CONDTTIONS 37 A. Existing Conditions 38 l. Any data which has been or rnay be provided on subsurface conditions is not 39 intended as a repres�ntatzon or wanranty of accuxacy or continuiiy b�tween soils_ It 4D is expressly u�derstood that neither th� City nor the Enginzer will be responsible 41 for interpretations or canclusions drawn there from by the Contractor. CiTY OF FDRT WORTH Water & Sanitary Sewer Replacement STANDARD CONSTRUC'fION SPFCIFTCATION DdCUMENT5 Coatract 2018, WSM M Revised January 28, 2013 City Project No, i 01688 31240fl-4 EIVIBANKMENT5 Page 4 of 9 1 2. Data is made available for rhe convenience af the Contractor. 2 112 WARRANTY �NOT USEDj 3 PART�- PRODUCTS 4 3�.1 OWNER-FURNISHED [NOT U�ED] S 2.2 PRODiTCT TYPES AND MATERIALS 6 7 8 9 10 lI 12 13 14 15 16 17 18 19 zo 21 22 23 24 zs 26 27 A. Materials 1. Acceptable Fill Material a. In-situ or imparted soi�s classified as CL, CH, SC ar GC in accordance with ASTM D2487 b, Free from deleterious materials, boulders o�er 6 inches in size�and organics c. Can be placed free from vaids d. Must have 2Q peraent passing the numb�r 24� sieve 2. Blended Fill Material a. In-situ soils classified as GW, GF, GM, SW, SP, ar SM in accnrdance with ASTM D24&7 b. Blended with in-situ or imparted acceptable backiill material to meet the requirements of an Acceptable Backfill Material c. �'ree from deletarious materials, boulders ovar 6 inchas in size and organics d. Must have 24 percent passing the number 240 sieve 3. Unacceptable Fill Material a. In-situ soils classified as ML, MH, PT, OL nr OH in accordance with ASTM D2487 4. Select Fill a. Classifi�d as SC or CL in accordance with ASTM D2�187 b. Liquid l.i�nit less than 35 c. Plasticity index between 8 and 20 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED� 28 2.� ACCESSORI�S [NOT uS�D] 29 �.5 50URCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED� 33 3.3 PREPARATION 34 A. Prot�ction of In�Flace Canditions 35 I. Pavement 36 a. Conduct activities in s�ch a way that does nnt damage existing pavement that is 37 des�gnated to rernain. CITY OF FORT WORTH Wa€er & Sanitary Sewer Replacement S'I'ANDARD CON5TRUCTIpN SPECIFICAT{ON DOCUII+IENTS Contr�ct 2018, W5M-M Rev'rsed January 28,20l3 City Praject No, ]01686 31 24 �f4 - 5 EMBANKMEIYTS Page 5 of 9 l b. Repair or replace any pavement dama�ed due to the negligenee of the 2 cantractor outside the limits designated far pavement xemoval at n.o additional 3 cost 4 2. Trees 5 a. When aperating outside of existing ROW, stake permanent and temporary 6 construction easements, 7 b. Restrici all construciion activities to the designated easement� and ROW. 8 c. Flag and protect all trees designated to remain in accardance with Seetion 31 10 9 00. 10 d. Conduct embankments in a manner such that there is na damage to the tre.e 11 canopy. 12 e. Prune or trim tree limhs as specif cally allowed by the Draw'tngs or as 13 specifieaily allowed by the City. 14 1) Pruning or trimming may only be aecomplished with equipment 15 speciiically designed for tree pruning or trimming. 1b 17 18 19 20 21 22 23 24 3. Abo�e ground Structures a. Pro.tect all abo.ve grouz�d structures adjacent to the construction, 4. Traffic a. Mainkain existing traffie, except as modified by the traffie control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been pravided ta the pxoperiy owner or resident 3} Tt is specifically allowed in the trafFc control pian 25 3.4 �NSTALLATxON 26 A. Embankments General 27 28 29 30 31 32 33 34 35 36 37 38 34 4D 4S 42 43 44 45 46 �7 A�8 1. Placing and Cornpacting Embankment Material a. Perfarm fill operation in an orderly and systemaiic manner using equipment in proper sequence to meet the compactian requirements b. Scarify and loosen the unpaved surface areas, except rock, to a depth af at least 6 inches, unless othen�vise sho� on. the Drawings c. Plaee fill on suriaces free from traes, stumps, roots, vegetation, or other deleteriaus materials d. Bench slopes before placing material. e. Begin �lling in the lowest section or the tae of the work area £ When fill is placed directly ar upon older fill, remove debris and any loose material and proof roll existing surface. g. Af�er spreading the loose lifts to the requir�d th.icicness and adjusting its moisture cantent as necessary, simultaneously recompact scarified material with the placed embankmenk material. h. Roll with suificient number pa�ses to achieve the minimum required compactinn. i. Pro�ide water sprinkled as necessary to achieve required moisture levels for speciiied compaction j. Do not add additional lifts until the entire previaus liti is properly campacted. 2. Surface Water Control a. Grade surface horizontally but provide with suffieient longitudinal and transverse slope to allow for runoff nf surface water from every point. CITY UF FORT WORTI-� Water 8c Sani[ary Sewer Replacea�enl 5TANDARLI CONSTRUCTIa3V SP�CIFICATIQN DOCUME]VTS Contract 2018, WSM-M tZe�ised January 28, 2013 City Pmject No. 1Q1688 3r zaoo-6 EMBANKMENT$ Page 6 of 9 1 2 3 4 5 6 7 8 9 10 � b. Canduct �ills so that na obstruction to drainage from any other sections of fill is created. c. Install temporary dewatering sumps in law az'eas during filling where excess amounts of runoff coll�ct. d. Compact unifot-tx�ly throughout. Keep surfaces of filE reasonahly smooth and free from humps and hollows that would prevent proper uniform compactian. e. Da not place fill during or shortly after rain ev�nts which prevent proper work placemeni of the material and compaction f. Prior to resuxning compaction operations, ramove muddy material off the surface to expose �z-m and compacted materials H. Embankments for Raads 12 1. dnly Acc.eptable Fi11 Material will be allowed Fnr roadways 13 2. Ernbankments for roadbeds shall be constructed in layers approxicnately parallel to 14 the finished grad� o�'the street 15 3. Construct generally to canform to the cross section of the subgrade section as 16 shown in the Drawings. 17 4. Establish grade and shape to the typical sec#ions snown on fhe Drawings 18 5. Maintain �'inished sectians of embankinent to the grade and compaction 19 requirements until the project is accepted. 20 21 22 23 24 25 26 27 28 24 3a 3] 32 33 34 35 36 37 38 39 C. Earth Embankrr►ents 1. Earth embankment is mainly camposed af materia.l other than rqck. Canslruet embankments in successive layers, evenly distributing materials in lengths suited for sprinl�ling and rolling. 2. Rock or Concrete a. Obtain approval from the City prior to incarporating rock and }�roken concrete produced by th� construction projeet in the lower layers of the ernbankment. b. No Rock or Concrete will be permitted in embankments in any location where future utilities are anticipated. c. When the size of approved rock or broken cancrete exceeds the layer thickness place the rock and concrete outside the limiis of the proposed structure or pavement. Cut and remove all exposed reinforcing stee] from the broken cancrete. 3. Move the rnaterial dumped in piles or windrows by blading or by similar methods and incorporate it into uniform layers. 4. Featheredge or mix abutting layers of dissimilar material for at least 104 feet to ensure there are no abrup# changes in the material. 5. Brealc down clods or Iumps of material and mix embankment until a uniform rnaterial is attained. D. Rock Embanl�ents 40 1. Rock embankrnent is mainly composed of rock. �41 2. Rock Embankments for roadways are only aEiowed when specificaIIy designated on 42 the Drawings. 43 3. Construct rock embankments in successive layers for �he full width of the roadway 44 cross-section with a depth of 1 S-inches or 1ess. CIT'Y OF FORT WORTH Watar & Sanitary Sewer Aeplxcement STANllARDCD�fSTRUCTION 5PECIFICATION DOCUMENTS Contract201$, W511!!-M Re�ised Ianuary 26, 2013 City Project No, l D 1 fi88 31 24 00 -7 BMSAIdKMENTS Page 7 af 9 1 4. 2 3 4 5. 5 b 6. 7 7. 8 9 8. l0 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 3D 31 32 33 The layer depth for large rock sizes si�all not exeeed a depth of 1$-inches in any case. F�Il voids created by the large stone mafixix with smaller stones during the placement and fil�ing operations. Ensure the depth of the emhankment layer is greatez' than the maximum dimensian of any rock. Do not place rflck greater than 1$-inches in its maximum dimension. ConstrUct the fanal layer with graded material so that ihe density and uniformity is in accordance compaction requirements. The upper or final layer of rock embankments shall contain no rnaterial larger than 4 inches in their maximum dirnension. E. Density 1. Campact each layer until the mxximunrA dry density as determined by ASTM D698 is aehae�ed. a. Not Under Roadway or Siructure: 1) areas to be eompacted in the open, nat beneath any structure, pavez�n.ent, flatwork, or is a minimum of 1 foot outside of the edge of any structure, edge of pavement, or back of curb. a) Coffipact each layer to a minizx�um of 9Q percent Standard Fractor Density. b. Embanknnents under future paving: I) Coznpact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent ai optimum moisture or as indicated on the Drawings c. Embankments under structures: 1) Compact�d each layez' as indicated on the Drawings F. Maintenance of Moisture and Rewoz'lcing Mainkain th� density �d moisture content once all reguirements are met. For soils with a PI greater than 15, rnaintain the moisture content no lower than 4 percentage points below optimum. Rework the material to obtain the specified compaction when the material Ioses the required stab�Iity. , ciensity, moisture, or finish. A�ter the campaction methods and procedures on subsequent work to obtain speci�ied density as directed by the City. 1. 2. 3. 4_ 34 3.5 REPAIR [NOT USED] 35 3.6 RE-INSTALLATION [NOT USED] 36 3.'� FIELD QUAILTTY CONTRQL 37 38 39 40 41 42 43 4�+ A. Field Tests and Inspections Practors a. The City will perform Proctors in accordance with ASTM D�98. b. Test results w�ill generally be avaiIable to witl�in 4 calendar days and distributed to: 1 } Contractvar 2} City Praject Manager 3} City Inspectar C�'1'Y OF PORT WC7ItTH STANDARD COIVSTRi9CTIO�Y SPEC3FICATION I70CUMENTS Revised 7anuary 28, 2013 Water & Sanit�ry 5ewer Replacement Gontract 2018, W SM-M City Ptnject No. 1.01668. 312400-8 EMBANKMENTS Page B of 9 1 4} Engineer 2 c. Notify the City ifthe characteristic o�the soil chaztges. 3 d. City will perform new pmctors for varying soils: 4 1) When iqdicated in tl�e geoteehnical investigation in the Appeadix 5 2) If notif ed by the Contractor 6 3) At the convenienee of fhe City 7 e, Embanlaiients w�ere different soiI types are present and ar� blended, the 8 proctors shall be based oa the mixture of those soils. 9 2. Proof Rolling 10 a. Embankments under Future Pavement 11 1) City Project Representative must be on-site during proof rolling operations. 12 2) [Ise equipment that will apply sufficient Load to identify soft spots that rut 13 or pump, 14 a) Acceptable equipnxent includes fully loaded single-axle water truck 15 with a 1500 gallon capacity. lb 3) 1VMa[ce at least 2 passes with the proof roller (dawn and back = 1 pass). 17 4) Offset each trip by at most 1 tare rWidth. 18 5) If an unstable or non-uniform area is found, correct the area. 19 b) Correct 20 a) Soft spots that rut or pump greater than 3/4 inch. 21 b) Areas that are unstable or non-uniform 22 '1) If a non-unifnt�n area is found then correct the area, 23 b. Embanlcments Not Under F'uture Paving 24 1) Na Praof Rolling is required. 25 26 27 28 29 3a 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4fi 47 4$ 49 3_ Density Testing af Embankments a. Density Test shall be in conformance with ASTM D2922. b. For Embankments e�nder future pa�ement: 1) The City wi1l perform density testing twice per working day when compaction operations are bcing conducted, 2) The testzng lab shall take a minimum of 3 d�nsity tests, but t�e number of test shall be approp�iate fo7 the area t�eing compacted. 3j Testing shall be representative of the current lift being compacted. 4) Special at�ention should be placed an edge conditions. c. For �mbanknnents not under future pavement or structures: 1) The City will perfazm density testing once working day wlaen compaction operations are being conduct�d. 2} The testing lab sha11 take a minimum of 3 density tests. 3} Testing shall be representative of the aurtent lift being compacted. d. Make the area where the embanl�nent is being placed availabl� fox testing. e. The Cit}F will determine the location of the test. f. The City testing lab will pro�ide resulta to Contractor and the C.ity's Inspector upon completion of the testing. g. A form.al regort will be pasted to the City's Buzzsaw sita within 48 [�ours. h. Test reporYs shall include: 1) Lacation qf test by station number 2) Time and date of test 3) Depth of testing 4) Field jnoisture 5) Dry density CITY O�' TORT WQRTH Water � Sanitary Sewer Replacernent STANDARI] CQNSTRUCT[ON SPBCIFICATION DOCUMENT5 ContracC 2tl18, WSM-M Revised lanuary 28, 2013 City Project lVo. I{11668 3124a4-9 EMBANKMENTS Page 9 of9 1 b) Proctor iden.tifier 2 7) Percent Proctor Density 3 S, Non-Conforming V1Tork 4 1. All nnn-conforming work shall be removed and replaqed. 5 3.8 SYSTEM STARTUP jNOT i15ED� 6 3,9 ADJUSTING [NOT USED� 7 3.10 CLEANING [NOT USED] S 3.11 CL�SEOUT ACTIVI'I'I�S [NOT USED� 9 3.1� PROTECTION [NOT USED] l0 3.13 MAINTENANCE �N�T USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible zz�.easurement and payment procedures and B.lue 12I20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifica�ions 1128/I3 D, Johnson 1.2 — Modified Bid Item names in payment section to differentiate batween Payment Methods on bid list. 14 CTI`Y QF FORT WORTH STA]�DARD CON5TR[7CTIOIV SPECIFICATION DOCt1M�NT5 Revised lanuary 28, 2013 Watet & 5anitary 5ewer Replacement ContracE 201 S, WSM-NE City Projcet TFo. 101688 3123U0-1 ERQ31pN AND SEi71MENT CONTROE. Page 1 oi9 SECTION 31 25 QQ EROSION AND SEDIMENT CONTROL PARTi- GENERAL 1.1 SUMMARY A. Section Ineludes: 1. Implementation of the project's 5torm Water Pollution Prevention Plan (SWPPP} and installation, mainfenance and remo�al of erosion and sediment cantrol devices B. Deviations from this City of Fort Worth Standard 5pecification 1. None. C. Related Speciiicakion Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 5tarm Water 1'pllution Prevention Flan <1 acxe a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Paym�nt 1) The work per�ormed and the materials furnished in accordance with this Item are subsidiary ko the siructure or Items heing bid and no other compensatian will be allowed. Stan�n Water Pollution Prevention Plan > 1 acre a. Measurement far this Item shall be by lump sum. b. Payment 1} The work performed and Yhe materials furnished in accardance with this Xtem shall be paid for at the lurnp sum priee bid for "SWPPP ? 1 acre". c. The price bid shall inciude: 1 } Preparation of SWPPP 2) Implementation 3) Permitting fess 4) Installation 5) Maintenance 6) Removal 1.3 REFERENCES A. Reference St�n.dards 1. Reference standards cited in this Speci�cation z'efer to the current reference standard published at the time of the latest revision date lagg�d at the end of this Specifeation, unless a date is specifically cited. 2, ASTM Standard: C1TY OF FORT WORTH STANDAI�iD CONSTRUCTION 3PECIFICATTON DDCUMElVrS Water & Sanitary Sewer itep[acement Re�ised December 20, 2012 Contract 2018, WSM-M City Froject No. 101688 3l2500-2 EIiOSION AND SEi]Ilb1ENT COAfTROL Pagc 2 of 9 Q d. ASTM D378b, Standard Test Method for Bursting Strength of Textile Fabrics—Diapl�ragm Bursting Strength Tester Method ASTM D4632, Standard Test Method far Grab Breaking Load and Elongation of Geotex#iles ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile ASTM D4833, Standaz'd Test Method for Index Puncture Resis#ance of Geomemhranes and Related Products 3. Texas Cammission on Envzronmental Quality (TCEQ) TPDE5 General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DM5-6230 "Temporary Sediment Control Fence �abric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Stvrm Water Pollution Prevention Plan (SWPPP) B, TCEQ Notice of Intent (NOI) for 5torm Water Discharges Associated with Constructian Activity under the TPDES General Pez�rn.it C. Construction Site Notice D. TCEQ Notice of Termination (NOT} far Storm Water Discharges. Associated with Constructian Activity under the TPDES General Permit �. Notice of Change (i� applicable) 1.6 ACTION SUBMITTALSIINFORMATIONAL Si1BMITTALS [NOT USED] 1.'� CLOSEOUT SIIBMITTAL� [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBNIITTALS [NOT USED] 1.9 Qi7ALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND AANDGTNG [NOT USEDj 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART�- PR�DUCTS �.1 OWNER-FiJRNISHED �oR� OWNER-SUPPLIED PRODUCTS �NOT USED] �.� PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1, Aggregate a. Fumish ag�'egate with hardness, durability, cleanliness and resistance to crur�nbling, f�aking and eroding acceptable to the Engineer. b. Provide the following: 1} Types l, 2 and 4 Rock Filter Dams CITY OF FQRT WORTH Water 8c Sanitary Sewer Iieplacement 5TANDARD CON3TRUCT[ON SPECIi'ICATTDN DOC�IMEN"C5 ConVact 2018, W5M-M Revised December 20, 2U12 City Praject 1Va. ID16$8 312500-3 �R0510N AND 5EDIML�i+1T CDNTRdL Page 3 pf 9 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Fiiter Dams a) Use 4 ta 8 inch aggregate. Wire a. Frovide rriinimum 2Q gauge galvanized wire for the steel wire mesh and tie wires far Types 2 and 3 rock filter dains b. Type 4 dams require: 1} Double-twisted, hexagonal weave with a nominal mesh opening of 2% inches x 3 '/ inches 2) Mini�num 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages anef corners 4) Minimurn 0.0866 inch far binding or tie vvire B. Geotextile Fabric 1. Place the aggregate over geatextile fabric meeting the following criteria: a. Tensile Strength of 2S0 pound�, per AST'M D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mu.11en Burst Rate of 424 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4?51 C. Sandbag Material 1. Furnish sandbags rn�eting Section 2.5 except that any gradation of aggregate may be used ta iill the sandbags. D. Stabilized Canstruction Entrarices Provide tnaterials that meet the details shown an the Drawings and this 5ection. a. Provide crushed aggregate for fong and shart-ierm canstruction exits. b. Furnish aggregates that ar� clean, hard, durable and free fram adherent coat�ngs such as salt, atkali, dirt, clay, loam, shale, soft or flaky materials and organic and inj�ious matter. c. Use 3 to 5 inch caarse aggregate vaith a minimum thickness of 12 inches. d, The aggregate shall be placed over a geotextile fabric nneeting the following criteria: 1) Tensile Strength of 304 ponnds, per ASTM D4632 2} Pu�cture Strength of 120 paunds, per ASTM D4833 3} Mullen Surst Rate of 600 psi, per AS'I'M D3786 4} Apparent Opening Size of No. �0 (max), per ASTM D4751 E. Embankmeni for Erosion Contrnl 1. Provide rock, loam, c1ay, tapsail or oth�r earth materials that wi1I form a stable embaz�kment to meet the intended use. F. Sandbags 1. Provide sandhag material of polypropylene, palyethyIene or polyamide woven fabric with a minimutn uni.t weight of 4 ounces ger square yard, a Mullen bursi- strength exeeeding 3Q0 psi, ancf an ultravialet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeiing th� gradation given in Table 1 ta fill sandbags, 3. Filled sandbags must be 24 to 30 inches l.ong, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 CITY OF FDRT VS�ORTH Water 8c Sanilary Sewer Replacement STANDAR� CONSTRUCTIQN SP�;CIFICATION I)OCUMENT5 Co�tract 2018, WSM-M Re�ised December 20, 2D12 Cily Project No. l0] 668 31 25 00 - 4 CR03ddM AND S�DIMBNT CONTIiOL Page 4 of 4 Sand Gradation Sieve # Ma�imum Retained % b Wei ht 4 3 ercent 1pb 80 ercent 2(30 95 ercent G. Temporary Sedirnent Control Fanee 1. Pz'ovide a net-reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric l} Frovide fahric materials in accordanee with DMS-6230, "Temporary Sediment Control Fence Fabric." 6. Posts 1) Provide essentially straight wood ar steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Saft woad posts m�ast be at least 3 inches in diameter or n.ominal2 � 4 inch 3) Hardwood posts must have a minimum cross-section of l-112 x 1-1/2 inch 4) T- or L-shaped steel posts must hxve a minimum weight of 13 pounds per foot. c. Net Reinforcement l} Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire t�nesh, with a maximum opening size of 2 x 4 inch, a� least 24 inches wide, unless otherwise shovvu on the Drawings. d. Staples 1) Fravide staples with a crown at least 3/4 inch wide and legs l/2 inch long. 2.3 ACCESSORIES [NOT USED] 2.4 SQT,7RCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. St�rm Water Pallution Prevention Plan 1. Develap and implennent the project's Starm Water Pollution Prevention Plan (SWPPP) in accorciance with the TPDES Construction Gen�ral Perrnit TXR154000 requirements. Prevent water pollutian from storm water runoff by using and maintaining approprzate structural and nonstructural BMPs to reduce pollutants dischaz�ges ta the MS� from the construction site. B, Control Measures 1. Implement control measures in the area to be disturhed before beginning construction, ar as dirccted. Limit the disturbance to the area shown Qn the Drawings or as d�rected. CITY �F F�RT WORTH STANDAR➢ C�NSTItUCT[ON SPECIrICATION DOClJ1V1ENTS Water & Sanitary Sewer Replacement Revised Decem6er 20, 2012 Canqract 2U18, W5M-M City Project Ma. CU1GR8 332500-5 EROSION AND SEDIMENT CONTROL Pagc 5 of 9 4. 5. Control site wasie such as disearded building materials, concrete truck washout �vatex, ehemicals, litter and sanitary waste at the canstruction sit�. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resultit�g from construction operatians, the Engineer will limit the disturbed area to tha� which the Contractor is able to controL Minimize disturbance to vegetation. Immedzately correct ineffective control measuz'es. Implement additianal cantrals as directed, Remove excavatcd material within the time rec[uirements specified in the applicable storm water permit. Upon acceptance of vegetative cover by the City, remove and dispose of aIl temporary control measures, temporary embankments, bridges, matting, falsework, piling, dehris, or other obstructions placed during cansfruction that are not a part of the finished work, or as direct�d. C. Do not locate disposal areas, stackpiles, oz' haul roads in any wetland, �rater body, or streambad. D. Do not install tern�orary construction crossings in or acrass any water body without the prior approval af the apprppriate resourc� agency and the Engineer. E. Provide protected storage area for paints, chcmicals, solvents, and f�rtilizers at an approv�d location. Keep paints, citemicals, salvents, and fertilizers off bare ground and pra�ide shelter for stored chernicals. F. Installation and Maintena�.cc I. Ferform work in aecorcfance with the TPDES Construction General Permit TXRI5Q000, 2. When approved, sediments may be disposed of within etnbankments, or in �reas where the material will not contri�ute to further siltation. 3. Dispose oiremoved matez-ial in accordance with federal, state, and incal regulations. 4. Rext�,ove de�ices upan approval ar when directed. a. Upan removal, finish-grade and d.ress the area. h. Stabilize disturbed areas in accordance with the .permit, and as shown on the Drawings ar directed. 5. The Contractor refiains ownership of stockpiled tnaterial and must remove it from the project when new installations or replacements are no longer required. G. Roek Filter Dams for Erosion Control 1. Remove trees, brush, stutnps and other objectionahle material that may interfere with the construction of roclt fiIter darr�s. 2. Place sandbags as a foundatian when rec}uired or at the Contractor's option. 3. For Types 1, 2, 3, ax►d 5, pla�e the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, placc the aggregate on the mesh and ihen fold the mesk► at the upslream side over the aggregate and secure it ta itself on tl�e downstream side with wire ties, or hog rings, or as directed. S. Place rock filter dams perpendicular to the flow of the stream or channel unless atherwise directed, CITY OF FOR'i WORTH Wat�r & Sanitary Secver Replaotmrnt S'I'ANDARD CONSTRUCTIDN SP�CIT'ICATIQN 17dCUMENTS Contract 2018, W5M-M Revised becember 20, 2012 City Project Nfa. 101b8$ 31250U-6 EROSlaN AND SEDIMEN'f CONTROL Page 6 af 9 6. Con.struct filter dams according to the following criteria, unless otfierwise shown on the Drawings: a. Type 1 (Non-reinforc�d} 1) Height - At least 1$ inches measured vertically from e�cisting ground to top of fslter darn 2) Top Width - At least 2 feet 3) Slopes � At most 2:1 b. Type 2 (Reinforced) 1} Height - At least 18 inches Fneasured vertically from existing ground to top of �lter dam 2) Top Width - At least 2 feet 3) Slapes - At n�zost 2:� c. Type 3 (Rei�piarCeci} 1) Height - At least 36 inches measured �erticalIy from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2: I d. Type 4 (Sack Gahians) I} Unfold sack gabions and smooth out kit�cs and bends. 2) For vertical filling, connect the sides by lacing in a single loap—dou6le loop patte� on 4- �0 5-irtches spacing. At 1 end, pull the end lacing rod until tight, wrap around the and, and tvvist 4 times. At the iilling end, �11 with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filiing trough, fill with stone, and connect sid�s and secure ends as described ai�ave. 4) Lift and place without damaging the gabion. 5) Shape sack gahions ta existing contours. �. Type 5 1) Provide rock �It�r dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, p.reven.t b-affic from crossing or exiting the construction site or moving directly onto a publzc roadway, alley, sidewalk, parking area, or other right of way areas other than at the location Qf construction entrances. 2. Place tl�a e�t over a foundation course, if necessary. a. Grade the iaundation cours� or compacted subgrade to direct runofF from the construction exits to a sedimeni trap as shown on the Drawings ar as directed. 3. Ak drive approanhes, make sure the cQnstruction entrance is. the full width of the drive and rrieets the length shown on the Drawings. a. The widih shaIl be at least 14 feet for 1-way and 24 feet for 2-way traffie far all other points of ingress or egress or as directed by the Engineer. I. Earthvvork for Erosion Control 1. Perform excavafion and embanktnent operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of bvt� along tt�e low crown of daily lift placement, or as directed, to prevent runoff spillover. crrY o�' Fax�' wnu�rx STAIVDARD CONSTRUCTIDN SPECIFICATION DOCUMENTS Vdater & Sanitary Secver Replacement Revised December 20, 2012 Cantract 2018, WSM-M City Project No. 101688 3i2500-7 EKDSION AND SEDIMSN'�' CONTROL Page 7 of 9 2) Place swales and dikes at other locations as shawn nn the Drawings or as directed ta prevent re�noff �pillover ar to divert runoff. 3) Canstruct cuis with the low end blocked with undisturhed earth to prevent erosion of hillsides. 4) Construct sedirnent traps at drainage struetures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sedim�nt basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 nr rnore disturbed acres at 1 time, not includirxg of�site areas. b. Excavation of 5eclirnent and Debris 1) Remove sediment and debris when accumulation affects the perFormance of the devices, after a rain, and when direeted. 7. Sandbags far Erasion Gontrol 1. Co�stnFct a berm or dazz�. of sandhags that will intercept sediment-laden starrn. water runaff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag wzth sand so that at least the top 6 inches of the bag is unfilled ta atlaw for proper tying of the open end. 3. Place the sandbags with their tied ends in the same directian. 4. �ffset subsequent rows of sandbags ll2 the length of the preceding row. S, Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additiqnal 5andbags as nacessary or as directed for supplementary support to berms or dams of sandbags ar earth. K, Temporary Sediment-Control Fence J.. Provide temporary sediment-control fence near the d�wnstream perimeter of a disturbed area to zntercept sediment from sheet flow. 2. Incorporate the fence inta �rosion-�ontrol measures used to control sediment in areas of higher flaw. Install the fence as showrx on the Drawings, as specified in tihis Section, or as directed. a. Post installation 1) Embed pasts at least l$ inches deep, or adequateiy anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. h. Fabric Anehoring 1) Dig trenches along the uphill side of the fence to anchor 6 ta 8 inches of fabric. 2) Pro�ide a minimum trench cross-sectior� of 6 x 6 inches 3) P1ace the fabric against the side af the trench and align appraximately 2 inches of fabric along the battom in the upsfz'eam direction. 4) Backfill thc trench, then hand-tamp. c. Fabric and Net ReinforCetnent Attachtnent 1) Unless atherwisa shown und�r the Drawings, attach the reinforcement tn wooden posts with staples, or to stee] pnsts with T-clip5, in at least 4 pIaces equally spaced. 2) Sewn vertical pockets may be us�d ta attach rei.nforcemant to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every Z 5 inches ar less. CFI'Y QF FORT WOR'tH 5i'ANDAIt17 CONSTRUCTION SP�C[PIC:ATION DDC[lIv]ENTS Wafer & 5anitary Sewer Replacement Revisad Deoemher 2U, 2Q12 Contract 2018, WSM-M City Project Na. 101 b88 312500-8 ERdSIpN AND SEDiM�NT CONTROL Page S of 9 d. Fahric and 1�et Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 plaees equally spaced, unless otherwise shown under the Drawings. a) Do nai locate splices in concentrated flow areas. 2) Requiremer�ts for installation of used Yemparary sediment-contral fence include the f.ollowing: a} Fabric with minimal or no visible signs of biadegradation (weak fbexs) b) Fabric without excessive patching (more than I patch every 15 to 20 feet) c) Posts without bends d) Backing withaut holes 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.�' �+'IELD i�R] 3ITE QUALITY CONTR�L [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJ[1STING �NOT USED� 3.10 CLEANING A. Waste [vlanagement I. Remove sediment, debris and litter as needed. 3.11 CLOSEQUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the projeck site kzave been completed. B. Establish a uniform veg�kative caver with a density of 70 percent an all unpav'ed areas, an araas not covered by permanent structures, or in areas where pez�tnanent erosian contx'al nneasures (i,e. riprap, gabions, or geatextiles} have been employ�d. 3.1� PROTECTION [NOT USED] 3.13 MA�NTENANCE A. Install and maintain the integrity af temparary �rosion and sedimentation control de�ices ta accumulate silt and debris until earthr�ork construction anci permanent erosian oontrol features are in. place or the disturbed area has been adequately stabilized as determin�d by the Engineer. B. If a device ceases to function as intended, repair ar replace the device ar portions thereof as necessary. C. Perform inspections of the cor�struction site as prescribeci in the Construction General Yermit TXR150000. D. Records of inspections and modificatians based on the results of inspections rnust be maintained and available in accordance with the permit. C1TY QF FOR'C WORTH STANDARD COI+}STRUCT[ON SPECIFICATION DOCLIMEN'I'S Wate� & Sani[�ty Sewer Replacement Revised December 2Q, 2012 Contract 20l S, WSM-M City Project No. 141668 3�zsoa-� ERflSION AND $EDRI+I$NT COFVTROL Aage 9 of 9 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DAT� NAME SUMMARY OF CHANGE CTI'Y OF FORT WpRTI-� Watcr & 5anitary Sewer Replaaement STANDARq CONSTRUCTION SPECIFICAT[ON DOCUMENTS Contraet 2018, WSM-M Reviaed December 20, 2012 Ciry Proj ect No, l Q 1 G88 312316-1 UNCI,A,SSIFIED �XCAVATION Page l nf S 2 3 4 PART 1 - GENEI�L 5 1.1 SUMMARY 6 A. Section Tncludes: 7 8 9 lU 11 12 I3 14 15 16 i7 18 19 20 21 SECTION 31 23 1b i.1NCLASSIFIED E3CCAVATION 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encauntered io the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may inclucie construction af a. Roadways b. Drainage Channels e. 5ite Excavation d. Excavatian far Structures e. Or any other operatian involving the excavation of an�site materiais B. Deviations from this City of Fort Worth Standard 5pecification 1. None. C. Related �pecification Sections include, but are nof necessar�Iy limited to: 1. Divisian 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirernents 3. Sectinn 31 Z3 23—Barroiv 4. Secfion 31 24 00 — Embankments 22 1.2 PRICE AND P�YMENT PROCEDUREB 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Excavation by Plan Quantity a. Measurement I) Measurement for this Item shall be by the cubie yard in its final position using the average end area method. Limits of ineasurem�nt are shawn on the Drawings. 2) When rneasured by the cubic yard in its iinal position, this is a plans quantity measurement Item. The quantity to be paid is the quan�ity shown in the proposal, unless modified by Article 11.04 oifhe General Conditians. Additional measurements or calcuiations will be made if adjustnr�ettts of qUantities are required. b. Payment 1) The work perfortned and materials furnished in accordance with this itetz� and measurad as provided under "M�asurement" will be paid fnr at the unit price bid per cubic yard of "i.Tnc�assificd Excavation by Plan". No addiiional compensatiorz will be �lIowed for rock or shrinlcagelswell factors, as th�se are the Contractor's responsibility. c. The pi-ice bid shall ine3uc�e: � ) ExCaVStiqCi 2) Excavatioa Safety CITY DF FORT WORTII Water & Sanifary Sewer ReplacemenY STAiYDAiiD CdNSTRLICTIQ]V SPECIFICATION DOCUMENTS Cantract2018, WSM-ivl Revised January 28, 2013 City Ycaject [rto, 101688. �i za i� -z LTNCi.ASSIFIED EXCAVATION Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 iz 13 14 15 16 17 18 19 20 21 22 23 24 z5 26 27 2$ 24 30 31 32 F% 3) Drying �) Dust Control 5) Rewarking or replacing the over excavated matarial in rock cuts b) Hauling 7) Disposal af excess material not used elsewhere ansite $) Saarificatifln 9) Clean-up Excavation by Surveyed Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yaxd is1 its final position caIculated using the a�erage end area or composite method. a) The City will perform a xeference su�vey once the Site has been cleared to obtain existing graund eonditions, b) The Ciry will perform a final post-construction survey, c) The Cantractor will be paid far the cubic yardage of ExCavated zz�aterial calculated as the difference between the two surveys. d) Partial payments will be based on estirnated plan quantity measurements calculated by the Engineer. b. Payment 1) The wark perfortned and materials furr�ished in aecordauce with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per cubic yard of "LTnclasszfiad Exeavatian by Survey". c. 'X'he price bid shall include: 1) Exca�ation 2) Excavatian 5afety 3) Drying 4) Dust Gontrol 5) Rewar�Cing or replacing the over excavated material in rock cut� 6) Hauting 7) Disposal of excess rnateriai nat used elsewhere onsite 8) Searification 9) Clean-up 33 1.3 REFERENCES [NOT USED] 34 35 36 37 38 39 1. Unclassified Excavation— Without regar� to materials, all excavations shail be considered unclassified and shall include all materials excavated. Any reference to Rock or other materials qn thc Drawings or in the speci�cations is so.lely far the City and the Contractor's infarmatipn and is not to be taken as a ciass�fication of the excavation. 40 1.4 ADMINSTRATIVE REQUIREMEN'I'S 41 A. The Contractor will provEde the City with a Disposal Letter in accordance to Di�isiora 42 O1. A. De�nitions CITY OF FQRT WdRTI3 Water 8c 5anitary Sewer Iteplacement 5TANUARD CON5TAUCTION SPECIPICAT[ON DOCUMENTS Contract201&, W5M-M Revised January 28, 2013 City Pcoject No. 1D1688 31 23 16 - 3 T.TNGLASSIFFEQ EXCAVATIDN Page 3 of 5 1.5 Si1BMITTALS [NDT USED] 2 l.b ACTIDN SUBMITTALSIINFORMATiONAL SUBMITTALS [NOT USED] 3 l.i CLOSEOUT SUBMITTALS [NOT USEDj 4 l..$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1,9 QUALITY ASSURANCE b A. Excavation Safety 7 I. The Contxactor sha11 be solely res�ansible for making all excavations in a safe 8 manner. 9 2. A11 excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1 l 110 DELIVERY, STORAGE, AND HANDLING 12 I3 14 15 l6 17 18 19 20 21 22 23 24 2S 2F 27 28 29 A. Storage 1. Witk�in Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easem�nts or temporary construction easements, unless specifically disallowed in tkte Contract Docurnents. b. Do not hlock drainage ways, inlats or d�ri�eways. c. Pravide erosion control in accordan.Ce with Section 31 25 OU. d. When the Wvrk is perfarmed in active traffic areas, store materials anly in areas barricaded as provided in the traffic control plans. e. 1a�. non-paved areas, da not store material on the root zone of any trees or in landscaped areas. 2. Designated 5torage Areas a. If the Contract Documents do not ailow the storage of spails within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. h. Provide an affdavit �hat rights have been secured to stare the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not hlock drainage ways. 30 1.11 F�ELD CONDITIONS 31 32 33 34 35 36 A. Existing Conditions 1. Any data which has been or may be provided on subsurFace conditions is not inkended as a xepresentation or warranty of accuracy or continuity batween sails. It is expr�ssly understaod that neither the City nor the Engineer will be responsi6le for interpretatians ar conclusians drawn there fra�m by t�� Cantraetar. 2. Data is made available for �e eonvenience of the Gontractor. C1TY QF FORT WORTH STANDARD CONSTRUCTION Si'ECIFICATTON DOCUMENTS Revised January 28, 2U13 Water & Sanilary Sewer Replacement Contract 2018, WSM-M City Prnject Nn. ] 01688 372316-4 UNCLASSIFIED E}CCAVATION Page 4 af 5 �1 2 1.12 WARRANT� [NOT USED] PART 2 - PRODUCTS [NOT i7SED] 3 21 OWNER-FLTRNISHED [NOT USED] 4 Z.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECIITION 10 3.1 INSTALLERS [NOT USED] I I 3.2 EXAMINATION [NOT L1SED] 12 3.3 PREP�iRATION [NOT USEI]] 13 3.4 CONSTRLTCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local, state, and federal regulakions at locations. 16 B. Excavations shall be per%rmed in the dry, and kep# frea from wat�r, snow and ice 1'7 during constructian r�vith eh exception ofwater that is applied for dust control, l S C. Separate Unacceptabfe Fill Material fram other materials, remove from the Site and 19 properly dispose according to dispasal plan. 20 D. Maintain drai.nage in the excavated area to a�oid damage to the roadway sectiflns and 21 proposed or existing structux'es. 22 E. Correct any damage to the subgrade caused by weather, at no additionat cast to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. ZS Remove and dispase of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2, In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 36 accordance with Seerion 31 24 00 to replace the over excavated at no additional 31 cost to Ciry. 32 H. Earth Cuts 33 1. Exc�vate to fnish subgrade CIT'I' OF EOR7' WORTH Water &$anitary Sewer Replacement STANDARD CpNSTRUCT'ION SPECIFICATION D�CUMENT5 Contract 2D18, WSM-M Revised January 28, 2Q13 City Project No. 1D1668 1 2 3 4 5 6 7 S 31 23 16-5 CINCLA3SIF'iEl] EXCAVATION Page 5 nF5 2. In the event of over exeavafion due to contxactor error below the lines and grades established in the Drawings, use approved ecnbankmenf material compacted in accordance wifh Sectian 31 24 Op to replace the over excavated at no additional eost to City. 3. Mar�ipulate and compact subgtade in accordance with Sectian 31 24 OQ. 3.5 REPAIR [NOT USEDJ 3.6 RE-INSTALLATION [NOT L15ED] 3,'� FIELD QUALITY CUNTR�L 9 A. Subgrade Tolerances 1Q 1. Excavate ta within 0,1 foot in all directions, ll 2. In areas of over excavation, Contractor pro�ides fill material approved by the City 12 at no expense ta the City. 13 3.8 SYSTEM STARTUP [NOT USEDj 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTXVX'1`XES [NOT USED� 17 3.12 PROTE�TXON [NOT USED] 18 3.13 MAINTENANCE �NOT IISED] 19 3.14 ATTACHMENTS jNOT USED] 20 END OF SECTION Revision Log DATE NAML SUMM�.RY OF CHANGE I212412012 17. Iohnson 1.2 - Measuremenk and Payment Section modified; Blue Text added for clarificarion 1/28/13 D. Johnson 1.2 — Modi�ed Bid Item names in payment sectinn to differentiare between Payment Methqda on bid list. 21 C1TY OF FQRT WORTH W�ater & Sanitary Sewer Replacement STAIVDARD CON5TRi3CTION SPECIFIGATION DdCUMENTS Coniract ZOl B, WSM-M Itevised .Tanuary 28, 2013 City Pmjeci [Yo. 101688 32 O1 l7 - l PERMANENT ASPHALT PAVING f�EPAIR Page l of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMA.RY SECTION 3� 01 17 PERMANEN"I' ASPHALT PAVING REPAiR S A. Section includes: 6 1, �'lexibie pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 1 I construction 12 B. Deviations from t�is Gity o�Fort Worth Standard Speci�ication 13 1. None. l4 IS 16 17 18 19 �a 21 22 �.2 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 C. Related Speciiication Sectinns include, but are not necessarily limited to: 1. Di�ision 0— Bidding Requirements, Contract Forms, and Conditians of the Contract 2. Division 1— General Requirements 3. Section 03 34 16 -- Cancrete Base Material for Trench Repair 4. Section 32 l. Z 1 C— Asphalt Paving 5. 5ection 32 13 13 — Cancrete Paving 6. Section 33 OS 10 — Utility Trench Excavation, Embedrnent and Backf'ill PRICE AND PAYMENT PROCEDURES A. Measurement and .Payament 1. Asphalt Pavement Repair a. Measurement 1) Mcasurement for this Item wilI be by t�ie linear foot af Asphalt Pavement Repair based on the defined width and roadway classification specified in thc Drawings, b. Payment 1) The work perfarmed and materials furnished in accordance with this Item and measured as pro�ided under "Measurement" will be paid far at the upit price bid pzice per linear foot of Asphalt Favement Repair. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, staring, hauling and handlirzg all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additi�e 5) Materials and wark needed for correcti�re actipn 6) Trial batches 7) Tack coat CITY OF FORT WORTH Water & Sanitaty Sewer Replacement STAI�iDARlJ COF15TRlICTION 9PECIFICATIOIY DOCUM6NT3 Contract2038, WSM-M Revised becember �0, 2012 City Projcct Na, l U l 668 320117-2 P�RMANENT ASPHALT PAVING AEPAIR Page 2 oF 5 1 8) Removal and/ar sweepiz�g sxcess material 2 2. Asphalt Pavement Repair for Utility Service Trench 3 a. Measurement 4 1) Measurement for this Item will be by the linear foot of Asphalt 1'avernent 5 Repair centered on the proposed sewer serv�ice Iine measured from the face b of curb to the limit of the Asphalt Pavenae�.t Repair for the main sewer line. 9 ia ll 12 13 14 15 16 17 18 I9 24 2l 22 23 24 2S 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 b. Payment 1) The work pe�ormed and materials fizrrtished in accordance with this ltem and measured as provided under "Measurement" will be paid for at the unit pricc bid price per linear foot of "Asphalt Pavament Repair, Service" installed for: a) Various t�pes af utiliti�s c. The price bid shall include: 1) Pregaring fina! surfaces 2) �'urnishin,g, loading, unloading, storing, hauIing and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5} Materia�s and work needed %r coz�rective actian 6) Trial batches 7} Tack caat 8) Remqval and/or sweaping excess material Asphalt Pavement Repair Beyand De�ned Widtil a. M�asurement 1) Measurement for this Item will be by the square yard for asphalk pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. b. Payrzz�z�t 1) The workperformed and materials iurnished in accordance with thzs Item and measured as provided under "MeasuremenY' will be gaid %r at the ttnit price bid per square yard of Asphalt Pavemenk Repair Beyond Defined Width. c. The price bid sl�all include: 1) Preparing ftnal surfaces 2) Futnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic controi for a11 testing 4j Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) lZemoval andlor sweeping exeess materia� 43 4. Extra Width As�halt Pavement Repair 44 a. Measurement 45 1} Measurement for this Item will be by the square yard far surface repair 46 (does not include base repair) for: 47 a) Various thicknesses 48 b. Payment CITY OF FORT WORT�I Water & Sanitary Sewer Replacement STANBARD CdN5TRUCTIQN SPECIFiCATION DOCUMENT5 Conlract2018, WSd4I-M Revised December 20, 2012 City Project No. I D l 688 32O1 17-3 PERIv1ANEN'I' A9PI-{ALT PAVING REPAIR Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1.3 1) The work performed and materials furnished in accordance with this Item and measured as providad eander "MeasuremenY' will be paid for at the unit price bid per square yard of Extra Width Asphalt Pavement Repair c. The pricc bid shall include: 1) Prepaxing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all �naterials including freight and royalty 3) Tra�f'ic eontrol for aII testing 4) Asphalt, aggregate, and additivc 5) Materiafs and work needed for corrective action 6) Tria1 batches ?) Tack coat 8) Removal andlor sweeping excess rnaterial REFERENCES 15 A. Definitions 16 1. H.M.A.C. — Hot Mix Asphal# Cancrete 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Fermitting 19 1. Obtain Street Use Permit to make uti�ity cuts in the street from the Transportatinn 20 and Public Works Department in conformance with cuz-rent ordinances. 21 2. The 'I'ranspo�tation and Puhlic Works Department will inspect the pa�ing repair 22 after construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTAL�IINFORMATIONAL SUBMITTALS 25 A. AsphaIt PaverTnent Mix Design: submit for approval: see 5ection 32 12 16. 26 l.i CLOSEOUT SUBMITTALS [N�`I' USED] 27 i.� MAINTENANCE MATERIAL SIIBMITTALS [NOT USED] 28 1.9 QUALITY ASSURAN�� [NOT USED] 29 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 2.1� FIELD CONDITIONS 31 A. Place mixtu�re when the roadway surface temperature is 4S degrees P or higher and 3z rising unless otherwise approved. C1TY QF FORT WORTH Water & Sanitary 8ewer Replacement STANDARiI CONS'TRl1CTIO�I SPECIFICATION DQCUMENTS Contract 2018, VJ5M-M Revised I]ecembcr 20, 2012 Csty Projcct No, l O1668 3201 17-4 pERMANENT ASPiiAI.T PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT i35ED] 2 PART � - PRODUCTS 3 4 5 b 7 8 9 10 11 12 13 14 15 16 17 �.1 OWNER FURNISHED [NOT USED� �.� MATERIALS A. Backfili 1. See Section 33 OS 10. B. Base Material 1. Concrete Base Material for Trench Repair: See Sectian Q3 34 1 b. 2. Ca�crete Base: See Section 32 13 13. C. Asphalt Paving: see Saction 32 12 16. 1. H.M.A.C. pa�ing: Type D. Z.3 ACCESSORIES [NOT USED] 2.4 SOURCE QIIALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.l INSTALLERS �NOT []SED] 3.� EXAMINATION [NOT USED] 3.3 PREPt�RATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs far approval by the City. 20 2. Contractor and Cit� meet prior tQ saw cutting t� confirm limits of repairs. 21 3.4 INSTALLATION 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 A. General I. Equipment a. Use machine intended far cutting pavement. b. Millit�g machines rnay be �sed as long as straight edge is maintained. 2. Repairs: In true and straight l�nes tn dimensions shown on the Drawings. 3. Utility Cuts a. In a true and straight line on both sides of the treach b. Minimum of 12 inches outside the trench walls c. If thc existing flexible pavement is 2 feet nx less between the lip of the e�usting gutter and the edge of the trench repair, remove the e�cisting paving to such gutter, 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal CITI' OF FORT WORTH Water & Sanitary Sewer Replacement STANT]ARll CONSTRUCTION SPECIFICATIQNI �OCI}MENTS Contract 2018, WSM-M Revised December 20, 2012 City Pro}e�t No. 101686 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 2] 22 23 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1. U�e care tn pr�v�nt fracturing existing pa�ement structure adjacent to the repair area. C. Sase 1. Install replacement base material as specified in Drawixags. D_ Asphalt Paving 1. H.M.A.0 �lacem.ent: in accordance with Sectian 32 12 16 2. Type D surface mix 3, Depth: as specified in I]rawings 4. Place surface mix in lif�s not to exceed 3 inches. 5. Last or top li$ shall npt be less than 2 inches thick. 3.s REPAIR/RESTORATION �N[}T USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTiJP [NOT i1SED] 3.9 ,A,DJUSTING [NOT USED] 3.I0 CLEANYNG [NOT USED] 3.11 CL�SEOUT ACTIVIT�ES [NOT USED] 3.�2 PROTECTION [NDT USED] 3.13 MAINTENANCE ENOT IISED] 3.14 ATTAC�MENTS [NOT USED] E1�D OF SECTION Rev.ision Log DATE NAME Si1MMARY �F CHANGE 1,2,A — Modiiied Items to be incladed in price bid; Added blue text for clarifieatiun 12:120/2012 D, Johnson af repair width on utifity trench rcpair; Added a bid itern far utility service trench repair. 24 CITY OF FORT WdRTFi 5TAIVDAIZC] C�NSTRUCTION SPECIP[CATION DOCIIM$NT$ Revised December 2U, 2012 Water & Sanifary Sewer Replacement Contr�ct 2D 1$, WSM-M City Project lVo. l01 fi$8 32Q116-1 '1'EMPOIiARY r�SNHAL7' PAVING REPAIR Page 1 nf 3 SECTION 32 0� 18 TEMPORARY ASPHALT PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Utility cuts (water, sanitary sewer, drainage, ekc.) along streets programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance Program. 2. Repairs of damage causeci by Contracior 3. Any other temporary pavement repair needed during the course of construction. B. Deviations from this Gity of Fart Warth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Dx�ision 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 32 11 23 - Flexible Base Gourses 4. Section 32 12 lb - Asphalt Paving S. Section 33 QS 10 - Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT 1'ROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Iiem shall be by the linear foot oiTemporary Asphalt Paving Repair. 2. Pxynrzent a. The �vork perfarmed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unii price bid per linear foot of Temporary Asphalt Faving Repair. No additional payment will be provided for repairs of damage to adjacent pavement caused l�y the Contractor. 3. The price bid shall include: a. Preparing frnal surfaces b. Fut'nishing, laading, unloading, storing, hauling and handling all materials including freight and royalty c. Traffic control for all testing d. Asphalt, aggregate, and additive e. Materials and work needed for corrective action f. Trial batches g. Tack coat h. Rema�al and/or svc�eeping excess material cir�r o� �o�zr woxmH STANDARD CONS�RUCTION SP�CIF[CATION DOCLIMHN`T'S Water & 5anitary Sewer Replacement Revised Decem6er 20, 2012 GonlraeE 2p 18, W5M-M City Project Nn. 10168& 3201 16-2 TEMPORARY ASPHALT PAVING REPAIIt Pagc 2 af 3 1.3 R��'ERENCES A. Definitions 1. H.M.A.C. — Hat Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit ta make utility cuts in khe street frorn the Transportatian and Public Works Department in confornaance with cunrent ordinances. 2. The Transportation and Public Worles Department will inspect the pavzng repair after cdnstruction. 1.5 SUBMITTAL,S [NOT USED] 1.G ACTION SiTBMITTALS/INFQRMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design; submit for approval. 5ection 32 12 16. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERiA.I, SUBMITT�I.LS [NOT USED] 1.9 QIIALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD CONDITTQN$ A. Wsathcr Condition�: Plaee rnixture when the roadway surface temperature is 40 degrees F or higher and risi�tg ualess atherwise appro�ecl. 112 WARRANTY [NOT IISED] PART2- PRODUCTS 2.2 OWNER-FURNISHED [NOT iTSED] 2.2 MATERIALS A. Sackfil�: see 5ection 33 OS f 0_ B. Base Material 1. �'lexible Base: Us� existing 6ase and add new flexihte base a� rec�uired in accordance with Section 32 11 23. C. Asphalt C.oncrete: See Section 32 12 16. l. H.M.A.C. paving: Type D. �.3 ACCESSDRIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] FART 3 - EXECUTIQN CTI'Y �F FOIi'i' WDRTH STANDAI2D COIYSTRUCTION SFECIFICAT30N DOCUMENT5 Water & Sanikary Sewer Replacement Revised December 2q 2012 Contract 20l S, WSM-M City Project Na, 101688 3za� ts-3 TLMPORAILY ASPHALT PAVING REPAlit Pagc 3 of 3 3.1 INSTALLERS [NOT USED] 3.� EXAMINATIOrN [NOT USED] 3.3 PREPARAT��N [NOT USED] 3.4 XNSTALLATION A. Removal 1. Use an approved method that produce� a neat edge. 2. Use care to prevent fracturing existing pavement structure adjacent to the repair area. �. Base 1. Install flexible base material per detail. 2. See Section 32 11 23. C. Apshalt Paving 1. H.M.A.C. place�nent: in accordance vvith Section 32 12 16. Z. Type D surface mix. 3.� REPAIRIRESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD QUALXTY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJiISTING [NOT USEDj 3.1Q CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.13 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT iISED] END OF SECTION Revision Log DATE NAME 5UMMARY OF CHANGE 12/20/2012 D. Johnson 1,2.A— Modified Items to be included in price bid CITY OF FORT WOKTH V4`ater & Sanitary 5ewer Replacement BTAN�AR.d CONSTRUCTION SPECIFIGATION DOCUMEIVTS Contract 2018, WSM-M Revised December 2Q, 2a12 City Project No. 101668 3z or za - � CONCI�ETE PAVING R$PAIR Page l nf4 r c 4 PART1- GENERAL 5 1.1 SUMMARY SECTION 3� 01 3�4 CONCRETE PAVING REPAIR 6 A. Section includes: 7 1. Concrete pavement repair to include, but not limited to: 8 a. Utility cuts (water, sanitary sewer, drainage, etc.) 9 b. Warranty wark 10 c. R�pairs of damage caused by Contractor 11 d. Any other conctete pavement repair needed during the course af construction 12 B. Deviations from thzs City of Fort Wprth Standard Specification 13 1. None. 14 15 16 17 18 X9 za zi Lz 22 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 39 40 41 C. Related Specification S�ctions include, hut are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Cantiract 2. Division 1- General Requirements 3. Section 32 O1 18 - Temporary Asphalt Paving Repazr 4. Section 32 12 16 - Asphalt Paving 5. Section 32 13 13 - Concrete Pav�ng 6. Section 33 QS l0 - Utility'�rench Excavation, Embedment and Back�11 �RIC� AND PAYMENT PROCEDURES A. Measurement and Payznent 1. Concrete Pavement Repair a. Measurement 1) Measur�ment for this Item shall be by the square yard of Concrete Pavement Repair for �ariaus: a} Street types 2) Limi�s of repair will be hased on the time of �ervice of the existing pavement. The age of the pavement wi11 n�ed to be determined by the Engineer through coordination with the City. For p�veznent ages: a) 10 years or less: repair entire panel b) Greater than 1 Q years: repair to limits per Drawings b. Payment 1) The work perfor�ed and materials fiirnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at ths unit price bid per square yard af Concrete Pavement Repaix c. The price bid shall include: 1) Shaping and fine grading the placeznent area 2) k'urnishing and applying al1 water required 3) Furnishing, loading and unloading, storing, hauling and handling aIl cancrete CITY OF FORT WORTI-I Water & SaniYary Sewer Replacement STANDARD CON9TRUCTION SFECIFICA'I'ION DOCUMENTS Canhact2018, WSM-FVI Revised Qecember 20, 2012 City Project No. 1D i 688 32�129-2 CONCRETE PAVING REPATR Pa$e 2 of 4 1 2 3 4 S 6 7 8 9 lU 11 12 13 1.3 4) Furnishing, loading and unloadin�, storing, hauling and handling all base material 5} Mixrz�g, placing, finishing and ct�ring all concrete 6) k'uut�nisl�ing an,d installing reinforcing steel 7) Furnishing all rnaterials and placing Iangitudinai, warping, expansion and contraction joints, including all steel dowels, dowel caps and laad transmission units required, wire and de�ices for placing, i�oldin� and supporting the steel har, load transmission units, and joint filler in tt�e prnper position; for caa�izzg steel bars where xequired by the Drawings 8) Sealing joints 9) Monolithically poured eurb 10} Cleanup REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 16 l7 i8 19 2Q 1.5 A. Perrnitting 1. Obtain Street Use Permit to make utility cuts in the street fr�m the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair afier construction. SUBMITTALS [NOT USED] 21 1.6 ACTION 5i1BMITTALS/IN�'ORMATTONAL SUBM�TTALS 22 A. Concrete Mix Design: submit for approval in accordance with Section 32 l3 13. 23 l.i CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT IISED] 2S 1,9 QUALITY AS�URANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 �iELD CONDITIONS 28 A. Weather Conditions: Ylace can.crete as specified in Section 32 13 13. 29 1.1� WARRANTY [NOT USED] 30 PART � - PRODUCTS 31 �.1 OWNER-�'URNISHED PRODUCTS [NOT USED] 32 2.2 MATERIAI.S 33 A. Embedment and Back�ll: see Section 33 05 �0. 34 B. Base material: Concrete base: see Section 32 13 13, 35 C. Concrete: see Sectian 32 13 13. 36 1. Concrete paving: Class H or Class HES. CITY OF FORT WORTH Water & 5anitary Sewer Replaceme�tt 5'fANDARD CONSTRUCTION 5PEC11'ICATION DOCUiv1E�fT$ Contract 2Q1 B, WSM-M Revised �ecember 2�, 2012 City Project No, IU16.8$ 320129-3 CONCRETE PAVING RHPAIR Pxge 3 nf 4 1 2. Replace concxete to the speciiied thickr�ess. 2 3�.3 ACCESSORiES [NQT USED� 3 2.4 SOURCE QUALITY CONTROL [NOT iISEDJ 4 PART 3 - EXECUTION 5 3.1 INSTALLERS jNOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION S A. Replace a continuous sectian if multiple repairs are closer than 10 feet apart frorn edge 9 of one repair to the edge of a secnnd repair. 10 B. If the cut is to he covered, use steel plates of sufficient strengtb and thickness to support 11 traffic. 12 1. Construct a kransition of hot-mix or cold-mix asphalt from the top of the steel plate 13 to the existing pavement to create a smooth riding surfac�. 14 a. Hot-mix or cold-mix asp�alt: conform to the requirements of Section 32 12 16. 15 C. SurFace Preparation: mark pavement cut repairs for approval by the City. 16 3.4 INSTALLATXON 17 18 19 20 21 22 23 24 zs 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 A. Sawing 1. Gencral a. Savv cut perpendicular to the surface ta full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to ramove dat�taged areas. c. Such saw cuts shall be parallel to the origi�al saw cut and to neat straight lines. 2. Sawing equipment a. Power-driven b. Manuiactured for the purpose of sawin.g pavemenk c. In good operating condition d. Shall not spall or facture concrete adjacent to the repair area 3. Repairs: Tn true and st�•aight lines to dimensions shown on the Dzawings 4. Utility Cuks a. In a true and straight line on both sides of the trench b. Minimum of 12 inches autside the krench walls 5. Prevent dust and residues from sawing from entering the atmasphere ar drainage faciliti�s. B. Remo�al 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area, C. Base: as specifaed in L7rawings D. Cancrete �'aviug 1. Concrete placement: in aecordance with Section 32 13 13. CITY OF FORT WORTH Water & 5anitary 5ewer Replacement STANDARD CONSTRUCTIOr' 5PECIFICATIOR DOCUMENTS Contract201B, WSM-M Revised December 20, 2012 Gity Projeet Na. 101688 32U129-4 COAlCRETE FAVING REPAIR Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 2. Reinforce concrete replace�nent: as specified in Drawings 3.5 AEPAIRIRESTORATION [NOT USED] 3.G RE-INSTALLATION [NOT USED] 3.7 FI�+ LD QLJALITY CONTROL [NOT USED] 3.8 SYSTEM STARTU� [NOT USED� 39 ADJU$TINC [NOT USEDj 3.10 CLEANING [NOT IISED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PR�TECTION [NOT C1SED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE l,2,A — Modifiei! Items to bc included in prie� 6id; Added 61ue text for claritication 12120/2D 12 D. dahnson of repair width on utility trenc� repair 2.2.C.1 — Changed to Class P to Class H 13 CITY OF FORT WORTH STANDAIiD COIVSTRUC'CIQN SPECTFICATIOI+f DOCUMENTS Re�ised December 20, 2012 Water R. 5anitruy 5ewer Replacement Cantract 2018, WSM-M City Project I�lv. lD1588 32l123-1 FLL��{A3G�' BASL' G.OURSL�5 Page 1 aF7 SECTI01v 3� 113�3 FLEXIBLE SA5E COURSE� PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Foundation course far surface course or for other base couxse camposed af flexihle base construct�d in one or mora courses in conformity vvith the typical section. S. Deviations from this City of Fart Warth Staudard 5peci�catiot� 1. Nane C. Related Specification Sections inelude, but are not necessarily limited ta: I. Division 0— Bidding Requirements, Contract Forrns, and Canditions of the Contract 2. Division 1— Get�eral Requirements 1.� PRICE AND PAYMENT PROCEDi7RES A. Measurement and Paymeat 1. Measurement a. Measurement for this Item will be by the square yard of F1e�cible Base Couz'se for warious: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and rxzaterials furnisi�ed in accordance with this Item �nd measured as pzovided under "Measurement" will be paid for at the unit price bid per square yard of Flexible Ba�e Course. 3. The price bid sha11 include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling £ Compacting 1.3 REFERENCES A. Definitions I. RAP—Recycled Asphalt Pavement. B. Reference Standards I. Reference standards cited �n this specification refer to the current reference star�dard published at the time of the latcst re�ision date logged at the end of this sp�cification, unless a date is specifically cited. 2. ASTM Interriational (ASTM): CITY DF FORT WORTH STfaNDARD CONSTALICT[ON SPECIFICATION D(3CUNiE�T5 Water & Sanitary Sewer lteplaeement Revised December 20, 2012 Contraet 2018 (W5M-M) City Contract No. 10168$ 32 11 23 - 2 FLEXQ3LE BASE CC3URS�S Page 2 of 7 a. D698, Standard Test Methods far Laboratory Campaction Characteristics of Soil Using �tandard Effort (12 4�0 ft-lbflft3 (60a kN-mlm3)) Texas Departmenk of Transportation (TXDOT): a. Tex-I�4-E, Determining Liquid Lirruts af Soi1s b. Tex-106-E, Caleulating the I'lasticity Index af Soils c. Tex-107-E, Determining the Bar Linear Shrinkage af Soils d. Tex-110-E, Particle Size A�alysis of Soils e. Tex-116-E, Ball Mill Method fnr Determining rhe Disi�ategiration oiFlexihle Base Matcrial £ Tex-1 l7-E, Trza�cial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using 5odium Sulfate or Magnesium Sulfate h. Tex-413 A, Determining Deleterious Material in Mineral Aggregaie 1.4 ADMINISTRATIVE REQiTIREMENTS [NOT USED] 1.5 ACTION 5USIVIITTALS [NOT USED� 1.6 ACTiON SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT i�SED] 1.'� CLOSEOIIT SUBMITTALS [NOT USED� 1.8 MAINTENANCE MATER�AL SUBMITTAL,S [NOT USED] 1.9 QUALITY AS�URANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED� i.11 FIELD [SITEj CONDITIONS [NOT USED] 1.1� WARR�NTY [NOT USED] FART � - PRODUCTS [NOT USED� �.1 OWNER FURNISFIED PRODUCTS [NOT IISE�] �.� MATERIALS A. General 1. Furnish uncontaminated materiais af uniform quality that me�i the requirements af the Drawings and specifcations. 2. Obtain materials from approved sources. 3. Notify City af changes to rnaterial sources. 4. The City may sample a�d test project materials at any time before compaction t�uroughout the duration of the project to assure specification compiiance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and. confornun� to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid Simit, plastiCity index, and �et 6all mill %r the gz-ade specifed. 3. Do not use additives such as �ut not lirnited to lime, ce�nent, ar fly ash tn modify aggregates ta meet the requirements of Table l, unless shown on the Drawings. CITY dF FORT WORTH STANDARD CON5TItUCTEON SPECIFICATIpN DOC[IMENTS Water & Sanilary Scwer Replaccmertt Red►sed Decembe� 20, 2012 Cbntract 2018 (WSM-M) City Contract �Yo. 101688 32 L1 Z3-3 PLEX7BL8 BASE C4UA5�5 Page 3 of 7 Table 1 4. Material Tolerances a. The City may accept material if no more than 1 af the 5 most recent gradation Yests has an individual sieve outside the specified limits of fhe gradation. b. Wt�en target grading is reyuired by the Drawings, .no single failing test may exceed the mastex gradi.n.g by more than 5 percentage points on sieves Na. 4 and �arger or 3 percentage paints on sieves smaller than Na. 4. c. The Gity may aecept material if no more than 1 of the 5 rt7ost receat plasticity index tests is outside the specified ��mit. No single failing test may exce�d �he allowable limit by rz�.nre than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with #he foElowing: 1) Type A 2) 3} a) Crushed ston� produced and graded frarr� oversize quarrisd aggregate that ariginates from a single, naturally accurring source. b) Do not use gravel or multipie sources. Type B a) Only for us� as base material for temporary pavement repairs. b} Do not exceed 20 percent RAP by weight unless shawn an Drawings. Type D a) Type A material or cruskzed concrete. b} Crushed concrete containing graveI will be considered Type D material. CCI'Y QF FORT WORTH STANi}AILU CONSTRCIC`I'ION 5P�CIPICATIOI� DOCIIMENTS Wxter & Sanitary Sewer Replacement Iievised Decemher 20, 2012 Contract 2018 (WSM-Mj CityContiastNo. LQ1688 l, Determifte plastic index in accordance with Tox-]07-E (linear shrinlcage) when liquid limit is unattainable as defined in �cx-104-E. 2. When a soundness value is required by the Dr�wings, test material in accordance with Tex-411-A. 3. MeeY bnth the classificatian and the mdnimum compressive strength, unless otherwise shovm an the Drawings. 321123-4 FLEX]BLE BASE COU.R5E5 f'age 4 af 7 c) The City may require separake dedicatcd stocicpilcs in arder to verify eompliance. d) Crushed concrete must meet the following requirements: (1) Tab1e 1 for the grade specified. (2) Recycled znaterials noust be free frazn reinforcing steel a�ad af�er objectianahle rnaterial and have at most 1.5 percent deletexious material when tested in accordance with TEX-413-A. C. Water l. Furnish water free of industrial wastes and other objectiflnable mafter. �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED� PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED� 3.2 EXAMINA'1`�ON [NOT USEDy 3.3 PREPARATI�N A. General 1. 5hape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existi�g base: a. Deliver, place, and spread the new fle3cible base in the. required amount. h. Manipulate and thoroughIy mix the new base with existing rrjaterial to pro�ide a uniform mixture to the specified depth hefore sl�aping. B. Subgrade Compaction Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Aolling 1) City Project Representative must he on-site during proof rplling o�erations. 2) Use equipment that will apply sufficient load to identify saft spots that rut ar pump. a) Acceptable equipment includes fully loaded single-axle water tnick �vith a 1500 gallon capacity. 3) Make at le�st 2 passes wrth the proof roller (down and back = 1 pass). 4} Offset each trip by at mast 1 tire width. 5} if an unstable ar non-unifarm area is found, coz7rect the area. b. Cor�ect I} Soft spots that rut or pump greater than 314 inch 2) Areas that are unstable or non-uniform 2. Fnstallation of hase material cannat proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. GeneraF CI'i'Y �F FORT WORTH STANDARD CO[�f3TLZUCTIOTi 3PECIFICATION I]OCUMEIVTS 'VJater & Sanitary Sewer Cteplacement Rcvised December 2D, 2012 Conhact 2018 (W5M-M) City Contract No. 141688 321123-5 FLL�XIDLE DASE COUR5ES Page 5 of 7 1. Const�uct each layer unifomily, free of loose ar segregated areas, and with the required density and moisture content. 2. Provide a smoath surface khat conforms Yo the typical sections, lines, and grades shown on the Drawin�s or as direeted. 3. Haul approved flexible base in clean, cavered trueks. S. Equipmen# 1. General a. Provide machinery, tools, and equipment necessary for praper execution of th.e work. 2. Rollers a. The Contractor may use any type of roller to mee� the production rates and quality requirements of the Contract unless otherwise shown on the Drawings ar directed. b. When specific types of equiprnent are required, use equipment that meets the specified requzremer�ts. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as appraved, operate oiher compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results a�'e not achieved. d. City may require Contractor ta substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1, Spread an.d shape �exible base into a uniforrr� layer by approved means the same day as deiivered unless atherwise a�apraved. 2. Place material such that it is mixed to minimize segregation, 3, Construct layers to the thickness shown on fhe Drawings, while maintaining the shape of the co�rse. 4. Where subbase pr hase course exceeds 6 inches i� thickncss, construct in 2 ar more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinklarzg. 7. Corz'ect or :replace segregat�d areas as directed. 8. Plac� successive bas� courses and finish courses using the same construction methods required for the first course. D. Cnm�action � . General a. Compact using density control unless otherwis� shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings nr approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the maierial to the extent necessary to provide nat less than the required density. d. Compact the full depth qf the subbase or b�se to the extent necessary to remain firm and stahle under canstruction equipment. 2. Rolling C1TY OF FORT WORTH STANQARB CpNSTRUCTION SPECIFICATIQN DOCUIv1ENT'S Water & Sanitary Sewar Replacement Revised Decamher 20, 2U12 ContracY 2018 (W5M-M) CiEy CanYract i*fo. 1016$8 32l123-6 FLL�XIIIL� HA5E COURSES Pagc 6 of 7 a. c. d. e. f. �• Segin rolling longitudinally at the sides and proceed towards the center, o�erlappzng on successive trips by at least 1/2 the widtk� of the roller unit. On super�Ievated curves, hegin roiling at the Iow side and progress toward #he high side. Offset alternate trips oithe raller. Qperate rollers at a speed between 2 and 6 mph as direcied. Rework, recompact, and refinish material that fails ta meet or that loses required moisture, density, stability, or finish before the next caurse is placed or the prnject is accepted. Continue vvork until specification requirements are met. Proof ro11 the campacted flexible base in accordance with the foItowing: 1) Proof Rolling a) City Project Representative must be an-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut ar pump. ( i) Aceeptable equipment includes fully loaded singla-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with ihe proof ro3ler (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable ar non-unifarm area is found, correct the area. 2} Correct a) Soft spots that rut or purnp greater than 3/4 inch. b} Areas t�►at are unstable or non-uniform. 3. Tolerances a. Maintain khe shape of the course tsy blading. b. Completed surface shall be smooth and in conformity wifh the typical sections shawn on the Drawings to the estal�lished lines and grades. c. For subgrade beneath paving surFaces, correct any devi.atian in excess af 114 inch in crass section in lepgth greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rollirzg. d. Correct a11 fractures, settiement or segregation immediately by scarifying the areas. affected, adding suitable material as required. Reshape and teeompact hy sprinkling and rolling. e. 5hould the subbase or hase caurse, due to any reason, lose the required stability, density and finish b�fare the sur£acing is cpmplete, it shall be r�compacted at th� so.ie expense af the Contractor. 4. Density Contral a. Minimutn Density: 95 pereent compaction as determined 6y ASTM D698. b, Moisture conkent: minus 2 to plus � of optimum. E. Finishing 1. Af�er completing cotnpaction, clip, skin, or tight-blade the suriace with a maintainer or subgrade trimmer to a depth of appraximately I/4 inch. 2. Remove loosened material and dispose of it at an approved locatian. 3. Seal ihe clipped surface immediately by rolling with an appropriate size pneumatic Yire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. CITX OF FORT WORTN 5TANDAR!] C�NST7tUCT10N SPEGIFICATION DOCUMENTS Water & 5anitary Sewer Replacement Revised Deeember 20, 2012 Contrac! 2018 (WSM-M) Gity Cantract No. 1D1G88 321123-7 FL�XIBL� ➢ASE COURSE5 Page 7 of 7 5. Shape and maintain the course and surface in conformity with the typical �ections, lines, and grades as shown on the Drawings or as directed. b. In areas where surfacing is to be placed, correct grade de�ations greater tl�an 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by laas�ning, adding, or remo�ing material. 8. Reshape and recompact in accoxdance with 3.4.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUAT,TTY CONTROL A. Density Test 1. City to measure density of �Iexible base course. a. Notify City Project Representative when ilexible base ready far density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing, 3.8 SYSTEM STARTUP [N�T USED] 3.9 ADJIISTING [NOT USED] 3.10 CLEANING [NOT ilSED] 3.11 CLQSEOUT ACTNITTES [NOT USED] 3.1� PROTECTION [NOT LTSED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATL. NAME SUMMARY OP CHANG�. C1TY OF FOItT WORTH Waier & Sanitary 5ewer Rep[acement STAND�ZD CONSTRUCTION SPECIPICATION DOCUMENTS Con�act 2018 (WSM-M) Revised I?ecemher 20, 2012 Gity Contract l�Ia. 1 p1688 321129-1 LfME TREA'IBD BASE COURSES Page I of 9 SECTION 32 11 29 LIME TR�AT�D BASE COURSES PART1- GENERAL 1.1 SU1VIlVIARY A. Section Includes: 1. Treating suhgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall confortn to the typical secfiion, Iines and grades shown on rhe Drawings. B. Deviatians from th.is City of �'ort Workh Standard Specification 1. Nane, C. Related 5pecification Sectinns include, but are noi necessarily limited tn: 1. Division 0- Bidding Requirements, Cantract Forms, and Conditions of the Cantz�act 2. Division 1- General Requirements 3. Seetion 3123 23 - Borrow 4. Section �2 11 23 - Flexible Base Gourses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Measurement 1} Measureffient for this Item sha�l be hy the ton {dry t�v�ight} of Hydrated L'vne used to prepare slurry at the job site. b c. Paym�nt 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per tan of Hydrated L'une. The price bid shall include: i) Furnishing the material 2) AlI freight involved 3) All unlaading, sttiring, and handling 2. CoznmerCial Lime Slurry a. Measurament 1) 1Vleasurement for this Item shall be by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry multiplied by the weight of the slt�ny in tons delivered. b. Payment 1} The work perforrned and materials furnished in accardance with this Itenn and measured as provided under "Measurement" will be paid for at the unit price bid per toz� of Commexcial Lime Slurzy. c. The price bid shall include: 1) Furnishing the material CTTY OF FORT WORTH STANDARD CONSTRUCTfON SFECIFICATiON DOCUMENTS Czevised Uecemher 20, 2012 Wafer & Sanitary 5ewer Replacement Cuntract 2fl38 (W3M-Mj Eity Conhact No. 101688 321129-2 LIME 1'RE:4TED BASE CQURS$5 Page 2 af 9 2) All freight involved 3) All unlaading, storing, and handling 3. Quieklime a. Measurement 1) Measurement far this Item shall be by the ton (dry weightj of Quicklime. Measurement for Quicklime in slurry fortn s.hall be measuxed b� tbe ton (dry weight} of the Quicl�lime used to prepare the slurry. b. Faymcnt 1) The work performcd and materials furnished in accoz-dance with this Item and measured as provided under "Measurement" will be paid for at the utut price bid per tan of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight in�olved 3) All unloading, storing, and handling 4. Lime Treatnaent a. Measurem�nt 1) Measurement far this Item shall be by the square yard of surface area as �stablished by the widths shown on the Drawings and the lengths measured at ptacement, b. Fayment 1) The work performed and materials furnished in accoz'dance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per square yard of Lime Treaiment applied for: a) Various depths c. The price bid shall include: I ) Preparing the roadbed 2) Loosenin�, pulverizing application of lime, water content in the slurry znixtuze and the mixing water 3) Mixing, shaping, sprinkling, compactin.g, finishing, curing and maintaining 4) Performing all manipulations re�uired 1.3 REFERENCES A. Definitions 1. Hydrated Lime: dry powdered rnaterial consisting of calcium hydro.xide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of'twa grades: a. Grade DS — grade of "pebble" quicklime suitable far use in the preparation af slurry for wet placing. b. Grade S— finely graded quicklime for use anly in the preparation of slurry for wet placing. B. Reference Standards 1. Referenc� standards cited in this specification refer ta the curtent reference standard pubIished at the time of the laiest revisian date logged at the end oF this speci�cation, unless a date is specifically cited. 2. ASTM Internatianal (ASTM): CITl' OF F'OR'f' WORTH 5TANDARD COMSTRUCTIdN SPEC1FiCATION DOCUMENFTS Water & Sanitary Sewer Replacernent Revised Deeember 20, 2012 Contract 2018 (W5M-M) City Contixct No. 101688 321129-3 LIME TREATED BASE COURSF?5 Page 3 of 9 a. Db4$, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard �ffort (I2 400 ft-lb£Ift3 (600 lsN-m/n�a3)) b. D6938, 5tandard Test Method for In-Place Density and Water Content of 5ai1 and Soil-Aggregate by Nuclear Met�iods (Shaliow Depth) 3. Texas Department afTransportatian {TXDOT): a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring TJuclrness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime az�d Commercial Lime Slurry 1.4 ADM�STRATIVE REQLITREMENTS [NOT [TSED� 1.5 ACTION SUBMITTALS [NOT CJSEDj 1.6 ACTION SUBMITTALSIINk'ORMATIONAL SUBMITTALS [NOT [TSED� 1.7 CLOSEQUT SUBMITTALS [NOT USED� 1.8 MAINTENANCE MATERIAL SiTBNIITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Eaeh h-uck ticket shall bear the weight of lime measured on certified scales. 2. 5ubmit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to t�e site. 1.11 SITE CONDITIONS A. �tart lime applicatian anly when the air t�mperature is at �east 35°�' and rising ar is at least 40°�'. Measure temperature in the shade and away from artificial heat. B. Suspend applicatian when the Czty deter�naines that weatkEer conditions are unsuitable. I.1� WARRANTY [NOT USED] PART2- PRODUCTS 21 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. z. 3. 4. Furnish uncontaminated materials of unifomn quality that zneet the requirements of the Drawings and specificatipns. Notify the City of the proposed material saurc�s and of changes ta material sources_ Obtain verification frorn tY�e City that the specification requirements are met before using the sources. The City may samp�e and test project materials at any time befoze compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water CITY OF FpRT WORTH STANDARD CONSTRUCTION SPEC�ICATION DOCUNiENTS Water 8c Sanitary 5ewer Replaeement Revised Dece�nher 20, 2D12 Conttact 2018 (W3M-M) Ciry Conuact Na, 101688 321129-4 LIiv1E TREATED BASE CdURSE$ Page 4 of 9 b. solids portion of the mixture when considered as a basis of "sol�ds coz�tet�t," shall consist of principally hydrated Iime of a quality and fineness sufficient to meeY the ahernical and physical requirements, 2. Dry Lime: Do not use unless appro'ved b� City'. 3. Quicklime a. Use quicklime only when specified by the Cit}�, b. dry material consisting af essentially calcium axide. c. Furnished in eiEher of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that rrz�ets the following requirements a. Chemical Requirem�nEs Table 2 Lime Chemical Re uirements Hydrated Cornmercial Lime Quicklime Lime Slur Total "acti�e" lime 90A Niin 87.� Min eontexit, perceni by wei t Unbydrated lime 5.0 Max 87.0 Min cnntent, percent by rveight Ca0 "Free Water" 5.0 Max cnntent, percent by wei ht water b. Physical Requirements Table 3 Lime Ph sical Re uirements Hydrated Cnmmercial Lime Quicklime Lime 5lurr Wet Sieve Requirement, As perceniage by Weight Residue• Retained on No. 6 sieve 4.2 Max 0,2 Max S.0 Max� Retained on No. 30 sieve 4.4 Max �4.0 Max Clry Sier+e Requirement, As percentage by Weight Residne• Retained on a l-in sieve 0.0 Retained on a 3/4 --in szeve 10.0 Max Retained on a l�Io. 100 Grade Ds — 801VIin sieve Grade 5— no limits Retained on a No. 6 sieve 4.2 Max U.2 Max 8.0 Iviax� ! The amnunt fotal "acti�e" lime contant, as CaQ in the material retained on the No. G sieve must aot exceed 2.0% b wei ht oP the original quicklime. c. Slurry Grades Table 4 Lime 5lurr Crades Minimum Dry Solids Contents b Percenta e of the Slur CITY OF FORT WORTI-[ STANDAR3] CONSTRUCTIQN SPECIFICATIpN DOCi1MENTS VJater & 5anitary Sewer C2epla�cement Rev[sed Decetnher 20, 2012 Contsact 2015 (4VSM-M} City Contract Na. l Olfi$8 321129-5 LIME T[iLATED BASE COUIiSS'S Yage 5 of 9 Grade 1 31 Grade 2 35 Grade 3 4G C. Fle�cible Base Cnurses: Fumish base material that meets the requirements of 5ection 32 11 23, for the type and grade shown an the Drawings, before the addition af lime. D. Water: Furnish water free af industrial wastes and other objeetionable matenial. E. Borrow: 5ee Section 31 23 23. 2.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS �NOT USED] 3.2 EXAMINATION [NOT USED� 3.3 PREPA�iATXON A. 5hape the subgrade or e�cisting base to confortn tp the typical sections shown on tl�e Drawings or as directed. 3.4 INSTALLATION A. General 1. Produce a completed caurse of treated material containing; a. uniform linne zz�i�ture, &ee from loose Qr segregated areas. b. uniform dansity and moisture corctent. c. well bound %r fix�l depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum iayer depih of lime treatment in single layer: $ inches. 3. For treated subgrade exceeding S inches deep, pulverize, appIy lime, mix, compact and �'inish in equal layers not exce�ding 5 inches deep. B. Equipment 1. General; Provide maciiinery, tools, an.d equipment necessary for proper executian of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment ara requir�d, use equipment that meets the specified requirem�nts. e. Alternate Equipment 1} Instead of the specified eq�tipment, the Contractor may, as approved, operate other compaction equipment that praduces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor �o substitute equipment if production rate and quality requirements of the Contract are not met. C1TY OF iORT WORTH 3TANDAIZD COIV5TlLi1CTION SPECIFICATIQIV DpGUMENTS Water & Sanitary Sewer Replaeement Revised Deeembzr 20, 2012 Contract 20I8 ( W 5M-M) City Cantract No. lO 1688 3zttz9-6 LIME TREATED BASE COURSES Page 6 of 9 3. Storage Facility a. Store quicklitne and dry hydrated lime in closed, weaiherproof containers. �#. 5lurry Equipment a. Use slurry tanlcs equipped with agitation de�ices to slurry hydrated lime or quicklime on the projeet or other approved Iacation. b. The City may approve other slurrying methods. c, Provide a pu�x�.p for agitati�g the slurry when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment a. Frovide pulverization equipment that: 1} Cufs and pulverizes material uniformly to the proper depkh with cutters that plane to a uniform surface over the entire �idth of the cut 2} Provides a visibl� indication of tE�e depth o�' cut aY all times, and unifartz�ly mixes the materials C. Pulveri�ation 1. Pul�verize or scarify existing material after s�aping so that 100 pereent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depih in a single pass, excavate and witidxow the material to expose a secondary grade to achieve processing to depth as shown in the Drawings. D. AppIicatian af Lime L Uniformly apply lime as shown on the Drawings or as directed. 2. Add lim� at the percentage specified in Drawings. 3. Apply lime only on an area where rnixing can be cozr�pleted during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when �vind conditions, in the opinion of the City, cause blowing lime to become danger�us to trafizc or objectionable to adjacent progerty owners. 5. Slurry Placement a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, caznmercial lime sluz-ry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the Drawings 4) Make successive passes over a measured surface af roadway until Yhe proper maisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklirne slurrying procedure unifonm.ly over the length of ihe roadway. 2) Residue is primarily inert material with liitle stabilizing vaIue; however, may contain a small amount of Quicklime particles that slake slowly. A eoncentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing 1. Begin mixing within 6 hours of application of 1ime. CITY OF F�RT WORTH STANDARD C6NSTRLTCT[ON SPECIFICATIdiV QOCUMENTS Water & Sanitary Scwcr Rcplaccmcnt Ravised Decaitnbcr 20, 2012 Contraci 201$ (W5M-M) City Conta�ct Na.. 1D1688 321129-7 LI1NlE TREA'1'ED E3ASE COURSES Page 7 of 9 2. Hydrated lime expased t� the open air for 6 hours or rnore between applicatinn and mixing, or that experiences excessive Ioss due to washing or blawing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a hornogeneo�s, friahle mixture of material and lime is obtained, free from all clods and lurnps. 5. Da not rnix greater than 1 ineh deeper than the stabilization depth specified. 6. Materials containing p�astic clay or other materials tlaat are nat readily mixed with iirne shall be mixed as Yhorpughly as possible at the time af lirne applicatxon, brought to tha proper moisLure content and sealed with a pneurnatic rol�er, 7. Allow the mixture to cure far 72 hours or as direeted by City. B. When pebble grade quicklime is used, allow the mixt��re to cure for 2 to 4 days. 9. 5prinkie the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing, resume zn�ixing untiI a h.ornoge:neous, friable rz�i�ciure is obtained. 11. After mixing, City vuill sarnple khe mixture at roadvsray moisture and test in accordance with Tex-101-E, Part III, to deter�nine compliance with the gradation requirements in Table S. Table 5 Gradatian Re uirements Minimum % Passing) Sieve Size Base 1-3/4 in, 100 314 in. 85 1Vo. 4 6Q F Compaction 1. General a. Begin campaction immediatsly a$er final mixing. b. Aerate and sprinkle as necessary to provide optimusn moisture content. c_ Multiple lii�s are perrnitted when shown on the Drawings or approved. d. Br�ng each layer to the moisture content directed. 2. Rolling a. Begin ralliag longitudinally at the sides and proceed toward the eenter, overlapping on successive irips by at Ieast one-half the width of the roller unit. h. On super�levated curves, begin rolling at th� ldw side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required maisture, deasity, sta'h.ility, or finish before the next course is placed ar the project is accepted. 1) Contiaue work until specifieation requirements are met. 2) Rework in accordance with Maintenance item of this Sectian. £ Proof roll the lime treated base course in accordance with tha following; 1) Proof RoIling a) City Project Representative must be on-site during proof rotling operatians. CITY OF FORT WORTI�I STANDARD CQAI5TI�UCTION SPECIPICATION �DCiIMENT5 Waker & 5anitary 5ewer Replacement Reviaed Dceember 2D, 2D12 ConEraet 2018 (WSM-M) City Cqntract ]Vo. 141G88 321729-5 LIME TREtYTED �3A5� COURSSS Page 8 of 9 b) LTse equipment that wiIl apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fixlly loaded single-axle water truck with a 1500 gallon capacity. c) Make a� least Z passes with the proof roller (down and back = I pass}. d) Offs�t each trip hy at most 1 tire width. e) If an unstable ar nnn-unifarm atea is found, corrcci the area. 2) C.arrect a) Soft spots ihat rut or pump greater than 3/4 inch. b) Areas that are ur�stable or non-uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a unifoz-m density of nat Iess than 45 percent of the maximurn density as determined by AS�'M D698. b. Moisture content: minus 2 ta plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good canditian, satisfactory to the City as to grade, crown a�ad cross section until the overlaying or next course is canstructed. 2. Keep surface of tha compacted course moist until covered by other base or pavement. 3. Reworking a Sectian a. Wiien a sectian is reworked within 72 hours ai�er cornpletion of compaction, rewnrk tbe section to provide the required density. b. When a seetion is revvorked more than '72 houts a�er completion of compaction, add additiona] lime at 25 percent of the percentage speeified. c. Reworking includes loosening, adding material or removing unaccepta.ble material if necessary, mixing as directed, compacting, and finishing. H. Finishing 1. Af�er completing compaction of the f nal course, ciip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimrner to a depth of approximately 1/4 inch. 2, Remove laosened znater�al and dzspose of at an approved location. 3. Roll the clipped surface immediately with a pneurnatic tire raller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and main.tain the course and surface in confornuty with the typical sect�ans, lines, and grades shown on the Drawings or as dir�cted. I. Curing 1. Curc for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinlcle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished eourse during curing except as requir�d for sprinkling. b. Asphalt Pavement CITY OF FORT WORTH STP:ND.AItll CONSTRIJCTTON SPECiFICATION BOCUMHNTS Water &. Sanitazy Sewer Replacement Revised December 20, 2012 Cnntrant 2D1 S(WSM-M) ' City Contract No. 101688 32112y-9 LIME'fREATED BASE COUIZS�S Yage 9 aE4 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not a11ow equipment on the finished course during curing. Table 6 Minimum Curin Re uirements Before Placin Subse ucot Couesesl Untreated Material Carin Da s Pl <_ 35 2 Pi > 35 5 1. Subject to thc appro.val of thc City. Proofrolling may bc required as an indicatnr of adeq�ate curing, 2. Begin paving operations or �dd courses within L4 calendar days of final campactian. 3.5 REPAIRIRESTORATION [NOT IISED] 3.6 RE-INSTALLATI�N [NOT USED] 3.7 QLTALITY CONTROL A. Density Test 1. �ity Project Representative must be on site during density testing 2. City to measure density of lirr�e treated base eourse in accordance with ASTM D693 S. 3. Spacing direct�d by City (1 per block minizz�um). 4. City Praject Representative determines density tesYing locations, B. Depth Test 1. In-place depth wiil be evaluated for each 500-faot roadway section 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. Fqr each 500-foot sectioz�, 3 phenolphthaiein tests will he performed. 4. City Project Represeratative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD,IUSTING �NOT USED] 310 CLEANING [NOT USED] 3.11 CL05EOUT ACTIVITIES [NOT IISED] 3.1� PROT�CTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACAMENTS [NOT IISED� END OF SECTION Revis�on Log �ATE NAML� SUMII�IARY OF CHANGE CITY OF FORT WORTIi STANDARD COAfSTRI1CTION SPECIk ICATSON DpCZINfENTS Water & Saniiary Sewer Aeplacement Reviaed pecem6er 20, 2012 Cnntract 2D18 (WSM-M) Ciry Contracc No. 1U1686 32l] 33-1 CEMENT TREATEB BASE COURSES Page 1 of 7 SECTION 321133 CEMENT TREATED BA�E COi7RSE5 PART 1 - GEINEI�AL 1.1 SUMMARY A. Section Includes 1. Treating subgrade, subbase and base courses by the pulverizatifln, addition of cernent, mixing and compacting the mix material ta Yhe required density. 2. Item applies to the natural ground, embankment, existing pavement, base ar suhbase courses placed and shall confarm to the typical section, lines and grades shown on the Drawings. B. Deviations frnm City of Fart �Varth Stan.d�ds 1. A1one C. Related Specification 5ections inelude but are noi necessarSly limited to �. Division 0- Bidding Requizezzients, Contract Forzins, and Corzditions of the Contract 2. Division 1- General Requirements 3. Section 32 11 23 - Fle�bl� Base Courses 1.� PRICE AND PA1'MENT PROCEDURES A. Measurement and Payment 1. Cement a. Measurement 1) Measurement for this Item shall be by the ton (dry weight). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as pro�ided under "MeasuremenY' will be paid iar at the unit price bid per ton (dry weight) of Cement. c. The price hid shall include: 1) Furnishirzg Cement nnateria� 2) All �'reight involved 3) All unloading, storing and handling 2. Cement Treatment a. Measurement 1) Measurement for tb.is itenn shall be by the squaxe yard of surFace area. 2) The dimensions for deternvning the surface. area are established by the widths shown an the Drawings and the lengths measured at placement. b. Payment 1) The work perform�d and materials furnished in accordance with this Itcm and rtxeasured as pro�ided undez' "Measurexz�ent" will be paid for at the unit price bid per square yard nf Cement'I'reatment plaeed fox: a) Various depths c. 'The price bid shall include: 1) Pul�erizing ar providing the soil rnaterial 2) Handling, hauling and s�reading dry or slurry qernent 3) Mixing the cement v�+ith the soil eitl�er in-place ar in a mixing plant C1TY dF FORT WORTFi STANDARD CONSTRUCTION SPECIFICATI�N AOCi1M&NTS Revised December 20, 2912 Water & 5anitary Sewer Replacemen� Contract 2018 {VVSM-M) City Contract �Ia. 1016$$ 32ll 33-2 CEMENT TREATED BASE CO[JR3L�S Page 2 of 7 4) Furnishing, hauling and mixitzg watez' with the soil-cement mixt�re 5) Spreading and shaping the mi�cture; compacting the naixture, including all rolling required far eompaction 6) Suz'face iinishing 7) Water and sprinlciing S) Cuxing 1.3 REFERENCES A. Reference Standards I. Reference stantiards cited in this specification refer ta the current ref�rence standard published at the time oi the latest re�ision date logged at the eud of this specification, unless a date is specifieally cited. 2. ASTM Internatianal (ASTM): a. C150, Standard Specification for Partland Cement h. D698, 5tandard Test Methpds far Labora�ory. Compaction Characteristics of Soil Using Standard Effort (12 40D ft-1bflft3 (600 kN-mlm3)) 3. Texas Department of Transportation (TxDOT) a. Tex-101-E, Preparing soil and flexible base materials for testing b. Tex-140-E, Measuring thickness of paving layers 1.4 ADMINISTRATTVE REQUIREMENTS [NOT USED] LS ACTION SUBMITTALS [NOT USED] 1.6 ACTION S�TBM�TTAL�/INFORMATIONAL SUBMITTALS [NOT USED] 1.9 CLOSEOUT SUEMITTALB [NOT USED] 1.8 MAiNTENANCE MATERIAL SIIBMITTLAS �NOT USED] 1.9 QUALITY ASSURANCE jNOT USED] Ll 0 DELIVERY, STORAGE, AND HANDLIN(G A. Tr�ck Delivered Cenn�nt 1. Each truck hcket shall bear th.e weight oF cement measured on certified scales. 2. Submit delivery tickets, certifed by supplier, that include weight with each b�Ik delivery of cement ta the site. 1.11 FIELD [SITE] COI�TDITIONS A. Start cement applicatian only when the air temperature is at least 3S degr�es �' and rising ar is at least 40 degrees F. B. Measure temperature in the shade away from artificial heat. C, Suspend application vuhen the City determines that weaiher canditions are unsuitable. 112 WARRANTY [NOT USED] PART 2 - �RODiTCTS 2.1 OWNER FURNISHED PRODUCTS �NUT USED] �.� MAT�RIALS A. General c�� aF �aRT woRr� STANDARD GON6TRUCTION SPGCFI+ICATION DOCi1ME%!TS Revised Decembar 20, 2012 Water & Sanitary Sewer Replacement Contract 20 [ S (WSM-M) City Contract Nn. 1 D1688 321133-3 CEMENT TRHATED BASE COURSE5 Fage 3 0#'7 1. Furnish uncontaminated materials of uniform quality that meet the requirements of th� Drawings and speeifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3, Obtain verification from the City that the speci�cation requirements axe met before using the sources. 4. The City may sample and test project materiafs at any time b�fore eompaction. B. Cezz�ent: ASTM C I 50 Type T, II ar iP. C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23 for the type and grade shown on the Drawings, before the additioa of cernent. D. Water: Furnish water ire� oiindustr'tal wastes and okher qbjectionable material. �.3 ACCESSORIES [NOT U5ED] 2.4 SOURCE QUALITY CONTR�L [NOT USED] PART 3 - EXECUTLON 3.1 INSTALLERS [NOT USEDj 3.2 EXAMINA'��ON [NOT IISED] 3,3 PREPAHATIDN A. Shape existing material in aecordance with applicable bid ztezz�s to confoz�tn to typical sections shown an the Drawings and as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containin�; a. Unifortz� Portland cement tt�ixture, free from loose ar segregated areas b. iTniform densit}� and maisture content c. Well bound for full depth d. With smooth surf�ce and se�itable for placiz�g subs�quent courses 2. Maximum layer depth of ceznent treatment in single layer; $ inches, 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in e.qua] layers not exceeding 5 inches deep. B. Equipment 1. Provide machinery, tools, and equipment necessary for proper execution af the work. 2. Rollers a. The Contractor may use any type of roller to meet the productian cates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. ' b. When spec�c types aiequipment are required, us� equipment that meets the specified requirements. c. Alternate Eq�ipment 1} Instead of the specified equipment, the Gontractor may, as approvcd, aperate other compaction equipnaent that pxoduces equivalent results. CITY OF FORT WORTH STAIv�ARD CQNSTRiJCTION SPECIFICATION DOGUMEIVTS Revised December 20, 2� l2 Water & Sanitary Sewcr Replacement Contract ZQ1S (W5M-M} City Cantract Na. 101668 3211 33-4 GEMENT TR$ATED BAS$ CAl1RSES Page 4 of 7 2) Discontinue the use of the alternate equipment and furnish the speci�ied equipment if the desired results are not achieved. d. City may require Cantractor to substitute equipment if production rate and qualiiy requirements af the Contract are not met. 3. Slurry Equipmeni a. Use slurry tanks equipped with agitation devices far cement application. b. The City may apprave other slurrying methods. c. Provzde a puzxip far agitating the slurry when the distributor truck is not ec�uipped wi� an agitator. 4. Pulverization Equipment a. Pravide pulverization equipment that: 1) Cuts and pulverizes materiai uniformIy to the proper depth with cutters that plane to a uniform surface over the entire width of the cut �) Provides a visible indi�ation of the depth of cut at all times 3) Uni£onanly mixes thc rriaterials C. Pulverization 1. Puiverize ar scarify existing material after shaping so that 1 Q�l percent by dry weight passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive of gravel ar stone retained in sieves. 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gra�el or stone retained in siaves. D. Cement Application 1. Spread by an approved dry Qr slurry method uniformly on the soil at the rate specified on the Drawings 2. If a bulk cement spreader is used, positian by string lines ar other �pproved method during spreading to insure a uniform distribution of cement. 3. Apply to an area that all the operations can be continuous and completed in daylight within 6 hours of initial application. 4. Do not exceed the quantity of cement that permits unifarm and intimate mixture of soil and cement during dry-mixing aperations 5. Do not exceed the specified optimum moisture con�ent for the soil and cement mixture. b. No equipment, except tkat used in the spreading and mixing, allowed to pass over the freshIy spread cement until it is mixed with the soil. E. Mixing 1. Thoroughly mix the maYerial and cement using ap.prov�d equipment. 2. Mix unkil a homogeneous, friable mixture of rnaterial and cernent is obtained, free fram a11 clods and lumps. 3. Keep mixhxre within moisture tolerances throughout the operation. 4. Spread an� shape the completed mixture in a uniform layer. 5. After mixing, the City shall satn�le t�e mixture at roadway moisture and test in accordance with Tex 101 E, Part III, to determine eompliance with the gradation requirements in Table 1. CITY OF' FORT WORTH STANDARD CONSTRUCTION SFECIFICATION DOCUMENTS Water & Sanitary Sewer Repiacement Ravised December 2p, 2012 Contract 201 S(WSM-M) City Contract No. 101688 321133-5 CEMCNT TREAT�D BASE COURS�S Page S af 7 Ta61e 1 Gradation Rc uirements Mini�um % Passing Sieve �ize Sase 1-3/4 in. 1�0 3/� in. 85 No. 4 60 F. Compaction 1. Prior to the beginning of compaction, the rriixture shall be in a loase condi#ion for its fu11 depth. 2. Cannpact mate:rial to at least 95-percent of the maxirnu:m. density as determined by ASTM D69$. 3. At the start of compaction, the percentage of moisture in the tnixture and in un- pulverizcd soil lumps shall be less than the quantity which sha�i cause the soil- cement mixture to bccome unstable during compaction and finishing. 4. When tk�e ut�campacted soil-ee:�anent mixture is wetted by rain so that the a�erage moisture content exeeeds the tolerance given at the time of �inal campaction, th� entire section shall be reconstructed in accordance with this specification at the sale expense of the Contractor. S. The speei�ed op�innum moisture content an.d density shall be deternnined in the field on the representative samples of sQil-cement mixture obtained from the area heing pracessed. 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 7. Begin compaction after mixing and after gradation and moisture requirements have been met. $. Begin campaction at the botto.m and continue until the entire depth of the mixture ss uniformly compacted. 9. Unifornily compac.t the mixture ko the specified densify wit.�in 2-hours. 10. After t}ae soil azid cement zzuxture zs co�pacted un.i�onnnly apply watez as needed a�d thornughly mix in, 11. Reshape the surface to the required lines, grades and cross section and then light�y scarify to loosen any imprint left by the cornpacting or shaping equipment. G. Maintenanee 1. Maintain the soil-cement �reatrnent in. good condition from the tizne ik first starts work until all work shall is completed. 2. Maintenance includes immediate repairs of any defect that may occur after the cement is applied. 3, Maintenance work shall be done hy the Contractnr at the Cantractor's expense and repeated as often as necessary to k�ep the area continuously ir�tact. A�. Repairs are ta be made in suoh a manner as to insure restoration of a unifarm 'surface far the fi��l depth af treatment. 5. Rem�dy any low ar�a of treated subgz-ade by scarifying the surFace to a depth of at least 2 inches, filling the area with treated materiaE and compacting. 6. Remedy any low area of subbase or base shall by replacing the material for the full depth of subbase or base treatment rather than adding a ihin layer of stabilized material ta the completed work. C1TY QF FpRT WQRTH STANDART) CQ�fSTRCfC7'iON SP�CIFiCATIQN DOCLTMEI�T5 Water & Sanitary 5ewcr Replaccment Revised December 20, 2412 Cantract 2018 (WSM-M} Ciry Contract No. 10[688 321133-6 CEM�NT Ti��AT'ED aASE COUIiSES Fage 6 of i H. Finishing 1. After compie.ting compaction of the final cc�urse, clip, skin, or tight-blada the surFace of the cement-treated material with a maintainer or subgrade trimmer to a depth of approximaiely 114 inch. 2. Remove loosened material and disposc of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire r�ller adding small increments af maisture as needed and until a smooth surface is aitained. �. Add small amounts of water as neecied during rolling. Shape and maintain the course and surface in conforqvty with the typical sections, lines, and grades shown on the Drawings or as directed. 5. Surface compaction and finishing shall prpceed in such a:tnanner as to produce, in not mare than 2-hours, a smooth, cfosely knit surface, free of cracks, ridges or lnose material, confornung to the drawn grade and line s�iawn o� tha Drawings. 6. Af�er the final layer or course of the cement modifiad soil has been compacted, it shall be brought ta the requixed lines and grades in aceordance with the typical sections. 7. The completed sectian sha11 then he finished by rolling with a pneunnatic tire or other suitable roller sufficiently to create micra cracking. I. G�ring 1. General a. Cure %r at least 48 hours. b. Maintain the moisture content during curing at no lower tlzan 2 percentage points below optimum. Z. Curing methad depends on fnished pavernent type: a. Concrete pa�ement: 1} Sprinkle with water 2) Mainkain moisttire during curing 3) Do not all�w equipment on the finished course during curing except as required for sprinklizzg, unless otherwise approved. b_ Asphalt Favement: l} Apply an asphalt maferial at a rate of U.a5 to 0.20 gallon per square yard. 2} Do not allow equipment on the finished course during curing 3. Continue curing until paving aperations begin_ 3.5 REPAIR 1 RESTORATION [NOT i1SED] 3.6 RE�INSTALLATION [NOT USED] 3.i FIELD QIIALITY CONTROL A. Density Test L City Project Representative zxzust be on site during density testing 2. City to measure density af eement treated base cnurse in accardance with ASTM Db938. 3. Spacing directed by City ( l per bloek minimum), 4. Giiy Project lZepresentative determines density testing iocations. CiTY OF FDRT WORTH STANDARD CONSTRiTCTLON SPECIFICATIQ]V DOCUMEI�fTS Revised December 20, 2012 Watar & Sanitary Sewer Repla�ement conc���t ao�a {ws�-M� City Contiact No. 101688 321133-7 CEMENT TREATETJ BA5E COUA5E5 Page 7 of 7 B. Depth Test 1. Take minimum of one care per SOO linear feet per each directi.on of tra�el staggening test lncation in each lane to detemnine in-place depth. 2. City Project Representative determines depth testing locations. 3.� SYSTEM STARTUP [NOT C]S�D] 39 ADJUSTING [NQT USEDj 3.10 CLEANING (NOT USED� 3.11 CLOSEOUT ACT1ViT��S [NOT USED] 3.12 PROTECTI�N [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME 5UMMARY OF CHANGE C1TY pF FpR'i WpRTH STP.IVDARll CDNST1iUCT[ON SPECIFICATION DdCUMENTS Water & Sanitary Sewer Replacement Revised Decem6er 20, 2012 Contract 2018 {WSM-M} City Cantract No, 101686 3zita�-i LIQUID SQIL STABiLIZER Pagelnf5 SECTION 32113'� LIQUID SOIL STABiLjZER PART 1 - GENERAI. l.a SUMMARY A. Section Includes: 1. Add-mixture, cement, water, and subgrade or base {wiih or without asphalt concrete pavement) in the roadway, B. Deviations from this City of Fort Worth Standard Specification t . None C. Related Specificatian Sections include, but are not nece.ssarily limited ta: 1. Division 0— Bidding Requirements, Cantract Forms, and Conditions of the Contract 2. Division 1— General ReqUirements 1.2 PRICE �iND PAYMENT PROCEDURES A. Measurement and Fayment l. Measur�ment a. Measurement for this Item will be by the gallon of Liquid Treaked Soil Skabilizer. 2. Payment a. The work performed and materials furnished in accordance with this Item and rneasured as provided under "Measurement" will be paid for at the unit price bid per gallon of Liquid Treated Soil Stabilizer. 3. The price bid shall incIude: a. Fnrnishing all the Iiquid stabilizer products b. k'inishing c. Mixing d. Equipment e, Curing f. Hauling g. Disposal CITY OF FORT WOILTH 5T'ANDAft� CON5TRLTC770N SPECIPICATI'ON DDCUMEIVTS Ye�sian August 21, 201 S WaCer & Sanitary Sewer Repiacement Contract 201 S (W SM-M) City Cvatract ]+io, 10168$ 321137-2 L1QU1T7 501L STAB[LIZER Page 2 of 5 1.3 REFERENCES [NOT i7SED] 1.4 ADNIINISTRATIVE REQUIREMENT3 [NOT USED] 1.� ACTI�N SUBMITTALS [NOT iTSED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SiTBMITTALS [NOT USED] 1.8 MATNTENANCE MATERTAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELNERY, ST�RAGE, AND HANDLING A. Containez�s 1. Must be stored and handled in cIosed, weatherproof containers until immediate distribution. 2. Must have adequate protection from theft, flooding or damage. 1.11 FIELD [SITE] CONDITIONS A. Soil En�iranment 1. Liquid 5ai1 Stabijizer may be used in soil environments with plastieity indexes of 20 or greater. 1.1� WARRANTY [NOT IISED] PART Z - PRODUCTS 3�.1 OWNER�FURNISHED PR�DUCTS [NOT USED� 3�.2 MATERIALS A, eity Approved Products 1. Roadbond EN 1 5oi1 5tabilizer or approved equivalent. 2.3 ACC�SSORIES [NOT USED] �.4 S�URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPA�iATIDN A. Mix Desi�n 1. The Design Engineer will designate a cement/add-mixture content that will produca a stabilized mixture that m�ets tk�e strength requir�nnent. The Engineer will deterrx�ine the compressive strength of the propased materials in accordance witki Tex-120-E, Part 1. CITY OF FpRT WpRTH STANDARD COAISTAUCTIOiQ 5P&CIFTCATIQN DpCLFMENTS VeisionAugust 21, 2015 Watcr & Sanitary Sewer Replaccmeni Goniract 20 L 8(W Siul-M) City Contract Aiq. l O l68$ 321137-3 LIQU@ SOIL STABILIZER Page 3 of 5 2. The mix will not include mare than SO% asphalt concrete. �'or bidding purposes an 8" Depth Cement Treated Base req�ires Q.0075 GA/SY or 128SYIGA. 3.4 INSTALLATION A. General 1. Uniformly place cement dry or as a slurry. Unifarmly distribute Liquid Soil Stabilizer and apply only an an area where ihe mixing, compacting, and finishing opexations can be connpleted during the same working day. 2. Do not start treatment operation unless the air temperature is at the minimum applicatifln temperature and rising. The temperahtre will be taken in the shade and way from artificial heat. Do not apply when, in the opinion of the Engineer, weather conditions are unsuitable. B. Dry Placing Befpre applying cement, sprinkie the prepated roadway with diluted add- mixture Liquid Soil Sfabilzzer unti� the desired qua3ntity of ciiluted acid- mixture Liquid SnilStabilizer is evenly distributed over the area to be treated. If necessary, eantinue to sprinkle the treated area with water until optimum moisture content �s atkained. Distribute the required quantity of dry cement with appraved equipment, at a uniform rate. Minimize scatteting of cement hy vtrind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable t adjacent property owziers. C. Slurry Placing Sprinlde the prepared raadway with diluted add-mixture Liquid $oil �tabilizer uniformly by making successi�e passes over a measured section of the roadway until the desired quantity of diluted add-mixture Liquid 5oi1 Stabilizer is e�enly distributed over the area to be treated. Mix the required quanrity of cement with water, adjusting the amount of water in order to accoun.t £or the naoisture placed on the roadway with the add- mixture Liquid 5oi1 Stabilizer as it relates ia optimum moisture, as approved. Produce slurry free of ohjeckionabfe materials and with a consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and not longer than 30 minutes aiter placement of the add-mixture Liquid Soil Stahilizer, and when the roadway is at a moisture content drier than optimum. Dispense and spread sluzry unifbz7mZy by tnaking suecessive passes over a rnaasured section of the zoadway at tl�e rate directad until the required cement eontent is attained. D. Mixing 1. Thoroughly mix the material, add-mixture Liquid 5fli1 Stabilizer and cement using approved equipment. Mix until a homogeneous mixture is ob�ained. Sprinkle the treated materials during the mixing operation, as directed, to maintain optirnum mixing moisture. Spread and shape the completed mixture in a uniforrn layer. CITY OF FORT WORTH STA[rTDAR.D CONSTRUCTION SPECIFICATION �OCUMENTS Versian August 21, 2015 Watcr & Sanimry Sewer Replacement Coniract 2fl18 (WSM-M) City ConEract No. ID168$ �Z�i3�-a LIQUID SO1L 5Tt1B.ILIZER Page 4 of 5 2. The Engineer will ahtain a sample af the material at roadway moisture and remove alI non-slaking aggregates retained on a 3/4-in. sieve. The r�mainder of the mixture must m�et the puiverization requirements of Table 1 when tested in acnordance with T�x-101-E, �art III. When shawn on the plans ar appraved by the engineer, the pulverization r�quirem�nt may be waived when the material contains a substantial amount of aggregate. E. Campaction 1. Compact the mixture in one lift using ordinary compaction or density control, as shown on the plans. Complete compaction within 2 haurs after the application of the add-mixture Liquid Soil Stabilizer. 2. Sprinkl� the tr�ated ma#erial in accordance with Item 204, "SpFinkling". Adjust the rnnisture content a�the mixturs during eompaction so that it is within 2.0 percentage points of optimum as determined by Test Method Tex-120-E, Part II. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Adjust operations if required. 3. Begin rolling longitudinally at the sides and proceed towards the eenter, overlapping on successive trips by at least one-half the width of the roller unit. On super-elevated curves, begin rolling at the low side and pragress toward the high side. Offset aiternate trips of the roller. Operate rollcrs at a speed betvveen 2 and 6 miles per hour, as directed. F. Ordinary Compaction 1. Roll v�ith approved compaction equipment, as directed. Correct irregularities, depressions, and weak sp�ts imrr�ediately by scarifying the areas affeoted, adding or removing treated r�aaterial as requzred, reshaping, and re-compacting, G. Finishing 1, Immediately after completing compactio�, clip, skin, or tight-blade the surfaee af the add-mixture Liquid Soil Stabilizatio�:i/cezz�.ent treated maierial with a maintainer or subgrade trimm�r to a depth of appraximately 1/4 in. Remove laosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller untii a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in aonformity with the typicai sections, lines and grades shown on the plans or as directed. In areas wi�ere surfacing is ta be placed, trim grade deviations greater than 114 in. in cross section and 1/4 in. in lb ft, rneasured longitudinally for the entire widkh of the cross-section. Rernave axcess material, reshape, and roll wiih a pneumatic tire roller. If ►nat�rial is maz'e than l/� in. low, carrect as directed. Do not surface patch. H. Curing CITY OF FORT WOR7'H STAIVDARD C�IVSTRLTCTION SP�CIFTCATION DOCLTMENTS Version Aagust 21, 2015 Water & Sanitary Sewer Replacement Cqntract 201$ (WSM-IvI) City Contract 1Va. ]01688 321137-5 LiQUID SOIL STABILIZER Page 5 af 5 1. Maintain the moisture content of the finished sectian at no lower than 2 perceniage points below aptimum by sprinkling or by applying an asphalt materiai at the rate of 4.OS to 0.2D gallons per square yard as directed, unt�l a subsequent caurse or pavement is placed or as otherwise directed. Dn not allow equipment on the finished eourse excepk as xequired to complete euring, unless otherwise approved, At least 3 days of curing ara re.quired before opening the finished section to traffie, unless otherwise shown on the plans or directed. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [N�T USED] 3.'� FIELD QUALITY CONTROL A. Density Contral Compact to meet at least 95% of aptimum density as determined in accardance with Tex-120-E, Fart II. The Engineer wiIl deternune roadway density in accordance wit� Test Method Tex-11 S-E and wili verify strength in accordance with Tex-120-E, Part II. Remove and replace material that does not meet density requirements and compact and test replaeemen� mat�rial in accordauce with density cantrnl mcthnds. 3.8 SYSTEM STARTUI' CNOT USEDJ 3,9 ADNSTING jNOT USED] 3.10 CLEANING [NOT USED] 3.11 CL05EOVT ACTIVITIES [NOT USED] 3.i� PROTECTION [N�T USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENT� [NOT LTSED� �ND OF SECTXON Revision Log DATE NAME SUMMARY OF CHAI�[GE CITY OF FORT WQRTH STANDARD CONSTRUCTION SPEC[�'ICAT10I1 Bt]CU14IE1VT5 Water & 3anitary 5awer Replacement Version August 21, 2�15 Contzact 2018 (WSA4-M) City Contract No. 141688 32 i2 l6 - 1 ASPEIA.LT PAVING Page 3 of 25 SECTTON 3� 1� 16 ASPIIALT PAVING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Constructing a pavement layer composed af a compaeted, dense-graded mixture af aggregate and asphalt binder for surface or base caurses B. Deviations from this City of Fo�t Woz� Standard Specificatinn 1. None. C. Related 5pe�ification 5ections inelude, but are not necessarily limited ta: 1. Division 0- Bidd�ng Requirements, Contract Porms, and Conditions of the Contract 2. Divisian 1- General Requirements 3. 5ection 32 O1 17 - Permanent Asphalt Paving Repair 1.3 PRICE AND PAYMENT PROCEDiTRES A. Measurement and Payment 1. Asphalt Pavernent a. Measurement � c. 1) Measurement for this Item shall be by the square yard of completed and accepted aspbalt pavennent in its final position for �arious: a} Thicknesses b) Types Payment 1) The work performed and materials furnished in accordance with this Item and measured as providad under "Measurezz�ent" will be paid %.r at the unit price bid per The price bid shall include: �} Shaping and fine grading the placement area 2} Furnishing, loading, unloading, storing, hauling and handling a1l materials incFuding freight and royatty 3} Traffic controi for all testing 4} Asphalt, aggregate, and additive 5} Materials and work needed for corrective action 6} Tzial batches 7} Tack coat S) Removal and/or swe.eping excess material 2. H.M.A.C. Transiti�n a. Measurement 1) Measurement for this Item shall be by the ton of composite Hot Mix Asphalt required for H.M.A.C. Transition, b. Payment CITY OF PORT WORTH STANDAR� CONSTRUCTION SPECIF[CATION �OCUM�NT5 Water & 9anitary Sewer Replacement Revised December 20, 2012 Con�act 201 &(W51vI-M) Gi1y Contract Nu. 10i688 32i216-2 ASPIiA1.T PAV6YG Page 2 of 2S 1) The work performed and materials furnished in accordanc� with this Ttem and m�asured as provided ur�der "Measurement" wi.11 be paid %x at the unit price bid per ton of Hat Mi� Asphalt. c. T'he price bid shall inclnde: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, �auling and handling ail materials including freight and royalty 3} Traffic control for all testing 4} Asphalt, aggregate, and additi�e 5) Materials arnd work needed for corrective action 6} Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Base Course a. b c. Measuremer►t 1) Measurement for this Item shall be by the square yard of Asphalt Base Couxse completed and accepked in its final positian far: a} Variaus thicicnesses b) Variaus types Payment 1} The wQrk performed and materials furnished in accordance with this Ttem and measured as provieied under "Measurement" will be paid far at the uttit price bid per square yard of Asphalt Base Course. The pric� bid slxall includa: 1) Shaping and fine grading the roadbed 2} Furnishing,loading, unlaading, stor�ng, hauling and handling al! materials including freight and royalty 3) Traffic controI for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective actian 6) Trial batches 7) Tacl� caat 8) Removal andlor sweeping excess material 4. H.M.A.C. Pavement Level Up a. Measurement 1) Measurement for tlus Item shall be by the ton of H.M.A.C. completed and accepted in its final position. h. Payment 1} The work perfnrmed and materials furnished in aacordanc� with this Item and measurec3 as provided under "Measurement" will be paid for at the unit pric� bid per ton af H.M.A.C. c. The price bid shall include: 1} 5haping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling a31 materials including freight and royalty 3) Traffie cantrol for ail testing 4} Aspltalt, aggregate, and additive S) Materials and work needed for corrective action 6) Trial batches C1TY �F FORT WORTH Water & 3aniYary 3ewer keplaeemenf STANDARD CONSTRUCTION SPECIFICATIpN �OCIIMENTS Contract 201 S, WS1V1-M Revised DecembeT 20, 2012 City ProjeCt iYo, l0 i 688 321216-3 A5PHALT PAVING Page 3 of 25 �� �'aC� COal 8) Removal and/or sweepin�g excess material 5. H.M.A.C. Speed Cushion a. Measurement 1) Measurement for this Ttem shall be per each H,M.A.C, Speed Cushian installed. b. Payment 1) The work performed and materials furnzshed in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each H.M.A.C. Speed Cushion installed and accepted in its final position. c. The price bid sha11 include.: 1) Shaping and fine grading the roadbed �) �urnishing, loading, unlaading, sioring, hauling and handling all matarials including freight s�nd royalty 3) Traffic control far aIl testsng 4) Asphalt, aggregate, and additive 5) Materiats and work needed for corrective action 6) Trial hatches 7) Tack coat 8) Removal and/or sweeping excess matarial I.3 REFERENCES A. Abbreviations and Acronyms 1. RAP (reelaimed asphalt pavement} 2. SAC (surFace aggregate classification} 3. BRSQC (Bituminous Rated 5ource Quality CataIog) 4. AQMP (AggregaYe Qualify Monitoring Prngram) 5. H.M.A.C. (Hat Mix Asphal.t Concrete) 6. WMA (1�1arm Mix Asphalt) B. Refe:rence Standards 1. Reference standards cited in this specifcation refer to the current referenee standard published at the time of the latest revision date logged at the end af this specification, unless a date is specificaily cited. 2. National Tnstitute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Speci�cations, Tolerances, and Other Technical Requirements for Weighing and Measuring Deviccs 3. ASTM International {ASTM): a. ASTM D6084 - 06 Standard Test Mefhod for Elastic Recovery af Biturr�inous Materiais by Ductilometer 4. Artierican Association of State Hi�hway and Transportation Officials a. MP2 Standard Specification for Supezpave Volumetric Mix Design b. PP28 Standard Praetice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. 7' 201, Kia�ematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method �f Test for Viscosity of Asphalts by Vacuum Capillary Viscometer CITY OF FDRT WORTf�i STANDAIZD CONSTftl1CTION SPECIFICATION DOCUMENT5 Watsr & 5anitary 5ewer Iteplacement Revised Dcoember 2(3, 2012 Contract 20�8, WSM-M City Praject Na. 10168B 321216-4 ASPHALT PAVING Page 4 of 25 e. T 316 Standard Methad of Test for Viscosity Detezxnination of Aspl�alt Binder Using Rotational Viscom.etex f. TP 1-93 Test Method for Deternuning the Flexural Creep Stiffness of Asphalt Binder Using the Bending Bearn Rheometer [BBR) Texas Department of Transportatian a. Bituminous 1Zaied Source Quality Catalog (SRSQC) b. TEX 100-E, Sutveying. and 5ampling Soils fnr Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-�, Determit�i.ng the Baar LinOar Shrinkage of Soils e. Tex 200-F, Sieve Analysis oi Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtur�s h. Tex-207-F, Detern�ining Density of Coffipacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Ag�egates j_ Tex-22b-F, Indirect Tensile Strength TesY k. Tex-227-F, Theoretical Maximum Specific Gra�+ity of Bitt�minous IVlixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Eiongated Particles a. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test far Concrete Aggrega:tes) p. Tex 408-A, Organic [mpurities in Fine Aggregate for Concrete q_ Tex 4I0-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Deternuning Crushed Face Particle Count t. Tex 461-A, Degadation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfata v. T�x-530-C, Effect of Water on Bituminous 1'a�ing Mixtures w. Tex-54Q-C, Measurema�zt of Polymer Separation on Heating in Modified Asphalt 5ystems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Aot Mix Plant Asphalt Meters aa. Tex 923-K, V�rifying the Accuracy of Liquid Additive Metering Systems i.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1S ACTION SUSMITTALS [NOT iTSED� 1.6 ACTION SLrBMITTALS1iNFORMATIONAL SUBMCTTALS A. Asphalt Paving Mix Design: Submit for approvaL See 2.2.B.1. CITY OF FORT WORTH Water & Sanitary 3ewer Replaecment STA]�DARD CONSTRUCTION SPECIPICATION DOCUMEIVTS Contract 2018, W5M-M Revised December 20, 2U12 City Froject No. 101688 32 l2 16-5 A5PIiALT PAV[i�lG Page 5 of 25 1.'� CLOSE�i1T SUBMITTALS [NOT [1SED] 1.$ MAINT�NANCE MATERIAL SiTBMITTALS [NOT USED] 1.9 QUALITY ASSiTRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] l.11 FIELD C�NDITION� A. Weather Conditions Place mixture when the roadway surface temperature is equal ta or higher than the ternperatures listed in Table 1. Table 1 Minimum Pave�tnent Surface Tem eratures Minimum Pavern�nt Surface Temperatures in De reea Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Ter�nperature Binder Night Paving Operations Daylight Operations Grade PG64 ar lawer 45 50 PG 70 55 � 60' PG 76 or higher 60 a 60 � '�Contractors may pave at temperatures 10°F lower than the v�lues shovvn in Table 1 vvhen utilizing a paving process including WMA or equipment that elirninates thermal segregation. In such cases, the contractor must use ei�her a hand held th�rmal camera or a hand held infrared thermorneter operated in accardance with Te�-244-F to demflnstrate to the satisfaction of the City that the uncompacted mat has no znore than 10° �" of thermal segregation. 2. UnIess otherwise shown on the Drawings, place mixtures only when weath.er conditians and moisture conditians of the roadway surface are �uitable in ths opinion of the City. 1.12 WARRANTY �NOT L7SED] PART�- FRODUCTS 2.1 OWNER-FURNISHED PRODi1CTS [NOT USED] 2.2 MATEI2XALS A. General 1. Furnish uncantaminated materials oi uniform quality that meet the requirements oi tk�e Drawings and specifications. 2. Notify the City of alI material sources. 3. Notify the City before changing any material source ar formulation. CITY OF FDRT WORTH STANB�RD CONSTRUCTION SPECIPICATIOi�i DOCUMENTS Water & Sanitary Sewer Replacement Revised December 20, 2012 Con�act 2018, W5M-M City Projeet No, i01688 321216-b ASPHALT FAVING Page 6 af 25 4. When th� Contractor makes a source ar formulation ehange, the Ci#y will verify that the requirernents of this speci�cation are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test praject materials at any time during the project to verify campliance. 6. The depth of the compacted lift should b� at least 2 tirnes the nominal maximutn aggregate size. B. Aggregate b. c. d. e. f. g- h. i. J• k. G�neral a. Fumish aggregates from sources that conform to the requirements shown in Table 1, and as speeifed in this Section, unless otherwise shown on �he Drawings. Prnvide aggregaie stockpiles that meet the definitian in this Section far either caarse agg�regate ar %ne aggregate. When reclaimed asphalt pavement (RAP) is allowed 6y Drawing note, provide RAP stoekpiles in aecordance with this 5ection. Aggregate from RAP is not required to meet Tahle 2 reguirements unless otherwise shawn on the Drawings. Supply rnechanically crushed g,�-avel or stone aggregates that meet ttte definitians in 'I'�x I 00 E. Samples must be fram nzaterials produced for the projeet. The City will establish the surface aggeegate classification (SAC) and perform Los Angeles abras�on, rnagnesium sulfate so�►dness, and Micro-Deval tests. Perform aIl otfier aggregate quality tests listed in Table 2. Document all test results on the mixture desx� report. The City may perform tests on indepenc�ent Qr split sampl�s to verify Contractar test results. Stackpile aggregates for each source and type separately and designate far the City, Determine aggregate gradations fQr mixture design and production tesiing based an the washed sieve analysis given in Tex 204 F, Part II. Cl'I'Y O�' FORT WORTH Water & Sanitary Sewer ReplacemenE STANDARD CONSTRUCT[ON SPECIFICATION DQCUMENTS Contract 201$, W3M-M Revised December20, 2012 CityPra,�ectNn. i416$8 32 l2 t 6- 7 ASPHALT Pt�V1NG Page 7 of 25 �AC Deleterious Miero-Deval abras: Los Angeles abrasi Ma�nesium sulfate �'R�)IB 2 A re ate Quali Re uirements l°roperty Test Method Caarse A re ate AQMF ercent, max Tex-217-F, Part I max Tex-217-F. Part II max max Coarse aggregate angularity, 2 crushed faces, percent, min Flat and elangated particles @ 5:1, pereent, max Fine A��: Tex-461-A Tex-410-A max Tex-411-A Linear z� ax Tex 460-A, Part I Tex 280-F Tex-107-E Requirement As shown on Drawings 1.5 1.5 Note 1 40 30� $53 10 Combined A re ate �and e ui�alent, crcent, min Tex-203-F 45 i. Not used for acceptance purpuses, Used by the City as an indicator of the need for further investigation. 2. Unless othcrwise shawn an the Drawings. 3. Unless otherwise shown on the Dravvings. Only applies to crushed gravel. m. Coarse Aggregate 1) Goarse aggregate stockpiles must have no mare tlian 20 percent material passing the No. S sisve_ 2) Maximum aggregate size should not be over half of the px�pased li�t d�pth to prevent particle on particle contaet issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggragata from. unlisted sources only when tested by the City and/or apgroved before use. 5) Allow 30 caleadar days far the City ta sample, test, and repart results for unlisted sources, 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in ordez- to meet requirements for Class A materials. 7) When blending C1ass A and B aggregates ta meet a Class A requirement, ens.ure that at least 50 petcent by weight of the ma#erial retained on the No, 4 sieve comes from the Class A aggregate souree. S) Blend by volume if the bulk speoi6c �,�'aviti�s of the Class A ar�d B aggregates differ by more than 0.300. 9) When blend.ing, do not use Class C or D aggregates. 10) �o:r blending purposes, coarse aggregate from RAP will be considered as Class B aggregate, 11) Provide coarse aggregate with at least the minimurr� SAC shown on the Drawings. 12) SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the Drawings. n. RAP is salvaged, milled, pulverized, braken, or crushed asphalt gavetnent. 1} No RAP parmitted far TYPE D H.M.A.C. C1TY OF FORT WORTH STANDAI2D CONSi7tUCTION SPECIFiCATION DpCiIMENTS Watar & 5anitary 5cwer Replacement Re�ised December 2D, 2012 Cantract 2D 18, WSM-M City Froject Na, 101b88 32L216-B ASP�IALT PAVING Page 8 of 2S 2) Use na maxe than 20 percent RA.�' on TYPE B H.M.A.C. unless otherwise shown on the Drawings. 3} Crush or break RAP so that 100 pereent of the particles pass the 2 inch sieve. 4) RAP from either Cantractor or City, including RAP generated during the project, is permitted only when s�own on the Drawings. 5) City-awned RAF, if allowed for use, will be available at the locatian shown on the Drawings. 6) When RAP is used, determine asphalt cantent and gradation for �ture design purposes. 7} Ferform other tests on RAP when :shown on the Drawings. S) When RAP is allowed by plan note, use no more than 30 percent R�P in Type A or B mixtures unless otherwis� shown on the Drawings. 9) Do nvt use RAP contaminat�d with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent az�d the plasticily index. is greater than S. 11) Test ihe stockpiled RAP for decantation in accordance with the Iaboratory method given in Tex-�406-A, Part I. 12) Determine the plasticity index using Tex-106-E if the decantation value exceeds 5 percent. 13} The decantation and plasticity index requirements do not apply to RAP samples with asphal� rernoved hy ext�action. 14) Do not internningle Contractor-owned RAP stockpiles with City-owned RAP stockpiles. 15) Rernove unused Contractor-awned RAP material from the project site upan completion of the project. I 6) Return unused City-owned RAP to the desigzzated stockpile location. a Fine Aggregate I) Fine aggregates consist ofmanufactured sands, screenings, and field sands. 2) Fine aggregate stocicpiles must meet the gradation req�airements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At rnost 15 p�rcent oitlie total a�gregate may be tield sand or other uncrushed fine aggregate. 6) With the exception of field sand, use fne aggregate frorr� coa�'se aggz'egate sources that meet the requireinents shown in Table 2, uniess atherwise approved. 7) if 10 perc�nt or more af the stockpile is retained on the No. 4 sieve, test the stockpile and veri.fy that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-�'). CITY OF FORT WORTH Water & 5anitary Sewer Replacement 5TAI�fDARD CONFSTRLTCTION SPECIrICATION DOCUMENT5 Cnntract 2D18 {W5M-M} ftevised December 2fl, 2012 City Contract iVo, I01668 32 l2 l6 - 4 ASPHAL`I' PAVING Yage 9 of 25 Table 3 Gradation Re uirements for �'ine A e af percent Passing by Wei�ht or Sieve Size Volume 3/8" 1 QO #8 70-1U0 #200 Q-34 2. Mineral Filler a. Min�ral filler consists of finely divided mineral matter s�ch as agriculk►,�ral lime, crusher fines, hydzated lime, cern�nt, or fly ash. b. Mineral Filler is allowed unless otherwzse shown on the Drawings. c. Do not use more than 2 percent hydrated lime or cement, unless atherwise shown on the Drawings. The Drawings may require or disallo�ov specific mineral fillers. When used, provide mineral filler that: 1) Is sufficiently dry, free-flowing, and free from clumps and foreign matter; 2) Does not exceed 3 percent Ilnear shrinkage when tested in accordance with Tex-107-E, and meets the gradation requirements in Table 4, Table 4 Gradation Re uirements for Mineral Fi[ler percent Passing by Weight or Siev� Size Yolume #8 I00 #204 55—I00 3. Baghouse Fines a. Fines collected by the baghouse or other dust-collecting equipment may be reintroduced into the mixing drum 4. Asphalt Binder a. Furnish the type and grade of performanee-graded (PG) asphalt biztder speciiied as follows: 1) Performance-Graded Binders (PG Binders) a} Must be smooYh at�d homogeneous b} 5how no se}�aration when tested in accoxdance with Tex-540-C c) Meet Table 5 requirements CITY OF FORT WORTf�I STAAIDAIZll COAIS`1"liLICTION SP�CIF[CATION DOC[J1ViEI�'TS Water Na Sanitary Sewer Replacement Revised De�em6er 2Q, ao i a Contract 20 L 8(WSM-M) City Cvntract No. 1 Ul fi88 � � �, N � � O � d o � p' o� N � � m p � d I�. � "0 � m � v � � � � r � '� u � � � +� Q N ^ N O N (� N v.� N o�o b oNo � � � � � n `�° o � � m ri M O � �O �; A N � � � � � SZ, N � n N d � � � � c� .k m � M � .� , A m w � � �'1 00 � ao 0 V � N Q � N �l � � l� N � � � .�. � �y � � v /1 N p �' � �d � � � � ^ � � H ' � z � �m � � e � � N J� c��l � � � �, � � i N � � ^�.r` � [V j� cy � � �'a F.i � n � � � � r� M n � Q F+K i � � � � � � v i1 N �!1 � V1 � N n N I � � o � � o (� o � bA U � � U o• �, � � a� �+ i,�, w .� .d ��,, � � � � -Iy N � � � p � � � p y� � o a�" � Q � � p� H � +• � i � o � � � � N C3} � M A m � � .� � �o � F" � � �; '�? F" � � `w �' v � �„ n' �" � ,� s�. � °'�' � b °" o� °' � � ��Q �,� °�,' " �; '�•� � ♦., � m U v� i:1 bA ��.. � � ��v'ri. � � iF N U � � � W ceJ 9] � O�" cC � �"' '� vi cd '(� F"' � c � � d� � w y A W� � A •-• p� �� �� � �z �� U � N � �. �� � tp ,Z�+' � G � � 3 � � a z a F U � U W � O H v� �� � 0 V � a � Q b �� a � a � Lw 0 U ~ �p N � ? O � ¢" m M � m P. � d � � � � 0 � � b d � � N � � N �y � � C`1 � N �ry c� N �" N �y � ,--� � � W ^" N `O �° i �1 M N cV on �y o0 00 � � N � i � � � C*l N � , N ; , � CV � � i d. rn �h �i' � M ( �l N � � �' N � �y o0 00 i N N � � � r o �iia N W o N .-�-� � 4 i `� i i W � � � � ,� � N �O � � � c�+i7 � N N � N � N m DO b � p�,d N y � N N N � N ,--� � � d rOOv 1D `O i � � � � � M � hk CV � � 00 � 00 �y oo W �" •--� •--+ � � N i i �i N � � N fV �y � � U U ° o � O � ° N � � � � a� a � a o o � o � �, d r�1 � o �l Fy N ��J �i O � V V'1 til � � �! N Gl M � � � � � M � p � m .� � r�- �" � i E" Q'� u F-� 3�.�. aa � � � � � � � � � � O � � �, �� * � ��>��.�� �° ro C7 F� � v�" � F� � G� F� 4 � H p., �l U �1 y L d �M 1��V "G a � 1J ai � 0 � G� � �� � � � � m V O � � � �C a6 O C � -- g '��2 � .°��. ��y � � � � � a �] �l Qi f�l o � '� '" � � o q o m � ,� � �v, >' +`C+ a tC N 9F ti b 41 4� � � �'" � a a' w o p � �+ �+ � � U 1(�s � � 'f'' O d1 � Q � � � yU� � Q ed � td +'3 � •G` a � � o U � Q � o � � �� � �.. �� A No � c� � . � N � �� � Na nDi U O :� � V N � 'O v�i D E F > � •' � q m d 4 u °b' a :� ro '�'�� e�v D x y p, SO (-i c � �r' u O �j � FI V � � � � � � � � � � a� � � � � a' �, `� � P� r�,� N � `p � � 'c1 a � � � � �C .g O� a p�'� �., V �y �y � R � � � ,�}" `C3 p � � '�' � y . ^'a � Q � � � � � � � �,� � � � ❑ 'o o � �=' � �, m t� ❑ A 5 a� �L �5�p � � 0.� .�'i' 'Co '`3 � � � .� � � �. m ,�. '"� � ° � � � � � � q � �' � � s � � � � � o m 61 N �� V � � e� �a Y a d o �v a� o � � �� m � y � � 3 � � o � � � � � � � � � � v � � � � p Y v b � � � w a` u � � .�' � � � � � � v � a �� « o o � � � � � •� � ,� '� � � b c�' � � .d �, � � Q q ^� � U U rj P, .a F"� N L= �� � d�� � � .� t0 � � � 'O �❑, OF � y � � .F' p ai � iy � o A ie�� �o� k� � � '� � ,a �„�,� �Q�� � �.� N v zb � � ro � � � � N � U a y "� � ��,�,w � G �'�I�• '5 " sy v". � �[�7 e1 U G'� V_''� Q'Y. b �� � � � '� � � � � � �o ��p °� � � �� LL',jy' epi a5 � .r .�,�, � � y � ����N �"S�'6 o ��� �� q '� .� F�., �, w � :�' .� ��p �q .�.� � C �� m o a� m o � .� � 1''a � u� � a � U eNNr7 �� kr 'b�'U] � o ri v�i F' ri 'v� � v °w' vi � � � � � � .� � � p � u w � .� .� .�. m � W 0 .� .� b � 4�. � O a � a � u � p .N � m � :: � .� � � � � � ° � A G �� v � O `" .N �s v � �� �a�� z � m � a� a� �� .� ? y � � � �' � � ,� � � � w � ��� � � O O � �z W � V � N �j � � o (.1 � O �' ��U � � � 3 � Q z � U � w � � 0 �� �N O H o� 6 � ro � '� � w� 0 � O w O � 32 12 lG - l2 A5PHALT PAViNG Page 12 of 25 2 l�. Separati�n testing is �ot required if: 3 1) A modifier is introduced separately at the rnix plant either by injection in 4 the asphalt line or mixer, 5 2) The bind�r is biencied nn site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in-line sarripling port at 7 the hot mix �lant after the addition af modifiers. 8 S. Ta¢k Coat 9 a. Unless atherwise shown on the Drawings or approved, furnish CS5-1 H, SS-1H, 10 or a PG binder with a minimUm hi�h-temparature �rade of PG 5$ for tack coat l I binder in accordanee with Section 2.2.A.5.. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 6. Additives a. General 1) When shown on the Drawings, use the type and rate of addiiive specified. 2j Other additives that facilitate mixing ar improve the qualiiy of the mixture may be allowed when approved. b. Liquid Antistrippitzg Agent 1} Furnish and incnzporate aIl required asphalt antzstripping agents in asphalt concrete paving mixtures and asphalt-stabilized base mixtures io meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows no evidence of crystallizatinn, settling, or separation. 3) Ensure that all liquid antistripping agents arrive in: a) �roperly Iabeled and unopened containers, as shipped from the manufacturer, or b) Sealed tank trucks with an invaice to show conkents and quantities c) Provide product information to the City including: ( i) Material safety data sheet (2) 5pecific gra�ity oithe agent at the manufachtrer's recommended addition temperature, (3) Manufacturer's recommended dosage range, a�d (4) Handling and starage instructians 4) Addition oilime ar a liquid antistripping agent at the Mix PIant, incorporate into the binder as foilows; a) Handle in accordance with the manufacturer's recommendations. b) Add at the manufacturer's recommended addition temperature. c) Add inta the asphalt line by means of an in-line-metering device. c. Liquid Rsphalt Additive Metars 1} Provide a means tn check tt�e accuracy of ineter output for asphalt primer, fluxing material, and liquid additives. 2j Furnish a meter that reads in increments af 0.1 gal, ar 1ess. 3} Verify acc►�racy of the meter in accordanee with Tex-923-K. 4) Ensure the accuracy of the meter within S.0 percent. 7. Mixes a. Design Reyuirements 1) Unless oth�rwise shown an the Drawings, use the typical weight design exarnple given in Tex-204-F, Part I, ta design a rnixture meeting the require�na.ents listed in Tables 2 through S. CTl'Y OF FORT WURTH STANDARD CONSTRUCTION SPECIFICATION ➢OC[JM�NTS Iievised Decem6er 20, 2012 Water &. Sanitary Scwer Rcpla�cmcnt Contract 201$ (VYSM-1VI) Ciry Concract No. 1016&8 3z �z ts - �3 ASPHALT PAVING Page 13 of 25 1 2 3 4 5 2) Furnish the City with repres.cntative samples of alI materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot he verifi,ed by the City, furnish another mixture desi�n.. Table 6 Master Gradation Bands { pereent Passing by Weigbt ar Volume) and Volumetric Pro erties Sie�e B C D Size Fine Caarse Fine _ Base Surfac� Surface 1-112" — — — 1" 9&.0-1Q0.0 — — 314" 8�.0-98.0 95.Q-1Q0.0 — 1/2" — — 98.0-100.0 318" 64.0-84.4 70.0-85.0 85.�10�.0 �#4 40.D-60.0 43.0-63.0 50.0-7Q.Q #8 29.0--43.4 32.0�4,0 35.0-46.0 #36 13.0-28.0 14.� 28.0 15.0-29.0 #50 6.�20.0 7.0-21.0 7.0-2Q.Q #20Q 2A-7.0 Z.0-7.0 2.0-7.0 D�si n VMA', ercent Minimum — 13.0 14.0 15A Plant-Produced VMA ercent Minimum — 12.0 13,Q 14.0 b 7 $ 9 10 11 12 13 I �} 15 16 17 1$ 19 20 2l 22 23 24 25 26 Voids tn Mineral Aggregates. Table '� Laboratory Mixture Dt Property Test Requireme�t Method Tex-207-F 96.Q� Tensile strength (dry}, psi (molded t4 93 Z ercent f l ercent densi Tex-226-F 55-200 Boil test3 Tex-530-C — 1. Unless otherwise shaw.za on the Drawings. 2. May exceed 200 psi when appraved and may be wai�ed wheq apprqved. 3. Used ta establish baseline for comparison to production results, M�y be waived when approved. 8. Warm Mix Asphali (WMA) a. WMA is defined as addiiives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and p2aced. b. WMA is allawed for use at the Contractor's option unfess otherwise shown on the Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTII STANDARD CONSTR[1CT10N SPECIF1CATiON �OCT.7MENT5 Revised December 20, 2012 Water & Sanitary Sewcr Rcplacement Conhact2tl18 {WSM-M) City ConiracE tYo. 101688 32 12 16- l4 ASPHALT PAVING Page i4 of 25 1 � d. When WMA is not required by Drawings, praduc� an asphalt mixture within the temperature range of 215 degrees F and 275 degrees �. 4 �.3 ACCESSORIES [NOT LTSEDJ 5 2.4 SOUIZCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS �NOT �JSED� S 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATI4N 14 11 12 13 14 15 16 I7 18 i�� 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 42 42 A. Hauling iDper�tions 1. Befare use, clean all truck beds to en:sure mixturre is not contarninated. 2. Wh�n a release agent is necessary to coat truck beds, us.e a release agent approved by the City. 3. Petroleum based products, such as diesel fuel, should not be used. 4. If �vind, rain, temperature or haul distance impacts cooling, insulate truck beds or co�er the truck bed with tarpaulin. 5, If haul time in project is to be greater than 30 minutes, insulate truck beds or cover the truck bed with tarpaulin. 3.4 INSTALLATION A. Equipment 1. General a. Provide required or necessary equipment to }�roduce, haul, place, compaet, and core asphalt cQncrete pavement. b. Ensure weighing and measuring equipment cornplies with sp.eci�cation. c. Synci�ronize equip�tent to produce a mixture meeting the required proportions. 2. Production Equipment a. Provide: 1) Drum mix type, weigh-bateh, or modi�ied weigh-batch mixing plants that ensure a uniform, continuous production 2} Autotnatic groportioning and measuring devices with interlock cut-off circuits that stop operatians if the control s.ystem malfunctions 3) Visihlc readouts indicating the weight or valume of asphalt and aggregate proportions 4} Safe azxd accurate means to tal�e required samples hy inspection forces S) Permanent means to check the output of inetering de�rices and to perform ealibration and weight checks G} Additive-feed systems to ensure a uniform, continuous material flow in the desired proportion 3. VVeighing and Measuring Equipment a. General 1) Provide weighing and measuring equipment for marerials measured ar proportioned by weight or �olume. C1TY OF FORT WORTH STANDARI) COIVSTRUCI`ION SP�CIFICATIOIY DDGLJMENTS Water & Sanitary Sewer Replacement Reuised December 2Q, 2012 Contract 2D18 {W5M-M) City Contract No. 1 D 1668 32 12 16- 15 ASPHALT PAVING Page 15 of 25 1 2} Provide certi�ed scales, scale installations, and measuring equipment 2 meeting the requirements of NIST Han.dbool� 44, except that th� required 3 accuracy must be 0.�4 percent of the material being weighed pr rneasured. 4 3} Furnish leak-free weighing containers �arge enough to hold a camplete 5 batci� of the material heing m�asured. 6 b. Truck Scales 7 1} Furnish platform truek scales capable of wezghing the entira truck or truck 8 trailer combination in a single draf�.. 9 c. �11,ggrega�e Batching Scales 10 I} Equip scales used foz' weighing aggregate with a quick adjustment at zero 11 that pro�ides for any change in tare. 12 2} Provide a visual means that indicates the required weight far each 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3p 31 32 33 34 35 36 37 3$ 39 40 4Y 42 43 44 45 46 47 48 49 4. aggre�ate. d. Suspended Happer 1) Provide a means forihe addit�an az th� reznoval of small amounts of material to adjust the quantity to the exact weight per batch. 2} Ensure the scale equipment is level. e. Belt Scales 1} Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K, f Asphalt Material Meter 1) Provide an asphalt matarial meter with an automatic digital display of the �olume or weight of asphalt material, 2) Verify the aceuracy of the meter in accordance with Tex-921-K, 3) When using the asphalt meter for payment purposes, ensure th� accuracy of th� meter is within 0.4 percent. 4) When used ta rneasura campanent materials anly and not for payment, ensure the accuracy of the meter is within 1.0 perc�n.t. g, Liquid Asphalt Additive Meters 1) Provide a means to check the accuracy of inefer output for asphalt primer, flttxing material, and liquid additives. 2} Furnish a meter that reads in increments of 0. l gallon or less. 3) Verify accuracy of the meter in accordance vvith Tex-923-K. 4) Ensure ihe accuracy of the meter within 5.0 percent. Drum-Mix Plants. Provide a mix�ng plant that complies with the requirements belqw. a. Aggrega�e Feed System 1) Provide: a} A cninimum of 1 cold aggregate bin for each stackpile of individual materials us�d ta produce the mix b) Bir�s designed to prevent overflaw of material c) Scalping screens qr other approved methods to remove any o�ersized material, roots, or other objectionable materials d) A feed system to ensure a uniform, cantinuous material �Iow in the desired proportion ta the dryer e) An integrated means for m,oisture compens.ation � Beit scales, weigh bax, ar other appxoved det+ices to measure the weight of the combined aggregate GETY DF FORT WQRTH STANDAfiD CONSTRiJCTTON BPECIFICATION DOC[JMENT5 Water & Sanitary Sewer Replacement Re�ised December 26, 2D12 Contract 2018 (W5M-M) City Contreet F+io. LU1688 32 l2 16 - l6 ASPHALT PAVING Fage L 6 of 25 1 g) Cold aggregate bin flow indicatars that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt �avement (R.AP) Fead System 4 1) Provide a separate system to weigh and %ed RAP into the hot mix plant. 5 c, Mine�al Fi1ler Feed System 6 1} Provide a closed system for mineral filler that maintains a�onstant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls tv 9 autamatically adjust the supply of mineral filler to piant production an.d 1 a pravide a consistent percentage to the mixture. 1] d. Heating, Drying, and Mixing Sysiems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt b.inder damage 16 c} A heating system thaf complekely burns fuel and leaves no residue 17 d) A xecording thermameter that continuously measures and records khe 18 mixture discharge temp�rature 19 e} Dust collection system to colIect excess dust escaping from the drum. 20 e. Asphalk Binder Equipment 21 1) 5upply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a cantin�ously recording thermometer 23 locatec� at the highest temperatur� point. 24 3) Produce a 24 haur chart af the recorded temperatt�re. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in ihe line leading to the mixer. 27 5) Furnish a sampiing part an the iine between the storage tank and mixer. 28 Supply an additional sampling port hetween any additive blending davice 29 and mixer. 30 f. Mixture Storage and Discharge 31 Ij Provide a surge-storage system to t�iunimize interruptions during operations 32 unless otherwise apprr�ved. 33 2) Furnish a gob hopper ar �ther device to minitnize segregation in the bin. 34 3) Provide an automated systern that weighs the mixture upon d�scharge and 3S produces a ticket showing: 36 a) Date 37 b) Project identiiication nurr�ber 38 c) Plant identification 39 d) Mix icientification �0 e) Vehicle identificati4n 41 f) Total weight of the load 42 g) Tare weighi of the vshicle 43 h) Weight of mixture in each load 44 i) Load number or sequeatial Cicicet number far the day 45 g. Truck Scales 46 1) Pravide standard platform scales at an approved location. 47 5. Weigh-Batch Plants. Provide a znixing plant that complies with Section 22.B.� �48 "Drum-Mix Plants," exeepk as reyui�ed below: 49 a. Screening and Proportioning ct�rx aF Foxr wox�rx STANDAI2I) CONSTRUCTfON 5PECEFICA'i'ION DOC[IMEhITS Water & 3anitary 5ewer Iteplacement ltevised December 20, 2Q12 Cantract 2018 (WSM-M) City Cnniract No. 1016B8 32 12 16 - 1T ASFHALT P,0.VIIrSG Page 17 af 25 1 1} Provide et�ough hot bins to separate the aggregate and ta control 2 prop�rtianing of the mixture type speci�ed. 3 a) Supply bins that diseard excessive and oversized material throngh 4 overflow chutes. 5 b) Provide safe access for inspectars to abtain samples from the hat bins. 6 b, Aggregate Weigh Box and Batching Scales 7 1} Provide a weigh box and batching scales to hold and weigh a complete 8 batch of aggregate. 9 2} Provide an automatic propartioning system with 1ow bin indicators that 10 automaticaliy stap when znatez'ial level in any bin is not sufficient to 11 complete the batch, 12 c. Asphalt Binder Measuring System 13 1} Provide bucket and scales of suffieient capacity to hold and weigh binder 14 far 1 batch. 15 d. Mixer 16 1) Equipm�nt mixers with an adjustable automatic ti.��r that controls the dry t7 and wet mixing period and locks the discharge doars for the required 18 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 21 22 23 24 25 26 27 28 29 �o 31 32 33 34 35 36 37 38 39 aa 41 42 43 44 45 46 47 48 49 6. Madified Weigh-Batch PIants. Provide a mixing plant that complies witkt S�ction 2.2.B.5. "Weigh-Batch Flants," except as specifically describ�d belpw. a. Aggregate Feeds 1) Aggr�gate contiroi is required at the cold feeds. Hot bin screens are nat required. b. 5urge Bins 1} Pro�ide 1 or more bins large enough to prodace 1 complete batch of miscture. c. Hauling Equipment 1} Provide trucks with enclosed sides tn prevent asphalt mixture loss. 2) Cover eaeh load of mixture with waterproof tarpaulins. 3) Before use, clean all truok beds to ensure the mixture is not contaminated. 4) When necessary, caat the insidc truck beds with an approved release agent from the City. d. Placement and Compaction EquipmeMt I} Provide equipment that does not damage underlying pavement. 2} Comply with laws and regulations conceming overweight �ehicles. 3} When permitted, pther equipment that will consistently produce satisfactory resulYs may be used. 7. Asphalt Paver a. General 1} Fuznish a�avez that will produce a finished surface that meets longitudinal and transv�rse profile, typical section, and placem�nk requirernents. 2} Ensure the paver does not support the weight of any portion of hauliag equipment other than the connection. 3} Provide Ioading equipment that does not transmit �ibrations or otber nnotions to tha paver that adversely affect the finished pavement quality. 4} Equi�a the paver with an automatic, dual, longitudinal-grade control system and an autamatic, transverse�grade conkrol sy�tem, b. Tractor Unit CITY OF FQRT WQRTFI �T'ANDAIZD CONSTK[.1CTION SPHC[FICATIOn' �OCtIMENTB Water & Sanitary 5ewer Replacement izevised December 20, 2012 Contract 2D18 (W5M-M) City Contract No. 101688 32 l2 16 - 18 ASPHAi.T PAYi]+fG Page 1 S of 25 1 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand �inislvng. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's gusher rollers 6 while mixture is unloaded. 7 c. Screed S 1) Pro�ide a heat�d compacting screed that will produce a finished suz'fane 9 that meets longitudiztal and transverse pxofle, typical s�;ction, and L O placernent requirements. i 1 2) Screed extensians must pra�ide the same compacting action and heating as 12 the main unit uriless otherwise approved. � 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 defleetion does not exceed 1/16 inch between supports. 15 2) �nsur� that the longitudinal contrals can operate from a�ny l�ngitudinal 17 grade reference including a string l.ine, ski, mobile string line, or matclvng 18 shoes. 19 3) Furnish paver skis or mobile string line at Ieast 40 feet lang unless 20 otherwise approved. 21 8. Maierial Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. �nsure the devices pro�zde a continuous, uni%� mixture �ow to the asphalt 24 paver. 25 c. When used, provide windrow pick-up equipment constructed to pic�C up 26 substantially all raadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required, grovide equipment that includes a pug mill, variable pitch 29 augers, or variabl� diameter augers operatitig ugd�r a storage unit with a 30 rninitnuzz� capacity a#' $ #ons. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 I0. Motox Grader a_ When allowed, provide a self-propelled grader with a blade length of at least 12 feet and a wheelbase of at leasi 16 feet. 11. Handheld Infrared Thermometer a. Provide a har�dheld infrared thermo�eter mee�ing the requirements of Tex-244-F. 12. Rollers a. Th� Contractor may use any type of roller #o meet the praduction rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meeis the specified requirements. c. Alternate Equipment 1) Instead oi the specified equipmen.t, the Contractor may, as appraved, operate ather cnmpactian �quipment that praduces equivalent results. 2) Dzscontinue the ase ai the alternate equipment and furnish the specified equipment if the desired results are nnt achieved. d. City may require Cantractar to substitute equipment if production rate and quality requirements ofthe Contract are not met. CI7"Y OF FORT WORTH STANBARD G4NSTRUCTIdN SPECIFICATION DOCUML�NTS Rer+ised Deeember 20, 2012 Water & Sanitary Sewer i�epiacement Cnnlmct 20! S (W5M-M) City Contract No. 101688 32 12 16 - 19 ASPHALT PAV]NG Page l9 of25 1 13. Straightedges and Templates. Furnish 10 foot siraightedges and other templates as 2 required or approved. 3 14. Distributor vehicles 4 a. Furnish vehicle that can achieve a unifarm tack coat placement. 5 b. The nozzle patterns, spray har height and distribution pressure must work 6 togethez' to produce uniform application. 7 c. The vehicle should be set to prn�ide a"double Iap" or "triple lag" coverage. 8 d. Nozzle spray patterns shauld be identicaI to one another alon.g tha dis�xibutor 9 spray bar. l0 e. Spray bar heigb.t should remain constant. 11 f. Pressure w'rt�in the distxibutor must be capable offorcing the tack coat material 12 out of spray nazzles at a constant rate. 13 15. Coring Ec�uipment 14 a. When coring is required, provide equipmeni suitable to abtain a pavement 15 specimen meeting th,e din:zensions for testing. l6 17 18 19 20 21 22 23 B. ConstrEzction ]. Design, produce, store, iransport, place, and compact the specifiec� paving mixture in accordance with the requirements of this Section. 2, i7nless atherwise shqwn on the Drawings, pto�ide the mix design. 3. The City will perform quality assuranee (QA) testing. 4. Provide quality control (QC) testing as needed to meet the requirennents of this Secrian. C. Production Operations 24 1. General 2S a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to procee� after any productian 27 susptnsi.Qn for noncompliance, 28 29 3Q 31 32 33 34 35 36 37 3S 39 40 41 42 43 44 45 46 2. Operational Tolerances a. 5top production if testing indicates toleranees are exceeded on any of the fallowing: 1} 3 eonsecutive tests on any individual si�ev� 2} 4 consecutive tests an any of the sie�es 3} 2 consecutive tests on asphalt content b. Begin praduction only when test results or other infoi�atipn indicate, to the satisfaction of the City, that the next tnixture produced will be witl�in Table 9 tol�ranees. 3. Storage and Heating ofMaterials a. Do not heat ihe asphalt binder ahove the temperatur�s specified in Section 2.2.A. ar outside the manufacturer's recammended valnes. b. On a daily basis, pro�ide the City with the records of asphalt binder and hot- �x�ix asphalt discharge temperatures in accordance with Table 1D. c. Unless otherwise approved, da no# stare mixture for a period fang enough to affect the quality of the mixture, nor in any case longer than 12 hours. 4. Mixing and Discharge af Materials a. Notify the Gity of the target discharge temperature and produce the mixture within 2S degraes �' of the target. ciTY o� �a.xr woxTH STAT*IDARD C�NSTRUCTION SP�CIP]CATION DOCUMSNTS 1�ater & Sanitary Sewer Replaeement Revised December 20, 2012 Contract 2918 (WSIvl-M) City Corttract No, 1Dt688 32 12 16 - 26 ASPFIALT PAVING Page 2d of25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 l$ 19 2D 21 Place the mixture to meet the t�pical section rec�uirements and produce a smoo#h, �nished surface or base course with a uniform appearance and texture. Offset longitudinal jaints af successive courses of hot mix by at least 6 inches. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that aIl fnished surfaces will drain properly. Whan �nd Dunap Trucks are u.sed, ensure the bed doas not contact the paver when raised. Placement can be performed by hand in situations v�+here the pa�er cannot place it adequately due to space re�trictions. Hand placing should be rninimized to prevent aggregate segregation and surface t�xture issues. '1. All hand placement shal� be cheeked with a straight�dge or templata before roliing to ensure uniforznity. 8. Place mixture within the eQmpaeted lift thickness shown in Table 9, unless otherwise shown on the Drawings or otherwise directed, 22 Table 9 23 Com acted Lift Thickness and Re uired Core H� Com acied Lifi Thickness Mixture Type Mini�num Maximum B 2.00 3.Q0 C 2.00 2.50 D 1.Sd 2.00 24 25 26 z� 28 29 30 31 32 33 34 35 36 37 38 39 40 b. Monitor the temperature of the material in the truek before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 35Q degre�s F. c. Control the mixing time and temperature so that substantially all moisture is removed from the nnixture befare diseharging from the plant. D. Placement Operations 1. 2. 3. 4. 5. 6. 9, Taok Coat a. Clean the surface before placing the tack eoat. Unless otherwise approved, apply tack coat unifornily at the rate directed by the City. b. The City will set the rate between 0.04 and U.1 D gaIlons of residual asphalt per square yard of suriace area. c. AppIy a thin, uniform tack coat to all conYact surfaces of curbs, str�tctures, and all jaints. d. Prevent spIattering of tack coat when placed adj acent to curb, gutter, �netal beam guard fence and structures. e. Roll tiie tack coat with a pneumatic-tire roller when directed. £ The City may use Tex-243-F ta verify that the tack coat has adequate adhesive properties. g. The City may s�uspend paving oparations until there is adequate adhesion. h�. The tack cnat should be placed with enough time to breatc ar set before ap�lying hot mix asphalt layers. i, Traffie should nat be allowed on tack coats. C1TY OF FDRT WORTH STANDAItD CCINSTRUCTIOIV Sl'ECIPICATIQN DOCUMENTS Wxter & 5anitary 5ewer Replacement Revised December 20, 2012 Contract 2D18 (WSM-M) Cily Contract Aio. �D1688 3.2 12 16-21 ASPHALT PAVIi�IG Page 2l of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 j. When a tacked road surfacc must be opened to traffic, they should be covered vvith sand to provide friction and prevent pick-up. k. A typical rate for applying a sand eaver is 4 ta 8 lbs/square yard. 10. General placement requirements a. Material should he delivered to maintain a relatively constant heaci of material in. front af th� screed. b. The happer should never be allowed ta empty during paving. c. Duulping wings between trucks not allovved. Dispase af at end of days productian. E, Lay-Down Operation 1. Minimum IVlixture Place�nent Temperatures. Us� Table 10 for zninitri.um mixtur� placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so #hat suh�tantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 16 Ta6[e lU 17 Su ested Minimum Mixture Placernenk Tem era High-Temperature ��mum Placement Bindar Grade T M1 Temperature PG 64 or lower 264°P PG 70 27Q°F PG 76 280°F PG 82 or hieher 290°F 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 3S 36 37 F. Compaction 1. Use air void control unless ordinary cvmpaction contral is specified on the Drawings. 2. Avoid displacem�nt of tke mixture. If displacement oocurs, correct io the satisfactian of the City. 3. Ensure pavement is fully compacted befare allowing rollers tn stand on the pavement. 4. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other campaction equipznen.t. 5. Keep diesel, gasoline, oil, grease, and other foreign matter aff the znixture. 6. LJnless Qtherwise directed, operate vibratory. rollers in static mode wl�en not compacting, when changing directians, or when the plan de�th of the pavement mat is less t�an I-I/2 inches. 7. Use tatnps to thoroughly compact #he edges of tha pavement along curbs, headers, and similar stx�uctures and in locations that will not allow thorqugh campactian with the rollers. 8. The City may require ralling with a irench roller on widened areas, in trenches, and in other limited areas. 9. Allow the campacted pavement to cool to F60 degrees �' or lawer before opening to traffic unle�s otherwise directed, C1TY OF' FORT WORTH Water � Sanitary Sewer Replacement STANDARD CQNSTRUCTION SFECIFICATIOI,i DbGUMENTS Contmct 2078 (WSI�i-M) Aevised December 20, 2012 City Con4iaet Na. ]O168$ 32 l2 16 - 22 ASPHALi' PAW4VG Page 22 of 25 1 10. 1Nhen directed, sprinkle the �inished mat with water or limewater to expedite 2 opening the roadway to traffic. 3 11. Air Void Control 4 a. General 5 1} Compact danse-graded hot-tnix asphalt to contain from 5 percent to 9 6 percent in-place air voids. 7 2) Do nai increase the asphalt content of the mixture to reduce pav'ement air 8 voids. 9 b. Rollers 10 1) Furnish. the type, size, azad number of rollers requued for compaction, as 1 ] appxoved. 12 2) Use a pneumatic-tire roller ta seal fhe surface, unless otherwise shown on 13 the Drawings. • 14 3) Use addiiional rollers as required ta remove any rol3er rnarks. t5 c. Air Void Determination 16 1} Unless otherwise shawn on the Drawings, obtain 2 roadway speci�nnens at 17 each location selected by the City for in-place air void determinatian. l8 2) The City w�ill measure air voids in accordance with Tex-207-F and 19 Tex-227-F. 24 3} Before drying to a constant weight, cores may be predried using a Corelok 21 ar similar vacuum device to remove excess moisture. 22 4) The City will use k.he average air void content of the 2 cores to calculate the 23 in-place air vnids at the selected location. 24 d. Air Voids Out of Range 25 1) If the in-place air void content in the compacted mixture is below 5 percent 26 or greater than 9 percer►t, change �he production and placement operations 27 to bring the in-place air void content within requirements. 28 e. Test Sectian 29 1} Cor�struct a iest section of 1 lane-width and at most 0.2 miles in length ta 3Q demonstrate that compaction to between 5 p�rcent and 9 pez'cent in-place 32 air voids can be obtain�ci. 32 2) Continue this procedure until a test section with 5 percent to 9 percent in- 33 place air voids can be produced. 34 3) The City will allow only 2 iest seetions per day. 35 4) When a test seciion producing satisfactory in-place air void content is 36 placed, resume fuil production. 37 38 39 40 41 42 43 44 45 46 47 12. Ordinary Compaction Conttol a. Furnish the type, size, and n�mber of roilers required foz compactian, as approved. Furnish at ieast 1 rt�edium pneumatic-tire roller (minimum 12-ton v�+eight). b. Use the cantroi strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compactian. c. Follow the selected rolling pattern unless changes that affect comgaction occur in the mixture or placemer�t cQnditions. d. Vi�hen such changes occur, establish a new rolling pattern. e. Compact the pavement to rrie�t the requirements of the Drawings and speci#ications. GITY QF FQRT WOR'fH STANDARD CONSTRUCTIpN SPECIFIGATIQN DOCUMENTS ' Water & 5anitary Sewer Replacement 12evised 17ecember 20, 2012 Conhact 2D 18 (WSM-lui) City Contracf No. 101688 32 [ 2 l6 - 23 A3PHALT PAV�IG Page 23 nf 25 1 2 3 4 5 6 7 8 f. g- � i. When rolling with the 3-wl�eel, tandem or vibratory xollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trigs hy at least 1 ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On supere[evated curves, begin rolling at ihe low side and progress toward the high side unless nt�erwise directed. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 G. Irregularities 1. Identify and correct irregularities including, but nat limited to segregation, rutking, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks; uncoated aggre.gaie particles, or broken aggregate particles. 2. The City may also identify irregularities, and in such cases, the City shall promptly notify the Contractar. 3. If the City determines that the irregularity will adversely affect pavemenk performance, the City may require the Contractor to remo�e and replace (at the Cantractor's expense) areas of the pavement that contain the irregularities and areas where the mixture does not band to the existing pavement. 4. If i_rregu.Iarities aze detected, the City may require the Contractor to immediately suspend nperations or may allow the Contraetor to continue operations for no more than 1 day while the Contractor is taking apprppriate carrective action. 5. The City may suspend production or placement operations until the probleix� zs � conrected. 6. At the expense of the Contractort and to the satisfaction of the City, remove and replace any mixture that does not band to the existing pavement or that has other surface irregularities identified abo�e. 2.8 3.� REPAIR 29 A. 5ee Section 32 O1 17. 3t1 3.b QUALITY CONTROL 3i 32 33 34 3S 36 37 38 39 4n 41 42 43 44 A. Production Testing 1. Perform production tests to verify asphalt paving meets the performanee standard requiared in the Drawings and sp�cifications. 2. City to measure density af asphalt paving with nucl�ar gauge. 3. City to core asphalt paving from the normal thickness of section once accepiable density achieved. City identi�es location of cores. a. Mininnum core diameter: 4 inches b. Minimum spacing: 200 feet e. Minimum of 1 care every block d. Alternate lanes between core 4. City to use cores to determine pavement thickness and calcuiate thearetical density. a. City ta perforrn thear�rical density test a minimum of 1 per day per street. B. Den�ity Test 1. The average measured density of asphalt paving musk meei �pecified densit}�. CTi'Y OF FORT WORTH STANDAR� CQNSTRUGTION 5P8CIFICATiQN DOCUMENTS Water & Sanitary Sewer Rcplacament Revised 1]ecember 20, 2012 Cnniract 20I8 (WSM-M) City Contract No. l O 1b88 3zi216-24 ASPHALT PAVTNG Page 24 of 25 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 16 17 18 19 zo zx 2. Average of ineasurements }�er street not meeting tk�.e minirn.um specif'ied strength shall be subject to tiae money penalties or rernoval and replacement at the Contractar's expense as show in Table 11. Fercent Rice 89 and lower 90 91-93 94 95 �ver 95 Table 11 Density Payment Sc�edule Percent a.f Contract Price Allnwed remove and repIace at the entire cost and expense of Contraetar as directed 6y City, 75-percent 100-ncrcEnt remove aad replace at the entire cost and expense of Contraator as directed bv Citv. 3. The amount of penalty shall be deducted from paym�nt du� to Contractor. 4. These re�uirements are in addition to the requirements of Artiele 1.2. C. Pavement Thicicness Test 1. City measure each core thickness by averaging at least 3 measurements. 2. The number of tests and locatian shall be at the discretion of the City, unless otherwise speciiied in the special provisio�s or an the Drawings. 3. In the event a deficiency in the thicl�ess of pavement is revealed during production testing, su�sequen� te�ts n�cessary to isolate t�e deficiency shald be at the Contractor's e�cpense. 4. The cost for additional ca�`ing test shall be at khe same rate charged by commercial laboratories. S. Where the average thickness of pavernent in the area found ia be deficient, paytneni shall be made at an adjusted price as specified in Table 12. crrY a� FORT woxT�t STANDARD GONSTRUCT103+f 5PEC1FiCATION DOCLIMENT5 Revised �ecember 20, 2fl12 Water & Sanitary Sewer Replacemenl Contract2D18 (WSM-M) Gily Contract ASo, L01668 32 l2 l6 - 25 ASPHALT YAVING Page 25 of 25 1 Table 1�. 2 Thickness De�cienc Penalfies beficiency in Thickness Proportional Part Determined b Gores �f Cantract Price Greater Than 0 percent - Not More than 10 percent 90 percent Greatex Than 10 percent - Not Mnre than I5 percent 80 percent remove and replace at Greater Than 15 percent �e entire cost and expense of ConEractor as direct�d by Citv. 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 1$ 6. Tf, in the judgment of the Cit}r, the area of such deficiency warrants removaI, the area shall be removed and replaced, at the Contxactor's entire expense, with asphalt paving of the thickness sho�uvn on th.e Drawings. 7. No addikional payment over the contract unit price shalI be tnadc for any gavement af a thickness exceeding that required by the Drawings. 3.'� FIELD QUALITY CONTROL [NOT USED] 3.8 SY,STEM STARTUP [NOT USEDj 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT LTSEB] 3.11 CLOSEQUT ACTIVITIE5 [NOT IISED] 3.13� PROTECTION (NOT USED� 3.13 MA�NTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DAT� 1VAI�fE S[1MMARY OF CHANGE 12/2012012 D, Johnson 1.2.A — Modified items to be included in price bid 19 CITY OF FpRT WpRTH STANDARD CONSTRUCTIdN SPECIFICA7'ION DOCLIMHNTS Water & 5aniiary Secver Replacemcnt Revised �ecember 2U, 20I2 Contiact 2018 {WSM-M) City Coniract No, 101b$S 32 12 73 - 1 ASPHALT PAVING CRACK S�ALANT5 Page I of 5 SECTION 3� I� '�3 ASPIIALT FAVING CRACK SEALANTS PARTX- GENERAL 1.1 SLTMMARY A. S�ction Includes: 1. Sealing transverse and langitudina] cracks no larg�r than 1-i12 inches in asphalt paving B. Devlations from this City of Fort Worth Standard Specification 1. Nane. C. Related Speci�ication Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions af the Contract 2. Div:tsion 1- General Requirements 3. 5ectian 32 12 16 - Asph�.lt Paving 1.2 PRICE AND PAYMENT PROCEDiTRES A. Measurement and Payment l. Measurement a. Measurement for this Itern shall by the gallon of Asphalt Crack Sealant placed. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as prot+ided under "Measurement" will be paid far at the unit price bid per gallon of As}ahalt Crack Sealant. 3. The price bid shall include: 1.3 REFERENCES A. Reference Standards 1. Refarence standarc�s eited in this specifieatian refer ta the current reference standard published at the tirne of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. D6690-07, Skandard Specificatian for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. b. D5329-49, Standard Test Methods for Sealants and Fillers, Hot-Appliecf, for Joints and Cracks in Asphaltic and Portland Cement Cancrete Pavements. c. D2196-05, Method A, Standard Test Methods for Rhealogical Properties of Non Nervtanian Materials by Rotational (Broofcfield type) Viscomet�r, d. D217 - 02, Standard Test Methods for Cone Penetration of Lubricating Grease. 3. American Association of State Highway and Transportation Offieials a. T 48, Flash and Fire Foints by Cleveland Open Cup. b. T 49, Standard Method of Test far Penetrarion of Bituminous Materials. c. T 51, Ductility of Bituminous Matarials. CITY OF POCiT WORTH STAN➢ARD COIY5TRUCTIOIV SPECiFICATTON DOCi1M�NTS WaEcr & Sanitary Sewer Replacemant Revised December 20, 2D12 Contract 2U18 (WSM-M) City Contract No. 10166R �z iz �� - 2 ASPHAL'C PAVING CRACK SEALANTS Page 2 of S d. T 53, Foint of Bitumen (Ring-and-Ball Apparatus), e. T 59, Standard Method af Test for Emulsified Asphalt. 4. Texas Department of T'ransportatian a. Item 3�D: "Asphalt, OiIs and Emulsions". b. Tex-543-C, Evaporative Reeovery of Residue far Emulsified Crack Sealant. a Tex�544-C, Rubber Gontent for Ruhber-Asphait Crack Sealant. l.4 ADI�'IIN[STRATIVE REQiJIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] l.b ACTION SUBMITTAL�/INFORMATIONAL SUBMITTALS A. Test and E�+aluation Reporks 1, Prior to installation, CONTRACTOR shall furnish the Ci#y certification by an independent �esting Iaboratory that the crack sealant from each lot of sealant to be used, meets the requirements of this Section. 2, The manufacturer of the crack sealant shall have a minimum two-year demons#rated, documented successfiil field performance with asphalt and concrete pavement crack sealant systems, Verifiable documentation shail be subnnitted to the City. 1.'� CLOSEDUT SUBMITTALS [NOT USED] 1.8 MAZNTENANCE MATERIAL Si7BMITTALS [NOT USEDJ 1.9 QLTALITY ASSiTRANCE [NOT IISED] 1.10 DELIVERY, STORAGE, AND HANDLING (NOT iTSED] 1.11 FIELD CONDI'[�QNS A. Weather Cond.itions 1. Place rnixture according to manufacturer specifications, 2. Unless otk�erwise showr� on the Drawings, place mixtures only when weather conditions and rnoi�ture conditions of the roadway surface are suitable in the opinion of the City. 1.1� WARRANTY [NOT USED] PART � - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials �. Use materials appzaved by the City. 2. �'urnish materials unless otherwise shown on the Drawings in accordance with ASTM D 6690-07 and ASTM D 5329-09 and Tahles 1 and 2. a. Polymer modified asphalt-emulsion crack sealer must meet the requirements of Table 1. CITI` OF �ORT WDRTH Water & 5anitsry Sewer Replacement STAFVDARD CdN5TRUCTION SPECIFICATION DOCUMENTS Coniract2Q1B {WS1VI-M} Rec+ised Decembar 20, 20i2 City Conteacl Na. 1DI688 321273-3 ASPHALT PAVING CRACK SiALANT5 Page 3 of 5 Table 1 Pol mer-Modif�ed As halt Emulsion Crack Sealer Property Test Min Max Procednre Rotational viscosity, 77 degrees F, cP D 2146, 14,Ofl0 25,000 Method A Sieve test, ercent T 59 — 0. i Stora e stabili , 1 da , ercent T 59 — 1 Evaporation Tex-543-C Residue 6y evaporation, percent 65 — by wt_ Tests on residue from evaporation: Penetration, 77 degrees F, 100 g, T 49 35 75 5 sec. Softening poin.t, degrees �' T 53 140 — Ductility, 39.2 degrees F, T S l 100 — 5 cm/rnin., cm b. Rubber-asphalt crack sealer xnust rneet the requirements aiTable 2. Tahle � Rubber-As halt Crack 5ealer Praperty Test Class A Class S Proced�ure Min Max Min Max CRM content, Grade A or B, percent Tex-544-C 22 2� — — b wt. CRM content, Grade B, percent by Tex-544-C — -- 13 17 �vt. Virgin rubber contentl, percent hy -- — Z _ wt. �lash Pointz, COC, da ees F T48 400 — 40Q — Penetration3, 77 degrees F, 150 g, 5 sec. T 49 30 50 30 50 Penetration3, 32 degrees F, 2Q0 g, 60 sec. T �49 12 — l2 — Softeningpaint, °F T 53 -- — 170 — Band9 D5329 — Pass 1. Yrovide certification that the min. percent v�rgn ruhber was added. 2. Before passing the test flame over the cup, agitate the sealing compound r�vith a 3/8- to 1/2-inch {9.5- to 12,7-mm} wide, square-end metal spatula in a manner so as to bring the material on the bortom of the cup to the surEace, i.e., turn the material over. Start at one side of the thermometer, move araund to the oth�r, and then return to the starting point using 8 to 10 rapid circuEar strokes. Accamplish agitatian in 3 to 4 sec. Pass the test flame oeer the cup immediately after stirring is compleked. 3. Exception to'I' 49; Substitute lhe cone specified in ASTM D 217 for the penetration needle. 4. No crack in the cracic sealing materiala or breafc in Yhe bond betweea the sealer and the mortar bloeks over 1/4 in. deeg for any specimen after compEetion of the test. B. Equipz�nent 1. Provide all nec�ssary eyuipment and keep equipment in a satisfactory working condition. 2. The minimum requirements for construction equipment shall he as follows: CITY OF FORT WORTH STANDAR.Q CONSTR�CTION SPECIFICATlOiv DOCUMENTS Water & 5aniiary 5ewer Replacement Revised Decamber 20, 2012 Coniract 2018 {W5M-M} City Contrack No. 101688 32 12 73 - 4 ASPHALT PAVIIVG CRACK SEALAINTS Page A af 5 a. Dnuble-bailer/agitatar-type kettle. Used ta heat and install the hat-applied crack sealant. b. Hose. Transfer the sealant from the kettle to the crack by means of a direct- connected pressure-type extruding de�ica (hose) with a nozzIe that will insert in the crack. 1) The equipment should allow recirculation inta the inner kettle when sealing is not performed. a Thermometers. Thermameters should be positioned on the equipment ta ensure application temperatures are being met. d. Handtools. Due to the nature of cracks, handiools are required to insert the sealant xnat�riaZ in cracks that are deeper than 3/4 inch. 1) These toals should not twist, cut, or damage the sealant material. e. Air comgressor. Consists of an air cnrr�gressax, hoses, and a venturi-type nozzle with an opening not exceed 114 inch. 1) The air compressor should be eyuipped with traps that wi11 keep the compr�ssed air free of oil and moisture. 2.3 ACCESSORIES [NOT USED] �.4 SOi]RCE QUALITY CONTROL jNOT USED� PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION A, Surfaee Preparation 1. Singular cracks will be thoroughly cleaned of all deb�is and foreign material with an industrial air compressor. 2. The pavement shall be free of �oisture. 3.4 INSTALI.ATTON A. Exercise caution to prevent additional damage tn the pavement surface. B. Crack Sealant I. T'h� crack should be sealed from the bottom to the tap to minimize bubbling due to entrapped air. 2. The sealant should be recessed approximately 1/$ to 1/4 i�ch t�etow th� pavement surface ta prevent tracking. 3. A squeegee may be used to remove excess sealant from the pavement surface when a crack is over�lled. CITY OF FOKT GVORTH Water & Sanitary Sewcr Replacement STANDAIi� COIYSTRUCTIDN SPECIFICATIQN DOGUM&NTS Contract 2018 (WSM-M) Itevised December 20, 2D12 �ity Conteact No. IQ168$ �ziz�-s ASPHALT PAVING CRACK SEALANTS Page 5. af 5 3.S REPAIR/RESTORATION �NOT USED� 3.6 RE-INSTALLATION [NOT USEDj 3.i FIELD QIIALiTY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDj 3.9 ADJ[TST�NG [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEQUT ACTIVITIES �NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MA�NTENANCE [NOT USEDj 314 ATTACHMENTS [NOT USED] END OF �ECTION Revision Log DATE NAME SUMIVIARY �F CHANGE CITY OF FDRT WORTH Watcr �c Sanitary Sewer Replacement STANDARD CQNSTRUCTION SP&CIFICATION DOCiJMENT5 Cnntruct 2018 (WSM-M) Revised December 2D, 2U12 City Contract Na 10I688 321313-3 CONCRETE PAVING Page L of 21 SECTION 3213 13 CONCRETE FAVING PART1- GENERAL 1.I SUMMARY A. 5ection includes: 1. Finished pavement construcked of portland cement eoncr�te includin� rnonolithically poured curb on the prepared sub�rade or other base course. B. De�iatians from this City of Fort Worth Standard Specification 1. None. G. Related Specification Sections include, but are not necessarily Iitnited to; 1. Divisinn p- Bidding Requiremen#s, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Sectiou 32 O1 29 - Concrete Pavin� lZepair 4. Section 32 13 73 - Conerete Pavin� Joint Sealants l.2 PRTCE AND PAYMENT PROCEDURES A. Measurement 1. Measurement a. Measurement for this Item shal! be by the square yard of carnpleted and a�cepted Concrete Pa�ement in its final position as rnea�ured from back of curb far various: 1) Classes 2) Thicknesses 2. 1'ayrnent a. The work performed and materials furnished in accardance with this Item will 6e �aid for at the unit price bid per square yard of Concrete Pavement. 3. The price bid shall include: a, Shaping and fine grading the placement area b. Furnishing and applying all water required c. Furnishing, loading and unloading, storing, hauling and handling all concrate ingredients including all freight and royalty involved d. Mixing, placing, �'inishing and curing all concrete e. Furnishing and installing all reinforcing steel f. Furnishing alI materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and deviees %r placing, holding and supporting the steel bax', load transnr�ission units, amd jaint filler rnaterial in the proper pasition; for coating steel bars vvhere required �y the Drawings g. 3ealing joints h, Monalithically paured curb i. Cleanup CTTY OF FQRT WORTH STANDARi] COI�ISTL2UCTION SPECIFICATION DOCUM�IVTS Etevised December 20, 2012 Water& Sanitary 6ewer Replacerr Contract2018 (W5M Ci .ry Contract No. 101 32 13 l3 - 2 CONCRETE FAViNG Page 2 of 21 1,3 REFERENCE� A. Reference Standards 1, Fteference standards cited in this specificatian refer to the curreni reference standard published at the time of the l�test revision date logged at the end of this specification, unless a date is speciitcally cit�ci. 2. ASTM Internationa! {�1STM): a. A6151A615M, Deformed and Plain Billet-�teel Bars for Cnncrate Reinfflrcernent b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Fi�id c. C33, Concrete Aggregat�s d. C39, Standard Test Methad for Campressive Strength of Cylindrical Conerete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Cancrete f. G94/C94M, Standard 5peci�cations for Ready-Mixed Concrete g. C150, Portland Cement h. C156, Water Retenti�n by Cancrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Adrnixtures far Concrete k. C304, Lic�uid Membrane-Forming Compounds for Curing Concrete, Type 2 l. C494, Ch�mical Admi�tures for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concreta n. C881, Standard Specification for Epoxy-Resin-Ba�e Banding Systems for Concrete o. C 1064, Standard Test Method far Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Productian of Hydraulic Cem�nt Concrete. q. Db98., Labaratory Compaction Characterist�cs of Soil Using Standard Effori (12,400 f�-lbf/ft3} 3. American Concrete Instifute (ACn; a. ACI 305.1-06 5peci�cation for Hot Weather Cancreting b. ACI 306.1-90, Standard Specification for Gold Weafh�r Concreting c. ACI 318 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED� 1.5 SUBMITTALS �NOT USED] 1.6 ACTION SLTBMITTALSIINFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. See Item 2,4.A. CITY QF FORT WORTH Water & Sanitary Scwer Iteplaccmcnt STANDARD CONSTiiUCTION SPECIrICATION pOCUM�NTS Con�act 2018, WSM-M Revised Decemher 2Q 2012 City Praject No, I D1688 321313-3 CDNCRETE PAVING Page 3 af 21 1.i CLUSEOUT SUBMITTALS [NOT USED] 1.8 MAIN'I'�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUAI,ITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD C�NDITIONS A. Weather Conditions 1. �'lace conczete when concrete temperature is betwe�n 40 and 10� d�grees when measured in accordance wiY1i ASTM C1064 at point pf placement. 2. Ho# Weather Concreting a. Take immediate corrective action or cease pa�ing when the ambient tezz�p�ratur� exceeds 95 degrees. b. Concrete paving operations shail be approved by the City when the concrete temperature exceeds 100 degrees. See 5tandard Speeifcation far Hot Weather 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 ambient t�mp is above 35 degrees and rising nr above 40 degrees, b. Concz'eta paving operatzons shall be approved by the City when ambient temperature is belnw 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 346.I-90). B. Time: Place concrete after sunr�se and no Iater than shall permit the finishing of the paveannent in natuaral light, or as direct�d by the CiCy. 112 WA1tRANTY [NOT USED� PART 2 - PRODiTCTS �.1 OWNER-FURNISHED PRODUCTS jNOT USED] 2.2� MATERIALS A. Cementitious Material: ASTM CI.50. B. Aggregates: ASTM C33. C. Water: ASTM CI602. D. Adrriixtures: When adrnixtures are usec3, confarm to the appropriate spcci�cation: 1. Air-Entraining Admixtures for Concrete: ASTM C26Q. 2. Chemical Admixtures for Concrete: ASTM C49A�, Types "A", "D", "F" and "G." 3. Fly Ash a, Cpal �ly Ash and Raw or Calcined Natural Pozzaian for Use in Concrete: ASTM C618. b. Fly ash may be substituted at one pound per pound of cement up to 25% of the speciiied cement content when such batch design is appro�ed by the Engzneer. C1TY OF FDRT ik10RTH STANDAR3] CONS'['1tUCT10N SYECI�'ICA'FI�N DOCUMENT3 Water & Senitary Sewer Replacement 12evised December 2Q, 2012 Cantrack2018 (W5M-M) Ciry ContracC Nv. 101686 �zia ta-a CONCKET� PAVTNG Page 4 of 21 E. 5tee1 Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with �nough range of movement to allow compiete closure ofthe expansion joint. b. Caps far doweS bars shall 6e of the length sho�vn on the Drawings and shall have an internal diameter safficient to permit the cap tn freely sIip oWer the bar. c. In no case shall the internal diameter exceed the �ar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy %r Dawel and Tie Bars: ASTM C881. a. See following table for approved producers of epo�cies and adhesives Pra-Qualified Producers of Epo�cies and Adhesives Product Name ProduGer Concresive 1420 BASF HTE-50 Hiiti T 308 + Powers Fasteners P E 1Q00+ Powers k'astsners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-3�0 Fast Tube Unitex Shep-Poxy T1cIII CMC Construction 5ervices Ultrabond 13Q0 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technolog}r Slnw Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SE�' 22 Simpsan St�oag Tie 3pecPoxy 3000FS SpecGhem b. Epoxy Use, Storage and Handling 1} Package components in airtight containers and proteet fram light and nrzoisture. 2} Include datailed instructions for ttne application of the nnaterial and all safety infornlation and warnings regardiug contact with tlae components. 3} Epoxy Iabe1 requirements a) Resin or hardener cnmponents b) Brand name c) Name of manufacturer GITY QF FORT WOIiTH WaYer 8c 5anitary Sewer Replacement STANDAItD CONS7'RUCTIOh! SPECIFICATION DOCllMENTS Contract 2018 {VVSM-1� Revised I?ecember 2U, 2012 City Cnntzact No. 101668 3z t3 �3-s CONCRETE P.�VEIVG Yage 5 af 21 4) 5) 6) 7) 8) d) Lot or hatch number e) Temperature ran�e far storage f} Date of manufacture g} Expuation dafe h) Quantity contained Store epoxy and adhesive camponents at temperatures recommended by the znanufactur�r. Do not use damaged or previously opened confiazners and any material that shows e�idence of crystallization, Iumps skinning, extrenrze thickening, or settling of pigments that cannot be readily dispersed wikh normal agitation. Follow sound environmental practices when disposing of epoxy and adhesive wastes. Dispose of all empty containers separately. Dispose of epoxy by completely emptying and mixing the epnxy before d'asposal H. Reiz�farcennen.t Bar Chairs 1. Reinforcement bar chairs or s�}�ports shall be of adequate strength to support khe reinfarcement bars and shall not bend or br�ak under the weight of the reinfarcement 6ars or Contractor's personnel walking on the reinfarcing bars. 2, Bar chairs m.ay be nnade of nnetal (fre� of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samp.les of the plastic shall shqw no visible indications of deterioration after immersion in a S-perceni solution of sadium hydroxide fvz 12�-haurs. 4. Bar chairs rnay be rejected for failure to rneet any of the requirements of this specification. I. 7oint Filler 1. 7oint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and conrraction of the conerete. 2. Wood Boards: Used as jaint filler far c�ancrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on Ehe Drawings or required in the speci�ications. 1} Baards sl�all b� of selected stocic of redwood ar cypress. 'I�e boards shaI1 be sound heart�rood and shall be ftee from sapwood, Irnots, clustered birdseyes, checks and splits, 2} loint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to pernuE ease of installation. 3} Boards shall be futnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown an the Drawings; the width shall be not less than that shown on the Drav�rings, providing for the top seal spac�. �4. Rejection. Expansion joint filler may be rejected for failure tn meet any of the requirements of this specification. J. Joint Sealants. Provide Joint SeaIanis in accordance with Section 32 13 73. CTTY OF FORT WpRTH Water & Sanitary Sewer Replacement STANDARD COtV5TRl1CTIDN SPECIFIC,4TIDN 1lQCLTMENTS Revised December 2�, 2Q12 Contract 2U18 (WSI+fI-M) City Cnntract Na. 10I68S 32 l3 13-6 GONCRETE PAVING Paga 6 of 21 K. Curing Materials Memhrane-Farming Compounds. a. Confarm to the requirernents of ASTM C3U9, Type 2, white pigxaaented compaund and be af such nature that it shall n.ot produce pez�anent discoloration of concrete surfaces nor react deleteriausly with the concrete. b. The carnpound shall produce a%xnrA, continuous uni%rm moisture-impermeable film free fratxx pir�oles and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the speciiied rate of coverage, dry to touch in 1 hour and dry through in not more than 4 ho�rs under normal can�itions suitable for concrete operations. d. It shall adhere in a tenacious �lm without rttnning off or appreciably sagging. e. It shall not disintegrate, cheek, peel or crack during the required curing period. f. The campound shall not peel or pick up under traffic and shal! disappear from the surface of khe concrete by gradual disintegration. g. The compounci shaIl be delivered to the,�ob site in the manufacturer`s origina! containers only, which shall be clearly labeled witii tlxe tn.anufacturer's name, the trade name of the materlal and a batch numbcz or symnbol va�ith which test samples may be correlated. h. When tested in accordance with ASTM C156 Water Retention by Concrete Cuting Materials, the liquid membrane-forming compound shall restrict the loss of vvater present in the test specimen at the time of application of the curing compound to not more than O.Ql-oz.-per-2 inches of surface. 2.3 ACCESSORIES (NOT USED] 2.4 SOURCE QUALITY CONTR�L A. Mix Design 1. Concrete Mix Design azzd Control a. At least 10 calendar days prior io the start of concrete paving aperatians, the Contractor shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall praduce a quality concrete complying wzth these speeifications and shall include the follo�ring infozmation: 1) Design Requirements and Design Summary 2) Material source 3) Dzy weight oF cemendcubic yard and t}�pe 4) Dry weight of fly ashlcubic yard and type, if usecl 5) Sahxrated surface dry weight offine and coarse aggregates/cubic yard b) Design water/cubic yard 7) Quantities, type, and name nf admixtures with manufacturer's data sheets S} Current strength tests oz' stirength tests in a�cordance with ACI 318 9} Current Sieve Analysis and -200 Decantation of iine and coarse aggregates and date of tests 10) Praxeness xnodulus of fine aggregate 11) Specific Gravity and Absorption Values of iine and coarse aggregatea 12) L.A. Abrasian of caarse aggregates e. Once mix design approved by City, maintain intent of mix desiga an.d maxirnum water to cement raiio. C1TY OF HORT WOATH 3TANDARD CONSTRUCTION SPECIFICATIOI�1 BOCUMENTS Water & Sanitary Scwer Replaccment Revised Decainber 20, 2012 Cnntract 2D18 (WSM-M) City Cantract Na. IU168S 32 [3 i3-7 COIVCRETE PAVING Page 7 of 21 d. No concrete may be placed on the job site until the mix design has been approved by the City_ 2. Quaiity of Concrete a. Consistency 1} In general, the cansisteacy of concrete mixtures shall be sucb tl�,at: a} Mortar shall cling to the eoarse aggregate b) Aggregate shaII not segregate in concrete when it is transported to the place of deposit c} Concxete, when dropped directly from the discharge chute of tE�e mix�r, shall flatten out at the cenker of tlie pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free water when remaved from the znixer e} Concrete shall s�ide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizantal t� 5urface of the finished concrete sha�I be free from a surface film or laitance 2) When field con�iitions are such that additional moisture is needed f�r the final concrete surface fmishing operation, the required water shall be applied to the surface by hand sprayer only and be held ta a minirr�um amount. 3) The conczete shall be workable, cQhesive, passess satisfactory �nishing quaIities �nd be of the stiffest consistency that can be placed and vibrated into a homogeneous mass, 4) Excessive bleeding shall be a�oided. 5) If the sirengfh or consisiency required far tt�e class of concrete being produced is not secured with the minimum cement speci�ied or without exceeding the ma7cimum waterlcement ratio, the Contractor may use, or the City may require, an approved cezzzent dispersing agent (water reducer}; or the Contractor sha11 furnish additional aggregates, or aggxegates with differ�n� characteristics, or ihe Contractor may use additional cement in order to produce the required results. 6) The additional cement may be pet�nitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates ar eement dispersing agent. 7) The Contraetat- is soIely responsible for the quality of the concrete produced. $) The City reserves the right tp independently �erify the quality of the concrete thraugh inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on khe cotacrete actually incorporated in the pavement, b. Standard Class 1} Unless otherwise shown an the Drawings or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the follawing table: CITY Qt�' NORT WC}RTH Water & Sanitary Sewer Replacement STAIVDARp CONSTRUCTION SPECIFICATIDN DOCi3M�[YTS Contract 2018 {WSM-M) Revised December 20, 2�12 City Gontraet No. l O1b86 32 L3 13 - $ CDNCRETE PAVING Page 8 af 21 Standard Classes of Pavemerlt Concrete Class of Minimum 28 Day Mis�. Maximum Course Concrete' Cernantitious, Compressive, Water/ Aggregate Lb./CY Strength2 Cementitious, Maximum psi Ratio Size inch P 5l7 360� 0,49 1-I/2 H 5b�4 4500 0.45 1-112 1, All expased horizontal concrete shall ha�e entrained-air. 2. Minimum Compressive Strength Requircd. 2) Machine-Laid concrete: Class P 3) Hand-Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allawed, provide Class HES concrete for very early opening pf pavements area or leaveouts tn traffic. 2} Design class HE5 to meei the requirements of elass specified for concrete pavement and a minirnum compressive strength of 2,600 psi in 24 hours, unless ather early streng[h and time requir�ments ar� shown an the Drawings allowed. 3) No strength overdesigu is required. Standard Classes of Pavement Concrete Class of Minirnum 28 Day Min. Maximurn Course Concr�te� Cementirious Compr�ssive Waterl Aggregate L,b./CY Strength2 Cementitious Maximum psi Ratio Size, inch HE5 564 45fl0 0.45 1-1/2 d. Slump 1) Slump requirements forpavement and related concrete shall be as speeified in the following iable: Conerete Pavement Concrete ilse Slip-FormlForin-Riding Paving Hand Formed Pa�ing Sidewal�C, Curb and Gutter, Concrete Vall�y Gutter and Other Miscellaneaus Concrete Recommended Design and Placemeat Slurnp, inch 1-112 Maximum Acceptable Placem�nt Siump, inch 3 2) No concrete shall be permit�ed with slump in excess of tha maximums shown. C17'Y OF' FORT WORTH STANBARD CONSTRUCTION SP�CIPICATIOI�# DOCLfMGNTS Revised December ZQ ZQ12 Waker & 5aQitary 5ewer Replacement Contract 2018 (WSM-M) City Cantract Na. 141668 3213 l3 -4 Cd1�CRETE PAVING Page 9 of 2 ] 3) Any concr�te mix failing to meet the above consistency requirennents, although meeting the slump r�quirements, shall be considered unsatisfactory, and thc mix shall be cl�anged to correct such unsatisfactory conditions. PART 3 - EXECUTION 3.l INSTALLERS [NOT i1SED] 3.� EXAMINATION [NOT USED] 3,3 PREPARATION [NOT IISED] 3.4 INSTALLATION A. Equipment 1. All equipinent necessary for the canstruction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface flaating necessary to finish ti�e freshly placed concrete in such a manner as to provide a den�e and hot�ogeneous pavement. 3. Machine-Laid Concrete Pavement a. F'ixed-Parm Paver. Fixed-form paving equipment shall be pxovided with forms that are uniFormly suppo�ted on a very firm subbase to pre�ent sagging under the weight of machine, b.. Slip-Form Paver 1) Slip-form paving equipment shall be provid�d with traveling side forms of sufficient dimensions, shape and strength so as fio support the cancrefe laterally for a suff cient Iength af time during placement. 2) City may rej ect use of Slip-Form Pa�er if pave:r requires o�er-digging and impacts trees, mailboxes or ather improvez�ents. 4. Hand-Laid Concrete Pavement a. Machines that do nr�t incorporate these features, such as roller screeds Qr vibrating screeds, shall be considered tools to be used in hand-laid concrete construction, as slumps, spreading methods, vibz'atian, and o�her procedures are znore common to hand methods than to machin� metEsads. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching; shall not be used — onsite mixing nat pernxitted 2. Ready Mixed Cnncrete a. The conerete si�ail be praduced in an approved method canforming ta the req�irements of this specification and A�TM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain m,aterial samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Altemate Procedure 2: 1 j As the mixer is heing emptied, zndividual samples shall he taken after the discharge af appraximateIy 15 percent and $S perccnt of the loacf, C1TY QF FORT WORTFI STATiDARD C�NSTRUCT'[ON SP�CIFTCATION DOCUMENTS Water Bc 5ani[ary �ewer Replacemant Revised 1]eeember 2D, 2012 Cantract 2018 (WSM-M) City Contract No. 101688 32 13 13 -10 GONCRETE PAV1h1G Page l 0 af 21 2) The method of sampling shall provide that the samples are representative of widely separated partions, but not from the very ends af the batch. d. The mixing of each batch, afier all materials are in the drurn, shall continue until it praduces a thoroughly mixed concrete of unifarm uQass as determined by established mixer performance ratings and inspection, ar appropriate unifortnity tests as descri�ed in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. lZetempering or remixing shall nvt be permltted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to pre�vent cold joint. �. Delivery Tickets a. For aIl operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery tick�t on which is printed, stamped, or written, the following irtfarmation to determine that the concrete was proportioned in accordance with the apprQved mix design: 1} Naz�ne of concrete supplier 2} Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (narne and lacation} 7) Specifzc class, design zdentification and designation o�ttie cancrete in conformance with that employed in joh specifications 8) Amount of concrete in cuhic yards 4} Time loaded or of f rst mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. 5ubgrade 1. When manipulation or treatment of subgrade is required an the Drawings, the vvork shall be performed in proper sequence witla the preparation of the subgrade for pavement. 2_ The roadbed sha1l be excavated and shaped in conformity with the typical sections and ta the Iines and grades shown on the Drawings or established by the City. 3. ALL holes, ruts and depressions shall be iilled and compacted with suitable material and, if required, the suh�ade shall be tharoughly wetted and reshapeci. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template., shall be corrected. 5. The subgrade shaIl be uniforrt�ly cart�pacted to at least 95 percent of the maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 percent to plus � percent of optimum. 7. The pxepared subgrade shall be wetted down sufiiciently iu advance of placing the pavement to ensure its being in a firm and moist conditian. 8. Sufficient subgrade shaIj be prepared in advanc� to ensure satisfactory pros�cu#ion af the work. GTi'Y QF FORT WORTH W ater & 5anitary Sewer Replacement 'S7'AIVDARD CONSTRUCTIOIY SPGCII'ICATION DOCLfMENT3 Cantmct 2fl18 (WSM-l1� ltevised I7ecemn6er 20, 2012 City Canlract No, 1O1686 323313-1] CONCRET� PAVING Fagc 11 of 2 ] 9. The Contractor shall notify the City at Ieast 24 hours in advance of its intentiot� to place cancrete pavement. 10. After the specified moisturc and density are achieved, the Contractar shall maintain the subgrade moisture and density in acaordance with this Section. 11. In the event that rain or other conditions may have adversely affected the condition of the subgzade or base, additional tests may be required as directed by the City. D. Placing and Removing Forms 1. Flacing Forms a. Farms for mac�ine-laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height na less than the prescribed edg� thickness of the concrete section, and a minimum of 10 %et in length for edch individual farm. 2) Forms shall be af ample strength and staked with adequate numher of pins capable of resisting the pressure af concrete placed against them and the thrust and the vibratipn of #he construction equipment operating upon them without appreciable springing, settling pr deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the tcue plane for face or top. 4) �'ornzs sha1l be j ointed neatly and tig,�itly and set with exactness to the established grade and alignment, 5) Forms shalI be set to line and grade at least 2Q0 feet, where practicable, in ad�ance af the paving operatians. 6) In no case shall the base width be less than 8 inches for a form S inc.hes or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. $) If the subgrade becomes unstable, forms shall be reset, using hea�y stakes or other additaonaI �upports may be necessary to provide the required stabiiity. b. Forms far hand-laid concrete 1) Forms shal� exiend the fuIl depth of concrete and be a minimum of 1-1/2 inch�s in thickness or equivalent when rvooden farms are used, ar be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of Iess than 250 feet, acceptable fleacible metai or wood forms shall be used. 3) All forms showing a deviation ai 1/8 inch in I O feet from a straight Iine shall be rejected. 2. Settling, When forms settle over 1/$ inch under finishing operations, paving operations shall be stoppe.d the forms reset to line and grade and the pavement then brought to the required section and thickness. 3, Cleaning. Forms shall be tharoughly cleaned after �ach use. 4. Removal. a. Forms sha11 remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement wh�n removing farrns. c. Rapair damage resul#ing from form remo�al and honeycombed areas with a mortar rnix witkin 24 hnurs after fortn, rarnoval eznless otherwise approved. C1TY O� �'ORT WORTH Watcr & Sanitary Sewer Replaccment STANDARD CONSTRUCT[ON SPECIFICATION DOCUMEHITS Cqntracl20l$ {WSM-Iv� Revised Decem6er 2U, 2012 Ciry Contract Na. 101688 32 l3 13 - 12 CONCIiETC PAVING Paga 12 of 21 (�. e. Clean j oint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a tra�ns�erse constructian joint has been removed unless otherwise appro�ed. When forms are removed before 72 haurs after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. �'lacing Reinforcing Steel, Tie, and Dowel Bars 1. General a, When reinforcing steel tie baz's, dowels, etc., are required they shall be placed as shown on tl�e Dravvings, b. All reinforcing steel shaIl be clean, free from rust in tkte forz� of loose oz' objectionable scale, and of the type, size and dirnensions shawn on the Drawings. c. Keinforcing bars shall be securely wired together at the altemate intersectzons and aIl splices�and shail he securely wired at each iniersection doweI and load- t7ransnnission unit int�rsected. d. All bars shall be :installed in th�ir required positian as shown on the Drawings. e. The storing af reinforcing or structural steel on coznpleted roadway slabs generally shall be avoided �nd, where permitted, such stoz'age shajl be lzmited to quantities and distribution that shaII not induce excessive stresses. 2. Splices a. Provide standard reinfarcement spliees by lapping and tying ends. b. Camply with ACI 31 & for nninimum lap of spliced l�ars where not speeiiied an the Drav�+ings. 3. Installation of Reinforcing 5teel a. All reinforcing bars and bar mats sha11 be installed in the slab at the required depth below the finished surFace and supported by and securely attached to bar chairs installed an prescribed ]nngitudinal and transverse centers as shown by sectiot►al at�d detail�d drawings on the Drawings. b. Chairs Assembly. The chair assembly sha11 be similar and equal to that shovm on the Drawings and shall be approved by the City prior to extensive fabrication. c. After the reinforcing steel is securely installed ahove the subgrade as specified in Drawings and as herein preseribed, no loading shall be irnposed upon the bar mats or individual bars before or during. khe placing or finishing of the cancreee. Installation of Dowe! Bars a, Install through the predri�led joint �ll�r and ri�idly support in true horizontal and vertical positians by an assembly of bar chairs and dowel haskets. b. Dowel Baskets 1) The dowels shall be held in pasition exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowei basket shall hold each dowel in exactly the correct position so �rmly that the dowel's position cannot be altered by concreting operations. c. Dnwel Caps 1) In.stall cap to allow tha bar to mo�e not less than 1-1/4 inch in either direetion. S. Tie Bar and Dowel PIaeement a. Place at mici-depth of the pavement slab, parallel to the surface. CITY dF FOBT WORTH STAN7]ARD COi+ISTRTJCTIdN 5PECIFICAT[OT�I D�CiJME3�3T5 Water& Saniiary 5ewerReplacement Revised December 20, 2012 Contract 2018 (WSM-M) City Canirxnt ]Vn. 101658 32 13 13 - 13 CONCRET� PAV]NG Page 13 af21 b. Place as shown on the Drawings. 6. Epoxy far Tie and Dowel Bar Installation 1) Epoxy bars as shown az� the Drar�vings. 2) Use only drilling operatians that do not damage the surraunding aperakions. 3) Blow out drilled hoIes with compreased air. 4) Completely fi11 the drilled hole with appra�ed epoxy before inserting the tie bar into the hoi�. 5) Install epoxy grout and bar at least 6 inches embedded into cancrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2. Th� plane of all joixzts shall make a right angIe with the surface of the pavement. 3. No joints shali have an errox in alignrnent of more �han I12 inch at any point, 4. Joint Dimensions a. The width of the jQint shall be shown on the Drawings, creating the joint sealant reservoiz. b. The depth of the � oint shall be shown on �he Drawings. c. Dimensions of the sealant reservoir shall be in aecordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 118 inch to 1/4 inch below the pavement surface at the center oithe jQint. 5. Transverse Expansian Joints a. Expansion joints shall be ins#alled perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Jaints shall be of the design vc+idth, and spacing shown on the Dra,vings, or as appro�ed by the City. c. D�wel bars, shall be ofthe size and type shawn an the Drawings, or as approved by the City, and shall be instalied at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free apening and clasing of the expansion jain and shall not make planes of wealcnesses in the pavement. f. Greas�d Dowels for Expansion .Toints. 1) Coat dowels with a thin film of grease or other approved de-honding material, Z) Pr�vide dowel caps on the lubricated end af each dowel bar. p. Proximity to Existing Structures. When the pavement is adjacent ta or around existing structures, expansions joints shall be constructed in accordanee with the details shown on the Drawings. 5. Transverse Contraction Joints a. Contraction or dummy joints shall be ins#a[Ied at the locations and at the intervals shown on the Drawings. b. Joints shaII be af the design width, and spacing shown on the Drawings, or as approved by the Cit�r. c. Dowel bars, shall be of the size and type shown on the Drawings, or as appro�ed by the City, and shall be installe.d at the specifie.d spacing. d. 7oints sha11 be sawed into the campleted pavement surf'ace as soon after initial concrete set as possible so that som� raveling of the cancrete is observed in order far the sawing process �o prevent unconirolled shz'inkage cracking. Cl�'Y OF FORT WORTH STANDARp CpNSTRUCT[QN SPEGIFIGAT1pN DOCLlMEIVTS Water & Sanitary Sewer Replacement Revised December 20, 2012 Contract 2018 (WSM-M) C'sry Contract No. 1d1688 32f313-14 CQNCRETE PAYING Page 14 of 21 e. f. g• h. The joints shall be construct�d by sawing to a 114 inch width az�d to a deptll of 1/3 inch (114 inch pe�nitted i£ limestane aggregate used) of the actuaI pavernent thickness, or deeper if sa indicated on the Drawings, Complete sawing as soon as possible in hot weather eonditions and within a maximum of 2� hours after saw cutting begins under cool weather canditions. If shar�a edge joints are being obtained, the sawing process sha11 be sped up to the point where some raveling is observed. Damage by blade action to fihe slab surface and to tha concrete immediately adjacent to the joint shall be minimized. Az�.y portion of the curing mEmbrane which has been disturbed by sawing operations sha.11 be restored by spraying the areas with additional curing campound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped %r 30-minutes or lo�ger shall be canstructed by use of inetal or wooden bulkheads cut true ta the section of the fuushed pavement and cleaned. b. Waoden bulkhesds shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendic�lar to the surface and at right angles ta the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. e. Any surplus concrete an tlie subgxade shall be remaved upon the resumption of the work. 8. I.�ongitudinal Construc�ion Joints a. Longitudinal canstruction joints sha11 be of the type shown on the Drawings. R, 7oint Filler a. .Toint filler shall be as specified in 2.2.I of the size and shape shown �n the Drawings. h. Redwood Board joints shall be used far all pavenrzent joints except for expansion joints that are coincident with a hutt joint against e�cisting pavements. c. Boards with less than 25-percent of moisiure at the time of installation shall 6e thoroughly wetted on the job. d_ Green lumber of much higher moisture content is desirable and acceptable. e. The joint �iller shall be appropriately drilled to admit tl�e dowel bars when required. f. The bottom edge of the filler shall extend ta nr slightly below the bottom of the slab. The top edge shall be held approximately 1/2 ineh 6elow the finished sur�ace of the pavement in order to allow the finishing operations to be continuous. g. The j oint filler may be composed of more than one length of board in the length of j oint, but no hoard af a length less than 6 foot may be used unless otherwise shown on the Drawings. h. After the removal of the side forms, the ends af the j oints at the edges of the slab shall be carefully apened fvr the enti:re depth of the slab. 10. doint Sealing. Routine pavement joints shall be filled consistent with paving details and as specified in Secnon 32 13 73. Materials sha11 generally be handled and applied according to the manufacturer's recommendations as speciiied in Section 32 13 73. CITY OF FORT WORTH STAN�ARD Ct)NSTR[JCT10N SPECIFICATION DOCUM�NTS Watar & Sanitary Sewcr Raplacemcnt Revised December 2D, 2012 Coutract 2U18 {W5M-M) City Cantract No. I{71G88 32 13 13 - l5 Gd]�CRETE PAVING Paga 15 of2i G. Placing Concrete 1, Unless other�vise spcciiied in the Drawings, the finished pavement shall be constructed monalithically amd constructed by snachined �aid method unless impractical. 2. The concrete shail be rapidly depasited on the subgrade in successive batchcs and shall be disixibuted to the reyuired depth and for the entire width of the pavemen.t by sk�o�eIing or ather approved methods. 3. Any concrete npt �alaced as herein prescribed within the time iimits in the following table will be rejected. Time begins when the vvater is added to the mixer. Tem erature — Time R uirements Concrete Temperature Ma�c Ti me — r�.inutes Max Time — minutes at oint af lacement no retardin agent) (with :reta�rdin a ent) ` Non-A itated Concrete All temperatures �5 45 Agitated Conc.rete Abnve 90°F Time may be reduced by 75 Cit Above 75°F thru 90°F 60 90 75°F and Below 50 120 1 Narmal dosage ofretarder. 4. Rakes shall not be used in han,dliug concrete. �, At the end of the day, �r in case of unavoidable intet�'uption or delay af more than 30 rninutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing a. 5pecial care sh�ll be taken in placing and spading the concrete agains.t the forms and at all joints and. assemblies so as to prevent honeycambing. b. Excess.ive voids and honeycombing in the edge of the pavement, revealed hy the removal of the side forms, may be cause for rej ection oi the secrion af slab in which the defect occurs, H. Finishing 1, Machine a. Tolerance Limits 1) While the concrete is still vvorka.ble, it shall be tested for irregularities with a 10 foot straightedge piaced parallel to the centerline af the pave�nent so as to bridge depressions and to touch all high spots. 2} Ordinates measured from the face of the straightedge to the surface of the pavement sha11 at no place exceed l/lfi inch-per-foot ftom the nearest point flf contact. 3) In no case sha11 the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. CITY (]F FORT WORTH STANQARD CQNSTRCJCTIDN SP&CIFICATI0IV E)QGUM�NTS Water & 5ans"tary Sewer Iieplacement Revised 17ecem6er20, 2012 Contrdet20i8 (WSM-M) City Contract No. ] 01688 32 13 13 - l6 CONCRETE PAVING Page f 6 af 21 4) An� surface not within the tolerance limits shall be reworked and refizushed. Edging 1) The edges of slabs anci all joints requiring edging shall be caxefully tooled with an edger af the radius required by the Drawings at the time the concrete hegins to take its "set" and becomes non-workable. 2) All such work shall be left smaoth and true to lines. 2. Hand a. b. c. d. Hand �inishing permitted only in intersections and areas inaccessible to a finishing machine, When the hand method of striking off and consolidating is pertnitted, the concrete, as soon as placed, shall b� approximately leveled and then struck off with screed bar to such elevatian above grade that, when consolidated and finished, the surface nf the pavement shall be at the grade elevation shown on the Drawin.gs. A slight excess of material shall be kept in front of the cutting edge at all times. The straightedge and joint finishing shall be as prescribed herein. I. Curing 1, The curing of concrete pa�ement shall be thoxoug� and continuous throughoui the entire curing period. 2. Failure to provide proger curing as her�in prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. 3. The curing rnethod as herein specified does noi precIude the use of any of the other commonly used methads af curing, and the Ciiy may approve anoth�r method af curing if so requested by the Coniractor. 4. If any selected method of curing does not afford the deszz'ed xesults, th� City shaII have the right to order that another method of curing be instituted. 5. After removal of the side form�, the sides af the slab shall receive a 1`ike eoating before earth is banked against them, 6. The solutzon shal.l be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and cornpletely with a uniform �ilm. 7. The rate of application shall be such as to ensure complet� coverage a�r�d shalI not exceed 20-square-yards-per-gallon of curing compound. S. When thoroughly dry, it shall provide a cantinuous and flexible membrane, free from cracks or pinholes, atad shall not disintegrate, check, peel or crack during the curing periad. 9. If far any reasan the seal is broken during the curing period, it shall be immediately repaired with additianal sealing solution. 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing campau.nd shall provide a�lm which shall have retained within the test specimen a percenkage of the moisture present in the specimen when the curing campound was applied aecording to the following. I 1. Cantractor shall maintain and properly repair damage to curing materials on exposed sutfaces of cancrete pavement continuously for a least 72 hours. J. 1Vlflnolithic Curbs Cl'fY OF FORT WOKTH STANDARD CQNSTRUCTI03Y SPECIFICATION DOCUM�N1'S Water & Sanitary Sewer Replacement Revised Decemher 2U, 2U12 Contract 2U18 (W5M-M} Ci .ty CoutracE No. 1OL688 32 13 l3 - Y7 CONCRET� PAVING Eage 17 of 21 I. Concrete for monolitluc curb shall be the same as for the pavernent ancf, if cartied back from the paving mixer, shall be placed wit.hin 20-minutes after being mi.xed. 2. After the conerete has been struck off and sufficiently set, khe exposed surfaces shall be thoroughly worked with a wooden flat. 3. The expased edges shall be rounded by the use af an edging tool ta the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K, Alley Paving Alley paving shaIl b� consttucted in accordance with the speei�cations for concrete paving hereinbefare described, in accordance with the details shown on the Drawings, and wiih �lxe following additional provisians: a. Alley paving shall be construeted to the typical cross sections shown on the Drrawings. h. Transverse expansion j oints of the type shown an the Drawings shall be constructed at the property line on each end of the alley with a rnaximum spaeing of 60D feet. c. Transverse contractian and dummy joints shall be placed at the spacing sho�vn on the Dzawings. d. Contraction and dummy joints shall be formed in such a manner that the required j aints shall be produced ta tt�e satisfaction af the City. e. All joints shall be construeted in accordanc� with this specificatian and filled in accordance with the cequirement of Section 32 13 73. L. Pavement Leaveouts Pavement lea�eouts as necessary to rna[ntain and provide for local traffic shall be provided at location indicated on the Drawings or as darected by the City. The extent and Iacation of each leaveout required and a suitable crosso�er connection to pz'o�ide for traffic movements shall be determined in the f��ld by the City. 3.� REPAIR A. Repair of concrete pavement concrete shall be consistent with the Drawings and as speeified in Sectian 32 O1 29. 3.G RE-INSTALLATION [NOT USED] 3.'1 SITE QUALITY CONTROL A. Cancrete Placement 1. PIace concrete using a fully automated pa�ing machine. Hand pa�ing only permitted in areas such as intersections where use af paving machine is not praEti.cal a. All concrete pavement not placed by hand shall be placed usir�g a ful�y automated paving machine as approved by the City. b. Screeds will nnt be allawed except if approved by the City. B. Testing of Materials 1. Samples of all materials for test shall be made at th� expense of the City, unless otherwise specified in the special provisions or in khe Drawings. CITY OF FpRT WORTF[ STANDARD COAlSTRi1CTION 3P�CIFICATION DOCi7MENTS Water & Sanitary Sewer Replacement Revised I�ecember 20, 20 [ 2 Cnnttact 2018 ( W SIvi-M) City Contract Na. l O 1688 32 13 l3 - 18 CONCCi�TE PAVING �age 18 of 2l 2. In the event the initial sampling and testing does not aomply with the specifications, alI subsequent testing of the material in order to determine if the materia! is acceptable shall be at the Contractox's expense at the same rate charged by the commercial laboratories. 3. A�1 iesting shall be in accordance with applicable ASTM Standards and concrete tes�ing technician must be ACI certified or equivalent. C. Pavemen.t Thiclrness Test 1. Upon completion af the work and hefare final acceptance and final payment shall be made, pavement thickn�ss test sha�l be made by the City. 2. The number of tests and lacation shall be at the discretion of the City, unless othen�+ise specified in the special prpvisions or on the Drawings. 3. The cost for the initial pa�ement thickness test shall be the expense oithe City. 4. In the event a deficiency in the thickness of pavament is revealed during not'rxaal testing operations, subsequent tests necessazy to isolate the deficiency shall be at the Contractor's expens�. 5. The cast for additional coring test �hall be at the same rate ehatged by commerciai laboratories. 6. Where the average th.ickness af pavement in the area found to be deficient in ihickness by more than 0.20 inch, but nat more than 0.50 inch, payment shall be made at an ad�usted pri.ce as specified in fhe following ta:61e. Deficiency in Thickn�ss Pra}]ortiqnal Pait D�termined b Cores Of Contract Price Inches Allawed O.QO — 0.20 1 QO percent 0.21 — 0.30 8D percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 7. Any area of pav�xnent found deiicient in thiclrness by more than 0.50 inch but not more than 0.75 inch or 1/10 af the thickness specified on the Dravaings, whichever is g�reater, shall be evaluated by the City. $, lf, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment fnr the area retained. 9. If, in the judgment of the City, the area of such deficienoy wanrants removaI, the area shall be removed and replaced, at the Contractor's entire expens�, with concrete of the thickness shown on the Drawings. lU. Any area of pavcment faund deficient in thickness by more than 0,75 inch or more tb.an 1110 of the plan thickness, vwhichewer is greater, shall be removed and replaced, at tk�e Canisaatar's entire �xpens�, with concrete of the thickness shown on the Drawings, 11. No additional payment over the contract unit price shall be made for any pavemenf of a thickness exceeding that required by the Drawings. D. Favement Strength Test crrY o� �or��• woxrH STANDARD COiYSTRUCTTdI�i SPECIFICATIOTY DOCUMENTS Rrater & 5anitary Sewer Replacement Revised December 20, 2012 Contracl2018 (WS1Vf-M) City Contract [Yo, 101688 32 13 13 - 19 CONCRHTG PAVING Page 19 nf 21 1. During the progress of tl�e work the C.ity sha11 provide trained technicians to cast iest cylinders for conforming to ASTM C31, ta maintain a check on the campressive strangths af the concrete being placed. 2. After the cylinders have been cast, they shall remain an ihe job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. 3. In each set, I of the cylind�rs shall be tested at 7 days, 2 cylir�ders shall be tested at 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 4. If the 28 day test results indicate deficient strength, the Contractar may, at i#s option and expense, core the pavement in question and ha�e th� cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except th e a�verage af all cores must rneet I00 percent af the minimum specif ed strength, with no individual core resulting in less than 90 percent of design strength, to override the results of the cylinder tests. 5. CyIinders andlar cores must meet rz�inimum specified strength. If cylinders do not me�t minimum speci�ed strength, additional cores shall be taken to identify the limits af deficient concrete pa�emcnt at the cxpense of the Contractor. 6. Cylinders and/or cores must meei minimum speci�.ed strength. Pavement not meeting the minimum speciiied strength shal] be subj ect to the rnoney penalties or removal and plaecz�ent at the Contractar's expense as show in the following table. I'ercent De�xcaent Percent of Cantract Prica Allowed Greater Tl�an 0 ercent - Not More Than 10 ereent 90- ereent Greater Than I O ercent - Not More Than l5 ercent 80- ercenk Greafer Than 15 percent 0-percent or remQved and replaced at the entire cost and ex er,se of Contractor as direeked by Cit 7. Tl�e �t�ri.ount of penalty sha1l be dedueted from payment dne to Contractar; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for struetures and other concrete work are nQt altered by the special provision. 9. No additional payment over �he contract unit price shall be made for any pavement of sYrength exceeding that required by the Drawings andlar speci�cations. E. Cracked Canerete Acceptance Poliey 1. If cracks exist in concrete pavement upon completion nf the p:roject, the Praject Inspector shall make a detezm.inatinn as to the need for action to address the cracking as �o its cause and recommenderi remedial work. 2. If the recommended remedial work is routing and sealing of the eracks to protect the subgrade, �fie Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or �t any time prior ta the end of the project maintenance period. The Contractar shall perform the routing and sealing workas directed by the Project Inspector, at na cost to the City, regardless of the cause af the eracking, CITX OF FQRT WQRTH STANDARD CONSTRUCTION SPBCIFICAT[4N AOCUMENTS I�Jater & Sanitary 5ewer Iteplacement Revised Dececnber 20, 2012 Conlract 2U18 (WSM-M) Ciry Contract No. 10I6&8 3zi3i�-zo CO[YCRETE PAVil+lG Page 20 of 21 4. 5. Q If ce�edial woz'k beyond routing and sealing is determined to be necessary, the Inspector and the Contraetar will attetz�pt to agree on the cause of the cracking. If agreernent is reached that the cracking is due to deficient materials or workmanship, tlie Contractor sha�l perforrn the remedial wQrk at na cost ta the City. Remedial work in this case shall be limited to removing and replacing the deficient wor�C with new material and workmanship that meets the requirettaents of the contract. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not de�icient materials or workmanship, the Ciry may request the Contractor ta provide an estimiate of the cost of ihe necessary remediai work andlar add'ztional wark to addre�s the cause af the cracking, and the Contractor will perform that wark at the agreed-upon price if the City elects ta do so. If remedial work is necessary, and the Inspectnr and tkae Contractor c�nnot agree on the cause Qithe cracicaug, the City may hire an independent geotechnical engineer to perform testing and analysis to det�rmine the cause of the cracking. The contractor will escc'ow 50 percent of the propased casts of the geotechnical contract with tl�e City. The Contractor and tl�e City shall use the services of a geotechnical firm. acceptabie to both parties. If the geotechnical engineer determines that the primary cause of the cracking is the Con�ractor's deficient material or worktnanship, the remediai work will be performed at tlie C.nntractor's entire expense and tkie Cantractor will also rei.�paburse the City for the balance of the cost of the geotechnical investigation over aud abQve the amount that has previously been escrovved. Remedial work in tl�is case shall be lunited to removing and replacing the deficient work with new matarial and workcnanship that rneets the xequirements of the cantract. If the g�otechnical engineer determines that the priniaary cause of the cracking is not the Contractor's deficient material or workmanship, the City will retum the escrowed funds to �e Contractor. The Cantractor, on request, will provide the City an estimate oF the casts of the necessary rem.edial worl� andlor additional �;vark and will perfonx�. the work at the agreed-upon price as directed by the Czty. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJIISTING [NOT USEDJ 310 CLEANING [NOT USED] 3.11 CL05EOIIT ACTIVITIES [NOT USED] 3.1� �ROTECTI�N [NOT USED] 3.13 MAINTENANCE [NDT IISED] 3.1A� ATTACHMENT5 [NOT USED] CITY OF FORT WpI�TH STAN➢AItD CONSTRUCTiON SPECiFICAT[ON I]OCLJMEtVTS Revised Decem6er Z0, 2012 Watex 8t Sanitary Sewer Replacemant Contract2018 (WSM-M) City Cpntract Nu. 101588 32 L3 ]3-21 CQNCRGTE YAVING Page 2] of 21 END OF SECTION R�vision Lag DATE NAME SiJMMARY OF CHANGE 12120/2D 12 l.2.A — Madified items to be included in prica hid 45/21/2014 Doug Rademaker 2.2.D — Madified to clarify acceptable fIy esh subsfitution in conerete paving CITY OF FpRT WORTH STAND/�R]] CONSTRUCTION SPEGIF7CATION DOCUML,NTS Water & Sanitary Scwer Replaccmcnt Revised December Z0, 20 [2 Cnntract 20l R(WSM-M) City Contract No. 101688 szl�2a-� CONCIiETE SID�WALKS, DRNEWAYS AND f3AR.RI�Et FREE IZAMPS Page 1 of 6 SECTXON 3213 20 CONCRETE SIDEWALKS, DRIVEWAYS �ND BARRIER FREE RAMPS PART1- GENERAL 1.1 SiIMMARY A. Section Includes: 1. Concrete sidewalks 2. Drivevvays 3. Barrier free ramps B. Deviations from this City of Fort Wvrth Standard Specification i. None. C.. l�elated Specification 5ecti�ns include, but are not necessarily jiznited t,o: 1. Division 0- Bidding Requirements, Contraet Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 4 i 13 - 5elective Site Dernolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of campleted and accepted Concrete Sidewallc in its final positian for various: a) Thicknesses b) Typea b. Paymer�t 1) The worlc performed and materials fitrnished in accordance with this Item and measuxed as provic�ed under "Measurement" wi11 be paid for at the unit price bad per square foot of Concrete Sidewal.k. c. The price bid shall include: 1) Exeavating and preparing the subgrade 2} Furnishing and placing all materials 2. Concrete Curb at Back of Sidewalk (6 to 12 inch xnax} a. Measurement l} Measurement fqr this Item shall be hy the linear foot of completed and acc�pted Conerete Curb at the Back of Sidewalk within the 6 to 12 inch curb height at back of walk in its final positian. b. Payment 1} The work performed and �naterials furnished in accordance with this Item and measured as provided under "Measurement" will be paic� for at the uniY price bid per linear foot of Concrete Cutb at the Back of Sidevvalk. c. The price bid shall inclutle: 1) �xcavating and prepari.ng the subgrade CL7'Y OF FOTLT WORTFI 5TANDARD CONSTR'[lCI'IDN SP�CIFICATION DOCUMEIVTS Revised Iune 5, 20I8 Water &c Sanitary Sewer Replacement Conhact 2018 (WSM-M) City Contract No. 1U1688 32 S32p-2 CONCRETE SIDEWALKS, DRN�WAYS AND BARIZILIZ FRB� RAMPS Page 2 of b 4. 2) Furnishing and placing all mater[als, includin� concrete and reinforcing steel 3) Exca�ation in back af "retaining" curb 4) Furnishing, placing, and compacting backfill Concreta Driveway a. Measurement 1) Measurement for this Item shall be by the square foot o�cozn.pleted and accepted Concrete Drivcway in its final posiiion for various: a) Thicknesses b) Types 2) Dimensions will be talcen from the back of the projected curb, includin� the area of the curb radii and will extend to the limits specified in the Drawings. 3) Sidewalk portion of drive wifl be included in drlveway measurement. 4) Curb on drive will be included in the driveway measurement. b. Payment 1) The work perFormed and rnaterials furnished in accordance vvith this Item and measured as pro�ided Under "Measurement" will be paid for at ihe unit price bid per square foot of Concrete Driveway. a The price bid shall.include: 1) Excavating and preparing the suhgrade 2) Furnishiag and placing alI materials Barrier Free Ramps a. Measurement 1) Measurement for this Item shall bc per each Baxrier �z'ee Ramp completed and aecepted for various: a) Types b. Payment 1) The work performed and materials farnishad in accoxdance with this Item and measured as provided under "Measurement" will l�� paid for at the anit price bid per each "Barrier Free Rarnp" installed. e. The price hid shall include: 1) Exeavating and preparing the suhgrade �) Furnishing and placing aIl materials 3) Curb Ramp 4) Landin.g and detectable warning surface as shown on the Dra�rrings S) Adjacent flares ar side curb 1.3 REFERENCES A, Abbreviations and Acronyms 1, TAS — Texas Accessibility Standards 2. TDLR — Texas Deparhnent of �.icensing and Regulation B. Reference Standards 1. Reference standarc�s cited in this Specification refer to #he eurrent reference standard published at the time of the Iatest revision date logged at the end of this 5pecification, unless a date is s�ecifically cited. 2. American Spciety for Testing and Materials (ASTM) a. D54S, Test Methods for Preformed Expansion ,loint Fillers for Concrete Construction (Non-extruding and Resilient Types) CITY OF FORT WOR?H STANDARD CQNSTRUGTION SPF,CIFTCAT{ON DOCUiv1ENT5 Revised Iune 5, 2018 Walcr & San'tlary Sewcr ReplaccmenE Gantract 2D18 (WSM-M) City Cnniract No, 101fi88 sz i� za - 3 CONfCRE'T8 SIDEWALKS, IlR1VEWAYS A[YD BARRIER FREE RA3v1PS Page 3 of 6 b. D598, Test Methods t'or Labaratory Co�npaction Characteristics of Soil Using 5tandard Effort (12,40Q f�-lbflft3) i.4 ADMINISTRATIVE REQUIREMENT� [NOT USEDj 1.5 3LTSMITTALS [NOT USEDJ 1.6 ACTION Si1BMITTALS/INFORMATI�NAL $UBMITTALS A. Mix Design: subrnit for approval. Section 32 13 13. B. Product Data: subnnit product data and sample for pre-cast detectable warning for barrier free ramp. 1.� CLOSEOUT SUBMITTALS [NOT USEDJ 1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T U�ED] 1.9 QUALITY ASSiJRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditipns: Placement of cancrete shall be as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED� 2.2 EQiJIPMENT AND MATERIALS A. Forms: wood or metal straight, free fro� warp and of a depth equal to the thiekness of the �nished wark. B. Cancrete: se� Scction 32 13 13. 1. Unless atherwise shown on the Drawings oz' detail�d speci�cations, the standard class for concrete sidewalks, clrivevvays and barrier free ramps is shown in the following table: Standard Classes oi' Pxvement Cancrete Class of Minimu�tn. 2$ Day Min. Maximum Course Cc�ncrete� Cementitiaus, Campressive W�terl Aggt-egate Lh.ICY Strengthz Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 S 3 13. 1. 5idewatk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at I 8 inches on-center-hoth-ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed speci�ications. D. 3oint Filler 1. Wood �illerr: see Secti4n 32 13 13. 2. Pre-Molded Asphalt Soard Filler a. Use only in areas where not practical for waad boards. C1TY OF FOR'I' WORTH STANDAKD WNSTRUCTION SPECIFICATION DOCUMEAfTS Water & SaniEary 3ewer Aeplacement Revised June 5, 2018 Contraci 2Q1$ (W5M-M) City Conl:acf No. l0] 688 3zi3aa-a CONCIiLTE 51DEWALKS, DRIVEWAYS AND BARRIER FR�L� RAMPS Page 4 of 6 b. Pre-molded asphalt board filler: A�TM D545. c. Install the z'equired size and uniform thickness and as specified in Drawings. d. Include 2 liners of 4A16 asphalt impreg�ated kraft paper filled with a mastic mixture of asphalt and vegetable fiber andlor mineral filler. E. Expansion .Toint Sealant: see 5ection 32 13 73 where shown on the Drawings. �.3 ACCESSORiES [NOT USED] 2.4 SOLTRCE QUALITY C�NTROL [NOT USED] PART 3 - EXECUTiON 3.1 INSTALLERS [NOT USED] 3.2 EXA,MINATIDN [NOT i]SED] 3.3 PREPARATXON A. Surface Pteparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown an the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading requirad to bring the subgrade to the e�act grades specified and compacted tn at least 90 percent af maximum density as determined by ASTM D698. b. Maisture content shall be within minus 2 to plus 4 of optimum. c. Any o�er-excavation shall be repaired to the satisfaction of the City. B. Demolition 1 Removal 1. Sidevvalk, Driveway and/ or Ba�'rier Free Ramp Re�z�.oval: see Section 02 41 13. 3.4 INSTALLATION A. General 1. Cancz'et�e sidewallcs shall have a minimum thicicness of 4 inches. 2. 5idewalks conskructed in �-iveway approach sections shall have a minimum thickness equal to that af driveway approach or as called fqr by Dravvings and �pecifications within the limits of the driveway approacn. 3, Driveway� shall have a nninizzium th�ckness of 6 inches. Standard cross-slapes far waiks shall be 2 percent tz�.ax in accordance with current TAS/TDLR guidelines. The constructian of the driveway approach shall include the vari�ble height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions af TAS including location, slap�, wid�h, shapes, texture and coloring. Pedestrian iacilities installed by the Contractor and not meeting TAS m.usf be z'emoved and replaced to meet TAS (no separate pay). B. Forms: Forms shall 6e securely stalced to line and grade and rnaintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 Z3. D. Concrete Placement: see Section 32 13 13. Cl'1'Y i0F FORT WORTH BTAN➢ARI} CONSTRUCTIOiV SP�C[PICAT[ON DOCUMLi�iTS Water & 5anitary 5ewer Replacement Re�ised Jus�e 5, 2018 Cantract 20I8 (WSIvI-M) City Contract No. LQ1688 3z �3 za- s COIYCRETE SID�:WALKS, DRIVSWAYS AND BARRISR FREE RAMPS Page 5 of 6 E. Finishing 1. Concrete sidewalks, driver�rays and barrier free ramps shall be �nished to a true, even surface. 2. Trowel and then brush tiransversely to abtain a: smooth uniform brush finish. 3. Fravide exposed aggregate finish if specifed. 4. Edge�oints ar►d sides shall with suitab3e tools. F. Joints 1. Expansion joints far sidawalks, driveways and barrier free ramps shall ba formed using xedwood. � 2. Expansian joinks shalI be placed at 40 faot intervals for 4 foot wide sid�walk and SQ foot intervals fnr 5 foot wide and greater sidewalk. 3. Expansion joir�ts shall also be placed at a11 intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and ather adjacent old concrete work. 5imilar rnaterial shall be placed around all obsteuctions protruding into or through sidewalks or driveways. 4. AII expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shail be fnished to approximately a 112 inch radius wiih a suitable finishing tool. 6. Sidewalks shall be marked at intervals equai to the width ofthe walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barriar Free Ramp I. Furnis� and install brick red color pre-cast detectable warning Dome-Tile, t�anufactured by StrongGo Industries ar appro�ed ec}ua! by ihe City. 2. Detectabl� warnir�g surface sha11 be a minitnum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of A�8-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maxitnum of 8-inch fram� the extension of the face of tiie curb. 4. Detectable warning Dome-Tile surfac� may be curveci along the corner radius, 5. Instal.I detectable waming surface accarding ta manufacturer's instxuctions. CI1`Y OF FORT WDRTH STANDARD CQNSTRLFCFION SPECIFICATION DOCUM�NTS Water & 5anitary Scwcr RcpEacemcnt Revised 7une S, 2018 Conteact 2018 (W5M-M) City Canlrect No. 10I688 32 13 2d - 6 CONCRETE SIDEWALI�S, DRIVEWAYS AND BARRIER FRE$ .KAFVIPS Pagc 6 of 5 3.� REPAIR/RESTORATION [N�T U�ED] 3.6 RE-INSTALLATION �NOT USED� 3.7 FIELD QUALIT'� CONTROL [NOT USED] 3.8 SYSTEM STARTiTP [N�T USED] 3.9 ADJi1STING [NOT USED] 3.14 CLEANING [NOT USED] 3.11 CL05EOUT ACTXV�TIES [NOT USED] 3.I2 PROTECTION [NOT USED] 3.13 M�►INTENANCE jNOT USED] 3.14 ATTACRMENTS [NOT ITSED� END OF SECTION Revision Log DATE NAME Sr]MMARY OF CI3ANGE 12/20/2012 D. dohnson 1.2.A.3 — Measureme�t and Payment for $arrier Free Ramps modified tn match updated City Details 4/30/2Q 13 F. Crriffin Corrected Part [, 1,2, A, 3, b, l ta read; from ... square foot of Concrete 5idewall�. to . . .each "Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurement and Pa3+ment.section. Cl'i'Y OF' �'ORT WOTtTH STANDAR� CONSTFZUCTIOI�f SPEC[FICATIOiV DQCi7MEN'I'S Water & Sanitary SewerReplacement Revised 7une 5, 2018 Cantract 201 &(W5M-1VI) CiEy Contract No. 101686 32 13 73 - I CONCRETE PAVING dOINT SEALANTS Paga l of 4 SECTION 32 13 73 CONCRETE PAVING .iOINT SEALANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Speci�catian far silicone joint sealing far concrete pavement and curhs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: S. Divisian 0- Bidding Requirements, Coniract Forms, and Conditions af the Contract 2. Di.vision I- General Rer�uirements 3. 5ection 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment i 2. Measurement a. Measurement fpr tl�is Item shall be by the lineaar foat af �oint Sealant carnpleted and accepted only when specified ir� the Drawings to be a pay item. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no flther compensation will he aliowed, unless speciiically specified on Drawings. 1.3 REFERENCES A. Re%r�nce Standards 1. Reference standards cited in this Specifiaation refer to the curr�nt reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, S�andard Specification for Cold Applied, Single Camponent, Chemically Curing Silicone Joint Sealant for Port�and Cement Conerete Pavennents 1.4 ADMINISTRATNE REQUIREMENTS [NOT U��D] 1.5 ACTION SUBMITTALS [NOT USEDJ 1.6 ACTION SUBIVIITTALS/INFORMATIONAL ,SUBMITTALS A. Test and Evaluation Reports Prior to installation, fumish certification by an independent testing laboratory that the silicone joint seal�nt meets the requirements of this Section. CITY OF FORT WDRTH STANIJARp CONSTRUCTiO1V 3PECiFICATI07�F �OCLfMENTS Water & 5anitary 5ewer Eteplacement Revised Decemher 30, 2012 Contract 2018, W SM-M Gity Frojec! I�Io, 10i668 32 13 73 - 2 CONCRETE PAVIIVG )OII�IT SEALANTS Page 2 of 4 2. 5ubmit verifiable documentation that the manufacturer of tlxe silicon.e joint sealant has a minimum 2-year c�emonstrated, documented successful field perforrnance with concrete pavezz�ent silicone joint sealant systems. 1.7 CLOSEQUT SUBMiTTALS [NOT USED] I.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 Q[TALITY ASSURANCE [NOT USED� 1.10 DELIV�RY, STORAGE, AND I3ANDLING [NOT USED] 1.i1 FIELD CONDITIONS A. Do not appIy joint seajant when the air and pavement temperature is less t�Zari 35 degrees F B. Conerete surface must be c�ean, dry and frast free. C. Do not plac� sealant in an expansion-type joint if surfaee temperature is below 35 d�grees F or above 90 degrees F. 112 WARRANTY [NOT i7SED] PART � - PR�DITCTS �.1 OWNER FURNISHED PRODUCTS jNOT USED] 2.2 MATERIALS & E�UIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. loint Filler, Backer Rod and Breaker Tape a, The j oint fzllez' sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficieni siz� �o pro�ide a tight sea1. b. The back rod and breaker tape shall be installed in the saw�-cut � oint to prevent tha jdint sealant from flowing to the bottom af theloint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and na hond or reactian shall occur betrveen them. 2.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTRQL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT i]SEDj CITY OF FORT WORTN STANDARB CQI+FSTRUCTIdN SPECIFICATIpN �QCLiMENTS Water & Sanitary Sewer Replacement Revised ilecember 20, 2D12 Cantract 2U18, WSIVI-M Ciiy Project No. 101688 321373-3 CONCRETL� PAVING dOINT SEALANTS Pagc 3 of 4 3.4 INSTALLATION A. General 1. The silicone se.alant shall be cold applied. 2. Allow cancrete to eure for a minimum o€ 7 days to ensure it has sufficient strengih prior ta sealing jaints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuo.us sequence of operations. 4. See Dra�srings f�r the various joint details witb, their respecti�+e dimensions. B. Equipment 1. Provide a11 necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the Cit�+ priar ta the beginning of the work. 3. The minimum requirements for conatruction equipment shalt be as follows: a. Concrete Saw. The sawing equipment shal� be adequate in size a�.d power to cpmpleta the joint sawing ta the reyuired dimensians. b. Air Campressors. The deliver�d compressed air shall have a pressure in excess of 90 psi and shall be suitable for the remaval of ali free water anci oil from the compressed air. c. Extrusion Fump. The output shall 6e capable of supplying a su£f'icient volume of sealant io the joint. d. Inj ection Tool. This mechanical devzce shall apply the sealant unifoz�ly into the j aint. e. 5andblaster. The design shaIl he for commercial use with air compressors as specified in this 5ection. f. Backer Rod Roller and Taoling Instrument. These devices shall be clean and free ofcontamination. They shall be compatible with the joini depth and width requirements. C, Sawing 3oints: see Sectian 32 I3 13. D. Cleaning joints 3. 4. 1. Dry saw in 1 direction wiih reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. Sandblast joints a�ier complete drying. a. At#ach nozzle to a mechanical aiming device so that the sand blast vrill be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted 'zn separate, 1 diz-eetin�a� passes. e. When sandblasting is eamplete, blow-out using compressed air. d. Th� hIow tube shall fit into the joints, Check the blown joint for residual dust or other contamination. a. If any dust or cantamination is found, repeat sandbIasting and blowing until the joint is cleaned. b. Da not use soivents to remove stains and coniamination. 5. Place the bond breaker and sealant in tha joint immediately upon cleaning. 6. Bond Sreaker Rod and Tape: anstall in the cleaned joint prior to the application of the joint sealant. clry o� �o�r ruo�rx 5TANDARI? CONSTRUCT'IOIV SPCCIFICATION �OCl1MENTS Water & Sanitary Sewer Aeptacement Ravised Qecpn6er20, 2D12 Cuntract 2pl$, WSM-M City Project No. ] 01688 32 13 73 - 4 CONCf2�TE PAVIIVG JO1NT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. 3oint 5ealant I. Apply the joint sealant upon placernent �of the bond breaker rqd and tape, using the mechanical injection taol. 2. Do nat seal joints unless they are clean and dry. 3. Remnve and discazd excess sealant left an the pavement surface. a. Do not excess use ta seal the joints. 4. The pavement suriaee shall present a clean final candition as det�rmined hy City. 5. Do n.ot allow traffie on the fresh sealant until it becomes tack-free. F. Approval of Joints 1. The City may request a representative of the sealant m�nufacturer to be gresent at the joh site at the beginning ofthe final cleaning and ssaling of joints. a. The representative shall demanstrate ta the Contractor and the City the accepfable method for sealant installation. b. The representative shall apprave the clean, dry joints befoxe th� s�aling operation commences. 3.� REPAIR/RESTORATION [NOT USED] 3.6 RE-iN�TALLATION [NOT USED] 3.7 FIELD QUALITY CUNTROL [NOT USED] 3.8 SY5TEIVI STARTUF [NOT LTSED] 3.9 .ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOLIT AC'TIVITIES [NOT i(1�ED� 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACIIMENTS [NOT USED] END OF SECTION Revision Log DATE NAIVIE SUMMARY OF CI�ANGE C1TY OF FDRT WQRTH STAIVDARD COtYSTRUCTION SPCCIFICATION DOCUMENTS. Water & Sanitary Sewer Replacement Kevisect Deeember 2Q, 2012 Contract 2a18, WSM-M City Froject No. LO1G88 321416-] BR1CK LTNIT PAVING Page l of 9 sECTzoN a� �a �6 BRICK UN1T PAVING PART1- GENERAL 1.1 SIIMMARY A, Section Includes: 3. A11 labor, materials and equipment necessary to install 6rsck pavers, set in martar an reinfarced cancrete hase for: a. New brick pa�ing h. Brick paving repair B. Deviations from this City of Fart Worth Standard 5pecification 1. Nane. C. Related Specification Sectians include, but are not necessarily limited to: 1. Division d- Bidding Requirements, Contract Forms, and Conciitians of the Contract 2. Division 1- General Requirements 3. Section 32 13 13 - Concrete Paving 1.� PRICE AND PAYMENT PROCEDURES A. IVleasurernent and 1'ayment �. Brick Paving a. Measurement I) Measurement for this Item shall be by the square yard of Brick Paving. b. Fay�nent 1} The wark performed and materials furr�ished 'ua accordance with this item and measured as provided under "Measurement" wi13 be paid for ak the unit price bid per square yard of Brick Paving completed and accepted in its final position per ➢rawings. c. The price bid shall include: 1) 8amp�e panels 2) Shaping and fine grading the roadbed 3) Furnishirig and applying all water required 4) Futnishing, loadiz�g and unioading, storing, hauling, handling, mixing, placing, finishing and curing all concrete ingredients for concrete base material S) Furnishing and installing all reinforcing steel for concrete base 6) Furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint �ller and. high bond mortar mix 7) Furnishing and setting all brick unit pav�rs 8) SeaIing joints 2. Brick Pavzng Repair a. Measurernent 1) Meas�rement for this Item shall be by the square yard of Brick Paving Repaired. b. Payment CITY OF FORT WORTH S"T'ANDARD CO�IST`1LUCl'lON SPECIFICATIDN DOCUMENTS Watar & Sanitary Sewer Replacemcnt Revised December 2Q 2012 Contract 2018, WSivI-ivl City Project Na. l a] 688 32 l4 l6 - 2 SR[CK U[�fIT PAV4*IG Page 2 of 4 1} The work performed and materials furnisbed in accordance with this Item anrl measured as provided under "Measurement" wiil be paid fax at the unit price bid per square yard of Brick Faving Repair cnmpleted and accepted in its final position per Drawings. The price hid shall include: 1) Sample ganels 2} Shaping and fine grading the roacibed 3} Fuz�n.ishi�ag and applying all water required 4} Furnishing, loading and unlaading, storing, hauling, handling, m�ixing, placing, �nishing and curing all concrete ingredients fpr concrete base material 5} Furnishia�g and installin.g all reinforcing steel for concrete base 6} Furnishing, mixing and plac'rt�g aIl setting z7raaterzals includiRg mortar setting bed, wet mortar jaint filler and high bond mortar mi� 7} Furnishing and setting all �rick unit pavers $} Sealing joints l.3 REFERENCES A. Reference Standards 1. Reference standards cited in this 5peciiication refer to the current reference siandard published at the time of khe latest revision date Iogged at the end of this Specification, unless a date is specifically cit�d. Z. ASTM Intemational (ASTIV�: a. C67, Test Methods of Sarnpling and Testing Brick and Structural Clay Tile b, C144, Aggregate far Mason�ry Mortar c. C 1 S0, Portland Cement d. C�07, Specification for Hydrated Lime for Masonry Pur�aases e. C902, Specification for Pedestrian and Light Traffic Pa�ing Srick f. C1602, Standard Specification for Mixing Water Used in the Productian of Hydraulic Gement Concrete 3. The Briek Industry Association, Technical Nates a. No. 1, Cold and Hot Weather Cansiruction 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the T'ransportation and Public Works Departmeni in eonformance with current ordinances. 2. Transportation and Public Wotics Degartment will inspeet paving repair after constr�tction. 1.5 SUBMITTALS A. Product Data: 5ubmit manufacturer's technical data %r each manufactured product, including certification that each product complies with speci�ed requirements. B. Samples 1. For material vexification pur-poses submit the followi,ng; a. Manufacturer's testing certification confqrming to ASTM C67 testing znethods for: C1TY OF FORT WORTH STANL]ARD CONSTRUCTION SPECIFICATEON DOCUM�NTS Water & Sanitary 5ewer Replacement Revised December 20, 2D12 Contract 2018, WS1WI-M City Pcoject No. 10]668 321416-3 BRICK UN1T PAVING Page 3 of 9 1) Compressive strength, pounds }�er square inch 2) Absorption, 5 hour submersion in cold water 3) Ahsoxptian, 24 hour submersion in cold water 4} Maximum saturation coefficient 5} Initial rate of absorptian (suction) 6) Abrasion index 7) Freeze-thaw $) Eiflaresc�nce _ b. Masonry p�ving unit saz�ples far each type of masonry paving required. Include in each set the full range of exposed coior and texture to be expected in the cornpEeted work. 1.6 ACTiON SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] I.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Installer: Brick paver and any subcontractors shaIl have experienee in brick paving and i�hezr previous wark will be re�iewed by the City priar to start of work. B. Sample Panel: Prior ta installation af masonry paving work, fabricate sample panel using materials, pattern and joint treatment indicated for project work, including special features for expansion joints and contiguous work. 1. Tnclude color range, size, texture, bond, expansion josnting, pattern, fnish, and worknnanship. 2. Make 6 fcet x 6 feet minirnutx�. 3. Provide range of color, texture and warkmanship to be expected in the completed work. 4. Sample panel shall be inspected by the City. If the sample is not acceptable, construct additional panels at no cost ta the City until an aceeptable pan.el is constructad. 5. �btain� City's acceptance of visual qualiti�s of the partel before start of masonry paving work. 6. Maintain the sample panej as the standard of minimal quality %r approval of all praposed brick pavement work required for the graject. Locate sample panel near the pavement work to facilitate comparison 7. Do not change source of brands for masonry units, setting materials, or grqut during prog�ress of work. 8. Remove sample panel frpm t$e site at completion oiproject. I.10 DELIVERY, STORAGE, AND HANDL�NG A. Delivery: Brick pa�ers and associated installatinn materials shall be delivered to the job adequately proteeted from damage during transit. 1. Brick pavers shall be carefully packed by the supplier for shipzzient with name of manufacturer and identifica�ion of contents. 2. Pavers damaged in any zzxanner will he rejected and replaced with new materials at no additipnal cost ta tt�e City, C1TY OF FDRT WORTT3 STANDARp CON3TRUCTION SPECIFICATION DDCUMCI+FTS Water & Sanitary 5ewer Replacement Revised December 2D, 2D12 Coniract 2UI6, WSM-M Ciry Praject No. 101688 32 14 l6 - 4 HRICK UNI'P PAV[t�IG Page 4 of 9 B. Storage.: Protect grout and mortar materials during storage and construction against wetting hy rain, snaw or graund water and against soilage or intermixture wiih earth or other types of materials. 1. Protect grqut and mortar materials from deterioration by moisture and texx�peratura. 2. Store in a dry location or in waterproof container, 3. Keep contaainers tightly closed a�d away from open flame. Protect ]iquid components from freezing. 1.11 FIELD CONDITIONS A. Ambient Coz�ditions l. Noz�znal construction: temperatures between 44 degrees and 100 degrees. 2. Cold Weather Construction: temperatures below 40 degrees a. Compl� with requirements fox nr�asonty construction in cold weather from the BIA Technical Notes an Bri.c� Construction, No. 1, Cold and Hot Weather Construction, Table Na. 1 as sumrnarized in the follor�ving table: Cl'1"Y OF' FORT WORTH STANDARD COINSTRLICTION SPECIFICATiON DOCUM$NTS Watcr & 5anitary 5ewer Replaccmnnt Etevised December 20, 20I2 Contract 2018, W5M-NI City Project 3Yo. 10i668 321416-5 B[i1CK UN1T PAVEI�(G Page 5 of 9 Preparatian Construction Protection Temperature� Requirements Rec�uirements Requirements (Prior to Work) (Work In Progress) (After Masonry is Placed 0o not lay masonry uniis having either a temperaturs yeat rriixing water or sand to below 20 degrees F or produce mottar between 40 cnntaining frozen mois#ure, degrees F and 120 degrees vlsible ice, or sno+u on their surtace. F' Completely cover newly 40 degrees F to fJ9 not heat water or constructed masonry 32 degrees F Remo�e �isible ice artd aggregates used in mortar or +r'�Ith a weather-resistive snow from kop surface of inembrane for 24 hr after existing foundations and 9rout aho�e 14p degrses F. construction, masanry to reCeive neW Heat groul materials when canstruction. Heat these their temperafure is belnw 32 surtaces above freezing, de rees F. using methods that do not 9 result in dama e. Comply with cold weather requirements above. Maintain rr�artar temperature above freezing until usad In 32 degraes F to Comply with cnld weether masanry. Comply with cold 25 degrees F requirements above. weather requirements Meat grout materials so grout above. is aT a temperaEure between 70 degrees F and 120 degrees F during mixing and placed af a temperafure aba�a 70 de rees F. Comply with cold weather Gqmpletely co�er newly requirements above, constructed masonry Heat masonry surtaces under '�'�tth weather-resisiRve conskruclion to 40 degrees F insulating 6lankets or 25 degrees F to Camply with cold weaEher and use wind breaks pr equal pmtection for 24 hr 20 degrees F requirements abo+�e. enclosures when the wind after completion ai work. velocity exceeds 15 mph. Extend time periad to 48 hr for grouted masnnry, Fiea# masonry tn a minimum unless lhe only cement of 40 degrees F prior ta in the grout is Type III roufin . Partland cement. MaiRtain newly constructed masonry temperature above 32 degrees F far af least 24 nr after being completed by using heated 20 degrees F and CompEy with cold weather Comply with cold weather Bnclosures, electric below requirerr�ents ahove, requirements above. heating blankets, infrared lamps, ar other accaptabie methnds, Extend time period ta 48 hr for grouted masonry, unless fhe only cement in the grout is Type IIl Portland cement. 1. Preparation and ConstructEon requirements are based on embient temperatures. Pratection raquirements, after masonry is placed, are based on mean daily ter�perat�res. CiTY OF FORT WORTH 3TAM]ARB CO�I5T1iliCTIO1V SPECIFfCA'T'IOI�' DOCUMEIVTS Water & SaniYary 5ewer Replacement RavisedDeceinber20, 2012 Contcact24li3, WSM-[uI City Froject No. lU 1 h88 321416-6 BR1CK UN1T PAVING Page 6 of 9 3. Hot Weather Construction: temperatures above 1 �Q degrees a. Comply with requirements for m�aso��-y eonstruction in hot weather frpm �e BIA Technical Notes on Brick Constructian, No 1., Cold and Hot Weather Construction, Table No. 1 as summarized in the fallawing table: Preparation Protection Temperaturej Requirements Construction Requirements Requirernenfs (Prior to Work) (Work in Pragress) (After Masonry is Placed Ahqve 115 Use coal mixing water for degrees F or 5hade materials and mixing morlar and grout. Ice must be 105 degrees F equipment from direct melted ar removed before with a wind sunlight. water is added to othar mortar Comply with hnt weather Y��aC�y oY�� a or grout materials. requiremants below. mph Comply with hot weather requ{rements belqw, Comply with hot weather requirements below. fVlaintain mortar and grout at a temperature below 120 degrees F. Provide necessary Flush mixer, mortar transport Above 100 conditions and equipment to �ontainer, and mortar boards Fog spray newly degrees � or produae mortar having a ,Nith eoo] water befare they consfructed masonry untll 90 degrees F vvith temperature helow 120 come into contaci +rrith mortar damp, at least 3 times a 8 mph av'tnd degrees F. Ingredients or mortar. day until the masonry is 3 Maintain sand piles in a days old. damp, Ioose condition. Maintain morfar consistency by retempering with cool water. Use mnrtar wikhin 2 hr of initial mixin . 1. Preparatiort and Ganstruction requirements ere based nn amblent temperatures. Protectlon requirements, aifer masanry is placed, are 6ased on mean daily temperatures. 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS 2.l OWNER-FURNISHED PRODUCTS [NOT USED] 3�.2 MATERIALS A. Rigid Goncrete Base; See Section 32 13 13. B. Reinforcing Steel: 5ection 32 13 13 C. Paving Brick for Heavy Vehicular Traf�'ic: Standard Solid (uncored} Paving Brick of modular size, 2-1/4 inches x 3-SC8 inches x 7-518 inches except as indicated, as per ASTM C 1272, Type R, Application PX. D. Setting Materials 1. The mortar setting bed shal! consist af: a. I part Portland c�ment - ASTM C150, Type 1 b. I/4 part hydrated lime by volume - ASTM C207, Type 5 C1TY QF FORT WORTH STANDARD CONSTRUCTIpN SPECIFICATIdN DOCIIMENTS Water & Sanitary Scwer Replacement Revised Decamher 20, 2012 Cautract 2018, W5M-M City Proj ect No_ 1 Q 1688 32 i4 [6-7 BR1CK UNIT PAVING Page T of 4 c. 3 parts damp sand - ASTM C 144 (for high-bond �ortar, gradation in accordance with additive manufacturer's recommendations), d. Add water to nbtain stiff mix - ASTM C 1602. 2. The wet mortar joint filler shall consist of: a, 1 part Portland cement - ASTM C150, Type l h.. 3 parts dry sand - ASTIVI C144. c. Add water to obtain a wet m.ix - ASTM C1602 3. High bond mortar mix shall consist of a. 1 sack Pnrtland cement - ASTM C 154, Typa 1 b. SO pounds workability additive -"A" Marble Dust hy Armco Steel Corporatiop, Piqua Quarries, or Ute Dolomite Limestane by U.S. Lime Division of Flintkote Corporaiion, or Micro Fill No. 2 by Pure Stone Compa�ny, Marble Falls, Te�as or approved e�ual c. 3-114 cubic feet of sand - ASTM C 144 d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Corporation or approved equal e. Mix with water in aceordance with High Bond Additive manufacturer's recommendations. 2.3 ACCESSORIE.S �NDT USED] 2.4 SOURCE QUALITY CONTROL [NOT i1SEDJ PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� E�AMINATION [NOT USED] 3.3 3.A PREPARATION [NOT USED] INSTALLATION A. Place 8-inch reinforced concrete base under proposad t�rick pavemeni. 1. Concrete 6ase: See Section 32 13 13. a. Design concrete mix design for a minimum compressive strength of 3,�00 pounds per square inch at the age af 2 days for either type I ot' type III cement 2. Reinforcing Steel: 5ection 32 I3 l3 a. No. 4 bars at 1 S inc�es on cenier both d�rections 3. Keep concrete surfaces fio reeeive pavers dry, clean, free of oily or wa�y �ilxns and levet. 4. Verify gradients atad elevations of base are as indicated on Drawings. B. Protect adjacent �nished sucfaces fram soiIing, staining, and other damage during eonstructinn. Clean and restore any darziage or stains to adjacent surfaces to equal or better than oxiginal condition. C. Spread and screed setting bed mixture to a true plane and lirr�it bed mixture to an amount that can be covered with pavers befoxe initial sci. D. 5et pavers in the pattenns shown in the field with uniform tight joints (II4-inch}. CITY OF FORT WORTH STANI7AR� CONSTRUCTION SPECIFICATION DOGUM�NTS Water & 5anitaty 3ewer Raplacement Re�ised December 20, 2012 Contraci 2Q l&, W 5M-M City Project IJo. 10168$ 321416-8 BRICK i1N[T PAVING Yage 8 of 9 E. Do not use pavers with chips, crac�s, or voids. F. 5et pa�er in 1-inch layer ofneaC cement paste over setting bed. G. Tolerances: Toleranees shall be checked continuously as work progresses so that nonconfortning areas cari be corrected b�;fore martar sets. 1. Alignment tolerances: maximum 1/4 inch in 20 f�et; lI2 inch in 40 £eet 2. �urface talerance: maximum plas ar minus 1/8 inch in S feet nancumulative 3. Alignm�nt and surface tolearances will be checked and �nforced. The Contractor shall makc provisions that brick pavexs ean meet these tolerances as they are supplied. Imperfections in the brick dimensions and surfaces wili not constitute as reasans to aecept inferior paving and the. work will be rejected. H. Tamp pavers inta full contact wikh the mortar bed to a 1e�e1 plane. Do not set laxge areas of pavers for later lev�ling. I. After pa�ers are set and cleaned free of mortar, filI joints with mortaz�, completely iilling voids. J. Remove excess dry joint iil4er mixture and fog surface with f�e water spray. K. Cut pavars vt�ith motor driven masonry savw with a sharp diatnond blade. Exposed broken edges will not be allowed. L. A 7 day darr�p cure is required. Em.ploy barrieades ta restrict traffic during the 7 day cure period. After the 7 day darnp cure period, clean the surface with stiff brush and hrick manufacturer's recomrnended cleaning solutian in increments not exceeding 100 square feet, lea�ing sur£ace clean and free of mortar ar�d grout stains. M. At the end of each day, spray paved ar�as with a fine mist of water. Fi11 joints with3n 3 days after the pavers are set. Spray paved areas until the joints �.re filled. N. Sweep and keep brick surfaces clean at all times in order to avoid penetration of cement into the brick surFace. 3.5 REPAIR A. General 1. Rernova and replace masanry paving units as directed by the C.ity that are loose, chipped, broken, stasned or otherwise damaged, or if units do not match adjoining units as intended. 2. Yrovide new units ta match adjnining units a�d install in sam� znanner as original units, wikh sarne joint treatment to eliminate avidenca o�replacement. 3. Pointing: dur�ng tooling of joints, enlarge �oids ar holes and completely fil1 with mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform appearance, prpperly prepared to application of sealant. 4, Cleaning: Remo�e excess moriar/grout from exposed brick surfaces, wash and scrub clean. 5. Prntect masonry pa�ing installations fram deteriaration, discoloration or datnage duzing subsequent constructions and until acceptance of work, in enrnpliance with reeommeadations of installer and paving unit manufacturer. B. Trench Repair 1. Prepatation CITY QF FdAT W012TFI Walar & Sanitary Sewer Rnplacement STANDAIti] CONSTILLICTION SPECIFICATIOIV I70CL1N[EN'f'S Contract 201 S, WSM-M Revised Deoemb.er 20, 2012 City Praject No. 101688 32 14 l6 - 9 BitICK UN[T PAVING Page 9 of 9 2. 3. a. Replace a continuous section if muItiple repairs are closer than 1p feet apart from� edge of one repair to fhe edge of a second repair. b. 5urfaoe Preparation: mark pavement cut repairs for approval by the C1TY. Removal 1) Use care in removing brick pavers to be repaired to prevent damage ta brick pavers adjacent to the repair area. Installation: 5ee ArEicle 3.4. 3-6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CQNTROL [NOT USED] 3.8 SYSTEM STARTUF [NOT USEDC 3.9 AD.T[TST�ING [NQT USED] 3.10 CLEA1vING [NOT IISED] 3.11 CLOSEOUT ACTIVITIES [NOT USEDJ 3.12 PROTECTION [NOT iTSED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTIUN Revisinn Log DATE NAME 12/2012D12 D, dohnson SIJMMARY OF CIIANGE 3.4.A. Aliodi�ed inforn�afion to match City ofFort Worth Standard DeYsil CI'I`Y QF FORT 4VORTH �TAIVDARII CON5IRUCTIQN SPECIF'ICAT`ION DOCUMENI'S Water 8r. Ssmitary 5ewer Replacement Revised December 20, 2012 Contract 2Q18, W SM-1Vf c;ryr��c�cxQ. ia�sss 321613-i COA'CRETE CiIRB A11D GUTTERS AND VAL[.EY GU'i"CERS Page 1 of 6 SECTION 32 1613 CONCRETE CiJRB AND GUTTERS AND VALLEY GUTTER5 PART1- GENERAL 1.1 SUMMARY A. Section Inciudes: 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Deviations from this Gity of Fort Worth Standard Specification 1. None. C. Reiated Specification 5ections include, but are not neeessarily Iimited to: 1. Division 0- Bidding Requiretrients, Contract Fornis, and Conditions of the Contra�t 2. Division 1- Generai Requirements 3. Section p2 41 13 - Se�ecrive Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Seetion 32 13 73 - Cancrete Paving Joint Sealants 1.� PRICE AND PAYMENT PROCEDURES A. Measut'ement and Paymen# i. Cdncrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear faok of Concrete Gurh and Guttcr. b. Payment 1) The work performed and materials furnished in accordance wifh this Item and measured as provided under "Measuresnent" wiil be paid for at the unit price bid �aer liraear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all rnaterials, including foundation caurse, reit�forcing steel, and expansian material 2. Concrete Valley Gutter a. Measurement 1} Measurement for this Item shall be by the square yard of Concrete VaLLey Gutter. h. Payment 1) 'Tbe work perforrned and materials fumished in accord�.nce v�rith this Itezn and measured as provided undex "Measuz'emen�" wili be paid for at the unit price bid per square yard of Cancrete V alley Gutter complete and in place for: a) Various street types CITY OF FQRT WORTH Water & Sanitary Sewer Rep3acement 5T�11+iflAi�Il CON5TRUCTION SPECIFIGATION DOCUMENTS Contract2016, WSSvl-M Aevised October O5, 2016 City Project No, 1616gB 32 l6 13 - 2 CQNCRETE C[JRB AND GU1'TERS AIVII VALLEY GU7TERS Page 2 af 5 c. The price bid shall incIude; 1) Preparing the subgrade 2} Furaishit�g and placing aIl materials, including foundatioz� course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATNE R�QUIREMENTS [NOT USED� 1.� ACTION SUBMITTALS [NOT USED] 1.b ACTION SLIBMITTALS/INFORMATI�NAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT U�ED] 1.8 MAINTENANCE MATERIAL 5USMITTALS [NOT USED] 1.9 QI7ALITY ASSU1tANCE [NQT USED] 1.10 DELIVERY, STQRAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITFONS A. Weat}�er Conditioa�s: Se� Section 32 13 13. 112 WARRANTY [NOT USED] PART � - PRODUCTS 2.1 OWNER FiTRN�SHED PRODUCTS jNOT USED] 2.2 EQUIPMENT AND MAT'ERIALS A. Forms; See Section 32 13 13. B. Cpncrete: 1. Unless ot�erwise shawn on the Drawings ar det$iled speci�ications, the standard class for concrete eurb, gutter, a�d curb & gutter is shown. in the fallowing table: Standard Classes of Fauement Concrete Class of Minimum 28 Day Min. Maximum Concrete Cementitious, Compressive Water/ �-5•��Z' Strength Cernentitious psi Ratio A 470 30d0 0.58 C. Reinfarcement: See Section 32 13 13. D. ]aint Filler 1. Wood Filler: see 5ection 32 13 13. 2. Pre-Molded Asphalt Board Filler a. Use only in areas where nat practical for vt�aod boards b. Pre-molded asphalf board fiIler: ASTM D545 Course Aggregate Mazcimum Size, inch 1-1/2 CITY OF FpRT WpATH STANDARD CONSTRUCTION SI'ECIFICATfnN DOCCJMENTS Water & 5aaitary Sewer Replacement Revised October O5, 20l6 Contract 2418, WS�VI-M City Project No. 101688 32 15 13 - 3 CONCRETE CURB AND GUTTBRS AND VALLEY GUTTERS Page 3 of 6 c. Install the reauired s.ize and unifoxm thickness and as speci�ed in the Drawings. d. Include twa liners of 0.016 a�phalt ixnpregnaked kraft paper filled witl� a mastic mixture of asphalt and vegetable �iber andJor mineral filler. , E. Expansion Joint 5ealant: 5ee Sectian 32 13 73. 2.3 ACCESSORIES [NOT USED] �.4 50i1RCE QUALITY C4NTROL jNOT IISED] PART 3 - EXECIITION 3.1 INSTAIsLERS [NO'T USEDj 3.� EXAMINATION [NOT USED] 3.3 PREPARATION A. Dernolition / Remaval: See Section 02 41 13, 3.4 INSTALLATION A. Forms 1. Extend forms the full depth oi cancrete. 2. Wood �arms: minimum of 1-1/2 inches in thickness 3. Metal Forms.; a gau�e that shall provide equivalent rigidity and strength 4. iTse acceptable wood or rnetal forms for curves with a radius of less than 254 feet. 5. All forms showing a deviatipn of 118 inch in 10 feet from a straight line shail be rejected. B. Reinforcing 5tee1 1. Place all necessary zeinforcement for City approval prior to depositing conerete. 2. AJ 1 steel tnust be free frorn paint and oiI and a�i laose scale, rust, dirt and other f'areign sub�tances. 3. Remove foreign substances frorn steel befare placing. 4. Wire all bars at their interseciians and at all laps or splices. 5. Lap all bar splices a minimurn of 2� diameters af the bar or 12, inches, whiahever is greater. C. Cancrete Placement 1, Deposit concrete to mainfain a horizontal surface. 2. Work conerete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Wark eoarse ag.gregate away from contaat �vith the farms 4. Hand-Laid Concrete — Curb and gutter a. Shape and campact sub�rade ta the lines, grades and cross section shown an the Drawings, b. Lightly sprinkle sub�'ade material immediately before concrete placement. c. Deposit concrete into farms. C1TY QF FORT WORTH STANI]ARD C0IVSTItUCTION �PECIF'iCATION l]OCUMEAITS Water & Sanitary 5ewer Replacement Revised Octaber O5, 201C Contract 2018, WSM-M City Projact ?�To. ] O l fi86 32 16 l3 - 4 CONCRET� CUFtS A1V.D GUTTERS AiYD VAI.L�Y GUT�'ERS Page 4 oi' 6 d. Strike off with a template 114 to 318 inch less than the dimenaioz�s of the finished curh, unless otherwise approved, 5. Machine-Laid Conerete — Cnrb and Gutter a. Hand-tatnp and sprinkle subgrade material before conereie placement. b. Provide ciean surfaces %z' cancrete placement. c. Place the concrete with approved self propelled equipment. 1) The forming tube of the extrusion machine or the form of the slipform machine naust easily be adjustable vertically during the forwa�-d motion of the tnachine to provide variahle heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continuai comparison can be znade beiween the extruded or slipform work and the grade g►�ideline. e. Brctsh finish surfaces immediately after extrusion or slipfornun�. 6. Hand-Laid Concrete — Concrete Valley Gutt�r: See Section 32 13 1�. 7. Expansion jaints a. Place expansion joints in the curb and gtttter at 200-foot inte�rvals and at intersectian returns and oth�;r rigid structutes. b. Pjace tooled joints at IS-foot zntervals or matching abutting sidewallc joints and pavement}oints to a depth of 1-II2 inches. c. Place expansion joints at all intersectioas witla cancreie driveways, curhs, buildings and ather curb and gutters. d. Make expansio� joints no Less than 112 ineh in thickness, extending the full depth of th� cancrete. e. Make expansion joints perpendicular and at right angles to the face of th� curb. £ Neatly trim any expansion material extending above the finished ta the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concxete expansio� joints. h. Longitudinal dowels across the expansian joints in the curb and gutter are required. i. Install 3 Na. 4 round, smooth bars, 24 inches in length, for dowels at each expan�ion joint. j. Coat 1/2 nf the dowei with a bond breaker and tertninate with a dowel cap that provides a minirnum af 1 inch free expansion. 1c. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD QUALITY CONTROL A. Inspections ] . Steel reinforcement placement 2. Headed bQIts and studs 3. Verification of use of required design mixture 4. Concrete placemant, ineluding conveying and depositing 5. Curing procedures and maintenance of curing temperature CITY OF F012T WORTH 5TANI}ARD CtiNST1tUCTION SPECIFICATiUN DOCUMENTS Watex & Sanitary Sewer Replacerr�nt Aevised Octaber D5, 20f 6. Conhact 2018, WSM-Ivi City Project No. ! 0 Y 688 321613-5 COn'CRETE CUItB AND GUTTERS AND'VALLEY GUTTSRS Page 5 of 6 B. Concrete Tests: Perform testing of fres� concrcte sample obtained according to ASTM C172 with the following requirements: 1. Testirig F:requency: Obtain 1 fresh concrete sample for each day's pour of each eoncrete mixture exceeding 5 cubic yard, but less than I50 cubic yard, plus 1 sct for each additional 150 cubic yard ar fraction thereof. 2. Sluznp: ASTM C143; l test at paint of p�acement for each concrete sample, but not less khan 1 test for each day's pour of each concr�tc mixture. Perform additional fests when concrete consistency app�ars to change. 3. Air Content: A�TM C231, pressure rnethod, for normal-weight �ancrete; 1 test %r each aample, but not tess than 1 test far each day's pour of each concrete mixture. 4. Cancrete Temperature: ASTM C 1064; 1 test f4r each concrete sart�ple. 5. Campression Test 5pecimens: ASTM C31. a. Cast and laboratory cure 3 eylind�rs far each fresh concrete sample. 1) Do not transport field cast cylinders until they have cured far a minimum of 24 hours. 6. Compres�ive-Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 2$ days. 7, Upload test results inta Buzzsaw vuithin 48 hours of testing, Repnrts of compressive-strength t�sts shall contain Project identificatian name and n�mber, da�e of concrete placement, name of concrete tester and inspector, lacation of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressi�re breaking strength, and type of break for hoth '7- and 28-day tests. 8. Additional Tests: Add�tiona� tasts of concrete shall be znade when test results indicate that slurnp, air entrainment, compressive strengths, or other City speci�cation requueznents have not been met. The Lab Servic�s division may canduct or request tests to determine adequacy of concrete by eored cylinders complying with ASTNI C42 ox by ather methods as directed by tl�e Proj ect Manager. a. When the strength level of the cancrete for any porkion of the structure, as indicated by cylinder tests, falls belr�w the specified requirements, provide impro�ed curing conditions andiar adjustments to the mix design as required to obtain the rEquired strength. If the average strength. of the laboratary control cylinders falls so 1ow as to he deemed unacceptable, £ollow the core test procedure set %rth in ACI 301, Chapter 17. Locations pf core tests shall be approved �y the Prqject Engineer. Core sampting and testing shall be at Contractors expense, b. If the results of the core tests indicate that the streqgth of the structure is inadequate, any. replacement, load testing, ar strengthening as may be ordered by the Project Engineer sha11 be providcd hy the Contractor without cost ta the City. 9. Additional testing and inspecting, at Contractor's expense, will he pez-formed to determine camplianee of replac�d or additional work with specified requixements. 10. Correct deficiencies in the Vl�ark that test reports and inspections indicate does not cotnply with the Cqntract Documents. 3.8 SYSTEM STARTLTP [NOT USED] crrY a� �o��r wnxTx STANpA1t1] C()iYSTRUCTIpN 5PECIFICATIOI�i DOCUMENTS Watcr Bc Sanitary Sewer Replacement Aev'rsed Qcioher 03, 2016 Contract 2018, WS�vI-M City Project No. 101688 321613-G GONCRLTE CURB AND G[ITT�RS AI+ID VALL�Y GIITTERS Page 6 nf 6 39 ADJUSTING �NOT USED] 3.i0 CLEANING (NOT USED] 3.11 CY.OSEOUT ACTIVITXES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT i7SED] END OF SECTION Re�ision I.ag DATE NAME SUMMARY DF CHANGE 12l20/2012 b. 7ohnson 1.2.A.2, Modified payment itam to vary by street type i0f0512016 Z. Axega Added Snhsection 2.2.B.1 and Subsection 3.7 CI7"Y OF F[i1ZT WORTH STANDARI} CONSTRiICTTON SPECI�ICATIO�f DOCUMENTS Re�ised Octuber 05, 2016 Water & Sanitary Sewer Replacement Contract 2018, WSM-M City Projeet No. 1016&S 321723-i PAVCMENT MARKllVG3 Page l of 11 1 z 3 PART1- GENERAL 4 1.1 SiTMMARY SECTI�N 3a 17 23 PAVEMENT MARKINGS 5 A. Sectian Includes: 6 l . Pavement Markings 7 a. Thermoplastic, hot-applied, spray (HA5) pavem�nt markings g b. Thermoplastic, hot-applied, extruded (HAE,} pa�ement markings 9 c. Preformed polytx�,er tape l� d. Prefor�ned heat�activated thermoplastic tape 1 ] 2. Raised markers 12 3. Work zane mazkings 13 4. Removal of pavement �x�arkings and rnarkers I4 B. Deviations from ihis City of Fort VVorth Standard Specification 1 S 1. None, 16 C. Related Specification Sections inc�ude, but are not necessarily limited to: 17 I. Division 0— Bidding Requuements, Contract Forms and Conditions of the Contracfi 18 2. Division 1-- General Requireznents 19 1.2 PRICE AND PAYMENT PROCEDURES za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 3& 37 38 39 40 41 A. Measurement and Payment 1. Pavement Markings a. Mea�urement 1) Measurement for this Ite�a�: shall be per linear foot of materia� placed. b. Aaymcnt 1) The work performed and materials furnished in accordance with this Item and measured as provid�d under "Measuz'ement" sha2I be paid for at the unit price bid per linear foot of "F�mt Mark�ng" installed for: a) Vax'ious Widths b} Variaus Types c} Various Materials d) Vario�s Golors c. The price bid shall include: 1) Installation of Pavement Marking z} Glass beads, vvhen required 3) Surface preparation 4} Clean-up S) Testing {when required) 2. Legends a. Measurement 1) M�asurement for this Item shall be per each Legend installed. b. Payment CITY OF FORT WORT�i STANDARD CON5TRi1CTTON 5P�CIFICATION pOCUMENTS Watcr & 5anitery Sewer Replacement Revised November 22, 2a L3 Conirack 2D 1$, WSM-M Cily Ptojcct No, 101568 32 l7 23 - 2 YAVEMENT NEAILKINGS Page 2 of 11 l 2 3 �4 5 6 7 8 9 10 ll 12 1.3 14 15 16 17 I8 t9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 4l 42 43 44 45 46 47 3.. 4. 5. 6. 1) The work perfortned and materials furinished in accordance with this item shall be paid for at the unit price bid per each "Legend" installed for: a} Various types b) Various applic�tions c. The price bid shall include: 1) Installation of Pa�ement Marking 2) Glass beads, when required 3} Surface preparation 4) Clean-up 5) Testing Raised Markers a. Measurement 1) Measurement for this Item shali be per each Raised Marker installeci. b. Payment 1) The work performed and materials furnished in �ccordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types a The price hid shall include: I) Instal�atson of Raised Markers 2) Surface preparation 3) Cl�an-up 4) Testing Work Zone Tab Markers a. Measur�ment 1) Measurement for this Item shall be per each Tab Marker installed. h. Paynnent 1) The work perfarmed and materials furnished in accordance wi.th this Item shall be paid far at the unit price hid per eaeh "Tab Marker°' installed for: a) Various types c, The price bid sha11 include: 1) Installation of Tab Wark Zone Markers Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear faot. b. Payment 1) The work perfarmed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit grice bid per linear foot of "Fire Lane Marlcing" installed. c. The priCe bid shall include: 1) �urface preparatinn 2) Clean-up 3) Testing Pavement Markiag Remo�+a1 a. Measurement 1) Measure for this Itez� shall be per linear foot. b. Fay�nent CITY OF FORT WEiRTH STANDARD CONST1iUCTION BPECIFICATION! pOCi1M6NT5 Itevised November 22, 2013 Water & Sanitary 5ewcr Rcplacemcnt Contraet 2018, WSM-M Gity Prvject Na. ! O1688 32 17 23 - 3 PAVEMENT MARI{INGS Page 3 of 11 1 2 3 4 5 6 7 B 9 10 1I 12 13 14 15 t6 17 18 19 ZO 21 22 23 24 25 26 27 28 29 30 7 8. 1) The �ovork �erformed and materials furnished in accordance with th,is Item and measured as provided under "Measurement" shall ba paid for at the unit price bid per linear foqt of "Remove Pvrm,t Marking" performed for: a) Various widths c. The priae bid shall include: 1) Removal of Pa�ement Markings 2) Clean-up Raised Marker Removal a. Measurement 1) Measurement for this Item sha11 be per each Favement Marker removed. b. Payment 1) Tke work performed and materials fuinished in accordaxice vt�ith this Item shall be paid far at tha unit price bid per each "Remove Raised Marlcer" perfortned. c. The price bid shall include: 1} Re�noval oi each Marker 2) Disposal of removed materials 3) Clean-up Legend Removal a. Measurement 1} Measure for this Ifiem shall be per each Legend rem.oved. b. Payment 1) The wark perforrned and materials furnislaec� in accardance with this Item and measured as provided under "Measurement" shall be paid for at the unit price hid per linear foot af "Re�m,ove Legenel" performed for; a) Vazious types b) Various applicatioris c. The price 6id shall include: 1) Removal of Pavernent Markings 2) Clean-up 31 1.3 Ii�TEREIYCES 32 A. Reference Standards 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1. Reference standards cited in this Specification refer to the current referet�ce standard p►�hlished at the time oithe latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Cantrol Devices MUTCD 2011 Edition a. Part 3, Markings 3. American Associatian of State Highway and Transpartatipn Off'icials {AA,SHTO� a. Standard Speciiication for Glass Beads Used in Pavement Markings, M 247-09 4. Federal Hi hwa Adta�inistration FHWA a. 23 CFR Part 655, �HWA Docket No. PHWA-2009-0 �34 5. Texas De �rtment of Tran ortation TnDOT a. DMS-4200, Pavement Markers (Refleetoriz�d) b, DMS-430Q, Traffic Butfions c. DMS-8220, Hot Applied Thermoplastic d. DMS-824U, Pertnanent Prefabricated �avement Markings e. DMS-$241, Remavable PrefabricatecE Pavement Markings CI1`Y OF FORT WOIZTIi STAI�fDARD CONSTKUCTIOIV SPEC{FICAT[pN IIOCUMCsNTS Water & Sanitary Sawer 12eplacement Revised November 22, 2013 Contract 2018, WS1VI-M CityYrojectNo. db1688 az � � z3 - a PAVEMEl\T MARKINGS Page 4 of 11 1 f. DMS-$242, Temporary Flexible-Reflecti�e Raad Mar�Cer Tabs 2 1.� ADMINISTRATYVE REQUIREMENTS [NOT USED] 3 1.S SUBMITTALS � A. Submittals shali be in accordance with Section Q1 33 00. S B. All submittals sha11 be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBM[TTALS [NOT USED] 8 1.'� CL[1SEOUT SUBMiTTALS jNOT USED] 9 1.� MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 10 11 12 13 14 15 I6 1.9 QUALITY ASSURANCE [NOT IISED] 1..10 D�LIVEIZY, STORAGE, AND HANDLING A. Storage and Handling Req�irements 1. The Contractor shall secure and maintain a locatian �n stare the material in accordance with 5ection O1 5� 00. l.11 FYELD [SiTE] CONDITIONS [NC}T USED} 112 WARRANTY [NOT i]SED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. Nevv Products 20 1. Re%r to Drav,+ings to determine if there are owner-sup�lied products for ti�e Project. 21 �.� MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section O1 CO 0�. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2_ Any product that is not listed on the Standard Products List is consid�z'ed a 27 subsiitution and shall be submitted in aceordancc with Section O1 25 00. 28 B. Materials 29 I . Pavement Markings 30 a. Thertnoplastic, hot applied, spray 31 1) Refer �o Drawings and City Staazdard Detaii Drawings for width of 3 z longitudinallines. 33 2} Froduct shall be especially compounded for traffic markings. 34 3) When placed on the roadway, the markings shall nat be slippery when wet, 35 lift from pavemenk ut�der normal weather conditions nor e�ibit a tacky 36 exposed surface. CITY flF FORT WORTH WaEer & 5anitary 5ewer Replacement STANDARD CONSTRUCT103Y SP6CIFICATION DOCUMBNTS Cantract 2018, WSM-M Revised Navember 22, 2013 City Praject No. 1O1688 321723-5 PAVEMENT MARKINGS Page 5 of l l I 4) Cold ductility of the material shall permit norzz�al road surface expansion 2 and contraction without chipping ox cracking. 3 5) xhe markings shall retain their original color, dimensians and placement 4 under normal traffic conditians at road surface temperatures of 158 degrees 5 Fahrenheit an� be�ow. G 6} Markings shall ha�+e uniform cross-section, clean edges, square ends and na 7 evidence of tracking. 8 7) Tha densify and qu.ality of the material shall 6e uniform throu�hout the 9 markings. 1Q 8) The thicknes� shall be unifarm throughout the length and width of the 11 markings. 12 9) 'I'he markings shall be 95 percent iree of holes and �roids, and free of 13 blisters for a minimum pf b0 days af�er application. 14 10) The material shall not deteriorate by contact with sadium chlaz'ide, calcium � S chloric�e or other chemieals used to preveni roadway ice or because of the Z� oil content of pav�ment markings or from oil droppangs or other effects af 17 traffi c. 18 1 I} The materia� sha11 not prohibit adhesion of other thermoplastic enarkings if, 19 at some future tirne, new rnarkings are placed nver existing material. 2fl a) New matertal shall bond itself to the old Iine in such a manner khat no zl splitting or separation takes place. 2z 12) The markings placed on the roadway sha11 Ue completely retzoreflective Z� both internally and externally with traffic beads and shalI exhibit uniform z4 retro-directive reflectance. 25 13) Traffic beads 2� a) Manufactured frarn glass 27 b) Spherical in shape Zg c) Essentialiy free of sharp angular particles 2g d) Essentially free of particles showing cloudiness, surface scoring or 30 surfaee scratching 31 e) Water white in color 32 � Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO 5tandard 34 Specification for Glass Beads Used in Pavement Iblarkings, AASHTO 35 Designation: M 247-09. 35 b. Thermoplastic, hot applied, extruded 37 1} Product shall be especially compounded for traffic markings 38 2} When placetE on the raadway, the �arlcings shall not be slippery when wet, 39 li� from pavement under normal weather conditions nor exhibit a tacky 40 expased surface. 41 3) Cold ductility of the rr�aterial shall permit normal road surface exgansion 4z and cantraetion without chipping or cracking. 43 4j The markings shall retain their ariginal color, dimensio.ns and placement �4 uatder normal traffic conditions at road suriace temperatures of 158 degrees 4s Fahrenheir and below. 46 5) Markings shal! have unifortn cross-section, claan edges, squaz'e ends and no 47 evidence of tracking. 4g 6) The density and quality of the rnaterial shall he uniform t�u-oughaut the 49 markings. CITY pF FaRT WOItTH STANI]ARD CONSTRUCTIQN SPECIFICAT30N DOCUMENTS Water & Snnitary Sewer Replacemenc Revised ]Vo�ember 22, 2013 Cantract 2018, WSM-M City Proj ect No. 101688 3z»za-� PAVEMENT MAKKINGS Page 6 of I 1 1 7) Ti�e thickness shall be uzuform througk�out the length and width of the 2 markings. 3 $) The markings shall be 95 percent free of holes and voids, and free of 4 blisters fot a rniEnimum of 60 days af�er application. 5 9) The m�aimunn thickness of the marking, as nneasured above the plane 6 formed by the pawement surface, shall not be less than 118 inch in the center � � of the rnarking and 3/32 inch at a distance of 1/z inch from the edgE. g 10) Maxi�num thickness shall be 3/16 inch. 9 11) The �aterial shall not deteriorate by coniaat with sodium chloride, calcium IO chloride ar ather chemicals used ta prevent roadway ice or because of the 11 oil content of pavement markin.gs or from oil droppings or other effects of 12 traf�ic. 13 12) The matez'ial shall not prohibit adhesion af other thermnplastic markings if, 14 at some fizt�tre time, new markings are placed over existing material. New 15 mat�rial shall bond itself to the old line i.n such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be campietely retroreflective 18 both internally and externally with traffic heads and shall exhibit uniform lg retro-directive reflectance. 2p 14) Traffic beads 21 a) Manufactured from glass 2� b) Spherical in shape 23 c) Essentially free af sharp angulaz' particles 24 d) Essentially free of particles showing cloudiness, surface scoring or 25 surface scratching 26 e) Water white in color Z� t) Appiied at a uniform rate 28 g) Meet nr exceed S�eeifications shown in AASHTO 5tandard 29 Specification for Glass Seads ilsed in Pavemenf Markings, AASHTO 3 fl Designation: M 247-09. 3 S c. Prefarmed Palymer Tapa 32 I} Material shall meet or exceed the Specifications £or SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES, or approved equal. 34 d. Preformed Heat-Acfivated Thermoplastic Tape 35 1} Material shall mee� or exceed the Specificaiuons %r HOT Tape Brand 0.125 36 mil preforined thertnoplastic or approved equal. 37 2. Raised Markers 3 g a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 39 Contro� Devices. 4p b. Nan-reflective markers shall be Type Y(yellaw body) and Type W(white 41 body} raund cerarnic markers and shaIl meet or exceed the T�DOT 42 Specification DMS-4300. 43 c. Ti�e reflective markers shali be plastic, meet or exceed the TxDOT q4 Specification DM5-420Q for high-volume retroreflective raised markers andbe 45 available in the following types: �}6 1} Type I-C, white bady, i face refl.ects white 47 2) Type II-A-A, yellow body, 2£aces reflect ann.ber 4g 3) Type II-C-R, white body, 1 faca reflects white, the other red 49 CITY OF FORT WORTH 5TM[BARD COAlSTRUCTIQN SPECIFICATI(]N DOCUMENTS WaYer 8G Sanitary 5ewer Replaeement Revised Nnvember 22, 2013 Contract 2018, Vi1SiVi-M City Project 3Vo. 10! 668 321723-7 YAVEMENT MARKR*�GS Page7 af 11 I 2 3 �1 5 6 7 8 9 1D 11 12 I3 3. Work Zone Markings a. Tabs 1) Tcrnporary flexible-reflective roadway marker tabs shall meet r�quirernents of TxDaT DMS-8242, "Temporary Flexible-Refl�ctive Road Marker Tabs." 2} Rernovable markings shall not be used to simutate edge lines. 3) No segment of roadway open ta traf�ic shall remain witl�out permanent pavement marltings fo.r a period greater than 14 calendar days. h. Raised Marl�ers 1) All raised pav�ment markers shall meet the requirements af DMS-4200. c. Striping 1) Work ,�one striping shali meet ar �xeeed the T�OT Speci�'ication DMS- $200. 14 2.3 ACCESSORIES [NOT IISED] 15 2.4 SOiJRCE QUALITY CONTROL l6 17 18 A. Per%rmance �. Minimum maintained retroreflecti�ity levels for longitudinal markings shall meet the requirements detailed in the table beIow for a minimum of 3� calendar days. � 30 19 2a 21 22 23 24 25 26 2-lane roads with centerIinc �a markin�s onlv f 1) Pasted S eed 35—a0 tao ? 55 zso All other roads 2 n/a 50 1 �0 (1) Measured at standard 3Q-m geometry in units of mcd/m?/lux. (Z) Exceptions: A. Wh�n raised reflective pavement markings (RRPMs) supplement or s.ubstitute for a longitudinal line, minimum pavernent mazking retroreflectivity levels are not applioable as long as the RTtPMs are mai.ntained so that at least 3 are vis�ble fram any posifion along that line during nighttime conditians. S. When continuo�s roadway li�hting assares that the markings are �ssi6le, minimum pavement marking retroreflecti�ity le�els are not applicable, 2i PART 3 - EXEC'UTYON 28 31 EXAMINATION [NOT USEDJ 29 3.2 PREPt�RATION 3Q A. Pavement Co�ditioas 31 1. Roadway sur�ac�s shall be fre� of dirt, grease, loose and/or flaking exi�ting 32 markings and ot�er forms of contarnination, 33 2. New Portland eement concrete surfaces shall be cleaned suffciently to remove th� �4 curing membrane, 35 3. Pavement to which material is to be applied shaI1 be completely dry, CITY OF FORT WpRTH STANBNiD CQNSTRUCTION 3PECIFICATION DOCUMSNTS Water $c 3anitary 5ewer Replacemcnt Revised November 22, 2D l3 Contract 20.18, WSM-M City Pmject No. 101688 32 l7 23 - S C'AVEMENT MAiiK1NGS Page 8 of l 1 C� 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to moforists or pedestrians. 6 3.3 INSTALLATION 7 A. General 8 1. The materials shall be applied according to th.e manufacturer's recommen.dations. 9 2. Markings and nnarkers shall be applied within temperatuz'e limits recommended by 1p the material manufacturer, and shali be applied on clean, dry �avement ha�ing a 1 L surface temperature above SQ degrees �ahrenheit. 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 34 40 41 42 43 44 45 5. 4. Pavernent s�all b� considered dry, if, on a sunny day af�er observaiion for ] S minutes, no condensation develops an the underside of a 1 square foot piece of clear plastic tlaat has been placed on the pavement and weighted on ik�e edges. 3. Markings ti�at are not properly applied due to fau3ty appIication methods or being placed in the wrong positian or alignment shall be removed and repSaced by Yhe Contractor at the Contractor's expense. If the mistake is suck� that it would be confusing or hazardaus to motorists, it shall be remedied the same day �f notification. Notification will be made by phone and coni3rmec3 by iax. Other nnistakes shall be remedied wikhin 5 days of written notification. When markings are applied on roadways open to traffic, care will b� taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. Freshly applied markings shall be protected from traffic damage and disfigurement. Terz�perature of the material must he equal to khe temperature of the road surface befare allowing traffic to tra�el an it. B. Pavement Markings .. Thermoplastic, hot applied, spray a. This methad shall be used ko install and re}�lace long lines — centerlines, lane Iiaes, edge lines, turn lanes, and dots. b. Marksngs shall be applied at a].10 mil thicicness. c. Markings shall be applied ak a 90 mil thicicriess when placed over existing markings. cl. A sealer shall be used if concrete or asphalt is oider than three (3) years. e. Typical setting tim� slzall be between 4 minutes and 10 minutes depending upon the roadway surface temperature and t1�e humidity factor. f, Retrore�leetive raised markers shall be used to supplerr�ent the centerlines, lane Iines, and turn lanes. Refer ta City Standard Dekail Drawings for placement. g. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2.4.A.1 of thi.s Speci�ication. 2. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop-lines. b. Markings shall be applied at a 12S mil thiclmess. c. Minimum retroreflectivity of markings shall meet ar exceed valuss shown in this Specification. 3. Preformed Polymer Tape a. This method shajl be used to instail and replace crosswalks, stop�lines, and legends. C1TY OF PORT WORTH STANBARD CONSTRUCTION 5P8CIFICATIdN RQCUM�NTS Reviaed Novemher 22, 20i3 Water 8i 5anitary Sewer Replacement Contract 201 S, WSM-M City Praject Na. l D1888 321723-9 PAV6MENT MAR.iC]NGS Page 4 of 11 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 l6 17 18 19 za 21 22 23 24 25 26 27 28 29 30 b. The applied marlcing shall adhere to the pa�ement surFaee with no slippage or Iifting and have square ends, straight lznes and clean edges. c. Minrznum retrore#]ectivity af nnarkings sha11 meet or exc�ed valu�s shown in this Speci�ication. 4. Preformed Heat-Aetivated Thertnoplastic Tape a. This method �hall be used to install and replace cz'os�walks, stop-lines, anid legends. b. The applied tnarking �hall adhex'e to the pavemerit sur£ace with no slippage or lifting at�d have square ends, straight lines and c2can edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this 5pecification. C. Raised Markers 1. All permanent raised pavennent markers on Fortland Cement roadways shall be insta2Ied with epoxy adhesive. Bituminous adhesive is not acceptable. 2. AlI permanent raised pavement markers on new asphalt roadways may be installed with epoxy or bituminous adhesiv�. 3. A chalk Iine, chain ar equivalent shall be used during layout to ensure that individual markers are properly aLigned. All markers shall be placed uniformiy a[ong the line to achie�e a s�nooth continuous appearanc�. D. Work Zone Markings 1. Work shall be performed with as l�ttle disruption to trai�c as passible. 2. Tnstall longitudinal markings on pavement surfaces befare opening to traffic. 3. Maintain lane atigz�ment trafiic control devices and operations until innarkings are instaIled. �. Install markings in proper alignment in accordance with the Texas MUTCD and as shown on the Drawings. 5. Place standard longitudinal lines no sooner than 3 calendar days af�er the place�ent of a surface treahnent, unless otherwise shown on the Drawings. 6. Place markings in proper alignment with the location of the fnal pavement markings. 31 7. Da not use raised pavement rnarkers for words, symbols, shapes, or diagonal or 32 transverse lines. 33 8. All marlcings shall be visible fram a distance of 300 feet in daylight conditions and 34 from a distance of at least L60 fe�t in :nighttime conditions, illunninated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflecied color of the markings rr�ust be distinciIy whi#e 37 ar yellow. 3g 10. The markings must e�chibit uniform retroreflective chaxacEeristics. 39 1 I. Epoxy adhesives shall not be used ta work zone markings. 4a 3.4 REMOVAL� 41 I. Pavement Marking and Marl�er Removal 4Z a. The industry°s best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FOR�' WQRTH STAIYDARD CONSTRUCTION SP�CiFICAT[ON DOCUMENTS Water & Sanitary Sewer Replacement Revised Novemher 22, 2013 Contract 2018, WSM-M City Project I�io. 101688 32 17 23 - !0 PAVEMEIYT MAAKINGS Page 10 of l 1 1 b. If the raadway is being damaged during the marker removal, Work sha11 be Z halted until consultation with the City. 3 c. RemovaIs shal� be done in such a matter that calor and texture cantrast of the 4 �avement suriace will be held to a mitzimum. 5 d. Repair damage to asphaltic surfaces, such as spalling, shellin.g, etc., greater than 6 '/a inch in dept� resulting from the remaval of pavement marlcings and markers. � Driveway patch asphalt emulsion may be broom ap�lied tn reseal danaage to g asphaltic surfaces. q e. Dispose of markers in accordance with federal, state, and local regulations. 10 f. iTse any of the fallowing methods unless otherwise shown on the Drawir�gs. � � 1) Surface Treatment Metliod �2 a} Apply surface ti-eatment at rates shown on the Drawings or as darected. 13 Place a st�rface treatment a minimum of 2 feet wide to cover the 14 existing marlcing. 1 g b) Place a surface treatment, thin overlay, or microsurfacing a rninimum 16 of 1 Iane in width in areas where directsonal changes of traffie are 17 involved or in ather areas as dixected by the City. � g 2) Burn Methpd � g a) Use an approved burning mekhod. 20 b) Far thermoplastic pavement markings nr prefabrscated pavement �1 marlcings, heat ri�ay be applied to remq�+e the bulk of the maz`king 22 material prior to blast cleaning. 23 c) When using heat, avoid spaliing pavemant surfaces. �4 d) Sweeping or light blast eleaning may be used to remove minar residue. 25 3) Blasting Method Z6 a) Use a blasting method such as water hlasting, abrasive blasting, water 27 abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 28 blasting, or bt'ush blasiing as ap�raved. 2g b) Remove paverr�ent max'lcings on concrete surEaces �y a biasting method 30 only. 31 4) Mechanical Methad 3� a} Use any mechanical methad except grinding. 33 b} F�ail milling is accsptable in the removal of markings on asphalt and 34 concrete surfaces. 3� 2. if a location is ta be paved over, no additional campensation will be ailowed for 3g marking ar rnarker removal. 37 3,� REPAIR 1 RESTORATION [NOT USEDj 38 3.6 RE-1NSTALLATION [NOT USED] 39 40 41 42 43 3.7 FIELD QUALITY CONTROL A. All lines must have ciean edges, square ends, and be uniform cross-sechon. B. The density and quality of markaings shall be uniform thraughout their thicicness. C. The appiied markings shai� ha�e no more t�an 5 pereent, by area, Qf holes or voids and shall be free of blisters. CSTY OF FORT WOIiTH STANI�A[iD COI�[5`i`LiUCTIQN SPECIFICATION DOCUIVIENTS Revised Nouember 22, 2013 Water & Sanitary Sawer Itaplacement Contract 2018, WSM-M City Prnject No, 101688 32 17 23-11 PAV�MENT [vfARICIAIG5 Page 11 of l 1 2 3.8 SYSTEM STARTUP [NOT USEDJ 2 3.9 ADJUSTING [NOT USED� 3 3.10 CLEANING 4 A. Contractor shall clean up and rempve all loos� material resulting from construction 5 operations. 6 3.1.1 CLOSEOi1T ACTIVITIES [NOT USED] 7 3.12 PRO'1'ECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.1Q ATTACHMENTS [N4T USED] 10 11 DATE 11/22/13 12 NAME S. Arnold END OF SECTION Revision Log SUMMARY OP CHANGE Removed paint type marking, updated references, addcd sealer language CITY OF FORT WORTH STANDARD CONSTRUG7TON SPECIFICAT[ON DOCLTMENTS Water & 5anitary Sewer Replacement Revised November 22, 2013 Contract 2p1 S, W5M-M Ciry Project tVo. f 41688 321725-1 CURB ADQRCSS PAi1VTING Fagc ! of 3 SECTION 32 17 �5 CURB ADDRE55 PAINTING PART1- GENERAL l.l. SUMMARY A. �ection Includes: 1. Painting of house addresses on curb of dri��way radiuses that are removed and replaced as shown an the Drawings B. D�eviations from this Gity of Fort Worth Standard 5peciiicatian 1. None. C. Related SpeciFication Sections inelude, but are not necessarily limited ta: 1. Division Q- Bidding Requirements, Contract Forms, and Conditians of th.e Coniract, 2. Division i- General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paymeat 1. Measurement a. Measurement for this Item shall include two curb faees. Soth curb faces shall be paid far as a single bid item. 2. Payrnent a. The work perfartned and the rnaterials furnished iu accordance with this Item shall be paid for af the unit pric:e bid per each "Curb Address Painting" completed per address. 3, The price bid shall include: a. Furnishing all labar, materials and equipnnent b. Any incidentals necessary to campleie CUrb Address Painting 1.3 RE�ERENCES A. Reference Standards 1. Reference standards cited in this Speci�ication refer tp the latest revision date logged at the end oi this Specification, unless a date is specifical1y cited. 1.4 —1.1� [NOT USED] PART � - PRODUCTS 2,1 OWNER-FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPE5, MATERIALS A. Mat�rials 1. A�1 materials shall be of recent product and suitabl� %r its intended purpose. C1TY DF FQRT W�RTI-f STANDAR� CONSTRUCFION SPECIFICATIQN DOCLTMENTS Water & 5anitary Sewer Rep3anement Version November 4, 2013 Contract 3018, WSM-M City Ptajcct No, ] O l 686 321725-2 CLIRII ApDRG5S PAIN'I7NG .Page 2 of 3 2. Background paint shall be 7100 Series 100% AcryIic Satin White paint man.ufactured by Kwal Paint, or approved equal. 3. Letterir�g paint shall be 71Q0 Series 100% Acr}rlic 5atin Black paint manufactured by Kwal Paint, or approved equal, B. Size Requirements 1. The minimum size far the baekground shall be 6-inches wide by 16-inches �ang, or as directed in the Drawings. 2. The minimum size for letters shall be 4-inches high, or as direeted in the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOIIRCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARA"TXON A. Suriace Freparation 1. Provide suriace preparation in accordance with manufacturer's recornmendations. B. SurFace Canditions 1. Unless approved otherwise by the City, surface conditions must meet the following zninimum requirements; a, Concrete has cured for a minimum of 28-days b. Surface temperature greater than 50°F and less than 95°F 2. No wark shail occur if weather conditions may harm or damage the fznal �nished surface. 3.4 APPLICATION A. Apply in accordance with the manufacturer's recommendations. B, Backgr4und Application 1. Apply the background with 3- or 4-ir�ch roller wifih '/Z-inch nap, unless otherwise approved by the City. C. Letter Application 1. Apply th.e lettering with 1- or'/a-inch arti�icial nylon or po.lyester or cozn6ination brush and stcncils, unless otherwise approvcd by the City. C[TY OF FORT WOi�"TH STANaARD CONSTRUCTIDN SPECIFICATION DOCUME]VT5 Wa#er & Sanitary 5ewer Reptacement Versinn No�embet 4, 2013 Contract 2018, WSM-M City Project No. 101688 32 �7 zs - a CURB ADDRES5 PAINTIAfG Page 3 of 3 3.5 REPAIR / RESTORATION [NOT iTSED] 3.6 RE-INSTALLATION [NOT USED� 3.7 FIELD QUALITY C�NTROL [NOT USED] 3.8 SYSTEM STARTLTP [N4T USED] 3.9 ADJUSTING [NOT USED� 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [N�T USED] 3.�3 M�►INTENANCE [NOT USED] 3.i4 ATTACHMENTS [NOT USED] END OF S�CTION CIT'Y OF FOR1' VJDRTI[ 5TANDAkll CONSTRUCTTON SPECIFICATI01�' IJQCUMENT5 Water & Sanitary 5erv�er Replacement Version November 4, 2U 13 Contrxct 2018, WSM-M City Project No. 1�L688 3231 l3-t CHA1N [,INK FE3YCE AND GATES Page 1 af 7 SECTION 33� 31 13 CHAIIV LINK FENCE AND GATES PART1- GENERAL 1.1 SUMMARY A. 5ection Includes: 2. Galvanized c�ated chain link (non-sec�xrity) fencing atid accessortes in accordance with the City's Zoning Ordinance. Wrought iron fencing a.ud accessories Steel tube iancing and accessories 4. On utility projects: a. When existing fence is within the project Site (i.e, parallel ta the utility trench and/or within utility easement) and is directIy disturbeci by construction activities, fencing will be paid far as listed in Article 1.2 below. b. When e�cisting fence is crossing t.he proposed utility trench, the work perfoz�mcd and materials furnished in accordanc� with fence replacement will b� cansidered suhsidiary to the trench and no other compensation will be allowed, c. When existing fence is ouiside of the limit� of the project Site or is idenfified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense af the Contr�ctor and no other compensation will be allowed. B. Deviation� fram this City of Fort Warth Standard Specification 1. None. C. ReIated Specificatian 5ections i�zclude, but at-e not necessarily limited to; 1. Division 0- Bidding Requi.rements, Contraet Forms, and Canditions af the Contract 2. Division I- General Requirements 1.2 PR�CE AND PAYMENT PROCEDiJRES A. Measurement an� Payment Chain Link Fence a. Measurement 1) Measurement far this Item shall be by the linear foat of Chain Link I'ence instalied. b. Payment 1} The work perfarmed and :materials furnished in accordance with this I�em and measured as provided under "Measutement" will be paid for at the unit price bid per linear foot of Chain Link Fence installed for various: a) Heights b} Fabric materials c. Th.e price bid shall include: 1) Fuznishing and installing all fence and gate materials 2) Mow strip, if shawn in Drawings 3) C�eanup 4) Hauling 2. Wrought Iron Fence CTTY OF FOlii' WORTH STANDARD CONSTRUCTION SFECIFICA7']OdY DOCUMENTS Water &�anitary Sewrer Iteplecement Revised 17ecember 2Q, 2412 Cantract 20] &, W5N�-M CiYyl'rojectNo, ip]688 3231 13-2 CHAIN LINIC FEI�TCE AND GATES Page 2 of 7 b. c. a. Measurement 1) Measurement far khis Item shall be by the linear foot oi Wrought Iron Fence installed. Payment 1) The v�ork perFormed and materials �'urnished in accordance with this Itezx� and measured as provided under "Measurement" will be paid for at the unit price 6id per linear foot of Wrought Iran Fence instailed for �arious heights. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2} Mow strip, if shown in Drawings 3) Cleanup 4) Hauiing 3. 5tee1 Tube Fence a. Measurement 1) Measurement far this Item shall be by the linear foot of Steel Tube Fenae h c. installed. Payment 1) The work perForrned and rnaterials furnished in accorda.nce with this Item and measured as prot+ided usider "Measurement" will be paid for at the unit price bid per linear foot of 5tee1 Tube �ence installed for various heights. T1�e price bid shall include: 1) Furnishing and instailing all fence and gate materials 2) Mvvv strip, if shovvn in Drawings 3) Cleanup 4) Hauling L3 REFERENCES A. Reference Standazds 1. Reference standards cited in this specifiCation refex to the current reference standard published at the time of the latest revision da.te logged at the end of this specification, unSess a date is specifcally cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specificatian far Carbon Structural Steel b. A 123, Standard Specif'tc�ti�n for Zinc (Hot-Dip Galvanized) Coatings on Iron and Stee1 Products c. A 392, Standard Specificakion for Zinc-Caated Steel Chain-Linlc Fence Fabric d. A SQ4, Standard Specification far Cold-Fflrmed Welded and Seamless Carbon Steel 5tructural `Tubing in Rounds and Shapes e. F 626, Standard Specifieation for Fence Fittings f. F 1043, Stanciard Speeifieation for Strength and Proteckive Coatings on Stee1 Indusirial Chain Link Fenca Framework g. F 1 a83, Standard Specificatian for Pipe, Sieel, Hot-Dipped Zinc-Coated (Galvanized) Welded, foz' Fence Struckures h. F 1183, Specification �or Alujninunn Alloy Chazn Link Fence Fabric 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� ACTION SUSMITTALS A. Shop drawings CITY OF FORT WOTLTH Watcr & Sanitary Sewcr Replaccment 5TAN17ARD CDNSTRiFCTION SP�CIE'ICATION DOCLIMENTS Contract 2618, WSM-M Revised Decembec 2D, 2012 Cily Pmject No. l0! 688 32 31 13 - 3 Cl�IAIA' LiNK FENCE A]1D GATES Pagc 3 of 7 1. Layout of fences and gat�s with diznensions, details, artd finishes of components, accessories and post foundations if requested by the City. B. Product data 1. Manufaeturer's catalag cuts indieating matezial compliance and speeified options. 1.0 ACTION SUBMI'TTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEQLTT SUBMITTALS jNOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QiTALI'TY ASSURANCE [NOT USED] � 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDj l.11 FTELD [SITE� CONDITIONS [NOT USED] 1.12 WARR�NTY [1�TOT USED] PART � - PR�DUCTS �1 OWNER-FURNI,�HED [NOT USED] �.� MANUFACTT]RED UNITS / MATERIALS A. Manufacturex 1. Minimum af 5 years of experience manufacturing galvanized eoated chain link fencing. 2. Approved Manufacturer ar equal: a. Alli�d k'ence, Inc. b. American Fence Corp, c. Anchor Fenc�, Inc. d. Master Halco, Tnc. B, Materials 1. Chain Link Fence a. General 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shaIl be of steel. 2} Gate hinges, post caps, barbed wire supporting arms, str�tcher bar bands and other parts shall he of steal, malleable iron, duciile iron or equal 3) Post tap,s, rail end, ties and clips may be af aluminum. 4) Use only new material, or saivaged/existing material if appro�red by City or noted on Drawings. b. Steel Fabric 1) Fabric a) Np, 9 gauge b} 2-inch mesh (1) Comm�rcial: both top and bottam selvages twisted and barged Residentiat; match existing or both top and bot�om selvages knuckled (2) Furnish 1-piece fabric widfhs, 2) Fabric Firush: Gal�aruzed, ASTM A 392, Class I, with not le�s than 1.2 oa. zinc per square foot of surface. c. Aluminum Fabric CiTY OF FORT WORTH STA3�DARD CONSTfiUCTION 5PEC1T"ICATIOIV dOCUMENTS Water & Sanitaty �ewer Replacement Revised Decembei 20, 2012 Contract 2Ul 8, WSM-M City Project No. 10168$ 323113-A CIiAi[*� LINfK FENC� AND GA'i'ES Pagc 4 of 7 d. e. 1) Fabric a} ASTM F 1183 b} No. 9 gauge c) 2-inch mesh, with both top and battom selvages twisted and barged. d) Furnish �-piece fahric widths. Steel Framing 1) 5teei pipe - Type I a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 30,000 psi d) Sizes as indicated e} Hot-dipped galvanized with minzmum average 1.8 ozlft2 of caated surface area 2) Steel pipe - Type II a} ASTM F 1 Q43, Group IC b} Minimum yield strength; SO,OOQ psi c) Sizes as indicated on Dravuings d) Protective coating per ASTM F 1043 (i) External caating Type B {a) Zinc wit'h organic overcoat (E3) 0.9 ozlftz minimum zinc coating with chramate canversion coating and verifiable polymer film {2) Internal coating Type B (a) Minimum 0.9 oz/ftz zinc or Type D, zinc pigmented, 81 percent nomina3 coating, minimum 3 mils 3) Pormed steel ("C") sections; a) Roll %rrned steel shapes camplying with ASTM F 1043, Group II b) Minimum yield strength: 45,400 psi (310 MPa) c) Sizes as indicated on Drawittgs d) External coating per ASTM F 1043, T�e A (1) Minimum av�rage 2.0 ozlftz of zin.c per ASTM A 123 �4) Steel square sections a} ASTM A 50U, Crrade B b} Minimuz�a yieId strength: 40,000 psi c) Sizes as indicated on Drawings d) Hok-dipped galvanized with tziinimum 1.8 ozJft� of caated surface area Accessories ].) Chain lizik fence accessories a) ASTM F 626 b) Pro�ide items reguireci to compiete fence system. c) Ga[vanize each ferrous metal itetn and finish to match framing. 2) Post caps a} Formed steel or cast rnalleable iron weather tight closure cap for tubular posts. b} Provide 1 cap fqr each post. �) Gap to have provision for barbed wire when necessary. d) "C" shaped line post without top rail ar barbed wire supQorting arms do not require posi caps. e) Where top rail is used, provide tops to permit passage of tap rail. 3) Top rail and rai1 ends CITY OF FORT V�+ORTH Water & Sanitary Sewar Rcplacement 5TANDARD CONSTRUCTTOIV SPECIFICATION DDCUMENT5 Caniract 2018, WSM-M Revised December 2Q 2412 City Project 1Vo. I0168$ 323[ l3-S GE[A1N LIfVK FENCB AND GATES Pagc S of 7 a} I S/S inch diameter galvanized round pipe for harizontal railing h) Pressed steel per ASTIvI F626 c) For cannection of xail and brace to terminaf posts 4) Top rai! sleeves a) 7-inch axpansion sleeve with a�-nizaimum 0,137 inch urire diameter ancf 1.80 inch length spring, atlowing far expansion and contraction o.f top rail 5) Wire ties a) 9 gauge galvanized stee� wire fpr attachment of fabric to line pasis b} Double wrap I3 gauge for rails and braees. c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and t�nsion (stretcher bar) bands a) Pressed steel b} 1Vlinimum 300 degree pro�le cuxvature for secure fence post attachment c) At �quare postprovide tension bar clip�. 7) Tension (stretcher) bars: a) 1 piece lengths equal to 2 inches less than full height of fabrie b) Minimum cross-seetion of 3/16 inch x 3/4 inch c) Provide tension (s�-etchar) bars where chain link fabric m�ets terminal posts. S) Tension wire a) Gal�anized coate.d steel wire, 6 gauge, [0.192 inch] diameter wire b} Tensile strength; 75,Q00 psi 9} Truss rods & tightener a) Steel rods with minimum diameter of 5116 inch b) Capable of withstanding a tensian of minimum 2,000 p.ounds 10) Nuts and bolts are galvanized. 2. Wroughi Iron �'ence: specifiec� per Drawings. 3. Steel Tube Fence: speci�ed per Drawings. 4. Setting Materials a. Cancr�te I} Minitnum 28 da.y comprassive strength of 3,000 psi 2) Bagged concrete allowed. b. Drive Anchors 1) Galvanized angles 2} AS'TM A 36 steel 3) 1 inch x 1 inch x 30 inch galvatiized shne clamps to secure angles to pasts. �.3 ACCESSORIES [NOT USED] �.4 SQURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTXON 3.1 INSTALLERS [NOT U3ED] 3.� EXAMINATION A. Vcrification of Conditions 1. Verify areas to receive fencing are completec� to fnal grades and e.levations. 2. Ensure property lines and legal baundaries of work are clearly established C1TY QF FORT WORTH STANDARD CON3TRUCTIDN SPECIFICATIaN DOCUMENTS Water & Sanitary 5ewer Replacemant Revised Decembrs 20, 2012 Contract 2D 1 S, W5M-M City Project No. 101688 323i 13-6 CFIAIN LINK FENC� AND GAT85 f aga 6 of 7 3.3 PREPARATION [NOT L1SED] 3.4 INSTALLATION A. Chain Link Fence Frarning 1. Locate terminal post at each fenc� termination and change in horizontal ar ve�tical direction of 30 degrees or more. 2. 5pace line posts uni£armly at 10 %et on center. 3. Set all poats in cancrete a. DriI1 holes in firm, undisturbed or corz�pacted soil. b. Drill hole diameter 4 times greater than outside ditx�ensian of post. c. 5et post bottom 24 inches belov� surfac.e when in Firm, undisturbed soil. d. �xca�ate deeper as required far adequate support in saft and loose soils, and for posts vvith heavy lat�ral loads. e. Place concrete around posts in a continuous pour. Trowel finish around gost. 51ope to direct water away from posts. 4. Check each post for �ertical and top alignt�rtent, and maintain in positian during place.ment and fmishing o.perakians. 5. Bracing a. Insfia114�orizontal pzpe brace at na.id-height far fences 6 feet and taller, an each side af terminal posts. b. Fir�nly attach with fittings. c. ]nstall diagnnal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension �vire a. Frovide tension wire at hottom of fabric and at top, if top rail is not specified. b. Install tension wi.re before stretehing fabric and attach to each past with ties. c. S.ecure tension �vire to fahric with 12-112 gauge hog rings 24 inches on center. 7. Top rail a. Install leng�ihs, 21 feet b. Conneci joints with sleeves far rigid connections for expansianlcontraction. $. Center Rails far fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottam raals between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric a. Install fabric nn sacurity side and attach so that fabric remains in tension ai�er pulling force is released. b. Leave approximately 2 inches beiween finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braees, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through £abric and attach to temunal posts with bands or clips spaced nnaximum of 15 inches an center. 3. Aeces�ories a. Tie wires: Bend ends of wire to min.imize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. CT'TY OF FORT WO[iTIi STAI�S�ARD CONSTRUCTIdN SPECIFiCATI01� DOCUMENTS WaEer & Saeitary 5ewer Replsaement Revised Decem6er 20, 2012 Contract 2018, WSM-M City Project No. I D1688 3231 13-7 CHAIN LINK FENCE AND GAT�S Pagc 7 af 7 C. Wrought Tron Installation; install per Drawings D, Steel Tube Fence; instal[ per Drawings 3•5 R.EPAIRIRESTORATION [NOT USED] 3.6 RE-INSTALLATIQN [NOT U�ED] 3.i RIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDj 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USEDJ 3.I2 PROTECTION [NaT USED] 3.13 MAINTENANCE [N�T ITSED] 3.14 ATTACHMENTS [NOT USEb] END OF SECTION c. Slats: Install slats in accordance r�vith manufacturer's in5tructions. Revision Log DATE NAM� SUMMARY OF CHANGE i xrzarzo � a D. Johnson I 1.[.A. modifeed to when City would pay for fence replacement on utility ��•o�e�ts CITY OE FORT WOR"I'H STAN➢ARD CONSTRLJCTI4N SP�CiPICAT10tY pOCCIMENTS Water & Sanitary Sewer Raplacement Revised December 20, 2012 Contract 2U1 �3, WSM-M CityProject}Vo. LU168$ 323125-I W1RE FEI�CE AND GATES Yage I of 5 SECTION 3� 3125 WIRE FENCE AND GA�'ES PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Furnish and canstruct fence of barbed ox smoath wire. 2. On utility projects: a. When existing f�nce is within ttie project Site (i.e. parallel to the utility trench andlar within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Artiele 1.2 below. b. When existing fence is crossing the proposed utility trench, the work perfozmed and materials furnished in aecordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the Iimits of the project Site or is identified as protected on the Drawings an.d is disturbed andlor by construction activities, replacement will be at the expense of the Cnntractor and no ather cnmpensatiaa will be allowed. B. Deviations from this City of Fort Worth Standard 5peciiication l. None, C. lZelated 5pecification Sections inelude, but are not necessarily liznited to: 1. Division 0- Bidding Requirements, Contraet Forms, and Conditions of the �ontract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurem�nt and Payrnent Wire Fence a. Measurement 1) Measurement for this Item sha11 be by the linear foot of Wire Fence, excluding gates. b. Payment 1) The work p�rformed and rnaterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear faot of Wire fence installed for various: a) Post types b) Wire types c) Nurnber of Strands as specified in the Drawin�s c. The price bid shall include: 1) Removal of existing fence andlor, unl�ss speciiically defined as a separate pay iterr� on Drawings 2} Furnishing, preparing, hauling, anid installing Wire Fence 3) Excavatian, backiilling, and disposal of surplus material 4) Removal and trimnning of brush and tree limbs Steel Gates a. Measurement CITY OF FORT 1WDRTH Water & 8anitary Sewer Replacement STANDARI] COIV5TRUCTfON SP�C1I'IGATIOIV DOCUMENTS Contracl2U1B, WSM-M Iievised 1]e¢em6e� 20, 20.12 Ciry ProjectNv. 101b8B 32 31 26 - 2 WIRE FENCE AND GATES Page 2 of 5 1) Measurement for this Item shall be p.er �ach Steel Fence. b. Payment 1) The work performed and materials fi�rnished in accordat�cc with this Ttem and rneasured as provicled under "Measurement" wi11 be paid for at the unit price bid per each 5tee1 Gate by height. a. The price hid shall znclude: 1) Removal of existing fence and/or gates, unless speciiically defined as a separate pay item on Drawings 2} Fwnnishing, prep.aring, h�uling, and znstalling Steel Gates 3) Excavatian, backfilling, ana disposal af surplus material 4) Remova� and trimtning of brush and tree limbs 1.3 REFERENCES A. Reference Standards. 2 3 Re%rence standards cited in this specification refer to the current reference standard published at the time of the 2atest revision date Iogged at the end of this specification, un�ess a date is specifically cited. American Society for Testing and Materials (ASTM): a. A 702, Standard Sp�ci%cation for Steel Fence Pasts and �ssem�lies, Hat Wrought b. A 121, Standard Specificatian for MetaIiic-Coated, Carbon Steel Barbed Wire c. A l lfi, Standard Specifcation far Metallic-Coated, 5tee1 Wnven Wire �'ence Fabric d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zino-Coated (Galvanized) Welded, for Fence Strucfutes American Wood Prptection Asspciation (AWPA) a. P8/P9, Standard far Oil-Borne Preservatives b. C5, Fence Posts - Pres�rvative Treatment by Pressure Processes 1.4 ADMINISTRATIVE REQUIREMENTS [NUT USEDj 1.S ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT U�ED] 1.7 CLOSEOUT SiIBNIITTALS [NOT USED] 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSLTRANCE [NOT USEDj 1.10 DELTVERY, STORAGE, AND FIANDLING [NOT USED] 1.�1 FIELD [SITE] CONDITION5 [NOT USED] 1.12 WARRANTY [NOT USED] PART � - PRODUCTS 2.1 OWNER-�IIRNTSHED PRODUCTS [NOT USED] 2.2 MATERIALS A, Furnish materials in accordance with cietails shown an th� Drawings and with the following requirements. CITX QF FORT WdATH 5TANBARD CpNSTRUCTIpN SI'ECIFICATION DOCUMEI�'T5 Water & 5anitary Sewer Replacement Revised December 2tl, 2012 Contraot 2Q18, WSM-M City Pro.ject Na. l01 b88 32 31 26 - 3 WIRE FENCE AND CIATES Page 3 of 5 B. Metal Pflsts and Brac�s 1. Steel Pipe: ASTM F 10$3 2. "C posts: ASTM A 702 3. 4. 5. C� Use only new skeel. Do nat use rerolled or open-searn material. Furnish galvanized steel sections in ASTM F 10$3. Painting a. Use an approved anticorrosi�e coating. b. After installatian of painted posts and braces, spot-coat damaged areas w�th the same paint colar. c, Use paint w'ith at least the same anticorrosive properties as tha original paint. Use the size, weight, and area of posts, braces, and anchor plates shown on the Drawings. C. Wood Pflsts and Braces 1. Untreated Wood: cedar or juniper timber 2. Treated Wood a. AWPA standards gov�rn materials and methods of treatments inciuding seasaning, preser�atives, and inspection for treatment. b. Each pieee or bundle of other treated timbet products must have: 1) Legib3e brand mark or tag indicating the name of th� treater 2) Date of treatment or lot number 3) AWPA treatmeni specification symbol c. Provide the le�el of preservati�e indicated in Tabl� 1, Table 1 Minimum Retentian of Presarvafive Penta- Prqduct chloraphenul AWPA (1hJcu. ft.) 5taadard �W�A far Preservati�e (PSIP9) Treatmen[ Standard Wire fance posts a 4 GS 3. 4. 5. l. ReYention determined 6y assay (0 to 1.0-inch aane). Use sound tirnber that is free from decay, shakes, splits, or otker defeets that would weal�en the posts ar braces or ntherwise make them structuraily unsuitable for the purposes intended. Knots that are sow�d, tight, krinn�med flush, and not in clusters will be allowed, provided they do not exceed 1/3 of the small diameter or the least dimension of the pasts and braces. Remove spurs and splinters, cutting the ends square. D. Gates and Gateposts: Furn�ish rnaterials to the required dimensians_ E. Barbed and 5mooth Wue: ASTM A 121, Class 1 l. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 2_ Barbed Wire: 2-point 14 gaug� harbs spaced no more than 5 inches apart F. Wire Mesh: ASTM A 1 l6, Class 1 l. Top and bottom wires: at least iQ gauge wire C1TY QF FORT WORTH STANDAi2D CDNISTRUCTION SPECIFICATION DOCUMENTS Water & Sanitary Sewer l�epfacament Revised December 20, 2012 Cantract 2018, WSM-M • City Project No. 1 D1688 323] 26-4 WIRE FEIVCE .4ND GA7'�5 Page 4 of 5 2. Intermediate wires and vertical stays: 12 Z/2 gauge wire G. Miscellaneous 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable aevices for holding barbed wire and wire mesh firmly to metal posts. 2. Use material of good commercial quality azxd design. 3, Provide galvanized staples, at l�ast 1 1/2 inch long. H. Concrete 1. Minimum 28 day compressive strength of 3,OQ0 psi 2. Bagged concrete a11qv,�ed. 2.3 ACCES.SORIES [NOT USED� 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECi1TION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATI�N [NUT USED] 3•3 �'REPARATION [N4T USED� 3.4 INSTALLATION A. Space fence posts as shawn an the Draw�ings or to match existing, S. Set fenCe posts plumh and firm at the intervals, depth, and grade shown on the Drawings or to match existing. C. Brace corner and pu11 posts in Z directions. D. Brace end posta and gateposts in 1 direction. �. Install a comer posf where ihe alignment c�:anges 30 de�rees or more, F. At alignmer�t angIes between 15 and 30 degrees, brace the angle post to the adjaceat tine posts with diaganal tension wires. G. At grade depressio�s where stresses tend to pull posts out of the ground, snub or guy the fencing at the cxitical point with a double 9 gauge galvanized wire. H, Connect the wire to the top horizontal line of the barbed wire or to the top and bottom rvire or wire mesh fabric, and to a deadinan weighing at least 1 a0 paunds. I. Stretch the fence before guying and snubbing. J. Install number stands at spacing shawn in Drawings. K, Install corner, end, ar angle post assembly bafare stt-etc}aing tl�e wire between posts. L. Connect existing cross fences to the n�w fences and cornet� posts at junctions with existing fences. M. While drawing hazbed wire and wire fa�iric tat�t, fasten to posts using galvanized ties ar staples, ar as shown on the Drawings. N, InstaII pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet intervals for r�vood posts. C['1"Y OF FQRT WOtiTIi STAND�\1tL7 CONSTRUCTION SPECIFICATION llQCUM�iriTS Water & Sanitary 5ewer Replacement Revised December 20, 2012 Contract 20l S, WSM-M City Project Na. 10ih88 323.126-5 WIRE FEAiGE AItiiD C,ATES Page 5 of 5 O. Drive metal line posts pravideci driving does nat damage the pos#s. P. Set rnetal corners, ends, pull posts, and braces in cancrete footings a minimum of 24 inches and crowned at the top to shed water. 3.5 3.6 3.� 3.� 3.9 Q. Thoroughly tamp backfill in 4 inch layers. R. Notch timber posts. REPAIRIRESTORATXON �NOT USED� RE-INSTALLATION [NOT USED] FIELD QUALITY CONTROL [NOT USED] SYSTEM STARTUP [NOT USED� ADJUSTING [NOT U5ED] 3.10 CLEANING [NOT USED� 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECT��N [NOT U�EDj 3.13 MAlNTENANCE [N�T USED] 3.14 ATTACAMENT� [NOT USED] END UF SECTI�N Revision Log DATE NAME 12/20/2012 D,Iohnson SUMMARY OF CHANGE 1.1.A. modi€'ied to describe when City would pay fpr fence replacemant on utility projects Cli'Y OF FOR'I' WOKTEI Water & Sanitary Sewer I2eplacement STANllARd CON57'RUCTIOM SPECIFICATIOR' FOCUMENTS Contract 2U18, WSM-M Revised December 20, 2012 City Project No. 10Z686 32 31 29 - ] �VOOD FEIVCH AND GA.TES Page ] of 5 SECTION 3Z 31 29 WOOD FENCE AND GATES PART i - GENER�I, 1.1 SUMMARY A. Section Includes Construction of woad fences and gates alang bounda�-ies, praperty lines � accordance with the City's Zoning Ordinance. 2. On utility projects: a. When existing fence is within ihe project Site {i.e. parallel to the utility irench and/ar wit�in utility easem�nt) and is directly disturbed by canstruction activities, fencing wiii be paid for as listed in Article 1.2 below. b. When e�cisting fence is crossing the proposed utiIity trench, the work performed az�.d rnaterials furnished in accordance with %nce replacement will be considered s�bsidiary to the trench and no other compensation will be allowed. c, When existing fence is outside of the limits of the project Sit� or is identified as protected on tha Drawings and is disturbed andlor by construction activities, replacement will be at the expense af the Contractor �nd no othez- compensation will be allowed. B. Deviations froitn this City of Fort Worth 5tandard Speci#ication 1. None. C. Related Specification Sections include, but are not n�cessarily limited tn: Z. Division 0- Bidding Reyuirements, Contract Forins, and Conditions of the Contrac.t 2. Division I- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement far this Item sha116e by the linear fooi �f Woad Fence installed, including gates. ?. Payment a. The work performed and materials fiunished in accardatxce with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per linear foot of Wood Fence installed for hy height. 3. The price bid shall include: a. Furnishing a11 materials for fence and gates b. AZl preparatian, erection and installation of materials t.3 REFERENCES A. Re#'erence Stat�datds 1. Reference standards cited in this specification refer to th� current reference. standard pablished at the kime of the latest revision clate logged at the end of this specification, unless a date is �pecificalIy cited. 2. American Society for Testing ancf Materials {ASTM): C1TY OF FORT WORrH STANDATLI] CONSTRUCT'IQN SP$CIFICATIONI DOCLIMEIVTS Water 8t Sanitary 5ewer Replanement Revisad D.ecember 20, 2012 Contract 2018, WSM-M City Pmject Na. 1O1b88 323129-2 WOOD FE[YCE AND GAfES 4'age 2 of 5 a. A 123, Standard Speciiication for Zinc (Hot-Dip Gal�anized) Coatings on Iratt and Steel Products b. A 500, Standaz'd �pecification For Cold-Formed Welded and Seaz�nless Carhon Steel Str�ctural Tubing in Rounds and Shapes c. F I0�3, Standard Speciircatian. for Strength and Protective Coatings on 5teei Industrial Chai� Link Fence Frarnework d. F 1083, Standard Speci�cation for Pipe, Steel, Hot-Dipped Zine-Coated (Galvanized) Welded, for Fence 5tructures f.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.a SUBMITTAI.S A. 5hop drawings: Layaut oifences and gates with dimensians, details, at�d fmishes of conr�ponents, accessories and post foundations B. Product data: Manufacturer's catalog auts indicating material com�liance and speciiied options C. Building Permit; All feaces over 6 feet i.6 ACTION SUBMITTALS/iNFORMATI�NAL SUSMITTALS [NOT U5ED� 1.9 CLOSEOUT SUBM7TTALS [NOT USED] 1.$ MAINTENANCE MATEIZIAL SUBMiTTALS [NOT USED] 1.9 QUALITY ASSUItANCE [NOT USED] I.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [STTE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART � - PR�DiICT� �.1 UWNER-FURNISHED PRODLICTS [NOT USEDI �.� MATERIALS A. General 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal. 2. Po�t tops ma}+ be of aluminum. B. Slats: Redwood or cedar free from all major decay or defects w�iich would weaken or otherwisa cause them to be unsuitable for fence slats. C. Bottom and Tap Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. D. Corner, Gate, End, ar Line Posts 1. Wood Posts a. 1Vlinimum size; 4-inch x 4-inch cedar wood post or match e�sting b. Free from all decay, splits,. multiple cracks, ar any other defect which would wealcen the posts or otherwise cause them ta be structurally unsuitabl� far the purpose intended 2. Steel Posts a. Steel pipe - Type I CITY dF FOIi'C WaRTH 5i'ANDARD COIVSTRCICTION SPECIFICATION flOCi1MENTS Water & Sanitary 5ewer Replacament Revised December 20, 2012 Cnntract 2D 18, W 5M-Mf City Project No. ka1688 32 31 29 - 3 WQOD FENCE ANp GAT�S Page 3 of 5 1) ASTM F 1083 2) ,Standard uveight schedule 40 3} Minimum yield strength: 34,000 psi 4) Sizes as indicated on Drawings 5) Hot-dipped galvanized with minimum average 1,8 oz/ftZ of coated surface area. b. Steel pige - Type II 1) ASTII�I F 1043, Group iC 2) Min.imu� yieId strength: 50,000 psi 3) Sizes as indieated on Drawings 4) Protect�ve coating per ASTM F 1043 5) External coatin.g Type B a} Zinc with oz-ganic overcoat b} Q,9 az/ftZ minimuan zinc coating with chrarnate con�ersion coating and verifiable polymer fi�m b) Interna� coating Type B a) Minirnum p,9 oz/fta zinc ar Type D, zinc pigrnented, 81 percent no�ninal coating, minimum 3 mils c. Formed steel ("C") sections 1) Roll formed steel shapes camplying with ASTM F 1043, Group Ii 2} Minimum yield strength: 45,004 gsi (310 MPa} 3) �izes as indicated an Drawings 4) Ext�rnal coating per ASTM F 1043, Type �+► a) Minimum average 2.0 ozlftz of zinc per ASTM A 123 d. 5tee1 square sectians 2) A9TM A 540, Grade B 2) Minimum yield strength: 40,000 psi 3) Sizes as indicated 4) Hot-dipped galvanized wifh minimum 1.8 oz/f�a of coated surface area 3. Accessaries a. Post caps 1) Formed steel or cast rnalleable iron weather tight closure cap far tubular posts. 2) Provide one cap for each post, 3) Cap to have provision for barbed wire when necessary. 4) "C" shaped line post �vithout top rail or barbed wire supparting arms do not require past caps. S) Where top rail is used, prqvide tops to permit passage of top rail. 4. 5etting Materials a. Concrete 1) Minimum 28 day compressive strength of 3,OQ0 psi 2) Bagged conctete allowed. 2.3 ACCESS�RIES [NOT USED] 2.4 SOIIRCE QUALITY CONTROL [NOT USED] PART 3 - EXECi7TION 3.1 INSTALLERS [NOT USED] CITY OF FORT WQEtTH STANDARp CONSTRUCTION SAECIFICATION �OCUMENTS Watar & S�nitary 5cwer Replaccmcnt Redssed December 2Q, 2412 Contract 2018, W5M-M City Project 1Vo. 101688 323129-4 WOOD FEI+ICE AND GATES Page 4 of 5 3.� EXAMINATION A. Verification nf Conditions 1. Verify areas to recei�e fencing are campleted to final grades and elevations. 2. Ensure property Iines a�d legal baundaries of �vork are clearly established. 3,� PRE�ARATION [NOT USEDj 3.4 INSTALLATTON A. iNood Fence Framing 1. Skee1 Posts are required for all required screening fences. 7 3. 4. 5. Locate terminal past at each fenee te�nination and change in horizontal or vertical directian of 30 de�'ees or more. 5pace line posts unifarmly at 10 feet on cent�r. Set all pasts in concrete. a. DrilI holes in firm, undisturhed or compacted soil. b. Dril� hole diameter 4 times greater tk�an outside dimension of post {miniznum 12 inches). c. Set post bottom 24 isiches below surface when in firm, undisturbed so�l. d. Excavate deepez' as required for adequate support in soft and loose soils, and for posts with heavy lateral lo.ads. e. Place concrete around posts in a continuous pour. f. Trowel finish around post. 51ope to ciirect water away from� posts. Check each post for vertical and top alignment, and maintain in posiCian during p�acement and finishing aperations. B. 51ats 1.. Place slats approximately 1 inch above the ground, and on a s�raight grade between posts by excavating high points of the ground. 2. Fasten slats to top and bottam railings with 2 gal�anized screws designed for wood fence construction at both the top and bottam rail. 3.5 REPAIRIRESTORATTON [NOT [7SED] 3.6 RE-INSTALLATION CNOT U5ED] 3.9 FIELD QUALITY CONTROL (NOT USED] 3.$ SYSTEM STARTUP [NOT USED� 3.9 ADJUSTING [NOT USED] 3.� Q CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED� 3.1� PROTECTION [NOT USEDI 313 MAI.NNTENANCE [NOT [TSED� 3.14 ATTACFIMENTS [NOT USED� END OF SECTION CCI'Y OF PQRT WORTFI Wa{cr & Sanitary Sewer Replacemcnt STANDAIZD GONSTRUCTIOAf SP�CIFICATION DOCUMENTS Contract 20l8, WSM-M Revised December 2�, 2D12 City Froject No. 101688 323124-5 WOOD FBNCE AND C'iA'rE5 Pagc 5 of 5 Re�ision Log DATE NAME 12/20/2p12 D.7ohnson SUMMARY OF CHANGE 1.1.A. madifeed to descri6e when City wou[d pay for fence replacerr�ent an utility proje.cts errY oF Fo�T wox�rH STANDART.I CONST[�UCTION SPECIFICAT[QN DQCUMENTS Water & Sanitary Sewer Replacement Re�ised December 20, 2D12 Contract 2018, WSM-M City Project No. 1tl1688 323213-1 CAST-IN-FLAC� CDNCAET� RETAINING WALLS Page 1 of 6 SECTION 32 3� 13 CAST-IN-PLACE CONCRET� RETAINING WALLS PART1- GENERAL l..l SUMMARY A. Seetion Includes l. 2. Construction of cast-in place conc�ete retaining wall adjaeent to concrete sidewalk (3 fpot maximum height) nf the size and shape detailed on the Drawings and at the location shown on tlie Drawings. Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall of ti�e size and shape detailed on the Drawings and at the location shown on the Drawings. B. Deviations from this Csty af Fort Vkrorth Standard Specification 1. Nane. C. Related Specificativn Sections include, but are not necessari.ly limit�d Yo: Division D- Bidding Requirements, Contract Fonrns, and Conditinns of ihe Contract 2, Division 1- General Requirements 3. Section U3 30 00 - Cast-in-Place Concrete 4. Section 31 23 16 — Unclassi�ied Excavation 5. Sectian 31 23 23 - Borrow 6. Section 31 24 OQ - Embanktnents 7. Section 32 13 2� - Concrete Sidewaiks, Dri�eways and Barrier Free Ramps 8. S.ec�ion 33 4b 00 - Subdraiz�age 1.� 1'RICE AND PAYMENT PROCEDURES A. Measurement and Payment C.oncrete Retaining Wall AdjacenY to Sidewalk a. Measurement 1) Measurement for ihis Item sha�l be by the square foot of the front suriace of the wall {face) from the top of the adjacent sidewalk to the top of the wall. b. Payment 1) The wark perFon'ned anc� materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at tha unit price bid per square foot o£ Concrete Retaining Wali Adjacent to Sidewalk constructed. c. Tl�e priee bid shall include: 1) Excavation in back of Retaining Walls 2) Fumishing and placi:ng foatings 3} Leveling pads and copings 4) Furnishing, plxcing, and compacting backfili {excep.t in embankment areas} 5) Furnishing and placing. concrete, reinforcing steel, r�vaterpraofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required GLTY OF FQRT WOILTH Water & Sanitary Sewer Replacement STANDA1tIa CONSTRUCTIOH SPEC�FICATION DOCUMENTS Contraet 2018, W5M-1kI Revised June S, 201 S Ciry Project Na. 101688 32 3� 13 - 2 CAST-IN-PI.ACE CONCRGTERETAIN[NG WALLS Page 2 of b 6) Fabricating, curing, and finishing wall including special coatings when specified 2. Concxete Sidewalk Adjacent to Retaining Wall a. Measurement 1) 1Vleasurement for this Ttem shall be by the square foot of completed and aceepted Concrete Sidewalk Adjacent to Retaining Wall in iis fmal position. Measurement sha11 be taken from face of wall to edge of concrete sidewalk. b. Payment 1) The work performed and materials furnished in aecordance wit� tlai.s Ttem and measur�d as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk Adjacent to Retaining Wall installed. c. The price bid shal� include: 1) Exca�ating and prepazing the sttbgrade 2) F�u-nishing and placing all materials TxDOT Standard — Spread Faoting 1�Valls a, Measurement 1) Measurement for this Item shall be by the square foot of the front suz�face of the wal1. Unless otherwise shown on the Drawings, measure �rea from fin,ished ground line on the face flf the exterior wall to the tap of the wall including any coping required (not ineluding railing), b. Payment 1) The work performed and materials furnished in accordanca with this It�m and measured as pro�ided under "Measurementi" will be paid for at the unit price bid per square foot of Spread Footing Wall constructed. c. The price bid shall include: 1) Exca�atian in back of Retaining Walls 2) Furnishing and placing %atings 3) Leveling pads and copings 4} Furriishing, pIaczng, and cozxzpacting backfill {except in embanknzent areas) 5) Purnishing and placing concrete, reinfarcing steel, waterproofing material, filter rr�aterial and drain pipe, j oint znaterial, water stop, and filter fabric when required 6) Fabricating, curing, an� iinishing wall izzcluding special coatings when specified 1.3 REFERENCES A. Definitions 1. Permanent Wall - Retaining waIl with a design s�rvice life oi 75 years. All walls ar� presumed to he permanent walls unless otherwise specified in the Drawings. B, Reference sta.ndards cited in this specificatiqn refer to the current reference standard published at the time af the latest revisian date logged at the �nd of this speci�cation, unless a date is specifically cited. I. ASTM InYernational (AS"I'M): a, D4491, Standard Test Methods for Water Permeability of Geotextiles by Yernuttivity b. D4533, Standard Test Method for Trapezaid Tearing Strength of Geatextilas CITY OF PORT WORTEI STAND�t.[iD CpNS'PitUCTION SPHCCFICATipN DOCUME]VTS Water & Sanitary Sewer Replacement Revised Juna 5, 2U28 Gontract2D18, WSM-M City Fraject No. 101 b68 323213-3 CAST-IN-PLACECONCTtETG RLTAINQ�IG WALLS Page 3 of b c. D4632, Standard Test Method for Grab Breaking Lo.ad and Elongatioz� of Geotextiles d. D4751, Standard Test Method for Determining Apparent Opening Sjze o.i a Geotextile 2. Texas Department of Transportation (TXDOT), Standard 5peciitcations for Construction and Maintenance of Highways and Bridges: a. 11 Q, Exeavation b. 132, Embankment c. 440, Excavation and Bacicfill for Stsuctures �. 420, Concrete 5tructures e. 421, Hydraulic Cement Concrete f. 423, Retaining Walls g. 440, Reinforcing Steel h. 445, Galvanizing i. 45$, Waterproofmg Membranes for 5tructures j. 556, Pipe Underdrains 3. TxDOT Standard — Spread Footing Walls a. RW 1(Lj A— Low Footing Pressure, Desi� A Retaining WaIls b. RW 1{L) B— Low �'aoting Pressure, Design B Retaining Walls c. RW 1(L) C— Low Footing Pressure, Design C Retaining Wa11s d. RW 1(H} A— High Footing Pressure, Design A Retaining Walls e. K.W 1(H) B— High Foating Pressure, Design B Retaining Walls f. RW 1(H) C—High Footing Pressure, Design C Retaining Wa11s g. RW 2— Retaining Wall Miscellaneous Details 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: a. Tex-61 b-J, Construction Fahries 1.4 ADMXNISTRATIVE REQYJIREMENTS [NOT i15ED� I.S SUBMITTALS A. See Section 03 30 00. 1.6 ACTION SUBMITTALS [N�T USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED} 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE A. 5ee Section 03 30 00. 1.10 DELIVERY, STORAGE, ANI) HANDLING A. See 5ection Q3 30 00. 111 SITE CONDITI�NS A. Ambient Conditions: See Section 03 30 00. GITY OF FORT WORTI-L Water & Sanitary Sewer Keplacement STA�lDAKD COiVST`RUC'f[ON SPEGIFICA'i'ION I]OCUMENTS Contract 2018, WSM-M Revised 7+ene 5, 2018 City Project No. 101688 3z�zt�-a CA3T-IN-PLACE CONCRETE RETi1IlYQ�iG WA�.LS Page 4 nf fi 1.12 �VARItANTY [NOT USED] PART 2 - PROD�7CTS 2.1 OWNER-FU1tNISHED PRODUCTS [NOT IISED] 2.2 MATERCALS A. Concrete and Reinforcing Steel 1. Concrete Retaining WaIl with Sidewalk a. Section �3 30 00. 2. TxDOT Standard— Spread Footing Wajls a. 420, Concrete �tructures b. 422, Hydraulic Cement Concrete c. 440, Reinforcing Steel d. 445, Galvanizing e. 458., Waterpraoiing Membranes far Structures B. BaGkfill 1. Concrete Retaining WaII wzth Sidewalk a. Section 3 Z�3 23 2. TxDO�' Standard — Spread Footing WaIIs a. 132, Embankments C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00 2. TxDOT Standard — 5pread Footing Walls a. 556, Pipe Underdrains D. Filter Fabric 1. �reneral a. Pravide standare! weight fabric for retaining walls �nd soil separation. b. Provide filter fabric rated as UV-resistant when used as part of the exposed facing for a temparary wal�, c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- wo�ven geotextile fabric, and farms a mat pf uni%rm auality. d. Fabric fibers are cvntinuous and random throughout the fabric. e. The fabric is mildew xesistant and z'nt-groof, and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fa�ric must conform to the z`equirements listed in Table 1 when tested in accordance with the test mathods speci�'ied. Table 1 Filter Fabric Requfrements Fahric Weight,. qn an ambient temperature air-dried, tension free sample Permittivity, l/sec Test Metho Tex-616-J ASTM D4491 Value 4 ozJyard 1.Q, min CITY OF FORT' WORTH STAIrTDt\IiD CONSTRUC7"InN SPEC[PICATION D4CUM�IVTS Ravised June 5, 20l R Water & 5anitary Sewer Cteplacement Contract2018, WSM-M City Praject I+Io, I O1688 3232 i3-5 CAS'�-11V-PLACE CONCI�'TS R�TAINING WALLS Page 5 oF 6 Tensile Strength, lbs Anvarent Obenin� Size at yield, p l Tear, lbs ASTM D4632 1001bs ASTM D475f 70-100 ASTM D4632 20-100 ASTM D4533 35 lbs 2.3 ACCESSDRIES [NOT USED] 2.4 SOUR.CE QUALITY CONTROL [NOT U5ED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATI�N [NOT USED] 3,3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Construct retaining walls in accordance with the Drawings and to the pertinent requirements of the foiiowing Sections: 1. Cnncrete Retaining Wa11 with Sidewalk a. Section 03 30 00 b. Section 31 23 16 c. Section 31 23 23 d. Section 31 24 QO e. Section 33 �46 00 2. TxDOT Standard --- Spread Footing Walls a. 1 i0, Excavation b. 132, Embankment c. 400, Excavation and Baelctill for Structures ci. 423, Retaining Walls e. 420, Concrete 5tructut'es f. 458, Water proafing Membranes for Structures g. 556, Pipe Underdrains 3.5 REPAIR A. See Section 03 3Q 00. 3.6 RE-INSTALLATION [NOT USED� 3.i FIELD QUALITY CONTROL A. See Sectian 03 30 Q0. CI7'Y QF FORT WORTH STANllARD CO[YSTRUCTION SPECIFiCATION QOCUM�NTS Revised lune5, 2fl18 Water & Sanitary Sewer Replacement Cantract 20i8, W5M-M City Projeet No. 101688 323213-b CA5T-IN-PLACE CONCREI'E RETAIN�'G WALLS Page b of 6 3.8 SYSTEM STAR.TLTP [NOT USED] 3.9 ADJUSTiNG [NQT USED] 310 CLEANING [NOT USED] 3.11 CLO�EOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED� 3.13 MAINTENANCE [NOT USED] 3..14 ATTACHMENTS [NQT USED] END OF SECTION C1TY OF F�RT WOATH STANDAIZD CONSTR[1CTION SPECIrICATIdN DOCi1MENT5 Waier d'c Sanitary 5ewer Replacement Re�ised June 5, 20I8 Contract 20i8, WSM-NI City Proj ect No. 1016$B 329119-] TOPSOiL PLACEMENT AND FINISHING OF PAAKWAYS Page 1 af 3 SECTION 3� 91 19 TOPSOIL PLACEMENT 1�ND FINISHING OF PARKWAYS PART1- GENERAL I.1 SUMMARY A. Sectian Includes: 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. B. Deviations from this City of Fort Warth Standard Speci�ication 1, None. C. Related Specification Sections inelude but are not nGcessarily lirnited to 1. Divisi.on 0- Bidding Requirements, C.ontrac.t Farnns, and Conditians af the Contract 2. Divisian 1- GeneraI Requir�m�ents 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment ►� 3. I. Measurement a. Measurement for this Iiem shall be by eubic yard of'Topsoil in place. Payment a. T�e work per£ormed and nnaterials furnish�d i�. aceordance with this Item anci measuYed as provided under "Measurement" will he paid for at tlie unit price bid per cubic yard of Topsoil. b. All excavation raquired by ti1i� Item in cut sectians shall be measured in accordance with pravisions for the vaxious excavation items involved with the provision that excavation will be tneasured and paid far once, regardless of the manipnlations involved. The price bid shall incIude: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] l.4 ADMINISTRATIVE REQU�REMENTS [NOT USED] l..S ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A5SURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT �1SED] 1.11 FIELD [SITEJ CONDITIDNS [NOT USED] 1.12 WARItANTY [NOT USED� C1TY QF FORT WORTH Water 8i 5anitary Sewer Replacement STAhlDARI) CDNSTRUCTION SPECIE'ICATION I70CLIME3VTS Contract 2018, WSM-M Revised Decem6er 2D, 2012 City Prnject I�To. 10i668 32911R-2 TDPSOiL PLACCMENT AND FINISHING OF PARKWAY5 Page 2 pf 3 PART2- PRODUCTS 2.1 OWNER FURNISHED [oR] OWNER-SLIPPLIEDPRODUCTS [NOT USED� 2.2 MATERIALS A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable rnaterial ineluding subsoil, weeds,. clay lurnps, nan- soil tnaterials, roots, stumps ar stones larger than 1.5 inches b. Has a high resistance to exasion c. Is able to support plant growth 2. Secure tnpsoiI from apptoved sources. 3. Topsoil zs subject to testing by the City. 4. pH: 5.5 to $.S. 5. Liquid Limit: 50 or less 5. Plasticity. Index: 20 or less 7. Gradation: maximum of I O percent passing No. 200 sieve B. Water: Clean and free af industrial wastes and other substanees harmful to the growth of vegetation �.3 ACC�,�SORIES [NOT USED] 2.4 SOURCE QUALITY CQNTROL [NOT USED� PART 3 - EXECUTIOI� 3.I INS1'ALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREFARATION [NOT US�D] 3.4 INSTALLATION A. Finishing of Parkways 1. Smooth,ly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior ta the placing of any improvements in oz' adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of exGavation in the parkways 6 inches and backfiIl with top sail. 4. Make standard parkway grade perpendicular to and drainin;g to the curb line. a. Minimum: 114 inch per foot b. Maximutn: 4;1 c. City may appravc variations from these requirements in special cases. 5. Whene�er the adjacent property is lower than the design cur� grade and runoff drains away from the street, the parkway gx-ade must be set leve7 with the tog oi the curh. 6. The design grade from the parkway extends to the hack of the walk line. 7. From that point (behind tbe walkj, the grade may slapa up or down at maximum sIope of 4:1, CITY OF FORT WORTH ST.4AiDA.Rp CONSTRUCTIQN SPECIFICAT[ON I]OCLIMENTS Water & Sanitary Sewer Replacement Reuised Deeember 20, 2012 Contract 2018, WSM-1wII CityProjectn'o, IQ16$$ 329119-3 TpP50iL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 S. Piacing of Topsoil 1. Spread the topsoiI ta a uniform loose cover af the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from al! flatwork. 4. Tamp the topsoil with a l.ight roller or other suitable equipment. 3.5 REPAIRIRESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED� 3.'� FIELD QUALITY CONTROL [NOT USED] 3,8 SYSTEM STARTUP [NOT U5ED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [N�T USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PR�TECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT iTSED] END OF SECTION Revision Log DATE I NAME CPI'Y DF FORT WOIiTH STANDARI] CON5TRUCTIQM SFECIFICATIOI� DOCL�MENTS iZevised Decembar 20, 2012 SUMMARY OF GI3ANGE 1Nater & 5anitary 5ewer Replacemenl Contract 2018, WSM-M City Project Na. 101658 329213-1 HYDROIwfULCHING, $EEDII�iG AND 3QI]D]IVG Page 1 of S SECTI�N 32 92 13 HYDROMULCHING, SEEDING AND SODDWG PART1- GENERAL 1.1 SUMMARY A. Section Ineludes: 1. Furnishing and installing grass sod and permanent seeding as showt� on Drawings, or as directed. B. Deviations from this City of Fort Worth Standard 5peczfication I. None. C. Related 5pecification Sections inelude, hut are not necessarily limited ta: 1. Divisian Q- Bidding Requirements, Contract Forms, and Conditions of the Cantr�ct 2. Division 1- General Reyuirements 3. Seci�on 32 91 i9 — Topsoil Placement and Finishing ofParkwaps 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payrnent BIack 5od Placement a Measurement 1) 1Vleasurement for this Item shall be by the squa:re yard of Blocic Sod piaced. b. Payment 1) The �c�vork performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid par square yarti of B1ock Sod placed. c. The price bid shall uzclude: 1) Furnishing and placing all sod �) Rolling and tampiug 3) Watering (until established) 4) Disposa2 of surplus materials Seeding a. Meas�rement 1) Measuremeat far this Item shall be hy the squar� yard of Seed spread. b. Payment 1) The work periarmed and materials furnished in accordance with this Item and measured as provided under "Measurement" wi�l be paid for at the unit price bid per square yard af Seed placed for various installation methods. c. The price bid shartl include: 1) Furnishing and placing all 5eed 2} Fumishing and app�ying water for seed fertilizer 3) SIurry and hydraulic mulching 4) Fertilizer 5) Watering and mowing (until esYablished) 6) Disposal of surplus materials Mowing a. Measurement CITY OF FORT WORTH 5TAIVDARD CONS'I'fZUCTIDN S.P6CIFICATION dOCiJMSNTS Water & Sanitaty 5ewer Replasement Revised December 20, 2012 Contract 2p 1 B, WSM-M City Prajeqt No. l O1G88 329213-2 HYD.ROMULCI-jING, SL'�DING AND 50DU1NG Paga 2 of S 1.3 1.4 1.5 1.6 i.� 1.8 1} Measurement for this Item shall per each. b. Payment 1) The work perforn�ed and materials furnished in accordance with this Item and mea.sured as pro�ided under "Measurement" will be paid for at the unit price bid per eack►, REFERENCES [NOT USED] ADNIINISTRATIVE REQUIREMENTS [NOT USED] ACTION 5UBMITTALS [NOT USED] INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification thxt seeds meet `i"exas State seed law including: a. Testing and Iabeling for pure live seed (f'LS) �. Name and type of seed 2. All seed. shall be tested in a lal�oratory with certified results presented to the City in writing, prior to planting. 3. All seed to he of the grevious seasan's crap and the date on the container shall be within 12 months of the seeding date. CLOSEOUT SUBMITTALS [NOT USED� MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [N�T T1SED] 110 DELIVERY, STORAGE, AND RANDLYNG A. Block Sod 1. Protect from expasure to wind, sun and freezing. 2. Keep stacked sod moist. S. Seed 1. If using native grass or wildflower seed, seed must have �een harvested within 1d0 miles of the construction site. 2. Each species of seed shall be supplied in a s�parate, labeled container for accaptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer 1aw. I11 FIELD [SITE] CONDITION5 [NOT USED] 112 WAR1tANTY [NOT USEDJ PART � - PRODUCTS [NOT USEDj 2.1 OWNER FIIRNISHED PRODUCTS [NOT USED] �.� MATERIALS AND EQUIPMENT A. Materials CTTY OF F�RT WflRTH STA3�IDAItD CQ3VSTRUCTION SPECIP'1CATIOIV DOCUMENTS Water & Sanitary Sewcr Replacement Revised December 20, 2012 Contraet 2018, WSM-M City Project No. 1 D 1688 3292 i3-3 HYDROMIILCHING, SEE➢[iYG ANp SODDiNG Page 3 of 8 1. Block Sod a. 5od Varieties (match existing if appiicable) 1) "5tenotaphrum secundatum" (St. Augustine grass) 2j "Cynodon dactylan" {Coznmon Bet-tn,udagrass) 3) "Buchlae dactyloides" (Buffalograss) 4} an approved hybrid of Common Bermuda�ass 5} or an approved Zoysiagrass b. Sod must contain stolons,leaf blades, rk�izames and roots. c. Sad shall he aiive, healthy and free of insects, disease, stanes, undesirable foreign materials and weeds and grasses delete�ious to its growth or w�ich raight affect its suhsistence ar hardiness when transplantecl, d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches f. Acceptable growing heds 1) St. Augustine grass sod: clay nr clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy Iosm soils g. Dimensions 1) Machine cut to uniform soil thickness. 2) Sod shall be of �qual width and of a size that permits the sod to be lifted, handIed and rolIed without breaking. h. Braken or torn sod or sad with uneven ends shall be rejected. 2. Seed a. GeneraJ, 1) Flant all seed at rates based on pure Iive seed (PL5) a) Pure Live 5eed (PLS} determined using the fot-mula: {1) Percent Pure Live Seed = Percent Purity x[{Percent Gernunation + Percent Firm or Hart! Seed) -� 100� 2) Availability of Seec3 a) Substitution of individual seed types due ko lack of a�aiiability may be permitted by the City at the time of planting, b) Notify the City prior to bidding �f dif�culties locating certain species. 3) Weed seerl a) Not exceed ten p�reent by w�i�ht of th� total of pure live seed {PLS) and ather materia� in the mixtura b} 5eed not allowed: (1) 3ohnsongrass (2) Nutgrass s�ed 4) Harvest seed within 1-year priar #o planting b. Nan-native Grass Seed 1 j Plant between April 15 and September Y 0 Lbs. Common Name Botanical Name Purity Germination PLSIAcre (percent) (percent) 25 Bermuda (unhulled) cynocion dactylon 85 90 75 Bermuda (hulled) cynodon clactylon 95 90 2) �'lant betvcreen September IO and April 15 Lhs. Common Name Botanical Narr�e Purity Germination PLS/Acre ercent ) (percent) CITY OF FORT WOR7'H S'I'ANDARp CDNSTRLICTION SPECITICATdOIV DQCUMENTS Revised pecember 20, 2012 Water & $anitary Sewer Iteplacement Cont�act 201 S, WSM-M City Prnjecl No. L01688 32 92 l3 - 4 HYI)1ZOMULCHING, S�EDING ANI] SQDDIIYG Page a of 8 22D Rye Grass Iolium multifiorum 8S 90 75 Bcrmuda (unhulled) cynodon dacrylon 95 90 c. Native Grass Seed 1) Plant between February 1 and Octobex l. Lbs, PL51Acre 1,6 5.5 3.7 17.0 1.8 0.5 6.0 $..0 1.2 1.8 10.Q Common Name Green Sprangletop Sideoats Grama* Litkle Sluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestern Eastern Grama B1ue Grama Switchgrass Prairie Wiidrye* Batanical Name Leptochdoa dubia Bouleloua curtipendula Schizachyrium scoparium Buchlos dactylaides Sorghastru»t ttutans Eragro.�tis lrichodes Andropogan gexardii Tripscacum dactydaides Bouteloua gracilis Panieum virgatum EIymus ca�zadensis d. Wildflower 5eeci 1) Plant between the following: a} March 5 and May 31 b) September 1 and December i Lbs. PLS/Acre Common Name Botanica111lame 3.p Bush Sunflowez Sinsia caiva S.p Butterfly Weed .4sclepias tuberosa �,p Clasping Coneflvwer* R�dbeckia arnplexieaults 3,Q Golden - Wave Coreopsis basalis 13.4 Illinois Bu�dleflower Desmarathus ilIinoensis I3.5 Partridge Pea Cassia fr�scicudata 2,{1 Prairie Verben,a fferbena bipinr+ali.fida g,Q Texas Yellow Star Lindhei►neri texar�a g,p Winecup Callirhoe involcrata 2,p Blacic-eyed Susan Rudbeclria hdrta 18,0 Cutleaf Daisy Engelmannia pi»nalifada 2,Q Obedient Plant Physostegiu inter'media 3,p Pitcher Sage Salvia azurea Z.p Plains Goreopsis Coreopsis tinclot'ia $,Q Scarlet Sage Salvia coccinea *not to be planted within ten feet af a road ar parleing iot or within three feet af a walkway e. '1'emporary �rosian Contral Seed 1) Consist of the sawing of cool season plant seeds. 3. Mulch a, For use with canveritional mechanical or hydraulic planting of seed. b. Waod c�llulase iiber produced from virgin waad or recyc3ed paper-by-products {waste products from paper rniils or recycled newspaper). c. No grawth or gerinination inhibiting factors. ci. Na more than ten percent moistux'e, air ciry weight basis. e. Additives: binder in povvder form. CITY OF FORT WQATH STANDAAD CONSTIiUCTION SPECfFICAT103V DOCLTMEidT5 Wat�r & 5anitary Sewer LZeplaeement Revised Decemher 20, 2012 Contract 2U.18, WSM-M City Prnject No. 1 Q168$ 329213-5 HYDROMULCHING, SEEDII�'G ANp SODDIN� Page 5 of 8 f. Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable cpndition for distributian 6. Applied uniformly over tlle planted ar�a c. Analysis i� is-Za-o 2) lb-S-8 d. Fertilizer rate: 1} Not required for wildflowez' seeding 2) Newly �stablishad seeding areas - 100 pc�unds of nitrogen per acre 3) Established seeding areas - 150 pounds of nitrogen per acre 5. Topsoil: 5ee �ection 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the grnwth of the vegetation. 7. Soil Retention B�anket a. "C�rlex I" irom Arr�er�can �xcelsior, 900 Ave. H East, Fost Ot�ice Box 5624, Arlington, Tcxas 76001, I-SQO-777-SOIL ar approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 � EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREP�iRATION A. Sur�'ace Preparation: clear surface of all material including: 1. Stumps, stonas, and other objects larger than one inch. 2. Roots, brush, vtirire, stakes, etp. 3. Any objects that may interfere with seeding or maintenance. B. TiI�ing 1. Compacted areas: till 1 Inch aeep 2. Areas sloped greater than 3:1; run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do not till deeper than 112 inch insid� "drip �ine" of trees. 3.�3 IN�TALLATION A. Block Sodding 1. General a. PIace sod between curb and walk and on terraces that is the sam� type grass as adjacent grass or existing ]avim, b. Plant between the avexage last freeze date in the spring and $ weeks prior to the average first freeze in th� fall. 2. Installatian CITY OF �'ORT WORTH STANDA.R.p CONSTRUCTION SPECIFICATION DOCUMENTS Watcr & Sanitary Sewer Replxcement ftevised pecem6er 20, 2012 Contract 2Q18, W5M-M City Projcnt Na. 10I688 329213-6 HYDROMLiLCHING, SEEQ[NG ANTl SQDDING Pape fi of 8 a. b. C. d. e. f, �• Plant sod specified after the area has been campleted to the lines and grades shawn on the Drawings with C inches of topsoil. i7se oare to retain native soil on the roots of the sod during the pzocess of excavating, hauling and planting. Keep sod material moist from the time it is dug untzl pZanted. Place sod so that ti�e entire area designated for sndding 'ts covered. Fill voids [eft in the solid sodding with additional sod and tamp. Roll and tannp sad so that sod is in eomplet� contact with topsoil at a uniform. slape. Peg sod with wooden pegs (or wire staple) driven through the sod bloek to the firm earth in areas that may slide due to the heighi ox slope of the surFace or nature of the soil. Watering and Finishing a. Furnish water as an ancillary cost ta Coniractor by means oftemporary metering 1 irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as deizned in 3.13.B, b. Thorougk�ly water sod immediately after planted. c. Vlrater until established. d. Generally, an amaunt of water that is equal to the average aznount Qf rainfall plus 1/2 inch per week shoula be applied until accepted. I� applicable, plant Iarge areas by irrigatian zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturhed by consiruction. b. Mark each area to be seeded in the field prior to seeding for City ap�raval. 2. Broadcast Seeding a. Broadcast seed sn 2 direcdons at right angles to each other. h. Harrow or rake lightly to cov�r seed. c. Never caver seed with more soi] than twic� zts diameter. d. For wildflower plantings: 1) Scalp exisring grasses to 1 inch 2� Remove grass clippings, so seed can make contact with the soil. Mechanieally 5eeding (Drilling): a. Unifortnly distribute s�ed over the areas shown on the Drawings or as directed. b. All varieties of seed and fertiiizer may be distributed at the same time provided thai each component is ur�iformily applied at the specified rate. c. Drill seed at a depth of 114 inch to 3/8 ineh utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. Aier planting rall with a raller integral to the seed drill, or a corrugated roller of khe "Cultipacker" type. f. Roll slope areas on tite contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly susJaended to form a homogenous slurry. CITY OF FORT WORTH STANDAItD CONSTRUCTIDN SPECIFICATIDN DOCUMENTS Water & 5anitary Sewer Replaaement 12evised December 20, 2012 Contract 2018, WSM-Ivl Ciry Projact No. 161688 3zsz�3-� HY QROML3LCHING, SBEDL\'G AND SODD[NG Page 7 of 8 2) Mixture forms a blotter-like ground cover impregnafied unifozmly with grass seed. 3} Mixture is appIied within 30 minufies after placed in the equipment. b. Placing l) Unifozmly dis#ribute in the quantity specified over the ar�as shawn on the Drawings or as. directed. Fertilizing; uniforinly agply fertilizer over seecled area. 6. Watering a, �'urnish water by means of temporary metering / irrigatian, water iruck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13,8. b. Water sail ta a min,imum depth of 4 inches within 4$ hours of sceding. c. Water as direct by the City at least twice daily for 14 days �fter seeding in such a manner as to prevent washing oi #he sIopes or dislodgement nFthe seed. �. Water until �'inal acceptance. e. Generally, an amount of water that is equal to th�e average amount af xainfall plus 1/2 inch per week shauld be applied until aecepted. 3.S REFAIR/RESTORATION [NOT USED� 3.6 RE-INSTALLATION �NOT USED] 3.'� FIELD QUALXTY CONTROL [NOT USEDj 3.8 SYSTEM STARTUP jNOT USED] 3.9 A,DJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT U�ED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and fna] accepfance of the Project or as direcfed by the City. 2. Sod shall not be considere�! finally accepted until the sod has started to peg down �raots g�owing into the soil) a�nd is free from dead blocks of sod. B. Seeding Water and movsr sad until completton and �nal acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the fallowing is achieved: a. Vegetatior� is evenly distributed b. Vegetation is free from bare areas 3. Tnrf will be �ccepted once fu11y established. a. Seeded area must have l OQ percent growth to a height oi 3 inches with L mow eqcle perfarmed by the Contractor prior to consideration of acceptance by the City. C. Rejection CITY 4F F�1�T WOATH �TAIYDAIiD CONSTR[JCTION SP�CIFICATI0IV QOCUMENTS V�ater &$anitary 5ewcr Repiaaement Revisad Decemher 20, 2012 ContracC 2018, WSM-M City Project No. I p 1688 329213-5 HYDROMULCHING, S�EDiAiG AND 50DD1A[G Page 8 of 8 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE � NAME CjTY OF FORT WOR7'FL STANDARD CONSTRUCTION SPECIFICATIaN llOCUMENTS Revised December 2D, 2012 SUMMARY OF CHANGE Water & Sanitary Sewer Iteplacement Contzact2018, WSM-M City Project No. 10168$ 329343- l TALES t�ND SHRL7BS Page ] nf 8 SECTION 32 93 43 TREES AND SHRUBS PART]- GENERAL l .l SUMMARY A. Sectian Includes: I. Tree and shrub planting and maintenance within street right-of-way and easements. 2. Tree removal and transplamt is to be performed in accordance with Section 31 10 00 S. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Spacification Sections include, but are nnt necessarily limited to: 1. Division 0- Bidding Requirements, Contraci Farms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 31 10 Op — Site Clearing 4. 5ection 32 92 13 - Hydromulching, Seeding and Sodding 5. �ection 32 91 19 - Topsoil Placement and Finishing of Parlcways 1.2 PRICE AND PAYMENT PRDCEDURES A. Measurement and Payrnent Flant Tree a. Measurement 1) Measurement for this It�m shal] be per each by caiiper inch. b. Payrrient 1) The work psrFormed and materials furnished in accordance with this Item and measnred as provided undar "Measureznent" will be paid for at the unit price bid per each tree to be Planted by caliper inch. c. T'he price bid shall include: 1 } �urnishing and installing trees 2) Hau]ing 3) Gradi�►g and backiilling 4) Excavation , 5) Fe:rtilization 6} Water 7) Removing and disposing of surplus material 1.3 REF�RENCES A. Referenca Stan�ards 1, Reference standards cited in this spccificatint� refer to the current reference standard published at the time of ihe latesf revision date logged at the end of this specification, unless a date is specifically eited. 2. American National Standards Iastitute (ANSI): a. ANSI Z60.1, American Standard for Nurs�ry SEock 3. Nortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMilIan Pt�blishing Co., New York. GI'I'Y OF' FORT WORTH STANDARD CONSTRUCTllDN SPECIFICATION DOCUMENTS Water & Sanitary Sewer Replacement Revised December 20, 2D12 Contract 201 S, WSM-Nf City Project No. 101688 32 93 43 - 2 TREES AND SHRUSS Page 2 of $ 1.4 ADMINiSTRATTVE REQUIREMENTS [NOT USED] 1.5 ACT�QN SUBMITTALS [NDT USEDj 1.6 INFORMATXONAL SUBIVYITTALS A. Tree daia: Submit certification fram supplier that each type nf tree conforms ta specification r�quirecnents. l.i CLOSEOUT SUBMITTALS [�iOT USEDj 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U5�D] 1.9 QUALITY ASSURANCE A. Coordination 1. Cooxdinate with City Foresier prior to beginning constructican activities adjacent to or fhat will i�pacfi existing trees and shrubs. B. Qualifications Landscaper specialized in landscape and planting work C. Substitutians 1. Not permitted unless apgroved by City when specified planting material is nat ohtainable a. Submit proof of non-availability together with proposal for use of equivalent materiai. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forestcr, but with no increase in unzt price. 1.10 DELIVERY, STORAGE, AND HANDLING A. Do not r�;rnove con#ainer grown stock from containers before time oiplanting. B. Delivery and Aeeeptance Requirements I. Ship trees with Certificates af Inspection as required by go�erning auihorities. 2, LabeI eaclt tree and shrub with securely attached waterproof tag bearing legible designatian of botanical and cnmmon name. 3. ,Use pratecti�re covering during delivery. 4. Deliver packaged materials in fully label�d original containers showing weight, analysis and name of manufackurer. C. 5torage and Handlzng Requirements I. �rotect materials frorn dekeriaration during delivery, and while stared at Site. 2. Do not prune priar to �nstallation. 3. Do not bend or bind-tie trees or shrubs in such manner as to darnage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 1.1� WARRANTY A. Warranty Period: 12 months after job acceptance B. Wart'ant trees against defects including: i . Death crrx o� �oxm woxrH STANDARD CONSTRUCTIDN SPECIFICATIDl�I DOCUMENTS Water & Sauitaxy Sewer Replasement Rer+ised Qece�nber 2Q, 2012 Cantract 20 Y 8, W5M-M City Praject No. 101688 32 43 43 - 3 TAE�S AND SHRUBS Page 3 of S 2. Unsatisfactory growth 3. Lvss oi shape due to improper pruning, maintenance, or weather conditions C. Plumb leaning trees during warranty petiod. D. Remove and replace trees found to be dead during warranty peziod. �. Remove and replaee trees whicka are in doubtful condition at end of warranty p.eriod, or when approved by City, extend waFranty period for trees for fuIl growing season. PART 2 - PRODUCTS 21 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. GenEral a. Plants shall be true to species and variety specified, grown under climatic eonditions similar to tk�ose in the locality af the projeot for at least 2 y�ars and have been freshly dug during the most recent favorable harvEst season. b. All plant names and descriptions are as defined in Hortus Third. c. AI1 plants are to be grown and harvestec! in aecordance with the Ameracan 5trxndard for Nursery Stack. d, Unless appro�ed by the City Farester, plants shall have been grown in a tatitude not more than 200 rriiles north or south of the latitude of �e proj ect unless the proven�nce af the plant ean be dacumeni�d to be compatible with �e latitud� and cold hardiness zone of th� planting locatian. 2. T'rees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nursery for all c�eciduous trees growta in the field wifh a 1-inch diametcr spot of white paint on the tree trunk within the bottom twelv� inches af the trunlc. c. Crown sha[1 he in good overall prnportion to entire hcight of tree with branc�ing con�iguration as recommended by ANSI Z60.1 for typ� and species specified. d. Trees designated as balled and b�rlapped (B&S) shall be praperly dug with finn, natural balls of soil z-etaining as rnany fibrous roots aa possible, in sizes and shapes as specified in the Ar�aerican Standara' for Nursery Stock. Balls shall be fu�rrily wrapped with nansynthetic, ro�able burlap and secured with nai�s and heavy, nonsynthetic, rottable twzne. The roqt collax shall be appar�nt at surface of ball. Trees with loose, hroken, processed, pr manufactured root balls will not be accepted, exeept with special written approval before planting. e. Where e[ump is specified, furnish plant having minitxzum of three stems ariginating from coxnmon base at ground line. f. Measure trees by average caliper oitrunk as follows: 1) For trunlcs up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) �'or trunks mqre than 4 inches, measure caliper X2 inches above tQp af root ball. 3) Caliper measuretnents a) Hy diameter tape measure C1TY OF FORT WORTH STANDARD CONSTRilCTION SPECIFICATIOI� DOC[];vIEIV'1'S Water & Sanitary Sewer Replacement Revised December 20, 2U12 Cantract 201$, WSM-M City Projeci No. 1p1688 329343-4 'FRE�S AND S}i1ZlJS5 Page 4 oi 8 b) Indicated calipers on Drawings are fminimum c) Averaging of plant ealiber: not permitted g. Trees si�ail conform to following requirements: 1) Healthy 2) �igorous stock 3) Grown in recognized nursery �) Free o% a} Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun-scald (3) In,}uries {4} Abrasions (S) Disfigurement (6) Barers and infestations 3. Soil Products a. Topsoil: S�e 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healti�y stock aft�r replanting. 4. 5takes and Guys a. �rpvide minirnum 8-fnot long steel T-stakes and 1 inch wide plastic tree chains. b. Where appliea�le for anchoring �rees, use wood deadmen: 1) Minimum: 2-itach by 4-inch stack 2) Minimum: 3 fi inches long and buried 3 feet. 3) Frovide white surveyor's plasti.c tape for flagging tree guys. 5. Tree Wrap, Twine and S.eal a. Wrap l) Fizst quaiity 2j Bituminaus impreg�ated tape 3) Corrugated or crepe paper, specifieally rnanufactured for tree wrapping and having qualities to resist inseet infestatian b. Twine 1) Lightly taz�red, rnedium-caarse sisal (lath) yarn 2} Do not use nails ar staples to iasten uvrapping c. SeaL' Commerci�lly available tree wound dresaing specifcally pz'oduced far use in sealing tree cuts and wounds b. Water: clean and free of industrial wastes or ot4ter suhstances harmiul to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2A SO�IRCE QUALITY C�NTROL A. Notify Gity, priar to installation, of location where trees that have �een selected for planting may be inspected. B. Plant mat�rial wil� be inspected for coza�pliance with following r�quirements, 1. Genus, s�ecies, variety, size and quality Cl"CY OF FO[iT WORTH STANI]ARQ CONSTRUCTION SPECIFICATION llOCLlMENTS Water & 5anitary 5nwcr Iteplacement Aevised Decemher 20, 2012 Gnniract 20l $, W SM-M City Project �*fo, ] 01688 329343-5 TI2EE5 AND SHRUB5 Page 5 of $ 2. Size and condition of balls and root systerns, insects, injuries and latent defects PART 3 - E�{ECUT�ON [NOT USED] 3.1 INSTALLERS [NOT USED] 3.� EXAMINATiON [NOT USED] 3.3 PREPARATION A. Geneeal 1. Sch�dule work so that planting can proceed rapidly as portions of site become availabl�. 2. Plant trees after final grades are established and priar to �eecling or sodding. 3. When pIanting of trees occurs after seeding work, protect seeded areas and prflmptly repair damag� to seeded areas resulting from tree planting aperations in compli�nce with requirements of Section 32 92 13. 4. Layout individual trees at lacations shovvn on Drawings. 5. In case of confl'tc#s, notify City before �roceeding with work. 6. Stak� trees for City approval. B. Preparation of Planiing Soil 1. Before mixing, clean tapsoil ofraots, plants, sod, stones, clay iumps, and Qther extraneous materials harmful ar toxic ta� plant growth. 2. Sirip and utili�e 4 inch layer of top soil fram existing ground. 3_ Delay �,ixing of fertilizer when planting wi11 not fallow placing of planting soil within 48 �Zours. 4. Incorparate amendments into soil as �aart of soil preparation process prior to fine grading, fertilzziz�g, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoronghly ineorporate amendments in�o tap 3 or A� inches pi soil until amendments are pulverized and have become homogeneous layex of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pi#s, beds, or trenches with vertical sides and with bottom of excawafion raised minimum of 6 inehes at center for prop�r drainage. 2. I'rovide fol�owing minimurzx widths: a. 15 gallon containers or larger, 2 feet wider than diameker of root ball b. 1 and S gaIIon containers, b inches wider than diarneter af root ball 3. When conditians detrimental to plant growth are encountered, such as unsatisfactory soil, abst�ctions, or adverse draina�e conditio.ns, notify City hefare planting, 4. Deliver trees aftar preparatinns for planting have been completed ar�d plant immediately, 5. When planting is d�layed more ihan 6 hauxs after delivery a. Set trees and shrubs in shade. Cl'I'Y dF FORT WORTH STANDAR.� CONSTRUCTTON SPECIFICATION pOCi7MENTS Water & Sanitary Sewer Replacemenl Revised December 20, 2012 Contract 20[8, WSM-IVI Ci1y Project Na. 1�1b88 329343-6 TREES AND SHRUBS Page 6 of 8 � 7 8. b. Protect from weather and mechanical damage. c. Keep roats moist by covering with mulch, burlap, or other acceptable rneans of retaining moisture, and wat�r as needed. Lift plants only from the bo#tom of the roat balls or with belts ar Iifting harriesses of sufficient widt4i not to d�age the rook balls. Do not �ift trees by their tz'unk as a lever in positioning or maysng the tree in the plantin� area, Remove plasiic, paper, or fibrous pois from the eontainerized plant xnaterial. Pull roots out of the root mat, and cut circling roots with a sharp tcnife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots da not dry out. Pack planting mix around the exposed roots while planting. Cut ropes ar steings from the top af ro�f balls and trees �fter piant has been set. Remov� burlap or cloth wrapp.ing and any wire baskets frorn arot�nd top half af balls. Da not tum under and bury portions of burlap at tap of ball. Set balled and burlapped trees in the hole with the narth marl�er fac�g north. 9. Set root ball Qn undisturbed soil in center of pit or treneh and plumb ptant. 10. Place plants at level that, after settlement, natural relationship of plant crawn with ground suriace will be established. 11. When set, place additional back�ll around base and sides of hall,. and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 213 full, water thoroughly before placing rern.ainder of backfill. 13. Aepeat watering until no more water is absorbed. 14. Dish iop ofbaekfill to allow far mulching. 15. Mulch pits, trenches and planted areas. a. All trees, shrubs at�d ot�er plantings will be mulched with mulch pre�iously approved by the City Forester. The mulch on trees and shnx6s shali be to the depths shawn on the c�'awing. Mulch must not be placed within 3 inehes of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thicl�ess of mulch, work into top of backfill, anti finish level with adjacer�t finish grades. 17. Cover entire raot ba11. 18. Prune a. Plants shal! not be heavily pruned at tise time of planting. Pruning is required at planting to correct defects in the t�ree strueture, including removal of inj�red branches, double leaders, watersprout5, suckez's, and interfering branches. Healthy lowe�' branches and interior small twigs should not be removed exc�pt as necessary to clear walks and roads. In no case should mare than 114 of il�e branching structure be rernoved. Reta�n the normal shape of the plant. b. All pruning shail be completed using clean sharp tools. All euts shall be clean and smooth, with the bark intac� wi�h no rough edges or tears. c. Except in circumsta.nces dictated by the needs of speci�ic pruning practices, tree paint shall not be used. The use af tree paint sh.all be only upon approval of the City Forester. Tree paint, when required, shall be paint speci�ically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread, Ci�'Y OF FORT WORTH Water & Sanitary Sewer Replacement S'PA]Vi)AItD CONSTRUCTION SPECIFICATION DDClIMENT5 Contra�t 2a18, WSivl-M Revised December 20, 2012 City Project No. 1DIb88 a�g3a�-� 'fREE5 ANII SHRUBS Page 7 of 8 20. Do noi cut free leaders, and remove only znjured and dead branches from flowering trees. 21. Rempve and replace excessi�ely pruned or misformed stock resulting from improper pruning, 22. Inspect tree trunks for injury, impraper pruning and insect infestation and take corrective measures. 23. Guy and stal�e trees immediately a�er planting, B. Moving Existing Trees 1. Coardinate tree moving and replanting with City Forester during dotmant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 REFAIRIRESTORATIQN [NOT iTSED] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD QUALITY CONTROL A. City may re,ject unsatisfactory or defective material at anytime during progress of wark. B. Remove rejected trees immediately from sit� and replace with specifed materials. C. Plan# material not installed in accardance wtth these Specificatiox�s will be rejected, D. An inspection to detezmine final acc�g�ance will be condueted by City at end of 12 month mairztenance pariod. E. Warranty periocls provided for iz� paragraph 1,12A. 3.8 SYSTEM STARTUP [NOT US�D� 3.9 ADJUSTING �NOT USED] 3.1.0 CLEANING A. During planting wark, keep paverrients clean, and wark area in orderly eondition. B. Dispos� of excess snil and waste in appra�ved location. C. Waste Material DispQsal: On-site 6urning of combustible cleared materials shall not be pernutted, 3.11 CL05EOiTT ACTIVITIES [NOT USEDj 3.12 PRQTECTION A. Frotect planting work and materials from damage due to planting operations. B. Maintain protection during insta[lation and maintenance period. C. Treat, repair, ar replace damagad ptanting work. 3.13 MAINTENANCE A. Mainten.ance Period shall be 12 months after final acceptance. B. During the znaintenance period if a work schedule and frequancy are nat shown on the Drav�ings, perform the minimum requirements shawn below: 1. Water trees ta fulI depth a tninimum of once each week or as required to maintain healthy, vigorous growth. CITY OF FORT WOIiTH STANDARD CONSTRUCTIpN SPECIFICATIQN DOCLTMENTS Water & Sanitary $ewer Replacement Revised December 20, 2012 Cnntract 2018, W$M-M City Proj ect No. 101688 3293a3-8 TREES A1�D SHRlJ6S Page 8 01' 8 3. A. 5. 6. 7. 2. Prune, cultivate, and weed as required for healthy grawth. Restore plantin.g saucers. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical pasition as required. Restore or replace damaged wrappings. S�ray as required to keep trees and sl�rubs free of insects and disease. Contractor ShalL replace any plant that doas not survive. It shall be rsplaced as soon as it is determi�ed no longer alive. Contractor is to maintain new plants as described ahove until growth is established and maint�nance periad expir�� unless waivad by the City. 3.14 ATTACHMENT5 [NOT USED] END OF SECTION 8evisinn Log DATE I N:AME SiJNLMALtY OF CI�AN�E 1.1.A — Payment Items removed for tree removai and Vanspiantation; these [tems are ta be perfoemed in aacordance with Section 31 10 00. 12/20/2012 D, Johnson 3.13.A — modified maintenance period to begin 12 months after final acceptance 3.13.B — Moditied maintenance period requirements CCI'Y OF FOKT' WORTH 5TANDAR.� CUNSTRUCT[ON 3PECITICATION DOCUMENTS Revised Decemher 20, 2D12 Watcr & Sanitary Sewer Replacement Contract 2Q18, WSM-M City ProjectNo. 1016$S 33 ai so - i SGWER AND IyeANMOLP; TEST]NG Page I of 7 S�CTION 33 O1 30 SEWER AND MANfiOLE TESTIIVG PART1- GENERAL 1.1 SUMIVIARY A. Sectian Includes: 1. Testing for sanitaYy sewer pige and manhnles prior to placing in serwice a. �.ow Pressure Air Test and Deflection (Mandr�]) Test 1) Excludes pipe with ftaw 2} Hydrosfatic Testing is nat allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tesfied. 3. Pipe testing will iaclude low pressure air test for 6Q-inch pipe and sma�ier. 4. Pipe testing will include low pressure air test of Joints for 27-inch or larger pipe. 5. Pipe tcsting will ineLude deflection (ma.nd�rel) test for pipe. C. Hydrostatic testing is not allowed. 7. Manhole testing will include vacuum test, B. Deviations from this City of Fort Worth Standard Sgeci�cation I. None. C. Related Specif cation Sectians inelude, but are not neecssari]y Zirnited to: 1. Divisipn 0— Bidding Requ�rements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 43 &0 OD — Modifications ta Existing Concrete Struetures 4. Section 33 04 50 — C]eaning of 5ewer Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measureznent and Payment 1. Pipe Testing a. Measuremcnt 1) This Item is considered subsidaary to die sanitary se�wer rnain (pipe) cQmpletcd in place. b. Yayment 2} The work performed and the materiais furniahing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitaiy se�ver main (pip.e) complete in place, and no nther compensation will be allowed. 2. Manho.le Testing a. Measurement 1) Measurement for testing manholes st�ail be per eaeh �acuum test. b. Paymenfi C1TY DF FORT WOR1'i[ STAlVI�ARp CONSTIZ[1CTION SPECIPICATION DpC[IIVIENT5 Re�isad Dccembcr 20, 2012 Water & 5anitary Sewer Replzcement Canfract 2018, WSM-IvE City Project No. 1026$8 33 U 1 3D - 2 5CWEA AND MANI�[OLE T�STIR'G PBge 2 of 7 1} The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuurn test co�p[eted. c. The price bid shall include: 1) Mobilization 2) P1ugs 3) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADM1N15TRATIVE REQUIRCMCNTS [NOT USED] 1.5 SUSMITTALS A. Submittals s�all be in accordance with Section O1 33 00. B. Al� submittals shall be appfoved by the City prinr to deiivery. 1.6 AC'I`ION SUBMITTALSIINFORMATIONAL SUBMITTALS �N�T USED] 1.� CLOSEOUT SUBMITTALS A. Test and Evaluation Reports All test re�orts generated during testing (pass and fail} 1.8 NiAINTENANCE MATEXtI�I. SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certiiications 1 _ I�Iandrel Equipment a. Ifrequestcd by City, provide Qualiiy Assuxance certification that the equipm�nt used has been designed and manufactured in accardance ta the required specifications. 2. Joint Testing a. T'esting S�rvice - Engage a qualified independent testing agency �o perfortn joini evaluation tests b. Equipment - If requested by City, provide Quality Assurance certification tha� the equipment used has been designed and manufactured in accordance to the required specifications. CITY OF �[)TtT WOItTII STANDARD CONSTRUCTION SP�:CiFICATCON DOC[JMrNTS Vdater & Sanitary Sewer Re.placement Revised Aecember 20, 2012 Contract 2Ui8, W5M-M City Project No. f O168$ 330] 30-3 SEWER AND �IAN]IOLE T'�5T[NG Page 3 of 7 1.10 DELIVERi�', STORAGE, A,ND HANDLING [N�T USED! 1.11 FIELD jSIT�] CONDITIONS jNOT USED] I.1� WARRANTY [1vOT USED] PART 2 - PRODUCTS [NOT US�D] PART 3 - EXECUTION 3.I INSTALLERS [NOT USED] 3.3� EXAMINATION [NO'T []SED] 3.3 PREI'ARATION A. Low Pressure Air Test {Pipe b0 inch and smaller) Clean the sewer main before testing, as outlined in Section 33 04 50. �lug ends of all branches, laterals, tees, wyes, and stubs to be included in t�st. B. Low Pressure 7oint Air Test (Pipe 27 inch ar Iarger} 1. Clean the sewer main before festing, as outlined in Sectzon 33 04 50. 2. Assemble individual joint tester over each joint frntn witlun the pipe. C. Deflection {mandrel) test (Pipe) l. Perform as last work item before final inspection. 2. Ciean the sewer main and insp�ct for offset and o6struction prior to testing. 3. Mate.rials a. Mandrel used for deflection test 1) Usa of an uncertified mandrel or a mandrel �ltered or modiiied after certification wil� invalidate the defleetion test. 2) Mandrel requirements a) Odd number of legs with 9 legs minirnum b) Effective length not less than its nomina! diameter c) Fabt•icated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Skamped n;t engraved on sorzze segment other than a i�nner indicating the following: (1) Pipe matarial specifcation {2} Nominal size (3) IbIandrel outside diam�ter (OD) � Mandrel diameter must be 95 percent af inside diameter (ID) of pipe. g) Mandre� eq�iprnent shall be suikab�e far the pipe materia� to prevent damage ta the pipe. Consult manufacturer for appropriate mandrel equipment. D. Vacuum test {Manholej Plug lifting holes and exterior joints. Plug pipes and stubouts entering the manhole. Cf['Y dF FpRT WORTH STANDARD COA'STRiJCT[ON 5PECIFIC,4T[ON dOCU�vlii%(TS Revised Decem6er 20, 2D12 Water & Sanitary Sewer Replaeemcnt Cantract 2028, W5M-M City Project No. l O 1688 33 Dl 30 - 4 SEWIiR AND MAIVHOL� T�STING Page 4 of 7 3. Seeure stubouts, inanhole boots, and pipe plugs to prevent movement while vacuurn is dravvn. 4. Plug pipes with drop conneetions beyond drop. Place test head inside the frame at the top of the manhole. 3.4 INSTALLA'I'ION A. Gow pressure air test (Pipc 60" Inch and Smaller) InstalI plug witi� inlet tap. 2. Connect air hos� to inlet tap and a portable air conrrol source. 3. After the stabilization period (3.5 psig mi.nirnum p1•essure} start the stop watch. 4. Determine time in seconds that is required -for the internal air pressure ta reach 2.5 psi�. Minimuen permissib�e pressure holding time per diameter per length of pipe is computed from the following equation: T = (4.0854*D*Kj , Q Where: T= shoriest time, seconds, allowed for air pressure to drop to 1.0 psi� K= O.00D419*D*L, but not less than 1.0 D= nominal pipe diameter, inches L= Length of pipe being tested (by pipe size�, feet Q= 0.0� 15, cubic feet per nninute per square faat of internal surface iJNI-B-6, Table I provides required titne For given lengths of pipe far sizes 4-inch through 50-inch based on the equation above. UNI-B-6, Table � Minimurn specified tirne required for a 1.0 psig pressure drop for size and lengkh of pipe ;v,rl;nn4p� fnr rl = ii iii�� ri ............... ... .1 _ • _ - - - � --�- - - S CiikatqnTu�farLe:n h L Shown minsce L 2 .i i Minimvm Pipc Lcngih foY T'vnc Ca Dinmcicr �'��c �toiimiun Luibcr ]tlDtl 150R i�Ofl ?S6N 30�Ci 3�u11 d0(lit A5(7(� (ut? Imur Tune {Il) Luugth (xee) scc J 3:JG 5'i7 .SE:fiL 3:4fi 3AG ;�F i:46 3:AF 3:4G 3:46 3:46 fr S:dU 391i .x3d l. S:AO 5:40� 3;4f1 5:-0U t a0 >:aa _ s:�x �a -- s �:�a zqs i.sao�. ^:aa �:aa r3a ��� %:,�, ssx ta:ns ii:z4 _ _. _ _ _... . � � 17:48 10 92fi Z39 °.3?4 L 4:26 9:35 9:2G 7:53 I 1:52 I�SI SS�ry... -- .- 12 II�O 149 3.dlSi. 1120 SL26 1124 Id:IS 17:05 5956 2"�:k7 Z5:7fi:t16 IS I�1:1(I 159 5?42L td:lfl 14:1t1 17:48 2?:l5 2G:4-'.�1f1 ?1:09�H1 353G:OS1 40A4:�0 16 17:00 133 7.fi92 L 17:OI7 19:13 2i:78:(wl 32:D3:06 lx._'7ixi 41:5290 SS�.16:LH7 57:�5.'ll� 21 ]RSO ll4 SQ.a701. 14:50 2fi:10:�0 14:54:OD 4337AU c�2iaHJ Gl:�lti.tlU 69:48:IXF T631�.00 ?d 3'rSU 9E� 13:6'a L '_z:17 39:11:t10 4��3d�aNl SESR� SR-_'2�IN1 79:ahaN1 _11:1�1iN5 10233:00 27 'Silu:[lu SS I7.3UhL ?R+LfAi. .. q1:16:00 57N1:Otl 7'<i�7�1ki 3G:3'_iK! LIX7:57tP(I... I15.�:4D 1294R:00 3S� ZR20:U0 8U �l.3hf� E. 3537:00 5325:�15 71:13:(%i S9'.11'A� IOti�S0:0U l?k:3Rflll 13Z:26:UU SI�U:fS:Qtl , 11:ISPi�Hi ?' 2+.R52 L 43:05i1f7 {,���K�,i�u RE:Sl1,fH7 11�7A3U0 129:16:f1f1 l50:d3All 17221s70 193_53:00 3C 3�4�.PU'.DO G�> 3U.768 L 51:17�.00 76:Si:l]q 11Y234:6tl 128:12:OG Ii3:50:60 I14:'_�911 ZO?i07:Uc1 716:d6.40 d2 �v�aB�.lAi 57 AS.Sg�i. fi9:AB:W 1M�:4?:I10 139:77UD 17436:00 ?0924:�f1 '�4�19i�7 23��:i3�0U 31Ai17:U9 4R 45;3�:W 50 54,703 L 71:[O:fl(} 13fi:45A0 16221:00 L7iS:{)0 _'7a:31:l1p 319176�.OD J64:d2,[N� 410:17:00 54 SIi12i10 �W (d723GL 115�?4:00 I73:65:p0 T30�S7:W 26329:00 :�6:1117�1 411153AN1 4613-0:OD Sl9:lb:4fl [,� 56:4�:U0 40 fi5.476 I. 142�?g:0t} 213;41:[1� '_845SS70 33(5��09AU A2723:0(V A98337:�0 5¢9:SD;00 �,+1:44:ti11 CITY OF FORT WORTH 5TANDAILD CONSTRUCTION SI'ECIFICA'PT03Y DOCII�I[El�`CS Wster & Sanitary $ewer Iteplacement Revised Decembar 20, 2012 Coniract 201$, W5M-M City Project Nn. 101688 330130-5 5[sWER A[�fD MpNE10LE TESTINC, Page 5 of 7 6. Stop test if no pr�ssure loss has nccurred cEurin.g t�Ze first 25 percent of the cafculated testing time. B. Lovcr pressure joint air test (27 inch or larger pipe) I. All pipe joints, far atl pipe materials, shall he tested in accordanee with E1STIVI Cl 1p3 as follows: 2. �quipm�nt shall be the product of rnanufacturers having more than five yeazs of regular productian nf successful joint testers. Joint tester shall be as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow cquipment manufacturer`s recommendations when perForming tests; only experienced technicians shall perfarrn tests.. 4. The testing equipment shall be asscmbled and positioned over the center of Yhe pipe joiz�t and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressuxe to stabilize at the minimum of2.5 psi� for a period oi2.Q minutes prior to test.ing. G. To test, acfjust the pressure ta 3.5 psig and meas�re the time required to decrease the �aressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3,5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (m�ndrel) test (Pipe) 1. For pipe 36 inehes and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent dcf�ection by pipe size is as follaws; Nominal Pipe Size Inehes Percent De�lectian Allowed 12 and smal�er 5.0 I S through 30 4,� Grea�er than 30 3.0 D. Vacuum test (Mar�ole) 1. Test manhole pripz ta coating vvith epoxy or nther material. 2. �raw a vacuum of 10 inches of inercury and turr� off the p�mp. 3. With the valve closed, ecad the le�el �acuum level af�er the x�quired test time. 4. Minimum time required for vacuum drop oi 1 inch oimercury is as follows: CITY C)F FUItT WORTH STANllAItO CQN57'fL[IC'I'IQN SPECIFICATIaN I)OC[1MENT5 Water & Sanitary Servar Replacemant Revised December 2Q, 2012 Contract 201 &, WSM-M City Project No. 10 ] 688 33a� �a-6 SEWEA AIYD MANHOL� T'�STING Page 6 of7 Depth oft 4-foot Dia S-foot Dia 6-foot Dia Manhoie, feet Seconds Seconds 5ccnnds g 2p 2( 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 �g 4Q 59 73 ** T=5 T=6.S `�=g ** For maz�l'ioles o�er 18 feet deep, add "T" seeonds as shown for each respective diameter for each 2 feet of additional depth of manhole to the ti�ne shown ftor l8 foot depth. (Example: A 30 foot deep, 4-foot ciiameter. Total tes� timc would be 70 seconds. 40+b(5}=70 secoxtds) 5. Manhole �acuum levels o�served to drop greater than l inch of inercury wi[1 have failed the test. 3.5 REPAIR 1 RESTORA.T�ON [N()T i1SEDJ 3.6 RE-INSTALLATION [NOT USED] 3.'� k'IELD QUALITY CQNTROL A. IVon-Conforming Wark 1. Low pressure air test (Pipe f 0 Ineh and smaller) a. Should the air test fail, find and repair lealc(s} and retest. 2. Low pressure joint air test {Pipe 27 inch or larger) a. 100 percent of all jaints shalI be field tested, prior ta the placement of backfil! over the spring line of the pipe, af�er the pipe has been su�stantially locked in to place by embedment. If the pipe does not pass the field air test, the joint will be pulled and re%tted ar rejected and removed from the projeet. After full placement of backfill and �roper compaciic�n, 1 pd% of all � oints will be tested again, as the 'tnstallation progresses. At no time shall pipe in5tallatiqn exceed 300 feet beyand the last joint tested. b. No more t�an 2 parcent of the total nuinber of joints failing to meet the requirements of this test shall be field repaired by joint grout injection, or band clamps, or other method. Any joints o�er 2% requiring iield repairs shall be rejected and removed fram the project s�ite. Rejected pi�e shali be removed from the project. Installation shall be stopped until defective joints are repaired arreplaced. 3. 5hould I}eflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipa is considered overdeflected. b. Uncover overde�ected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 4. Vacuum test (Manhole) CITY OF FORT WOR'fH 5TANDARD CONSTitUCTiON SP�CIFfCA7'IDN I]OC[JMENTS Water $c Sanitary Sewcr Rcplacement Revised December 20, 3U12 Contract 2018, WSM-&1 City Praject Na. 101688 330130-7 5GWER AND MAIVHOLE TESTING Page 7 of 7 a. Should the vaeuum test fail, repatr suspect are� and retest. 1� Extemal repairs requirec3 for Ieaks at pipe connection to manhole, a) 5ha11 be in accordance with Section 03 80 00. 2) Leaks within the manho�e structure may be repaired internally or externalIy, 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEAI�TING [NOT US�Dj 3.11 CLUS�OUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 1Zevisian �,og DATE � NAME 8110/201 S 9/7/201$ SUMMARY QF CHANGE W. Norwood 3.4.17 Require testing prioz ta co.ating manholes 3.3, A&S, Add individusl joint testing option for 27 inch and larger with W. Narwaod indePendent testing, 3.4.A Inc[«de UNI-B-6, Table 1 for ]ow pressure aic test 4.4.$ Include indi�idual joint tastin� reguirements Cfl'Y OF I�URT WORTtI STANDARp. GpNSTRUCTION SPECIFICATION �pCUM�NTS Water & 5anitary 5ewer Replacemant Revised pecember 20, 2p12 Cantract 2018, W5M-M City Projecl No. ?01688 P05T INSTALLATIOIV MAR� HO�� VACU U�VI TEST FORM Company IVame: Address: Phone #: Coating �ate: P�oject Name: Contractor: Cell: Owner: Indica�e Pass/Fail: Locatian af 9tructure: Manhole Pour or Placement f�ate: Line & Stafian #: Structure Yype: tchec� onej 4' DI �H T�(PE A FL9W DEV BOX 5' DI fVYFi TYPE g F�DW D111 ��X 6' UI {�ii�f JUi�CT'10[� BOX i' p� IV�b SPHIPF601V Ei�TRY BOX �E�ERIfVG 5TATION l��Clauli'9 ��5� I$�����S °a�T �i% Inspectian Date: Inspection Company: Inspector I�ame: Repair Date: Repair Location: iype of Repair: Repair fillaterials: Cammentrs: Crew Ceader: Prnjec� #: Wor�: ftir1.��1F4��� 4�i�#]�AAAi?{115� or�r�er: saat3i-� CLpSSI] CIRCU[T T�.LEVIS ION [CC.T V] INSPECTIpN Page 1 af ] 0 � SECTION 33 O1 31 CLOSED CIRCUIT TELEVI5ION (CCT� INSPECTION 3 PART 1 - GEIVk;RAL 4 1.1 SUMMARY 5 6 7 8 9 10 I1 l2 13 14 15 is 17 18 A Secti�n Includes: I. Requirements and procedures for Closed Circuit Television (CCT� Inspection of sat�itary sewer or storm sewer mains 2. For City Capital Tmprovement Projects, which includ� sanitary sewer rehabilitation projects, a Post-CCTV is required. Pre-CCTV for rnains will be prnject �pec�c and nated pn the plans. 3. Fat' new development sanitarysewer installation, aPost-CCTVis r�quired. 4. For all City Capital Improvement Projects and new deveIopment sanitary sewer irista�ation, a�'inal Manhole CCTV is required, 5. Final-CCTV will be project spacific, and would include major collectar, atterial, County, Railroad, and TXDOT projects that include extensive paving, structures, drainage, and grading activities B. Deviations from this City of �'ort Worth Standard Spec�cation 1. None. I9 C. Related Specification Sections i;nclude, but are not necessariiy limited to: 2� 1. Di�ision 0— Bidding Requirements, Contract Forms, and Conditians of the 2I Contrac t za 23 24 2, Division 1-- General Requirements 3. Section 3.3 03 1D — Bypass Pumping of Existirtg Sewez' Systems 4. Section 33 Q4 5� — Cleaning of Sew�r Mains 25 S. Seetian O l 32 16 — Gonstruction Progress Sehedule 26 1.� PRICE AND PAY.NiEN'I' PROCIDURFS 27 zs 29 30 31 32 33 34 35 36 37 38 39 4.0 A. Pre-CCTV Inspection 1. Measurement a. Measurement for this Ttem wiIl b.e by the lineaz� foot of ]in� teie�ised for �CTV Inspection performed prior to any ]ine modification ar rep�acement determined from the distance recarded an tha video 1ag, 2. Payment a. The work performed and materials furnished in accardanee with this Item and measured as provided Under "Measurement" wilI be paid far at the unit price bid per ]inear foot for "Pre-CCTV Inspection". 1) Contractor will nat be paid far unaccepted video. 3. The price bid shal! include; a. IVIobilrzatior� b. Clean,ing c. Digital file C1TY OF FORT WORTH WaCer & 5anitary 5ewer Replaeement STAND�sRD CONSTRUGTION SPECIF[CATIDIV DOCUMi'NT5 Conlract 2018 (WSM-M) Revised Aprit 29, 2Q21 City Co�tract Nn, l I�1568 s3 oi 3t -z CLOSEI]CIRCUIT i'ET.EVISION (CCTVjINSPECi'ION Pagc 2 of 10 2 3 4 5 6. 7 8 9 10 11 12 13 1� 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 B. �'ast-CCTV Inspection 2. a. 3. a. b, c, 1. Measurement a. Measurernent for this Item wiIl be by the iin�ar foat of line televised for CCTV Inspectionperformed fo�lowing repair or installation deterrnined from the distance recorded on the �ideo ing. Payment The workperformed a�nd materials fttrnished iri accardance with this Item and measured as provided under "1VleasuremenY' will be paid for at the unit price bid per linear foot for "Post-CCTV Inspection". 1) Contractor willonly be paid for video that is accepted inwritu�g by Water Departrnent. The price bid shall include: Mobilization Gieaning Digital file C. Final CCTV Inspectian ].. Measurement a. Measurement farthis Item will beby the linear foot of line televised fot' CCTV Inspection performed follawing repair or installation d�ierznined from the distance recorded on the video log. 2. P ayment a. The wark performed and materials furnished in accordance with thss ltem and measured as provided under "Measurement" will be paic� for at the unit price brd per linear foot for "Final-CCTV Inspection". I) Contractor wi31 only be paid for video that is accepted in writing by Water Department. 3. The pric e bid s�all inc iude: a. Mobilization b. Cleaning c. Digital file 31 D. Final Manhole CCTV Inspection 32 1, Measurement 33 a. Measure�nent for tius Itcrn will be per each manhole, junction structure, 34 talevised for CCTV Inspeetian performed fnll.owing repair, tnanhole coating, 35 final adjustments to grade, and/ar installation det�rmineci on the video log. 36 37 38 34 4�l 41 42 43 44 45 2. Paym.ent a. The work performed and materials furnished in aceardance with this Item and measured as provided under "Measuremeni" willbe paid for at the unit price bid per �ac� for "Final-Manhole CCTV Inspection". 1) Contractar will only be paid for �ideo that is accepted in writing by Water Departznent. 3. The price bid shall include: a. Mobilization h. Cleaning c. Digital %le CITY OF FORT WORT�T S'�ANDARD CON5iRUCTIaN SPEC�'ICATIOI�E DOCUMEN"fS Ctevised April 24, 2Q21 Water & Saoikary Sewcr Aeplacemcnl Contract 201 S (W 5M-M) C'tty Contract iYa. 1 D 1588 �a oi 3� -3 CL45ED C[RCUIT TELEVISION (CCT� INSPECTION 2 L3 RE�+'ERENCFS A Reference Standards Page 3 of 10 i. Reference standards cited in this Spec�cation refer to the current reference standard published at �he time of the latest revision date logged at the end oithis Specification, unless a date is specificatiy cited. 2. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). Gity of Fort Worth Water Deparfrnent CCTV Inspection Log. 10 11 12 13 14 15 16 17 I8 19 �. Def�nitians 1. Pre-CCTV— CCTV Inspection perfarrned by Contrackor on elcisting mains prior to any Iine modification or replacement. 2. Post CCTV— CCTV Inspectian performed by Contractor following uistallation of new mains butb�fore campletion of other infrastructure (i.e, streets, sidewalks, final gra.ding, etc.} 3. Final CCTV — CCTV Inspectian perforrned by Contractor on mains and manholes after ati construction �s cornpl�te. Includas CCTV of the manholes {including grade rings, casting, etc.) after street conslruction, final grading, and manhole coating, if the coating is required. 20 C. Final Manhole CCTV — CCTV Inspection performed by Contractor on manholes and/or 21 junction structt�res, after all canstruction is complete, Includes CCTV ofthe manhoIes/ 22 (including grade r�gs, casting, ete..) after street consiruction, �nalgxading, and �� manhole caating, if the coating is requ.ired. 24 1.4 ADMI1vISTRATIVE RE(�UIREIVIENTS 2S 26 27 28 29 30 31 32 33 34 3S 36 A. Coordinatian 1. S.anitary 5ewer Lines a. Mee� with City ofFort Woxth Water Depaz'ttnent staffto canfirm that the apprapriate equip.meat, software, standard tamplates, defectcodes and defect rankings are beir�g used, if required. 2. Storm Sewer Lines a. Meet with City af Fort Worth Transpnrtation/Public Wprks Departrnent staff to confirm that the appropriate �quipment, sofiware, standard templates, defect codes and defect rankings are being used, if required. B. 5chedule Include Pre, Post, Final Manho�e, and Final CCTV schedule as part of the Construction Frogress Sehedule per Secti�n O1 32 16. 37 2. Ailow time for City re�iew (2 weeks minimunn — Notif�ication needs to be send 3& out to �roject Manager, City Inspector, & Field Operations). Post-CCTV can be 39 scheduled and submitted for re�iew after each sewer maic� constructio� has been 40 c ompteted. 41 42 3. If CCTV is accepted by City Project Ma.nag�r, proeeed with worlc If rejeeted, eoordinate with Cify per Part 1.4 A. CITY OP FpRT WORTH STANDARD CONST[LUCI']ON SPECIFICATIO[Y DOCUM�NTS Water & Sanitary Scwer i2eplacement Revised Apri] 29, 2021 Contract 2018 (WSNI-PvI) C'tty Contr�ct Nn, l p 1688 330131-4 CLO5 ED CIACiTIT T GLEVTSlON! (CCT V} IIVSPECT IOiY Page 4 af 10 1.� Si.FBMITTALS A. Submittais shall be in accordancewith Seetion O1 33 00. 3 B. All CCTV submittals shall he submitted to the City Inspector to be uploaded to 4 comman location for review and comment by Water Operations and Inspections. 5 Alternatively, the Inspector can provide Cnntraeto� access to upload directly to cotrunan (, location. Inspection and VVater Operations staff shall be notified when CCTV upload is 7 c ompleted. 8 C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual g provide �ideo data per tha CCTV Manual. Pravide additional copy of video m video l0 file MP4 withH.264 code—Advaneed V�ideo Coding and campression standard. 11 D. Tf inspected with nther software provide videa data in video fila MP4 with H,264 code— 12 Advanced Video Coding and compression standard. 13 14 15 16 17 18 19 20 21 22 z� 24 25 2b 27 28 29 30 �1 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 �, Inspection Report shall include: a.. b: d. e. f. g• h. i. J• k. 1. m. n. 2. a. b. c. d. e. �• h. 3• k. 1. m n. P Asset Date of Inspection City Project Name (Address accepted ifproject name does not exist) Main Nurnber — as shovrn on drawings or GIS ID (If A�ailable) Upstream Manhole Station — as shown Qn drawings nr GIS 1D (If AvailabSe} Downstream Manhole Station— as s�inwn on drawings orGIS ID (IfAvailable) Pipe Diameter Ma#erial Pipe Length Mapsco 'L,ocation Number Date Constructed Pipe Wall Thickness Grade perceutage Tnspector Nama Inspection Inspection Number (i.e. lst, �nd,etC...� Crew Numl�er Operator Name Operator Camments Reasan far Inspection Fquipment Number Camera Travei D�re.ction is Upstream to Downstream — Deviation wiil reqvire written justif'tcation, with the exception of stubouts & abandonment plugs that will always be recorded frotn the downstreasn side. Inspected Length (feet) Wark Order Number (if required) City Project Numher (if req�ired) Cify Contract Name DOE/TPW Nurttber (if required) . Consultant Company Name Consultant Contact Name Consultant Contact Phone Number Contractor CompanyName CITY OF FORT WORTH 5TANflARD CONSTRUCTI(]i�I SPECIFICATION DOCLTMENTS Revised April 24, 2021 Water & Sanitary Sewer Replacement Cnntract 2D16 {WSNI-Ivf) City Contract No. 141688 330131-5 CLOSE� CI[ZCUIT TBLSVISIONI (CCT� INSPECTION Page 5 of 10 � 2 3 4 5 6 7 8 9 10 ]1 12 13 14 15 F. a. b c. d. e. f. �• h. i. a� k. 1. q. Contractar Contact Name r. Contractor Contact Phone Numb�r CCTV overlay screen shall includ� (opening text to CCTV inspection) Date of inspection . City Name City Pr4ject nurr�ber Project name Main number Upstiream S5 Manh.ol� (or Plug) station Downstream 55 Manhole station Diameter GradelS�ope Material I.ength Contractor 16 m, Inspectars narne 17 n. Travel dffection 18 o. Date Construction 19 1.6 IIVFORMATiONAL SUBNIITTALS 20 21 22 �3 24 2S 26 27 28 29 30 31 A, Pre- and Post CCTV submittals 1. CCTV video results shau be submiCted ia City that can heuploaded to shared common Ioeation by the inspection staff, upon confirmation that the submittal is complete (partial sub�nissions ar� not accepted, except in s:pecial situa#ions ihat are approved by th� �Vater Department). For pre-CCTV submitt�ls, approval of the submitta] shall be provided by the Project Manager prior to constructzQn sEart when connecting to existing sewer. 2. Alternatively, ti�e Inspectar can provide Gontractar access to upload directly to camrnon lacation. Inspect�on and Water Operations staf� shall be nokifi�d when CCTV upIoad is completed in order to can.firm submittal is complete. Inspectian Report (separat� repnrt �le for each individ�al shall be 5ubmitted to Inspector ar directly uploaded tv shared camrnan location, 32 B. Additional infarmation that may be requested by the City 33 1. Listing of cleaning equipment and procedures 34 2, LisYin� af flow diversion proeedures if requir�d 35 3.b 37 3. Listing of CCTV equipment 4. �,isting of backug and sta.t�dby equiprnent 5. Listing of safety precautions and traffic control measures 38 1.7 CLOSEOLIT SUB11�'II1fiALS 39 A. Firtal CCTV shall nat be completed until all manholes and surface covers are set to final 4Q grade. All as built changes ta plan and pro£'ile drawings (redlines), are z'equired to ba 4t reti.ected on the �'inal CCTV inspection infqrrrtation. Final CCTV shall not be 42 completed until all as built corrections have b�en made. 43 1. Final-CCTV submi�tals CtI'Y OF FORT WQRTH Watcr & 3anilary Scwcr Replaccrncnt STANDARD CQN3TRUCTION SPECIFTCATION I]OCUM�NTS Contract�U18 (WSM-M) Revised Apri] 29, 2021 City Contract No, 1O1688 330131-6 CLdSEQ CIRCUIT TELEVISIO�I {CCTV} INSPECTION Page 6 of 16 a. 4 5 6 b IO 11 12 I3 14 15 16 s� 18 19 20 21 22 23 24 25 26 27 d. e. f. CCTV video results shall be submitted to City that can he uplaaded to shared common iocation by tine inspection staff, upon con�mation that the submiital 'ss com�plete (partial submissions are not accepted, exceptin special situations that are approved hy tk�e Water Department). Alternatively, the Inspector ean provide Contractor access to u}�load directly to common lacation. Inspeckion and Water Operations staff shallbe notsf'ied when. CCTVupinad is completed in order to confum submittal is complete. Sanitary sewer video f�le(s) in MP4 with I�264 code Advanced Video Coding and corz�pression standard City Fraject Number displayed within text of sar�itary sewer video. Construction P1ans identifying the lin.e segmenis that were videoed. Include cover sheet, 1 digital copy of the redlines (Contractar to upioad into Aceela or BIM 360), overall line iayaut sheei(s), and plan and pro�ile sheet(s). 1) One (1) I1"X 17" copy Saniiary sewer Iine segment from drawings match line segments on Inspection Report. Recomrnend some tninimum guicia.nce for standardization of line segment submittals, to include proper identification nf Project: name, CPN, Iine identif"�cation and stations, as well as format {e.g. PDF?) and minitnum annotations rec�uired to eacplain deviations from policies as specif'ted in ihis docutnent, or atzy anornalies that are Considexed �vithin tolerance. Tnspeetion Report (separate report file for each indiaidual shall be submitted to Tnspector or directly uploaded to shared coz�mors locatian. Allow two (2) weeks to review before requesting final inspection. After re�iew by the City Inspractor and Water Field Operraiions, if applicable a cotx�bined set of punch iist items wiU be submitted to the Contractor for correction. g• 1.8 J. CCTY SPEADSHE�"1' LOGINEXCEL FORMAT MAINTINANCE MATERIAL SUBNIITTALS [NOT USED] 28 1..9 QiTALITY ASSURANCE [NOT USID] 29 1.10 DELIV�:RY, STORAGF, AND HANDLING [NOT USED� 30 1.11 FIEI.D [�ITE] CONDI'[ZONS [NOT iTSED] 31 l.lti WARRANl'Y [NOT USID] 32 33 34 35 36 37 38 39 aa 41 42 43 PART 2 - PROI)UC'I� 1�. F:qui�ment 1. ClosedCircuitTelevision Camera a. The television camera used shall be one speciiically designed and constructed for sewer insgection. Lighting for the camera shail be suitable to ailow a clear picture oi the entire periphery of ti�e pipe. The carne�a shall be operative in 100 percent humidity/submerged conditions. The ec{uipment will provide a view af the pipe alaead of the equipment and of features to the side o�the equipment through turning and ratation of the lens. The camera shall be capable of tiltsng at rigki angies alon� the axis of the pipe while panning th� caznera lens thx'ough a full circle about the circumference of the pipe. The lights an the camera sha�l also be capable of panning 90-degrees to the �is of the pip�. GiTY OF FORT WORTH STANDAR[? CON5TRUCI"ION SPECIFICATION DOCUM�.NiS Revised April 29, 2Q21 Water & 5anitary 5cwer Rcplacement Contract 2418 ( W SM-M) City Contract No. LOlfs88 ss o� ai -� CLOSED CIRCUIT TELEVI5IQN (CCT� IN3PECT[dN Page 7 of 1Q 1 b. The radial view camera must be solid state co�or and have remote control af the Z rotational lens.. The camera shall be capable of vievving the connplete 3 circurnference nf the pipe and manhole structure, including the cone-section or � corbel. The camera lens shal,lbe an auto-iris type with remote controlled 5 manual override. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2. Video Capf.izre System a. The �ideo and audio recordings of the sewer inspections shall be made u.sing digital videa equipffient. Avideo enhancer may he used in conjunction with, but not in lieu of, the required cquigmes�t. The digital recording equipment shall capture sewer inspcction an USB drive, with each sewer segment (from upstream manhale to downstream manhole) inspection recorded as an individual file in MP4 with H.264 code fprmat. b. The system shall be capable of printing pipeline inspection reparts with captured i�ages of defects ar other related significanf visual infox�xzation on a standard color printer. c. The system shall stnre digitize�l color picture images and he saved in digital format on a USB dri�e. d. The system shall be able to produc e data reports to include, at a minimum, a11 observation points and pertinent data. All data reports shallmatch the defect severity cad�s outlined in the City's CCTV manual (electrpnic copy availahle on Water Department's website — hit J/fartwarthtexas. ot�Iwaterlwastewater/CCTVManual. 2� e. Camera faotage, date & nnanhole numbers shall be rnaintained in real time and 26 shall be display�d on the video rrionitor as well as the video character z7 generatars illuminated footage display at the control console, 28 PART 3 � EXECUTION 29 3.1 TNSTALLERS [NOT U�ID] 30 3.� EXAMINATION [NOT USID] 31 3.3 PREPARATTON 32 A. General 33 1. Prior to inspection obtain pipe and manhole asset ident�cation numb�rs from �4 theplans or City to be used durir�g mspections. Inspections performed using 35 identificaYion nurr�bers other than the line number (or existing sanitary server 3� main7lateral) and station numbers from plans or from assigned numbers from the 37 City will not be accepted. 38 39 2. CCTV Inspection shall not comtr�ence until the sewer section to be tel�vised has been cotx�pletely cleaned in conformance with Section 33 04 50. 4a 3. CCT'V Inspection shall not commenc� until the sewer section to b� televised �1 has been completely cleaned in c�nformance with 5ectian 33 04 50. {Sewer 4z systern should ba connected ta existing sewer sysietn and should be active} 43 44 4. A final CCTV Inspection of newIy inst�lled sewers (nat yet in s�rvice) sl�all not commence until campletion of the follawing ite�ns; CITY OF F�RT WOEtTC-[ Water& 5anitary Sewer [teplacemenl STANDARI� CONSTRUCI'ION SPECII�ICATION DOC[JMENTS Contrdct 2(1l8 (WSM-Mj Re�ised April 29, 2021 City Conhact Na, 101668 33OI31-8 �LQSED CIIZCi31'[' TELEVIS (ON (CCT V} INSP�CT [ON Page 8 of la 1 2 3 4 5 6 7 8 9 tq a. b. c. d. f. g• Manhole final grade is set (after street paving, under Final CCTV, Final Manhole CCT� Manhole linmg is complete (after streetpaving, rander Final CGTV, Final Manhole CCT� Sewer main is cleaned Sewer air test is complete Vacuum test of manholes Inskallation of all lateral services and cornpletion of low pressure testing of a11 new services All sewer main ar�d manhoie work is conaplete 11 Once reviewed and accepted by Wat�r Field Operations iihe sewer system shouId be 12 connected to existing sewer system and ready for use upon finalacceptance n�the 13 pro3ect. 14 5. Tennporary Bypass Pumping (if required) shall conform to �ection 33 03 10. 15 16 17 18 19 20 21 1. Caordinate witll City of Fort Worth Transportation/Public VVorks Departnaent for CCTV equipment and cl�anin� requirements. 2. Inspection (CCT� C. General 1. Use manual wi.n.ches, power winches, TV eable, and power rewiusds that do not obstruct the camera view, allowing for proper evaluation. 22 D. Pi�e 23 1. 24 2• 25 26 3. 27 4. �g a. 24 30 31 32 33 34 35 36 37 38 39 40 41 42 �3 44 45 S � 7 8. 9. Begm inspection immed�ately after cleaning of the main. Move camera through the line sn either direction at a moderate rate, stopping when necessary to permit proper docum�ntation of tha xnain" s contiition. Do not mo�ve caxnera at a speed greater than 30 feet per min.ute. During investigation stop camera at each defeet along the rnain. Record the nature, lacation and orientation of the defect or in%ltration loeation as specif'ied in the CCTV Manual. Service conn�ctxons, Pan the Camerato get a eomplete overview of service connection including zooming into service connection Include location (i.e. 1 o'clock, ete...) See phatos 1'7 tY►ru 23 for examples Joutt defeets, include comment on condition, signs af damage, etc... Note pffset and/or separation at a joint. Includes joints vWhere one pipe is not correctly aligned with the connec�:mg sectian of pipe causing a lip that co�ld impede flow or a see�ion of pipe that is aligned but has pulled apart horizontally and may not connect ko the other section of pipe. See Photos 24 thru 29, 3S, 36 fpr exampies Notate �isible pipe defects such as cracl�s, broken or deformed pipe, holes, offset joints, obstruciions, sags or debris (show as % of pipe diameter}. If debris has been found in the pipe during the post or final CCTV inspection, additional cleaning is required, and pipe shall he re-televised. 5ee Photos 1 t1�ru 12 for examples Notate Iniiltration/Inflaw locations. See Phatos 13, 20 for examples Natate Pipe materia! transi�ians. See Pl�otas 30 for example CITY OF FORT WORTH STAN�ARIJ CONSTRUCCION SPEC�'ICATiDI�i DOCUMENT3 Revised Apri[ 29, 202! B. Storm Sewer Lines Water & Sanitary 5ewer Replacement Coatcact2018 (W5M-M) City Contract No. 101 fi88 33 Ol 31 -9 CLOSED CIRCUIT TELF,V.ISIOI�i (CCT V) INSPHCTION Page 9 af ] 0 1 10. Natate other locations that do not appear to be typical for norrn,al pipe Z conditions. For example, Zocations could include confliets betr�reen the replaced � main with other utilities (including pavi�r�g and storm sewer), causing pipe � deflections, sags, etc. hoZding water. This could also include any damage to the 5 main andlor services after the main has been replaced. These locations cauld � occur between tha Post-CC'I`V and Final CCTV submittals. See Photos �( thrtt `1 3� for examptes 8 9 io 11 12 13 l�i 15 16 17 18 i9 20 ai Zz 23 24 25 26 27 28 2R 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 �F5 46 �47 48 13 a, b. 14. a. � c. � 15 a. 16 a. 11. Note locations where camera is underwater and level as a% of gipe diameter. Garzz�ra underwater — Point in which the camera lens is 100% submerged underwater andlor 50°/n of the pipe's diamEt�r. Camera emerged — Point in which t�e camera lens has eznerged from being undez�vater. 5everity is described in ranges by linear feet. This would include pipe deflections causing a considerable it�erease (i.e, double or mnra) in the depth of flow in the pipe (to at least between 1/3 to %2 of th.e pipe diam�ter). See attached example photas at the end of this Specif'ication showing the depth changes in % full of pipe. See Photos I4 thru lb for examples. 12. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/IO foot. CCTV recarding segments are to be single contint�ous %le item, A single segment is defined from manhole to manhale. Only single segment video's will be accepte.d and preferably itzclude manhole inspections (manhole to mazzhole). Individual manhole inspection will require written justificati4n, included under the Fina�-CCTV bid item. Pr�Installation Inspection for Sewer Mains to be rehabilitated Perfarm Pre-CCTV inspection immediately after cleaning of the main and befor� rehabilitakion wark. 1) No c�eaning equipment rn the main during CCTV. 2) Water shall be �resenY (or flowing) while recording CCTV to confirm system functionality. If, during inspectzan, the CCTV will n�t pass through the entire section of main due to blockage or pipe defect, s�t up so the inspection can be pexformed frann the opposite manhole. City Project Manager (PM) sha�I review and rnay consult with Sewer Projects Reportit�g and Operations (SPRQ), and pravide comments on identif'ied defects. Contractor shall present prpposed repair method(s) for approval by the City PM, beforc proceeding with constiuctian. Proviszpns far repaiting or replaciag the impassable Iocation are addressed in Section 33 31 20, Seetion 33 3I 2I, Section 33 31 22 and Section 33 3123. Post-andFinalInstallation Inspection Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 50. Water shauld be present/flowing during the recording operation, to demonstrate the functioning of the instaIIed system. Docu�tnentation of CCTV Inspection S�nnitary Sewer Lines 1) �'olIow the CCTV Maa�ual (CCTV standard manual suppliet! by City upon requ.est) for the inspection video, data logging atzd reporting or Part 1.5 E of this section. CITY OF FORT WORTH STANDAI�T] CpNSTRUCTION SPEC]FICATIOZV DOCLINIENT3 Water& Sanimry SewerReplacement Revised April 29, 2021 Confract 2018 {WSM-M) Ciiy Contract No, 10i688 33 01 3l -10 CLO5ED CIItCUIT TLLEVISI�N (GCTV) INSPECTION Page 10 nf 10 1 2 3 4 5 6 7 8 9 1D 11 12 13 14 1S b. Storm S�wer Lines 1) Provided documentation for video, data logg�ng, and reporting in accordapce with City of Fort Vslorth Transportation/Public Warks Department requirements. E. Manhole 1. Final Manhole CCTV inspection recording segments, will reveal condition of manhole in iks entirety, inciudiug corrasion protection if appl�cable. Casnera should pan the entire manhole while iowering to inciude cQmplete view of invert. This requirement applies to new manhole installations and rehabilitated manholes afiter epoary lining insta�led, if applicable. 2. Notate Iniiltration/Inflo�v Iocations for Pre-canstructian CCTV recordings. 3. Post-Installation CCTV Inspection is only done after all construciion is complete. F. • 3.4 RII'AIR 1 RF�Z'ORATION [NOT U5ID] 16 3.� R�INSTAI.C,ATION [NOT USID] S7 3.6 FIELD [ox] SITE QUAL�TY CONTROX. [NOT U5ID] 18 19 2a 21 22 23 24 25 26 27 28 29 3,ry gySTEM �TART[JP [NOT USID] 3.8 ADJi1ST�NG [NOT USID] 3.9 CLEAI�ING A. See 5ection 33 �4 S0. 3.10 CLOSE(3UT ACTIVITIFS [NOT USID] 311 PROTF.CTION [NOT USED] 3.i2 MACNTINANCE [NOT USID] 3.13 ATTAC�IlV�N'L5 [NOT USID� END O� SECTION C1TY Q� FORT WORTH STANDARD CONSTRLiCI'IdN SP�CIFTCATION DOCUMENTS Ctevised April 29, 202i Water & Sanitary Sewer Replacement Contract Z01$ (WSM-M) City Contract No. 101686 ��:� � ���° �� �: � � Photo 1 Flow Depth Acceptable ���� �1'f���1��'1:� '�'t�:'1'�:�� 3A'11� Photo 2 Flow Leuel AcceptabEe � ��+�� Q�AAH: ���-�� 6 _ � K�' �. � �� �1 �.� f��. �Q!I�1�Li1��T �� Phato 3 Flow Levei Acceptable �o�����i��r � � -- Phota 4 Flow Leuel is elevated. D��ItIH: ��+4� �� i� i��'-��1�'�f���'.� �I��°ll'.��► �' u. - �` � � �- • .� �� � �� - i '� 9 Photo 5 Flow Ele�a#ed but helow 1./3 capacity. No action required � } y� �1�1. : ��+�� #�! �� - ., . -� '1 '11'i `�12,4'1 � ���'� 1.4� �''I�I �� 1 L�� �. Phnto 6 Flow al�ove 30%, Potentia[ Sag nr debris. �: �'#� � '�'''r.�' � ����� ���- ��M�i � j �- F + c . .ia # h � - _ � �£ .� r f y �� ��L�*�� .� � �i% � �F� �� Phato 7 Offset Joint Exampie ��,1�'L�L�!��T � ��: �'���-��� = � �. i �� � � �, _. - r;�� � � - ��.:� I��` ' �� �' ��� �t � � , ti� . + F y � ` . � I � , '�•. : s ` � � "� '�' � r� : ,: Phato 8 Flaw appears tv be stagnant pnssible sag. ��NF�LI,+�T � �'�111����Q�1� '!�:��:�.� ��M �IW�N: � �+�� Photn 9 Dei�ris e�ident. Clean and Re-CCTV priar to s�bmittal ��[�1F��l�T �!�'�11k�: `��4�+� . �...-'�' ."'�"` ���� r� . _ � .� - - -�-, 4 -- -- ,�. . .,- ,�~ _ . �` . -� - � _ . ������ • - � , ' y =� ,.-.�- � ��', �,. � " � � ••. . ;,� _ � _, - � , + ; �� . �# �� Photo 10 Deb.ris evident. Clean and Re-CCTV prinr ta submittal. ��'N�I��I�T '�� 1��MM� �7 �+�Z � -,�-��. -�r , �'��.,:4� �* � __ � � � * Photo 7.1 CCTV shoulci not be suhmitted, Clean and Re-CCTV prior to su�mittal � , � -+,r� � � �. � ��N1FL: 1 �* ���� ��. Photo 12 Sur►rey was not completed. Take corrective action and Re-CC7V Photo 13 Example of Potential tnfiltration/Inflow location Phvtn 14 Water level ap�roachfng suhmerging camera. Record Eseginning of level increase and nate the point at which the water le�el re#urns ta normal. Carrect�ve action will be required. Photo 15 Camera submerged. Note heginning point of increase Ievei ant! the end af t#�e increased depth. Correcti�e action wil! be required # _ �_ . - �IV.�H: ��'�����i� Photo 16 Camera suhmerged. Note beginning point ofi intrease leve[ and the end of the increased depth. Corrective actian wiil be required �� - ��¢�� - �_ �� � ��. � i� _ �, � � _� � � Photo 17 Service 1'ap. Note the lacatian and position of tap in r�lation to the sewer main, Repair required? �� �� �� � ���.��=� ."�'� � _ - _ , a ,. ��� ,� �� 0 ��� ti� k . _ �� . -� � � � � � �` � � ,� � � �. ,_ 0 Photo 18 CCTV shouEd ineluda �iew of service tine. Retake CCTV Video? ��'�'�..:'!�,.�� � �'I�i � Photo 19 Ser�ice tap holding water. Corrective aciian required. � ' � 1.1 1_I. _ �� '� y�' �� {� � � �+ . E , � i.�' � I � 4� *� � _� � �� � :�..� ;� �l `�� y� � . �,� ,' , __. � �'` °N -� '��{ � '� h� � � '� �.'� � 4 �� ' �. 1 \ • � �� . ,�' �� . % ��,+ + ,� �' � � . ; t ,� . +�e. : � � . �i � _ � � � �• � ��� ,+ ' r ���` ��`- � _ �- ' � � ' }. �� � +.. ., � � 5 � f .4 � f± +�f � / .' r . - i�'+. #�� , ' -• � s4 * / * # \ � i i � L+ � ~ .� � � � ' F � �� � `'� � �� { �' �n�F�+ i'�--�r'.��' � .��'_ ��+'� . �� , . I�,� ,� :�-r=i - �„ � i.�, . '� :�� � � , - �-i..��f-��Y{���' . �' � ='-'��� � . a" _ � r_ — � _ d Photo 20 5ervice tap is instalfed incorrectly. Afso is a point of potential !n#iltration and ln#low lacatian. 1 Photo 21 Proper Shot of Sewer Tap � � �� �p . . �: it'.�.�J. ti � 'C r � � •] I'-� I � {,!G � � � : .��;��Q1�01 - _ _ � . � � � °� I , ,� I � �G. .- � iµ. ' C � ±. ; � Y. y . Ip;F 'I �: � �� , � _�� A * 1 Phota 22 Debris in service 1ine. Carrective action required r -� 'tiry. 3 a��__ _ _ + '1 I . •] � f . - I : 1�117� e � �� �� 1 ai � � • • +� � ' � . . �� � 4 • { � i t i �. � � . � � ��� , • ..� � r � �rT� �*�.I I.-I.��_ I�'I f � ._� � � i I ��" �`��' ��� �= i �� Phota �3 Ser�iee tap at prnper location. �_, Photo 24 [7amage to liner. Repaired is required. � � � ■ i ` r t a� rt� -A * . i � . � �� � � �� . �"� — '� �' . � � . - # • + _"{ , j �� '�.' ' `+�. � .1� � *A..�+� . � �. _ r. � .�� `���• , '4, � � ��� s . l � - � �; z �� �+�F . � . _ '��. + �� - - � . ��.., � . �, 7� � '� ��'i^ Sl, � � �_4• �.��. . �� � ,^ . 3- � �• - � - ����, �� 4 •�� t '� *L� �i �'_" * f�� � �� �k . � .. .� :_� , . . � �r � .�+, f � ;�; � - � �����-'�# , . _ �, � `��� w�� ;y � _-� _ _ ����, � � ''� i•`� - � �� • . yf # " ' _ Photo i5 �amage to 13nar. Repair is required. Photo Z6 Damage ta Liner. Repair is required. r- �# � � f- � t # ,#' � � � ._,f � F `� � �. �' i.5 h • • � � I�1� � �'� � . _ L' _ �� Phato ,27 Liner Qamage. Aepair required. _ , . . �� '�.'� i`!' f � {� � �' � - '-� ' . - ry. � . , . . .� - _ - • 5 } � ' ` _ � � _ F � ' r � �� , y '� �' � .-# . t , �+ . � _ � - � ~• J �ti +} �±� 1 . . � � ��� 4 � S ' �� I � � "� ' _ � � � } ' � * � � . �� � _ ��� � � R � J � � ���! " r f + 4 r��. `�� � -.;� r�. LL.� � � �= r- # ' � � � � � �. � � ; � � � -�� �� `'� ` F• � ~ ���nl � � J � � � E�` # � � ` � . I' t � - � � � x � I � � � � Y, u � - � Fhoto Z8 Damaged Liner. Damage to be repaired. .� a, ��— ii� � � — � �n�.� ��`+�:� a�nriHC �i-+���� � � � k ,♦ � i �*l ' �� .� �' • - �� . � � � � . � � 'F' !�* �� �� �1 "L � � � � _ � � + �- �. :11� �4. - . �� • ' * • ' , + � ' � � , * . { � . -*, _ + � � ��`� � - ' • ' *' � � , � � �s - a � _ , �� �- � . ' ` ' * � ���`�.�'� ���'�_ ,s� �� - F } '� ��.� �� � � � i' i . d� . � G � J� . !I_. .�. � ��*� L - Phato 30 Change of material. I�ote change on CC7V log, Repair required? Phato 31 Beginning af potential impact fram adjacent utilitfes Repair required? Photo 32 Continuation of impact from adjacent utilities Repair required7 � Photo 33 Continuation of impact from adjacent utifities Repair required7 Ahota 34 End of impact 4or patential impact from adjacent utilities. itepa9r required? Photo 35 5hort Joint installed (nat a cEasure piecej does not comply wiih spe�ification Repair required? PhQto 36 5hnrt pieee installed with wye inserted does not camply with design ��- ���� � 1 � w� 11��. � � . ' �# " + � , � , - ��� . * F. ; . 4� �* � � ` � y, �y r Ff ���i � ��' � i � -� . � � ' �. _ � �r .� + - � , , �k' *t� , _�' �� 's� ,. ' ���� Y� _ _ :1 •{� �r " � - f a �� t-. ��' — _ � �. ��: i.i� �r�t `4' _ +�, r .. �' � �� '� �`� ` �� , � � � �.� � a" ' � " , .�;� -� , � ��„ �• � � - �r +� *' '�- ,�' �,, � ,,. , . , _ � #� �i�_-,• . { . � i. � �,� . �'� I � • , , �' _ �, �{ �+� t ���+, � ' � � � 4 �' �►� - ; }� � { 9� ��• , � � .�,�.�� �4 �: -. � �. , . i � * �� ' * � �� � ��l"��, ",���� + � � � �� r�• � ,� • . t # � __ x � .;� . �i � ,� � � +" '. F '� �k . � , � {' . 1 � �'r � � � +. * Y �-- a �� � F . 5 � � r � � ` •S � � # - � � `� h � i � ,.�� �, . .� � . � +�~ ,+ � � � � � � l� � �I 4 M i � �' . � � ` �}, � _ • �F * ` ,,,�"' . • . a ���� ��'* � � � � '��ir�'" � �` ' � R ''. � � �', � I � ������� . F . , � # . +" � � '� + � 1 .r � �. w ��.. ���� . � r r t � y�" � �� � � . • �.� � " .- � --��`.���� � . �.- . � _ . - �• _ , , �„t,� * , I r +� � �x t��.'�.N ,�... F ., y� 1 � � � r Qi � {J.' _� F�� � t��� � ' ry` �1� i�� �f������� , *" � �• !I � ;� � � .+,� �� � � ., . �- � r ��-'— r! �ll� � � I I�. I.�+I I.�E� +�— t•_�- . f#��. � �� . � � �� � ' �' � � , ' � � Ilii!I � ; � rl rl l a +'' �i .* 1��4 � �,r.� � I ,:=�4 _ _ :�� � a . � - , �� , �- r1� � �~ � �'� #N l��! I�+i.'I I�►r�a 11 = I�;�'� ,t �Ml lE'��.� ,�i� *�� . � x} 1�� , . F. �� � � �. a �► ' �— ,� � � �--ti ; � —} t� � ' � �� � s� � �# i� � ��J i�F ��� � ' , � • _ ; _ �. � # �� ++ � ��� r � . F � � � .-_ 0 0 � F �r a k I� � �� �N � �{ }�1� F � tk � , � ' IJ il '�=v ��� �� • � � �� ���t+� • r _ ��* �_l * �� � _ .. ' ' • ` � �� � � i � � � — �.�, � � �� � } . ` . ',' + - . { �+ , � � � .�, � �# , _ - � � _ . � .{� ' � .� . �'. #, �, � r�k R +' . � � �_ � � #;� • w-- h + rt � •; �, r � �ry � # 4 � . � _� • # , , � �y4y � � � � *1� � - � � �~w� r • '�� � � f � "� '� � # "� �{;����� r� ■ t i � ! - ��` ' y �� r �•� f ��� �1 1��' H �--,�, ` � • , J � * - 4: . I � � �F S ` ' � � . { ��� � . - * �,- r.. .� # ,�I I� ���� , �Mf � a ` � �r'`31 if � - � - � '� � + - f _ � ; � �F `�� � ' ��*. i' ' u �y �,�,� � } ��•" .� ' r.i , �� �� � � ��! ;I � . ���I ' - � + � � ` � ' , � —+'� r � 11 ' ' * y. �.� .. ' ■ � � , • { � � i }+ ,� ` • � '� F � i i � I * ���� • ir �_ ' � �--.� *� � � , ' 1�7I ��i�� . � �• � t I '' ' , ,"� . . � t � y , � F ,N �,: -, � � .--� # r� " - ,� . F '� t'�Fw'�3 _ �'i . . r � � % � � t•� ,� , _ � ,r.-. ••� `�-r • � , ��w' ;_;I�._ �� . Ey � r ,r � �� * * rf �� 't= � �- ' •� � # '� _ - _ � � ` ����+�'�'�' �� . X -� � L ,�� .i a, :� e t+,�lj � t� i �, �,���i ��I��1 I� �I .�' �� �i6l�I �1{�'�I �i�k � '�r i '. �� - y . �� . ,� � _� ti . �. � I �k� � p, � �t�'� �..�a k+ a �4 _ .� �� r.' � ' �� � � }'� , Mfin� , � � �._ F . a- f � � filk�� ' .- �� #. _ .� � �� ' � # �..,� Y�� �, � � - � -� � T _ k � ' 'W '�• _ I � �� F . , � . v ' � ♦ �' � � J ' 1 � ''� } # F � � .■ �A r*�' ' } � i } s. , r ' 'i , ' * � _ a� � � r � � L# � Y �' � { - / � � r 5 - 4 * � x � � � 11w �i� # � _,.� i � ' � � �E� � . r� . - _ . .� ,. • _ {��� � *� . ..y _ . , '��: i �� � a' � �. _i', � ��"i � ' � y� � ' _ � _ � � r = � . � `� � . � y'�7 � �� � a � ' #� =� i� FI j . �. � � y 0 � � ! �� i � e �' �, � - i - � �f � • , ��.� i� � � # �� � . � �.� "�' - # �r . � '� - _ � k *� � �. . � r 1' � � � ' _ "� *� . -� , � T • rF � �. . �' + �f �i-� � � F � -' . - � •� . � � "' � • � _ � ' �' 4 � � �� a � � i� ` � � . ' ., � {� . 1 � + ;� � . � � • Y + • . � a • r� . *� . # _ � i. '. _ t _ _ � � _ y � Y Fi � � ' ' i � �r .� �� �� � ` � . i'• , � ` ' ' al t �'�� ' * '- - � {� ' � .- i . . -.�'1 `i � ' i ' . . .. . ji . , � _ ,. _ . � - _ a � � . ' � - � � �' ^ `1^. � � . • _ # *�� ���'� � . � _ - �� Y • .� � _ ��� *_: . �� � �.+ N � - , ���.t� ���1'� � . �, I � f ��� �'_� �x #�--1 � �— �r��f� ,a._,� � _� � i .- � � ���-� 1�4 1 ���� E���=+� �� .'•� li �,�.,�,� � �- � . �� T ���- # `� � ' � r� � � �f i � '+ �� ,- . #�= x_� ' . - � '. � � ���,., _. � - �, . ,- � ` � � ry ��� , ,• � / � � . �' r ' , rF + . . " + �i i '� I + 1 � F � � / f i � '� � ; F`�'��' �1 i # r � �� �� �f �� � �'� 5 * . + � � . J ' ..�I .��i - �� �� , � ` ' �, t`+ � � � �+,1 � f , . * . . L _ `f � � � �� } +� � , M •! � } ��" , ;��� �+Y t - , , . . '��. � � � ..� � � ���.�1 r'� , . # ���'_' �r.1r" # � . _ , �4 �. �� �+- , �.- _ ..�� - 'F�� - , �;- � f ,1 -_ - � - s ■� r... . � ' � _ � , . � �-.� � - � , �' 1:= i I�+� M ��� •� � _ �.,� - k �w� I �- F � SI _ *.. ` a �. � � � i � � � :� + i . i� +; � tir'� ��� � � �� 4*-- _ iC. .z �� .+;� � � + � 1 1 1t ' �`. i +,. "��.�; . *�� i . �� . � � . � .� � t. f= .�.. '-i���+�� �x .� :� � # � 3i r f��� � k i� ����I a��r+l � ,� � • .. � {1�f_" _ � ��� , � � - • - -�- - � �4L�_ � _� • � 1 F �+ _ i � li�� F � . ,.. . li� tl�� . . ��_-_:�=� = �� _ , �. � , � �� � �• . �� : �,' -. � � } : � tir, � . � , . x� �� � - - . � �i' � ' } #� ' - +'�� #`�#� �'"�+���� �. - �I �{ . ' . +� ��r.1�� . . �, ry �� � k � - � r I .� � ' . � +� ' � � "i ri� . �i . s��i . - I �# _ F��,�#�'� "1 Y � i,�� r?-•"*;+y,�� +w' -�, r : I ��'� . �. �►� 'tii ' l __ . r 6 , i � I ' � i �4 ' � J ' � �� ` . 'r' rti# �k+ . _, � . . , ,* �r�— . �•��` . � 1 - ` � i . _ � r,��N . � , � . . . .. � }+ � � ' � •+� �I �{ " �r." i *+� r���,�� , � I I a' � ��.� ii. 1 F"'�F 1 � , ..�F '�Y 'f� r y�# � .,��._�� ; • ,�,�;:, ,�„�,�,, ��IIE� * �Iri� Il�j ,t � , ,� � „ _ .. F ' �fl�l+ I{ 5 � ��� ��' ! i F � i- il ' I��.�i ,;; �-;� },, r � I��I � � .� .' _ { tr-� r i`�I � �•. �' � _� �� � �: _ � � -, ��•i „�� ,�:� M� 1 !l L� �+a ��{4 � T F 1 �TI M�' } 14 "�1 � �.� I' -� ,- � . ���N I I �i���� ������ �Y 1� 1 ��� I �4� � � + 1 4+ + IF� I � F'�� r II 334[ 10-] itL'IIVFQRCED CONCRLTE STORM DRAIIV P[PEfCULVERTS Page [ of 12 SECTION 33 41 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS .PART 1 - GENERAL 11 SiTMM,�Ry A, Section Includes: 1. Furnishing and installing reinforced concrete starm drain pipe and culverts, incIuding: a. Pipe or bax fitt�ngs b. Gonnection of drain lines to curb inlets c. All joints d. All connections to new or existing pipe ar headwalls, manholes, �tc., to Yhe lines and grades shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Relaked SpecifcatiQn Seetions include, but are not necessarily limited to: 1. Division fl— Bidding Requirements, Contract For�ns �d Conditions of the Contract 2. Division 1— General Requiremer�ts 3. Sectian 3� O1 31 — Cl�sed Circuit Televisian (CCTV) Insp�ction 4. 5ection 03 30 00 — Cast-in-Place Conerete 5. Sect�ion 33 OS 10 — Utility Trench Exca�ation, Embednncnt and Backfill 6. 5ec.tion 33 OS 23 — Hand Tunneling 7. Section Q3 34 13 - Controlled Lnw St�ength Material (CLSM) 1.2 PRIC�. AND PAYMENT PROCEDLTRES A, Measurement and Payment 1. Reinforced Concrete Storm Drain Pipe a. Measurement 1} Measured along the langitudinai centerline of the pipe from the initial beginning point as shown on Drawings to the end af construction as shown on Drawings, �xcluding inside diameters of any manholes encountered b, Payment Z} The work performed an[3 materials furnished in aceardance with this Itezxi ancf ineasured as provided under "Measurement" wilI be paid for at the unit price hid per linear foot af "RCP" installed for: a) Various sizes b) Vatious classes c. The price bid shall incIude: 1) Furnishing ana installing the specified diameter pipe and appurtenant �ttings 2) Mabilization 3) Pavement removal 4) Excavation C1TY OF FORT WORTH STANI]AR17 CpNSTRUCTiQ]V SPEC3FICA7'iOiV DOCUMENTS V�'ater & Sanitary 5ewer Raplacement Revised July 1, 2011 Contract 2D 18, WSM-M CityProjectNo. ]O1688 3341 !D-2 REiriFFORCED CQl+{CRETE 5'fOAM DRAIN L'iPE/CULV�T2TS Yage 2 of 12 5) Hauling 6) Dispasal of excess material 7) �'urnishing, placeznent and compactian of embedment S) Furnishin�, placement and cornpaction af backf'ill 9) Gaskets 10) Clean-up 11) Cleanin� 12) Jointing 13} Connections to all draixiage structures 1.3 2. Reinforced Cancrete Stnrtn Drain Cul�ert& a. Measurement 1) Measured along the Iongitudinal centerline of the pi�e from the initial beginning point as s%own on Drawings to the end of construction as s�own on Drawings, excluding inside d'zameters of any manholes encountered b. Payment 1) The work performed and materials fut-nished in accordance with this Item and measured as provided under "Measurament" will be paid for at the unit price bid per linear %at of "Box Culvert" installed for: a) Various sizes c. The price bid shall incl�sde: 1) Furnishing and installing the speci�ied diameter pipe and appurtenant filtings 2} Mobiliza�ion 3) Pa�ement removal 4) Excavation S) Hauling 6) Disposa] of excess material 7) Furnishing, pIacement and compaction of embedment 8) Furnishing, placement and compaetion af backiil1 9} Gaskets ]0) Glean-up 11) Cleaning 12} Jointing 13) Connections ta all drainage structures REFERENCES A. Reference Standards 1. Reference standards cited in this Specificatian refer to th�e current reference standard published at the time pf the latest r�vision date logged at the end nf this �pecification, unless a date is speeifically cited. 2. American Association of State Highway and Transportation Off'icials (AASHTQ): a. T111, Tnarganic 1Vlatter or Ash i� B'stuminous Materials. 3. ASTM Cnterr�aiional (ASTM}: a. A18S, Standard Specification for 5tee1 Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification far Steel Welded Wire Reinforccment, Deformeci, far Cancrete. c. C76, Skandard Specification for Reinfarced Concrete Culvert, 5torm Drain, and Sewer Pipe. CITY OF FQRT WOItTH ST:4N�AliI] CONfSTRUCT1aN SPECIFICATIOIV DOC[1MENT5 Water & Sanitary Sewer Replxcement Ae+rised 7uly 1, 2011 Contract 2018, WSM-M City Yroject No. I O 1688 33 41 10 - 3 RE.WFORGED C�NCRETE 5TOAM QRAIN PlP�/CULVERT3 Pagc 3 of l2 d. C361, Standard Specification for Reinforeed Concrete Low-Head Pressure Fipe. e_ C�443, 5tandard 5pecification for Joints for Cancrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Cancrete Fipe, Manhale Sections, or Tite. g. C506, Standard Specification fqr Reinforaed Concrate Arch Cutvert, Starm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sew�r Pipe. i. C99Q, Standard Specification for Joinks for Concrete Pipe, Manholes, and Frecast Box 5ections Using Prefozzzied Flexible Joint Sealants. j. C1433, Standazd Specification far Precast Reinfarced Concret� Monolithic Box Sentions for Culverts, Storm Drains, and Sewers. k. D4, Stanclard Test Method for Bitumen Content. 1. D6, Shandard Test Method far Loss on Heating af Oi1 and AsphaItic �ompounds. m. D36, Standard Test Method for Softening Point of Bitumen {Ring-and-Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid PiCch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash atad Fire Points by CIeveland Open Cu.p Tester. p. D1 I3, Standard Test Method for Ductility af Bituminous Materials. q. D217, Standard Te�t Methods for Cane Penetration of Lubricating Grease. 4. TxDOT Test Pracedures {Tex}: a. Tex-704-I, Making, Curing, and Testing Compressian Test 5pecirnens far Precast Cancrete I.4 ADNllNISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in acenrdance with Section QI 33 �0. B. AlI sttbmiitals shall be approved by the City priar to delivery. l.b ACTION SIIBMITTALS/INF4RMATION SUBMITTALS A. C�rtificates �'urnish manufacturer's c�rtificate af compIiance thai their product meets the physical testing requirements of fhis ,Specificatian for the materials referenced inc2uding, but not limited to: a. Reinforced concrete pipe b. Concret� box culvert c. Jointing materials CTI'Y OF FORT WOA11i Water 8c Sanitary Sewer itepEaccmenc 9TANDA,ii17 CONSTRUCTIDN 5PECIFICATTON �OCUMENT5 Cantract 2tl18, W5M-IVI Revised July 1, 2611 City Praject No, 101688 3341 10-4 REINFORCED Cb1�fCRETE STORM llRAIN PSPElCULVER'�S Pag� 4 of l2 1.'� CL�SEOUT SUBMITTALS [NOT USED] 1.8 MA�NTENANCE MATERIAL SUBMITTAL� [NOT USED] 1.9 Qi1ALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STOi�AGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a loeation to store the material in accordance with Sectiqn O1 b6 00. 2. Keep pipe clean and fully drained during storage. 3. Transpart, handle and store pipe and �ttings as recommended by rnanufacturer. 4. Repair or replace any damaged pipe l�efore installation per the manufacturer's recommendation. 1.11 FIELD [SXTE] CONDITIONS [NOT IISED] 1.12 WARRANTY [NOT USED] P.ART � - PRODUCT5 Z1 OWNER FUI2IVISHED [oe] OWNER-SUPPI.IEDPRODUCTS [NOT IISED] 2.� EQUIPMENT, PRODUCT TYPE� AND MATER[ALS A. Fabrication 1. Preeast Reinforced Cancrete �'ipe a. Provide precast storm sewer pipe that conforms to A5TM C76, ASTM C506 or ASTM C507 for circular, arch or �lliptieal pipe respec�ively. b. Utilize a machine made proeess or cast by a process that vvill pro�.de unifoxTn placement of a mixture of cement, aggregate and water praportianal to provide a hornogeneous concrete rn�eting the specified sirength requirements. c. Mix concrete iri a centra3 batch piant or other approved batching facility where the quality and uniformity af khe concreke is assured. d. Do not use transit mixed conerete to manuiactuz'e precast canerete pipe. Concret� Box Culvert a. Cast-in-Place 1) Confartn to Section 03 30 D0. b. Precast Furnish machine made precast boxes in accordance vvith ASTM C1433. Utilize a machine made process or cast by a Qrocess that will provide uniform placement of a mixture of cement, aggregate, and water proportional to prov�ide a homogeneous concrete meeting the specified strength requirements. Concretc water �o cement ratio not to exceed 0.53 by Weight Utilize minimuzn 470 poun�ds of cement per cubic yard of concrete unless mix designs with Iower cement content demonstrate that kh�; quality and performance of the sections meet the requiremenis of this 5peeification, 1) 2) 3) 4} CI1'Y OF �ORT W(JR"fH Water 8c 3anitary Sewer Replacement STANDAR.D COATSTAUCTICIN SP�CIFICATiON DOCLTM�,NTS Cantract 2018, WSM-M Re�ised 3uly 1, 2011 City Project Na. 1016B8 33a� ta-s REINFORCED CONCRETE STOAfuI DRA1N pIpEJCULYERTB Page 5 of l2 5) Mix concrete rn a central batch plant or other approved batching facility where the quality and uniformity of thc concrete is assured. 6) Do not use transit mixed eoncrete to manufact�re precast eoncrete bax culvert. 7) Utilize wel�ed wire fabric steel reinforcement confor�nn.iag to ASTM A 185 or ASTM A497. 3. Jointing Materials a. Use any of the materials d�scribed in this Section far the making pf joints. 1) Furnish a manufacturer's certificat� of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Fle7ci.ble Joint Sealants a) Provide flexibte joint seaiants that meet the requirernents of ASTM C990. h) Utilize 1 continnous gasket eonforming to the joint shape for each joint. c) Plastic gasket shall }�e proc�uc�d from blends of refined hydracarbon resi�ns and plasticizing compounds reinforced with inezt mineral filler and shall contain no salven�s, irritating furn�s or obnoxious odors. d) L1se flexible jflint sealants ttxat da not depend on oxidizing, evaporating or chemicaI action for its adhesive or cohesive strength, e) Supply in extruded rop� form of suitable ctoss sectinn and size as to fill the joint space when the pipes are joined. � Prorride a size nf the pre-formed flexihle joint sealant in accordance with the manufacturer's recommendatipns and large enough to properly seal the jaint and obtain the squeeze out as deseribed under construction nnethods. g) The gasket jaint sealer sha116e protected by a suitabie removable 2- piece wrapper, and the 2-piece wrapper shall be sa designed that 1/z may be removed longitudinally without dishxrbzng the other % to facilitate application as noted below. h) The chemical campositipn ofthe gasket joint sealing campound as shipped shall meet the requirements nf Tab1e 1 when tested in accordance with the test metlxods shown. Table 1. Sealin Com ound Chemieal Cort� osition osition Test Mett�od Percent b`�f Bitumen ASTM D4 Bitumen Content Ash-Inert Mineral Matter AASHTQ T111 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of Oil arid Asnhalttc C',mm�n�in�3.c i) Gaslcet joint sealing campqund when immersed for 30 days at arnhient room temp�rature separately in 5 peroent solutipn of eaustic potash, a mixture of 5 gercent h.ydrochloric acid, a 5 percent solutian of sulfuric acid and a saturated hydrogen sulfde (H2S) solution shall shaw rto �isible deterioration. j) The physical properties of the gasket joint sealir�g compound as shipped sh�ll meet the requirements in Table 2 when tested in accordance wiih the test methods shown. 50-70 30-50 2.Q Max CITY OF FORT WpRTH Water & 5anitary 5ewer Replacemant STANDA[iD CONSTRUCTIdN SPHCIPICATION DOCCIMENTS Contraet 2015, WSM-M Revised July 1, 2p11 City Project No. 101588 334.1 f0-6 REINFDRCED CONCRSTE STORM I]RAIN PIPEICULVERTS Pa$e 6 of l2 Table �. SeaUng Cumpound Physical Properties B. Design Criteria Reinforced Concrete Pip� a. Uniess otherwise indicated on the Drawings, furnish Class III concrete pipe with shell thickness, circumferential rein.%rcement and strength confomiing to the requirements of A�TM C76, ASTM C506 ar ASTM C507 for cixcular, arch. or elliptieal pipe respectively, exce�t as modified below: 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of cireular reinforcament. 2) For Class III pipes larger thaz� b0-inch diameter, manufactut'er may, at its option, furnish pipe manufactured with either Wall "B" or Wa11 "C" minitnutn thicknesses and the applicable miniznum steel area as listed for eircular cages in Table II of ASTM C76, provided test strength requirements for Glass IlI pipe are satisfa.ctarily met. b. 3acking, Boring, or Tunneling 1) Design pipe for jacicing, boring or tunneling conforming to the requirements af Seckion 33 05 23. 2} When requested, provide design notes at�d drawi.ngs signed and sealed by a Texas 3icensed prafessional engineer. �.3 ACCESSORIES [NOT USEDj 2.4 50URCE QUALITY CONTRDL A. Tests and Inspections Reiaforeed Concrete Pipe a. Accs��ance of pipe wi11 be determined by tlae results of the following tests: I} Materiai tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absoxption tests in accardance with ASTM C497. 3) 3-ed�e bearing tests in accordance with ASTM C497. a} '�'�sting Rate {1} Iftested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size ixlcluded in order (2) If tesied fnr O.U1-inch crack and ultimate load; CI1'Y OF FORT WDRTH STANDARD CONSTRUCTION SPECIF[CATZOIY DOCIJMETfTS Water & 5anitary 5ewer Replacement Revised July 1, 20L 1 Cnntraat 2tl18, WSM-M City Froject No. 10i688 3) RuSb�z' Gaskets a) Provide �askets that conform to ASTM C361 or AS'I'M C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dim.ensions. 334i [0-7 RCINFORCED COI�ICRET$ STDRM DRqRtif p[pE1CULVEItT3 Page 7 af 12 (a) Test 0.2 percent of pipe sections for eacla size included in order b} Pipes that have been te�ted only to the formation of a 0. Q 1 inch craek and that meet the 0.01 inch test load requirerr�ents shall be accepted far use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series ifa specimen fails to meet test requirements. (2) �ntire pipe series wilI be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diarneter may be aceepted on the basis �f material tests and inspection of complet�d product as an aIterrzate to 3- edge bearing test, at the aption af the manufacturer. (1) ACceptance of pipe wili b� determined by the results of the material tests as required in ASTM C76, ASTM C5Q6 or ASTM C507. (a) Perform crush.ing tests on cores taken frorn barrel of completed and cured pipe. (b) Perform absarption tests on samples from pipe wall. (c} Inspect firaished pipe including amount azid placement of reinforcement. (2) Manuiactur`er will furnish faci]ities and personnel for taking core saznples fram pipe banrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet stren�,#h requirements. (a) Plug and seal sections in a rz�anner that the pipe section will meet all test requir�ments of ASTM C76, ASTM C506 or ASTM CSp7. (b) Pipe seetions plugged and sealed as described above wilt be accepted for use. 4) Tnspect the �nished pipe to determine its canformance with the required design. Cast-in-Place Concrete �ox Culv�rt a. Provide test specimens that meet the requirements of Division 03. Precast Hox Culvert a. Make test specimens in test cylinders at the saztxe time and in the �ame manner as the box seciions they represent. b. Make a rni�imum nf 4 test cylinders for each day's praduetion run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the s�ecimens in aceordance with Tex-704-T, S. Sizes and Permissible Variations 1. Reinforced Cancrete Pipe a. Ensure that variations in diameter, size, shape, wa11 thickness, reinforcement, placernent of reinforcement, laying Iength and the pet7n,issible under run of length are in accordance with the applicable ASTII�i Speci�ication far each type of pipe as referred to previously. CITY pF FORT WORTH STAIVI)ARD CQNSTI�LiCrIDN SP�CTFICAT[ON DOCLTMSNTS Water & Sanitary 5ewer Replaccment Re�ised July 1, 2p1 l Contract 2018, W5M-M CityProjcctNo, 1U1688 3341 lQ-8 REINFORCEI) CONCRETE STORNI IJ1iAIS�f PIPE/CUI.VERTS Page 8 nf 12 b. Where �rubber gaskei pipe joints are to be used, the design of joints and permissil�le �ariations in dimensions shall be in accordance with ASTM C443, Sections 7 and $. 2. Gast-in Place or Precast Box Culvert a. �nsure that precast sections of either type meet the following requirements: 1) The inside vertical and horizonta! dimensions do not vary from Dra�rving requirements by more thatz 112 inch or 1 percent, whichever is �reater. 2) The norizontal or vertical plane at eacn end of the box sectian daes not �ary firom perpendicular by more than 112 inch or 1 perc�nt, whichever is greater, m.easured on tt�e inside faces of khe section. 3) The sides af a section at each end do not vary from being petpendicular ta the tap and battom by more than 1/2 inch or 1 percent, whichever is greater, when rneasured diagonally between opposite interior corners. b. Ensure that wall and slab thieknesses are not less than shown on the Drawings except for occasional deficiencies not greater than l/A� incb ar 5 percent, wbici�ever is greater. 1) If proper joini�ng is not affected, thicl�esses in excess of Drawing requirements are acceptable. c. Deviations from the above to�erances will be acceptable if the seet'tons can be %tted at the plant or;oh site and the joint opening at any point does nnt exceed 1 inch. 1) Use match m�a�ks for prraper installation on sections that have been accepted in this manz►er. C. Workmanship and Finish I. Reinforced Cancrete Pipe a. Ensure that pipe is substantially free from fractures, large or deep cracks and surface roughness. b. �nsure that ends oi pipe ate normal to the walls and centerline of the pipe within tb.e lirnits of variations allowed as stated previously. 2. Cast-in-Place ar Precast Box Culvert a. Fine craciss on the surface of the member that do not extend to the plane of the nearest reinforcement are aeceptable unless the cracks are num.erous and b. c. d. e. extensl�e. Repair ccacks that cxtend into the plane of the reinforcing steel in an approved manner. Excessive damage, honeycomb or cracking will be s�abject to 5tructural review. The Csty may accept boxes with repairs that are sound, properly finished a�d cured in conformanc�e with pertinent Specifications. When fine cracks on the surface indieate poor curi�g practices, discontinue fu�-ther productian of precast sections uatil corrections are made and proper curing is provided. D. Curing 1. Cure pipelbox in accordance with the ap�licable AS"I'M Specification fnr each type of pipe as referred to above. E. Marking 1. Reinfarcad Concrete Pipe a. C1earIy mark the following infot'tnation on each section of pipe: CTl'Y OF FORT WOIZTFI STANDARI? CONSTRUCTION SPECIP'ICATION DDCUMENTS W�ter & Sanitary Sewer Replacemenl Revised July 1, 2D 11 Contract 2a1 S, W51vI-M City Praject No. l0168R 3341 1�-9 itEINFORCED GONCRETE S7'ORM dRAW PIPE/CFILVERTS Page 9 ai l2 ].) Class ofpip� 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Narne or trademark of the manufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, cicaz�ly mark 1�nd of each scotion during the prQcass of manufacture or immedfately af�er with the fo llpwing: i) The Iocation of the tnp or bot�nm of the pipe as it should be installed, unless tJ�e extemal shape of the pipe is such that the correct positian of the top and bo.ttom is obvious 2) Mark the pipe sectioa by indeating pr painting with waterproofpaint. 2. Cast-in-Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or tradennark of the producer 2) Date of manufacture 3) Box size 4) IVltuimum ar�d maximum fill heights b. For boxes without lit�ing holes, mark 1 end af each box section on the inside and outsid� walls tn indicate the top or bottorrz as it wiII be installed. c. Indent markings into the bax section or paint them on each box with waterproof paint. F. PipelBox Rejection Individual sections of pi�e/box may be rejectcd if any of the Specification requirernents are not met qr if any pf the fa�lowing exist: a. Fractures or craeks passing through the sheII, with the exception of a single end crack that does n.ot exceed the dept.� ofthe joint b. Defects tb.at indicate imperfect proportioning, nnixing and molding c. 5uriace defects indicating honeycombed or opentexture d. Darnaged ends which would prevent maki ng a satisfactory j oint e. Any continuaus cz'aek having a surface width of 0.01 inch or more and extending for a length of 12 inch or mare Mark rejected pipe/box vvith painted "REJECTED". Remove rejected pipe/box immediately from job site and replace v�ith pipe/box zz�eeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALL�RS [NQT USED] �.2 EXAMINATION [NOT USED] 3•3 PREPARATION [NOT USED] 3.4 INSTAL [,ATION A. General CITY QF FORi' WORTH 9TANDARD CONSTRUCTION SPECFFICATIQI�! DQCUMENTS Revised July 1, 20.11 VJater & Sanisary 5ewcs Replaccment Coatract2018, WSM-M CityPraject]Vo, 1Ui688 33 41 10 - l0 RELAfFQRCE� COI�ICRETE STOR.M flRAIN PIPElCULVETZTS Page 10 of 12 1. Conform to ti�e requirements af Section 33 05 TO for excavation and embedtnent for open-cut type installation. 2. Conforrn to the ret�uirernents of Section 33 OS 23 when jacking, boriag or tunneling methods are specified on Drawings. 3. Establish and maintain lines and grades. B. Pipe/Box Laying — Txench Installation 2. C� 5. 6. Ensure that pipelbox and fittings are laid and jointed in fizm trench bottam conditions. Start laying pipeJbax on the bedding at the outlet or dow�stream end with the spigot or tongue end of the pipe joint pointing downstream, and proceed toward the inlet or upstream end with the abutting sections praperly matched, true to klie established lines and grades. Provide apprnpriate facilities for hoisting and lawering the sectinns of pipe/box aceording ta manufacturer's recomrnendation. L'zft and lo�rer sections of pipel6ox 'snto trench without damaging pipe or disturbing the prepared bedding or sicies of trench. Carefully clean pipelbox ends before pipe is placed in trench. Protect pipe/bo� open end to prevent enfrance of earth or bedding material as each length of pipe/bax is laid. 8. When e3liptical pipe with circular reinforcing or circulaz' pipe with elliptical reinforcing is used, lay the pipe in trench so that the markings for top or bottom are not more than 5 degrees from the �ertica! plane through the longitudina! a.xis of the 7. Fit, match anti lay pipe/bax to form a smooth, uniforjn cnnduit. pipe Remo�+e and re-1ay, without extra compensation, pipe/box that is not in alignment or that shours excessive settlement af�er laying. C. Multiple Barrel Box Culvert Placement i. 2. �� Fill khe anr►ular space betvveen multiple boxes with crushed roc� or CLSM according to 03 34 13. a. Water jetting wall not be allowed between parallel boxes. Start the laying of baxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections ptoperly matched. Fit, match and lay boxes #o farm a smooth, uni%rnn conduit true ta the estahlish�eci lines and grades. D. �ointing 1. Cold Applied Prefornted Plastic GasketslFlexible Jaint Sealants a. Brush-apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and gi'oove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is appiied. 2} Ensure that primer is not applied over mud, sand, dirt flr sharp cement protrusians. 3) Allow �rimer to dry and harden. b. Attach plastic gasket sealer around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in tz'ench. C1TY OF FORT VGORTH WaYer & Sanitary Sewer Replacement STANDARD CONSTlZUCTIONI SPEC¢ICATI�I+i nOGU1VfENTS Contract 2018, WSM-M Revised July 1, 2�11 City Project No. 101688 33 4l l0 - [ 1 R�ll�'FORCED CQIVCR�TE 5TO1iM DRA1N I'CPE/CULVERT5 Page 11 nf l2 c. R�move paper wrapper from I side only ofthe 2-piece wrapper on gasket and press it firnily to the claan, dry pipe joint surface. 1) Do nat remove the outside wrapper until imnriediately befare pushing pipe i�to its final position. d. Align the fiongue cazrectly vyith the flare of the groave. e. Ramave outside wrapper on the gasket and pull or push pipe horrie with sufficient force {l�ack hoe shovel, chain hoist, ratchet hoist or winch) to cause evidence of gaskefi inaterial squeeze-put on inside or outaide around complete pipe joint circumfer�nce. 1) Remove any joint �material that pushed out into the interior of pipe. 2) Ensure tbat pipe is pulled home in a straight line with all parts of pipe on line and grade at alI times. f. Praceed with backf lling of pip.e iaid with plastic gasket j aints as soon as j oint has been inspected and approved by the Engineer or Inspector. 1) Take special precautions in placing and compacting backfill to a�oid damage to joints. g. When the atmospheric ternpe�-ature is below 60 degrees F, store pre-farmed #]exible jo.int seaZants in an area warmed ta above 70° degrees F or artificialIy vvatined to this iemperature in a manner satisfactory to the Engineer. 1} Apply gaskets to pipe joints irr�mediatety prior ta placing pipe in trench, followed by connection to previnusly laid pipe. 2. Rubber Gaskets a. Make the j oint assembly according to the reeommendations af the gasket manufacturer, b. When using rubher gaskets, nnake joints watertfght. c. Backfill after the joint has 6een inspected and appro�ed. E. Backfill 1. Canfozrn to t�e requirements of Section 33 45 10 for backfilling pipe/box trenches. F. Pipe fittings Poured Concrete Fipe Collars a. Provide calIars for lncations shpvvn on Drawings. b. Collar cost is considered subsi�iiary to bid pr�c� for furnishing and installing reinfotced concrete pipe. No extra payment will be made for in�tallatian of concrete pipe coIlars shown on the Drawings. 5hnp and Field-Fabricated Wyes, "I'ees, Crosses and Bends a. F'urnish and install shop or field-fabricated wyes, tees, arosses or bends as indicated on Drawings or required by the Enganeer. b. Shop-fabricate �ttings for maximnm pipe sizc less than 24-inches in diameter for the larger pipe. c. Fi�ld-fabricate �ttings with 24-ineh or greater diameter for the larger pipe, d. Field-fabricat� fittings for box culverts. e. Tak� care in fabrication tk�at concrete walls of pipe are broken back only enough to provide the required fnished opening. f. Join reinforcing mesh or bars by bending, twisting or spot vvelding to pro�ide a rigid connection. CIT� OF FQRT WORT}� STANI3ARD C�IVSTAiICT[ON SPECIFICATIDN DQCUM�NTS Water 8c Sanitary Sewer Replacemenf Revised July 1, 20l 2 Contract 2018, W5M-1V! City Proj eet No. I Q168& 33 41 10 - 12 CZEINFORCBD CONCRETE S.TOItM DRAI3�i PiPL�ICULV�RTS Page 12 of l2 g. Concrete ar mortar (as specified in this segment) shall be v�iped over the rei�forcing wires connecting the 2 pipe joints, comgacted by Iight blows, s�ia�ed ia the cDntaur of the pipe barrels, lightly brushed for finish and cured uttder wet burlap. Poured Concrete Pipe Plugs a. Plu� pipe ends with a fabricated u�tiit as shown an Drawings, when conduit lines tertninate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price far furnishing and installing reinforced concrete pipe. No extra payment will be m.ade for installation of concrete pipe plugs shorwn on the Drawings. 3.� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USEDj 3.9 FIELD [oRj SITE QUALITY CONTRaL A. Fieid Tests and InspectiQns 1. Videa Inspection a. �erform post-construction TV inspection of all installed reinforced conerete pipeslboxes con.forming tp the requ�rements of Section 33 O1 31. 2. En.sure that pipes/boz�es are installed �correctly and are free of sign.ificant debris. a. At the City's discretion, xeplace any pipelbox tY�at is deternained to have jointing problems, cracking or signiiicant debris. 3.8 SYSTEM STARTUP [N�T USED] 39 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTiVITIES [NOT USED] 3.1Z PR�TECTION [NOT USED] 3.13 MAINTENANCE {NOT USED] 3.14 ATTACHMENTS [NOT USED� END OF SECTION Revision C.,og DATE I NAME C1TY QF FOR'f WORTH gTpNpAAD CONSi'R[1CT103J SFEClFICA.TI07�' DOCUMGNiTS Re�ised July 1, 2011 SUMMARY OF CHAI�TG� Waler & 3anitary Sewer Replacement Contract2U18, WSM-M Ciry Project No. 1016$8 330131-1 CLQ9ED CIRC[IIT TELENSION {CCTV) IN5PECTIOIY Page 1 af7 � SECTION 33 0131 CLOSED CIRCUIT TE�,EVISION (CCT1� INSPECTION 3 PART1- GENERAL 4 1.1 SUMMARy 5 A. S�ction Inc�udes: 6 1. Requirements and procedures for Clnsed Circuit Television {CCTV) Inspection of � sanitary sewer or storm sewer mains g 2. For sanitary sewer projects all (existing: Pre-CCTV, proposed: Post-CCTV) maiai � shali be inspected. 10 B. Deviations from this City of Fort VVorth Standard Specification 11 1. None. I2 13 14 15 16 17 18 19 C. Related �peeific�.tion Sections include, but are not necessarily limited to: 1. Divisian 0— Bidding Reyuiremerzts, Gontract Forms, and Conditions of the Cantract 2. Division 1— General Req�irements 3. Sectzan 33 43 10 — Bypass Pumping of Existing Sewer Systems 4, Section 33 04 50 — Cleaning of Sewer Mains 5. Section Q1 32 16 — Construction Progress Schedule 2� 1.� PRICE AND YAYM�NT �ROCEDLTRES 21 22 23 24 25 2b 27 28 29 3Q 31 32 33 34 35 36 37 3$ 39 A. Pre-CCTV Inspectioz� 1. Measurement a. Measurement �'or this Item vvill b.e by the linear foot of line televised for CCTV Inspection perfortr�cd prior to any Iine modiffcatian or replacement determined from the distance recarded on the video log. 2. �ayment a. The work performed and materials furnished in accordance with this Item and measu.red as provided under "MeasuremenY' will be paid %r at the unit price bid per linear foot for "Pre-CCTV Inspection". 1) C�ntractnr wi2E not be paid far unaccepted video. 3. The price bid shall include: a. Mabilization h. Cleaning c. Digital file B. Post-CCTV Inspectinn 1. Measurernent a. MeaSurement far this Item will be by the �inear foot of line televised for CC"I'V Inspection performed following repair or installation determinsd from th� di�tan�e recorded on the video log. CITY OF �'ORT WORTT� STANpARI) COIYSTRUCTIQN 5PECJPICAT[DN DOCUMEFVTS Revised March 3, 20t6 Water & 9anitary 8ewer Replacement Contract2018, W$M-dv] City Ptnjeci �[o, 1016$8 33 Ol 31 - 2 CLOSED CIRCUIT TBLEV15IOlv {CCT'1� 1NSPECTION Page 2 of 7 � 2. Payment 2 a. The work performed and m.aterials furnished in accordance wi#h this Item and 3 measured as provided under "Measurement" will be paid for at the unit price 4 bid per linear foot for "Posi-CCTV Inspection". 5 1) Contractor will not he paid far unaccepted video. 6 3. The price bid shall include: � a. Mobilization g b. Cleaning g c. Digital f�le lfl 11 1.3 REF�+ RENCE5 12 A. Reference Standards 13 14 15 16 17 18 l9 20 21 2.2 23 1. 2. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 z6 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 A. Caordination Reference standards cited in this Specificat�on refer �o ihe cuzx'ent reference standard published at the time of the latest revision date lagged at the end of this Specification, unless a date is specifical3y cited. City of Fort Worth Water Department a. City of Fort Worth Water Deparirnent CCTV Inspect�on and Defect Gading Program (CCTV Manual}. The CCTV Manual is awailable for download nn Buzzsaw. Location: Resources170 — Inspection Too151Standard Constntctian b. City of Fort Worth Water Departtnent CCTV Spread Sheet i,og is a�ailable for dawnload on Buzzsaw. Location, Resources170 — Inspection Toalsl5tandard Constructian. 1. 5axiitary Sewer Lines a. Meek with City of Fort Wflrth Water Department staff to conf'um that the appropriate equipment, snftware, standard templates, defect codes and defect rankings are bei.ng used, if required. 2. Storm Sewer Lines a. Meet witfi City of Fort Worth Transportation/Qublic Works Department staff to confirm that the appxopriat� equipment, soflwaxe, standard templates, defect codes and defect rankings are being used, if r�quired. B. �chedule 1. Include Pre arid Post CC'TV schedule as part of the Construction Progress Schedule per Section O1 32 1 b. 2. Ynclude time far City re�iew (2 weelcs rninirnum — Notification needs to be send out to Project Manager & Field Operatian}. 3. If CCTV is aecepted by City, proceed with work. If rejected, coardinate with City per Part 1.� A. 41 1.� SUBMITTALS 42 43 A. Submittals shall be in accordance �with Section U i 33 d0. B. A!1 suhmittals shail be approved by ihe Engineer or the City prior to delivery. CI'fY AF FO]tT WORTH 5'i'.AA€Dl�RD C(JNSTR[1CTION SPCCIFICA'FfDN DOCUMEN'1'S Revised Maroh 3, 20L6 Water & Sanitary 5ewer Replacement Cuntract 2018, W SM-M City Prajcct Na. 101686 330131 -3 CL05ED CIRCUIT TELEVISION (CCTV) INSPECTI�N Page 3 of 7 1 C. If inspected w�th Infrastructure Technologies I.T'. Sofiware per CCTV Manua1 provide 2 vicfeo data per f.he CCTV Manual, Provide additional copy of �ideo i� Windows Media � AudialVideo (.wmv) format for City Inspection revi.ew. 4 D, Ii inspected vvith other software pro�ide video data in Windows Media Audia/Vtdeo 5 (.wmv) format. Provide CCTV Io� in EXCEL spread sheet %rmat — The CCTV spread 6 sheet log can be found on $uzzsaw. Location: Resourcesl7a — Inspeekion 7 ToolslStandard Construction. 8 9 10 11 12 13 14 1S 16 17 18 19 2D 21 zz 23 za 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 E. Inspection Report shall incIude: 1. Asse# a. Date b, City c, Addz'ess andlor Proj ect Name d. Main Number — GIS ID{If Available) e. Ugstream Manhnle GIS ID (If Avai�able) f. Downstreatn Mannqle GIS ID (IfAvailable) g. Pipe Diameter h. Material i. Pipe Lertgth j. Mapsco Location 1Vumber k. Date Canstructed l. Pipe Wall Thickness 2. Inspection a. Inspection Number {i.e. 151,Lnd�etC, . ,) b. Crew Number c. Operatar Name d. Qperator Comments e. Reason for Tnspection f. Equipment Number g. Cam�ra Travel Direction (Upstrea�n/Downstrearn) h. Inspected Length (feat) i. Warl� Order Numb�r (if required) j. City Project Number (if required) k, City Contract Name l. DOEITPW Number (if required) m, ConsuItant Corrrpany Name n. Consultant Contact Name o. ConsuTtant Cnntact Phone Number p. Contractor Company Name q. Contractior Contact Name r. Cor►tractar Contact I'hone Number 41 L( INFORMATXONAL SUBMITTAL� 42 43 44 45 46 A. Pre-CCTV submittals 1. 2 copies of CCTV video results on USB cirive 2. 2 hard copies of Inspection Report ana one pdf copy on USB drive B. Aaciitional information that may be requested by the City 1. Lis�ing of cleaning equipment and procedures C[TY OF FORT WOR'I'H �Vater & Sanitary Sewer Raplacement STANDI,Rp GONS'I'RUCTIQN SPECIF[CATION DOCi1MEENTS Contracf 2018, WSM-M Revised March 3, 2016 City Pro}ect No. 101668 93 Ol 31 - 4 CLOSEb CiRCLTIT TELEVISiOI�I (CC1"V) IiYSPECTT01� Page 4 of 7 z 3 4 5 6 7 8 9 ia 11 12 13 14 2. Listing of flo�v diversion procedures if required 3. Listing of CCTV equiprnent 4. Listing of backup an.d standby equipment 5. Listin$ of safety precautions and traffic controt measures 1.'� CLOSEDiTT SUBMITTALS A. Post-CCTV submittals 1. 2 copies of CCTV videa results on USE drive 2. 2 Hard copies of Inspectian I�epart. A pdf copy on USB drive shall be submitYed to the City Inspector far review priar to scheduling a project final walk throug%. 3. CCTV speadsheet lag in EXCEL format — A blank capy of tiie CCTV spxead sheet log can be found an Buzzsaw. Location: Resources174 — Inspection ToolslStandard Canstructian 4. Construction Plans identifying the liue segments that were �ideoed. Include eover sheet, overall line layout skeet(s), and plan and pro�ile sheet(s). 15 1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT USED] 16 1.9 QUALXTY AS�DRANCE [NOT USED} 17 1.10 DELIVERY, STORAGE, AND IIANULING [NOT [1SED� 18 1.11 FIELD [SITE] CONDITIDNS [NOT LTSED] 19 112 WARItAN'I'Y jNOT USED] 20 21 22 23 24 25 26 27 28 24 30 3l 32 33 34 35 36 37 PART2- PRODUCTS A. Equiprnent 1. Closed Cixcuit Television Camera a. The television camera used sha11 be ane specifically designed and constructed for sewer inspection. Lighting for the eamera shaTl be suitable to a11ow a clear picture of the entire periphery of the pipe. The camera shall be o�erati�e in 100 percent hurnidity/submerged conditions. The equipment will provide a view af the pipe ahead of the equipment and of features to the side of the equipment through turning an.d rotation of the lens. The cat7nera sha�l be capable af tilting at right angles along the a�is of the pipe while panriing the camera len� through a full circle about the circumference of the pipe. T'he lights on the camera shall also be capable of panning 90-d�grees to the axis of the pipe. b. The radial view camera must be solid stat� co�or and have remote contro� ofthe rotational lens. The camera shall be capable of viewiug the complete eircumference of the pipe an�i manhole structure, including the cone-section or carbeL The camera lens shall be an auto-iris type with remote controlled manual averride. 2. Video Capture System CITY OF FORT WQRTFI S'I'ANDARD CON5TRUCTION $PECIFICATION DOCifNfENTS Revised N�arch 3, 2D16 Water 8c Sanitery Sewer Replacement Contract2Dl8, WSM-Nf City Pro}ect i�[o. ] 01688 33013I-5 CL05ED CLRCUIT TELEVISION (CCTV) INSPECTIOIY Pxge 5 of 7 I 2 3 4 S 6 7 $ 9 10 11 12 13 14 15 16 l7 l8 I9 PART 3 - EXECUTION 20 3,X INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED) a, The video and audio recordings of the sewer inspectians shall be made using digital vzd�o equipment. A video enhancer may be used in conjunotion with, but not in Iieu of, the required equipment, The digital recording equipment shall capture seu+er inspection on USB drive, with each sewer segment {from upstream manhole to downstream manhale) inspeetion recorded as an individual file in Windows M�dia Audia/Video (.wmv} foxxziat, City has a right to change the format from .WMV media to .MP4 b. The system shaI1 he capable of printing pipeline inspection reports vsrith captured images of defecfs or other related signi�cant visual inform�ation on a standard color print�r. c. Tk�e system shall store digitized color picture images and be saved in di gital format on a USB drive. d. The system shall ba able to produce data reports to include, at a miniznum, all observation points and pertinent data, All data regorts shall match tt�e defect severity cndes outlined in the City's CCTV manuai. e. Camera footage, date & znanhole numbers shall be maintained in reaI time and shali he displayed an the video manitor as well as the video character generators illurninated faotag� display at the control consale. 22 3.3 PR.EFARATION 23 24 25 26 z� 28 29 3'b 31 32 33 34 35 3b 37 A. General 1. 2. 3, Prior tv inspactian obtain pipe and manhole asset identifieation numbers from the plans or City to be used during inspections. Inspectiorls performed using identification numbers other than the plans or from assigzied numbers from the City rvill be rejected, Tnspectian shall c�ot commence until the sewer section to be televised has been campletely cleaned in confarmance with Section 33 04 50. (Sewer systetn should be connected to existing sewer system and s�ould be active) Inspection af newly installed sewers (not yet in s�rvice) shall not begin priar to complekion of th� following; a. Pipe testing b. All manhole wark is complete c. Installatian af all Iateral services d. Vacuum test of manholes 4. Temporary Bypass Pumping (if required} shal] conform ta Section 33 q3 10. 38 B. Storm Sewer Lines �9 1. Coardinate with City of Fort Worth TransportationlPublzc Warks Departrnent for �a CCTV �quipment and eleaning requiz-ements. 41 3.9 INSPECTION (CCTV} 42 A. General CI'I'Y OF' FORT pJORTH Wafer Bc Sanitary Sewer Replacement STANDARD CONSTRUCTION SP�CIFICATION DOCUIVTENTS Contratt 2018, WSM-M Revissd March 3, 2016 Ciiy T'rojoct Na, 101688 a3a� 3i -6 Ci�OSEI� CiltGUl'P TELEVISION (CCTV} INSPECTION Page b of 7 � 1. Begin inspection immediately after c�eaning of the main. 2 2. Move camera thrQugh the line in either direction at a moderate rate, stapping when 3 neeessary to permit pz'oper documentation of the main's condition. 4 3. Do not mot�e camera at a speed greater than 30 feet per minute. 5 4. Use manual winches, power winches, TV cable, and power rewinds that do not {� obstruct the camera view, allowing for proper evaluation. 7 S. During investigation stop camera at each defect along the main. g a. Recard the nature, lncation and orientatian of the defect oz' infiltrat�on location g as specified in the CGTV Manual. 1 D 6. Pan and tilt the camera to provide addiiional de�ail at: 11 a. Manholes, Include conditian of manhole in its entirety and interior corrosion 12 protection {if applicable) (Camera should pan the entixe manhole from top as 13 well as while lowering into manhole, alsv show complete view of invert} 14 b. Service eannections, Pan the Camera to gek a coznplete overview of serv.ice 15 connectian including zooming into service connectian Include �ocatian (i.e. 3 16 a'clock, 4 o'clack, etc,..) l� c. Joints, Include comment on condikian, sigas af damage, etc... � g d. Visible pipe defects such as cracks, broken or defarmed pipe, hales, offset lg joir�ts, obstructions or debris {show as % of pipe diameter). If debris has been 2p found in the pipe during the post-CCTV inspection, additional cleaning is 21 required and pipe shall be re-televised. 22 e. TnfiltratiotilInflow iocations 23 f. Pipe material transitions z�} g. Other lacations that do uot appear ta be typical for normal pipe conditinns 25 h. Note locations where camera is underwater and level as a% of pipe diameter. �6 7. Provide accurate diskance xneasurement. 27 a. The meter deviee is to be accurate to the nearest 1110 foot. Zg $. CCTV inspections are to be continuous. 2g a. Do not provide a single segm.ent of main an more than 1 U5B drive. 3fl b. A single segment is defined from manhole to manhole. 31 32 33 34 35 36 37 38 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 1. 2. 3. Perform Pre-CCTV inspection immediately after cieaning Qf the main and before xehabiiitation work. If, during inspection, the CCTV will not pass through the en�ire s�ection of main due to blockage ar pipe defect, set up so the inspection can be Qerformed from the opposite manhole. Provisions far repa�ring or replacing the impassable location are addressed in 5ection 33 31 20, 5ection 33 31 2� and Section 33 3122. 39 C. Post-Tnstailation Inspection 40 1. Complete manhole installation before inspeckion begins. 41 2. Prior to inserting the camera, flus�i attd clean the main in accordance to 5ection 33 4Z Q�4 50. 43 44 D. Dacumentation of CCTV Inspaction 1. Sanitary 5ewer Lines C1TY OF PORT WORTii STANDARD COI�STRUCTION SPECIFTCATiON DOCUMENTS Revised March 3, 2016 Water & Sanitary Sewer Replacement Conlract2018, W5M-M City Project No. 1 fl 1688 330131-7 CLOSHD CI1tCUIT 7'ELE'YISIDN {CC`i`V) INSFHCTIO�Y Page 7 af 7 1 2 3 4 5 6 7 S 9 IO 11 12 13 a. Follow the CCTV Manual (CCTV standard manual s�pplied by City upon rec�uestj for the inspection video, data 2ogging and reporting or Part 1.5 E of this section, 2. Storm Sewer Lines a. Provided documentation for video, data Iogging, and report�ng in accardance with City of Fart Worth 7'xansportation/Public Works Departm�nt requirements. 3.5 REPAIR 1 RESTORATTON [NOT USED] 3•6 RE-INSTALLATXON [NQT USED] 3.'� FIET,D [ox] $�TE QIIALITY CONTROL [NOT USED] 3,$ Sl'STEM STARTUP [NOT USEDj 3.9 ADJUSTING jNOT USED] 3.1U CLEANING 14 A. 5ee Sectian 33 04 SQ. 15 3.11 CLO�EOUT ACTIVITIES [NOT IISED� 16 3.12 PROTECTION [NOT USED] 17 3.I3 MAINTENANCE [NOT USEDj I8 3.14 ATTACHIVIENTS [NOT USED] 14 20 21 DATE NAME 12l20/2012 D,7ohnsan 03/03/2016 J Kasavi�h 22 END O� SECTXON Revision Log SUMMARY QF CHANGE Various— Added requirements for eoordinatinn with T/PW for Storm 5ewer CCTV Various -- Alternativa to CC1`V Mas�Ual, mndified submittal detail requirernents CIi'Y pF FORT �VQRTH Water Bc Sanitary Sawer Replacement STANDJAIi� CONSTiti.JCTION SPECIFECATION DOCUMENTS Cantract 20 ] 8, WSM-M Revised March 3, 20[6 City Project Na. 101688 33 03 l0 - 1 BYPASS PUMPING OF HXISTING SEWER SYSTEIviS Page l of S SECTION 33 Q3 10 BYPA55 PUMPING OF EXISTING SEWER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Bypass puxnping of the existing sewer systern, required on 18-inch and larger sewer lines unless otherwise speciiied in the Cantract Documents B. Deviations from this City of Fort Worth S#andard Specificatian 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding R�quiremenks, Contract Forms, and Cflnditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDU1tES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sutn. 2. Payment a. The work perfarrned and materials furnished in accordance with i�si.s Item wiil be pazd for at �e lump sum price bid for `Bypass Pumping". 3. The price bid shall include: a. M.ahilization b. Development of bygass plans c. Transportaiion and storage d. Setup e. C.onfined space entry % Plugging g. Pumping h. Cleau up i. Manhole restoration j. Surface restoration 1.3 REFERENCES A. Reference Standards l. Aeference standards cited in this Specifscatian tefer to the current reference standard published at tiie time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Organization (OSHA). 1,�4 ADMINISTRATIVE REQUIREMENTS A. Coardination C1TY OF FDRT WORTH Water & Sanitary 5ewer 1Zeplaccment STANDARD CONS1'RUCTION SPECIFICA'T'ION AOCUMENTS Contract 2018, WSM-M Revised Decem6er 20, 2012 City Prnject Na. 101688 330310-2 IIXPASS PUMPIIVG OF EXISTIn'G SEW�R SYSTEMS Page 2 of 5 1. Schedule meeting vvith City to review sewer shutdo�rzi prior ta replacing or rehabilitating any f�cilities. 2. City reserves the right to delay sehedule due to weather conditions, or other unexpec#ed emergency within the sewer system. 3. Review bypass puznping arrangernenf or layout in the �eld with City prior to beginning nperativ:ns. Facilitate prelizninary hypass pumping run �rith City staff prescnt to afitrm the operation is satisiactary to the City. 4. After replacement or rehabilitation af facilities, coardinate the reestablishment of s�wer f�ow with City staff. 5. Provide onsite continuous monitaring during a�� bypass purnping operations using one oi the folIowing methods: a. Personnel an site b. Portable SCADA equipment 1.5 SUBMITTALS A. Submittals shaIl ba in accoz'dance r�rith 5ectioa 01 33 00. B, A11 submittals shall be approved by the City prior ta delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A, For 18-inch and larger s�wer lines, suhmit a detailed plan and descriprion outlinzng a11 provisions and precautions tttat will be taken with regard �o the handling of sewer flows. 3ubmit the plan to the City for agproval a minimum of 7 days prior to cammencing work. Include the follawing details: I. �chedule far installation and rnaintenance of the bypass pumping sys�em 2. 5taging areas �'ar purnps 3. Pump sizes, capaeity, num�ber of each size, and power requirennents 4. Ca�culations for static lift, friction losses, and velocity 5. Pump curves showing operating range and system heacf curves 6. 5ewer plugging methods 7. Szze, length, material, joint type, and method %r installation of suction aad discharge piping 8. Method of norse contra! for each pump and/ar gen�rator, if required 9. Standby power generator size and location 10. Suction and discharge piping plan 1 Z. Emergency action plan identifying the measures taken in #he event af a pump failure or �evver spill 12. Staffing plan for respandzng to alarm conditions identifying mulii�ple contacts by name and phone numbers (office, mabile) 13. A contingency plan to imple anent in the event the replacement or rehabilitation has unexpected delays or problems C1T�( Q�' FORT Wp�TH Watcr 8c �anitary Sewer Replaccmcnt STI�NDARD CONSTRUCTION SPECIFICA'C[ON DOCUMENTS Contract 2018, WSM-M Ravised Becemher 2Q, 2Q12 City Project No. 101688 33Q310-3 SYPASS PUSyIPING QF EXISTING S�WER S1'ST�M5 Paga 3 af 5 l.i CLOSEOiiT SiTBMiTTALS {NOT USED] 1.8 MAINTENANCE MATERIAL SUBMTTTALS �NOT USED} 1.9 QLT.ALITY ASSIIRANCE [NDT USEDJ 1.10 DELIVERY, STORAGE, AND HANDLING [NOT IISED] 1.11 FIELD �SITE] CONDITIONS [NOT i1SEDl 1.1� WARRANTY [NOT USED] PART2- PRODUCTS �.1 OWNER-FiTRNISHED Eox] OWNER-5UPPLIED PRODUCTS [NOT U5ED] 2.2 EQUII'MENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow condiiions. Ka 4, � Provide iu11y autamatic self-priming pumps. Foot�valdes or vacuum pumps are nat permitted for priming the systern. Pumps must be cansiructed to allow dry zunning for periods of iim� to account far the cyclical nature of sewer flovv. Provide 1 stand-by pump far each size to be mai�tained on site. Place backup pumps on line, isolated from the prinaary system by valve- Ii multzple pumps are required to meei the flow requirements, provsde the necessary #`ittings and connections to incorporate multiple discharges. Noise l e�els of tlle pumping system must follow the requirements of the Ciiy noise ordinance far gas we11s. B. 1'iping 1. Tnstall pipes with joints which preven.t the incident of flow spillage. C. Plugs nr Stop Logs 1. i'lugs a. Select a plug that is made far the size and potential pressus'e head th.at will be experienced. b. Prouide an additional anchor, suppo�it or bracing to secure plug when back pressure is present. c. Use accurately calibrateci air pressure gauges for monitoring the inflation pressure. d. Place inflation gauge at location autside of confined space area. Keep the inflation gauge and valve a safe distance from ihe plugs. e. Never over i�aflate the plug beyond its pressure rating. 2, Stop I�ags a. Use stop lag devices designed for the manho�e or sew�r vault strttctura in use. b. If applicable, obtain stop logs from Cit}+ that may b� used on specifie structures. CTT'Y OF FORT WORTH Water & Sanitary Sewer Replacement STANI�ARD CONSTRUCTION SPECIFICATIOAI DOCUA�N'I'S Contract 24 f 8, WSM-NI Revised necember 20, 2012 City Project No. t O1b88 33 03 20 - 4 BYPASS PUMPING OF E7(ISTING S$WER SYST$MS Page 4 nf 5 �.3 ACCESSORIES [NOT USED� �.4 SOURCE QUALITY CONTROL [NOT USED] P.ART 3 - EXECUTION 3.1 3.3� 3.3 INSTALLERS [NOT U,SED] EXAMINATION [NOT USED] PREPARATION A. Loeate the bypass pipelines in area to minimize di�turbarzce to �xisting utilities and obtain approval ofthose locations from the City, B, Make preparatinns to comply with OSHA r�quirements when working in the presence of sewer gases, axygen-defcient aimospheres and con.fined spaces, C. Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. 3.4 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittaIs provided per this Specification, B, Sewer flQw stoppage 1. Pluggmg a. Use eonfined space proced�res and equipment during installation when necessary. b, Thoroughly clean the pipe before insertion af the plug. c. Insert the plug seal surfac� campletely sa it is fully supported by the pipe. d. Position the plug wh�re there are nat sharp edges or protrusions that rnay damags the plug. e. Use pressure gauges fnr measuring inflation pressures. f. Min.imize upstream pressure head before deflating and remaving. C, Sewer flaw cantrol and rnonitoring i. Take sufiicient pr�cautions to ensure sewer ilow operations do not cause flpoding or damage to public or private pxoperty. The Cantractor is responsib.Ie for any damage resulting fro�n bypass pumpiqg operations. 2. Begin continual rnaniroring of the sewer system as soon as the sewer is plugged or blocked. Be prepared t� immediately start bypass purnping if needad due to sureharge conditions. 3. Sewer discharge may be into ar�other sewrer manhoie or apprnpriate vehicle ar container only. Do not discharge sewer into an open environment such as an open chan�el or earthen holding facility, 4. Do nat construet bypass facilities where vehicular traffic may travel over the pip ing. �. Provide details in the suction and discharge piping plan that accommodate both the bypass facilitias and traffc without disrupting either service. CITY OF FORT WpRTH STANUARD CONSTRUCTION 5PECIFICATIDN DOCUNI�NTS Revised December 20, 2Q12 Waicr & $anitary 5ervcr Replacement Contract 2018, WSM-M City Project No, 101568 33 Q3 10 - 5 BYPASS PUMPINC, OF EXISTING SEWER 5Y5TEMS Page 5 of 5 3,5 REPA�R 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.i �'IELD �aR] SITE QUALITY C�NTROL 3.8 3.9 A. Field toR} Site Tests and Inspections 1. Perform. leakage and pressure tests of tke bypass pumping pipe and ec�uipment before aetual operation begins. Ha�e City staff on site duxing tests. SYSTEM STARTUP [NOT USEDj ADJUSTING [NOT USED] 3.10 CLEANING [NOT IISED] 3.11 CLOSEOUT ACTTVITIES A. Once plugging or blocking is no louger necessary, remove in suc}� a way that permits the sewer flow to slowly retum to normal — preven�ing surge, surcharging and major downstream disturbance. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACH1VlENTS [NOT USEDj END OF SECTION DAT� � NAME 12/20/2012 � D..Tahnson Revision Log SUMMARY OF CHANGE 1,6— Clarified submittals required for 18" anii Iarger lines CITY OF FORT WaRTIi STANDARi] CONSTRUCTIOI�t 3PECIPICATIDN DOCUM.ENTS Revised December 20, 2012 Water & Sanitary 5ewer Replaeement Contraat 2018, VVSM-M City Projeet No. 1016$8 I 330410-1 10INT $ONDIIVG AND ELECTRICAL ISOLATIC?N Page l of S SECTION 33 04 10 JOINT SONDING AND ELECTRICAL ISOLATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint bonding requirements for etectrieal continuity of: a. Concrete cylinder pipe b. Mortar caated steel pipe c. Di�lectricaZZy coated stee! pip� d. Ductile iron pipe, as required on Drar�vings 2. Electrical isolation devices for instailation at: a, Conn�ctioas to existing piping b. Laterals c. Cased crossings d. Tunnels e, Selectec� belaw grade to above ground piping transitYons B, Deviatians fram this City af Fart Worth Standard Specification 1. None. C. Related Speeification Sections include, but are nat n�cessarily lirnited to: 1. Division 0— Bidding Requirements, Contract Forms, and Canditions of the Contract 2. Division I— General Requirements Sectian 33 OS 24 — Installation of Carrier Pipe in Casing ar Tunnel Liner I'tate 1.2 PRICE AND PAYMENT PROCEDLTRE� A. Measurement and Payment 1. When a pay item for Cathnaic Protectian exists: a. Measurement I) This Item is subsidiary to Cathodic Prateetion consk:ruction. b. Payment Z} The work performed and materials fuznished in accord�ce with this Iiem are subsidiary to the lump sum price bid for "Cathadic Protection" for each material of utility pipe bid, and no other compen�ation wi11 be allowed. 2. Wl�en a pay ite�n far Cathodic Prntection does nat exist: a. Measurement 1) MeasurerneRt for this Item is by lump sum. b. Payinent I) The work perfnrmed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price iaid for ".Toint Bonding and Electrical Iso]ation". 3. The priee bid shall ir�clude: CPi'Y OF FDRT WOIZTTi STANpARD CONSTRUCTIQN 5I'ECIFICATION DOCUMSNTS Water & Sanitary 5cwor Replacemenf Revised Decemher 2�, 20i2 C.untract 2p18, WSM-M City Project No. 101688 330410-2 301IVT BONI7ING AND BLECTRICAL 1SOLATION Page 2 oF B a. Furnishing and installing Joint Son.ding. and Electrical Isolation as specified by the Drawin.gs t�. Mobilizatior� c. Exeavation d. Furnishing, placement, and aampaction of backfill e. Field urelding £ Connections g. Adjustments h. Testing i. Clean-up j. 5tart-uplCommissioning 1.3 REF'ERENCES A. Reference Standards I. Reference standards cited iz� this Specification refer to the current reference standard published at the time of the Iatest revision date lagged at ihe end of this Specifieation, unless a date is specifically cited. 2. ASTM International (ASTM). 3. American Water Works Association (AWWA): a. C2Q7, Steel �'ipe Flanges for Waterworks 5earvice - 5izes 4 IN through 144 IN. 4, NACE lnternational (NACE). 1.4 ADMINISTRATNE REQUIREMENTS [N�T USED] 1.5 SUBMITTALS A. 5ularnittals shall he in accardance with Section Q 1 33 00. B. All sul�mittals shall 6e appro�ed by ti�e City prior to delivery andlor fabrication for specials. I.6 ACTION SUBMITTALSCINFORMATIONAL SUBMITTALS A. Product Data 1. 2. Manufacturer's cataIog cut sheets shall lae submit�ed for each iiem. a. Include the manufacturer's nazne and pravide sufficient informatifln ta show khat the materials r�eet the requirements of the Cantract Docurnents foz': 1) Flange Isolation 2} Bonding Ciips for Coz�crete Cylinder Pipe 3) Petrolatum tape Where rnore than 1 item nr catalog nurnber appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results far the Post-Installation Thermite Weld Inspection and submit to the City for appro�al prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. 3. Recot'd resulis for the continuity test for casing to carrier pipe and submit io th� City for appz'aval pri.or to backfilling. CITY OF FOl2T WORTH STA3YDARI] CON5TRiICTION SPECIFICATIQN DOCUM6NTS Water & 5anitsry 5ewe€ Replacement Revised December 20., 20[2 Cantract 20i 8, WS1Vi-M City Froject 3Vo. 10! 66.$ 33 oa ia-3 JOINT HONDING A1VD ELECTRICAL 1SOLAT[ON Page 3 af 8 1.'� CLOSEOUT �UBMITTALS A. Test resuits for eleetrical continuity, flange isolatinn and casing to carrier pipe isolation shall be subrnitted to the City. B. Results af all testing are to be submitted to City far inclusion i.n the O&M manual. 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED� 1.10 DELTVERY, S'I'ORAGE, AND HANDLING [NOT USED] i.11 FIELD [SITE] CQNDITIONS [NOT LTSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.I OWNER-FURNISHED PRODUCTS [NOT USED] �.� MATERIALS A. Joint Bonding and Electrical IsaIation Matexials to be incorporated into the project include, but are not limited to, the %llowing: 1. Electrical cont�,nuity bonds Z. Flange isolation assemblies 3. Casing spacers 4. Casing end seals B. Electrical Continuity Bands 1. Applications for �lectrical Contin�iYy Honding tnclude ti�e following; a. Bondi�ng across bo�ted joini assemhlies b. Banding across gasketed joint assembIies C. Flange Tsolation 1. Required applicatians of dielectric flange isolatzan asserr�bties include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 2. Gasket a. Isolating atzd seal gasket b. G-�0 Epoxy GIass material c. Full face d. 1/8-inch thickness e. Use �vith a zninimum of 1 EDPM sealing element placed in a tapered groove. f. NSF 61 certiiied g. A minimum of 800 volts/znil diele�tric strength is required. h. FIange shall seal for the test pressure without leaking, 3. Sleeves a. Provide full length mylar sleeves. 4. Washers CIT'Y QF FORT WflRTH Water & Sanitazy 5ewer Replac:emeat STANBARD CON3TRUCT[ON Si'�CIFICATIO.FV DOCUM�NTS Contract 2018, W91V1-M Revised Decemper 20, 20L2 City Project Nn. ]01688 3300.VD-4 IOIN`1' BON17�fC, AND ELECTRICAI,150LATiD�[ Page 4 oF 8 a. Pro�ide double G-10 washer sets. D. Cas tng Spacers 1. For piping insialled in tunnels or cased crossings, install easing spacers betweefl the pip'sng and the casing or tunnel liner to pro�ide electricaS isolation in accordance with Section 33 05 24. E. Casing End Seals �e� Section 33 05 24 for casing end seais. 2.3 ACCES50RIES [NOT USED� 2.4 SOi7RCE Qi1ALITY CONTROL [NOT USED] PAAT 3 - EXECiTTION 3.1 INSTALLER5 [NOT USED] 3.2 EXAMiNATION [NOT USED] 3.3 P1�PARAT�CON A. Preparation c�i Concrete Pipe far Bonding 1. 2. Crenaral a. Fabricakion 1) Use eoncrete pipe foz' tk�is project that has been fabricated in such a manner as to establish electrical continuity between metallic components af pipe and joiz►ts. b. Acceptable Methods 1) Establish electrical continuity as indicaked in ihe Conlract Documents. Criteria for Electric C�ntinnity a. Tensile Wire 1) Pipe manufacturer is tn obtain a ressstanee no greater than O.Q3 ohms between any wire and steel joint ring at end of pige farthest from that wire. 2) Manufacturer is to re�aort values obtained and method of ineasurement. b. Tnternal Pzpe Joint Components 1} Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component aud steel pipe cylinder. T'ansile Wire Continuity a. Establish continuity between tensile wire coils ax►d steel cylinder Qn e�mbedded cylizader type pre-stressed pipe by tightly wrapping tensile wire over lnngitudinal mild steel straps during pi�e man.ufactvre. b. Use and insta112 continuous straps 180 degrees apart 14ngitudinaliy along the pipe. 1) These straps must maintain electrical continuity between metailic G. d. conrzponenis. Use steel straps rztade of mild steel and free of grease, mill scale or other high resistance deposits. Make longiiudinal straps eleetrically continuaus r�ith pipe cylinder by steel fasteners of suitable dimensions placed between steel c�linder and longitudinal s.traps. CITY C3P FORT WORTH Watar & 5anitary 5ewer Fteplacement STANDAAD Cfl]�STRUCTIDN SPECIFICATI4N DOCUMENTS Contract 2018, W5M-M Revised December 20, 2012 City Pra}ect No. 101688 330410-5 10INT i3.dNDING AND ELBCTRICAL I5dLATIOIV P�ge 5 af $ 1) Connect fasteners so as to remain intact during pipe fabrication proee�s. 4. Steel Cylinder Continuity a, Estab.lish continuity of alI joint companents and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bel! ring. b. If znechanical contact does not provide a resistance o:Fless than 0.03 ohms between components, tack weld component to provide etectrical continuity. B, Preparation af Steel Pipe for Bonding 1. Bonding wires are not required far welded steel pipe. 2. Meehanical jointed steel pipe requires tk�e installatzon of bpnd wires acrass the jpznt as shown on the Drawings. C. Prepa�-ation of Ductile Iron Pipe fnr Bonding Install insulated band wires as shown on the Drawings. D. ElectricaI Bond Wires 1. Electrical hond wires are to be a minimurn No. 4 AV�/G, 7 stranded, copper cable with Tf1IIIV insulation. Remove 1 inch of T��IN insulation from each end af the bond wire, 3. Thernaite weld tl�e bond wires to the pipeline, �. Providc t$e minimum nLtmber ai bond wires as shown on Drawings far steel ar ductile iron pzpe, E, EIectrical Bond Clip 1. We�d 3 ASTM 365 steel bonding clips, each appraximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wiae, with 1/8-inch fillet welds to the bell and spigot r�f adjacent pre-stressed concrete cylinder pipe or steel pipe uvith rubber gasketed j oints, 2. Manufacture clips to maintazn continuity regardIess of small deflecta.ons of finished j oints. 3.4 INSTALLATIQN A. Installation of �Iect�-ical Continuity Bonds hy Thermite Welding 1. Inspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite weIding process. 3. Thermite Welding Me#hods a. Perforrn thernvte welding of bond wires to piping in the foll�wing manner: 1) Clean and dry pipc to which the wires are to be attached, z) Use grinding wheel to remov� all coating, mill scale, oxide, grease and dirt fram an az�ea apprnximately 3 inches square. a) Grind surface ta bright met�l. 3) Remove approximately 1 ineh of insulatian from each end of wire to be thermite weIdet� to pipe exposing elean, axide-free copper for welding. 4) SeIsct proper size thermite weld mold as recom�nended by manufacturer. Piaee wire or strap hetween graphite mnld and tlle prepared meta! surface. CITY OF FOR'I' WORTH STAIVD.ARD CDNSTRUCTIDFV SPECIFICATION I70CLTM�NTS Water & 5anitery 5ewer Replaceman[ Revised December 20, 2U12 Contract 2018, W5M-M Ciiy Project Nn, 1�01688 33 04 iD - 6 IOINT HONDING A4YD ELECTRICAI. ISDLATIQN Page 6 af 8 S) Place metal disk in bottom af mold. 6) Paur thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7) Close rnald caver and ignike staz'ting powder with flint gun. S) After exother[nic reaction, remave thermite weld mold and genkly strike weld vvith a hammer to remove weld s1ag. g) Puil on wire or strap to assure a secure connection. 10) lf weld is not secure or the bond breaks, repeat procedure vwith new wire. 1 i) If the weld is secut'e, coat all bare metal and weld metal with Stopaq CZ tape. 4. Post-Installation Thern�ite Weld Inspection a. Contractor is responsible for all testing. b. A11 testing is to be perforzned by nr under the supervision o.f certiiied NACE persantkel. c. Visually examune each them�ite weld conneation for strength an.d suitable coating �rior to backixlling. d, Measure resistance through selected bonded joints wit11 a digital Iaw resistaz�ce oi►znmeter (DLRO}. 1) Resistance of 0.001 ok�ms ar less is acceptabl�. 2} If the above pracedure indicates a poor quaiit�r bond connectian, reinstall the bond. 3) Record results and submit to the City for approval prior to backiilling. 5. Backfillin.g of B�nded �oints a. Perform backfilling of bonded piping in manner ihat prevents damage ta the bonds and al1 conineetions to the �netallic structures. b. Use appropriate back#"iil nnaterial to eornpletely cover the eleetrical bond. c. Provide protection so that future construction acti�crities in the area will not destroy the bonded coxiziectians. d. If conslruction activity damages a bonded connection, instal! new borid wire. 8. Installation of Pipeline �lange Isolation Devices l. Placement a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleewes an.d vvashers as recommended by the manufacturer. b. Fallow manufacturer's recammendations for e�en tightening to proper tarque. 3, Testing a. Immediately after an electrical isolation fitting has been installed, contact the City ta perform testing fo.r electrical isolation effectiveness. q-. Painting a. Do not use metal base paints on electrical isolation devices. 5. Encap.sulation a. Encapsulate belnw-grade isolatipn jaints wit� the Denso Densyl Tape system after the isolaiion j oint has been tested far effectiveness. C. Installation of Casing Spacers 1. Casing spacers shall be installed in accordatjce with Section 33 05 24. D. Installation of End Seals CTCY OF F'DRT WORTH Watet 8t 5anitary 5ewer Replacement gTANpARD CQNSTR[]CTIQN SpECIF1CATION DOCUIVIENT5 Contract Z018, W5M-M Revised Qecember 20, 2Q12 City Project No. lUl688 330410-7 10IIVT BOR'D[I�iG A,ND ELECTIZICAL ISOLATION Page 7 af 8 Enc� seals shall be iastalled in aecardance with Section 33 US 24. 3.5 REPAIR / RESTORATIO�i [NOT USED] 3.6 RE-INSTALLATION [NOT i1SED] 3.7 FIELD QUALITY CONTROL A. Tcsting af Joint Cantinuity Bonds and Isolatian Joints Z. After the campletion of the continuity bonding of individual joints, but before the pipe is backfilled, each bondcc! joint shall be tested far eiectrical contYnuity. 2. A DC curreni shall be impressed an the pipe on 1 side of the j oint under test using a partable 12-volt iaattery and a driven grou.nd rad. Th� battery shall b� cvnn�cted such that the positive terminal is connected to the graund rod and the negative terminal is connected to the pipe section un�er test. The magnitUde of test current is not important as Iong as it causes a change in pipa-to-soil potential on the seetion of pipe that is in the test current circwit. 3. The pipe-to-soil potential shall be measured on eaeh side aFthe isolation joint using a high i�tnpedarzce voltmeter and portabIc copper�copper sulfate reference eiectrade with the test current "on" and "off', 4. A joint is eonsiaeXed electrically cantinuaus if the "on" and "off potentials are the sam� on either sid� of the joint undez test. 5. This same prncedure shall be used to te�t indiviclual isalation joints except that the joint is considered effec�ive ifthe pipe-Yo-soil pqtential is not the same when measured an each side of tk�e joint when the test current is "on". 6. Recprd results and submit in accardance with this 5pecification. B. Casing to Carrier Pipe Isolation Tests 1. Immediately after the pipe has been installed in the casing, but prior to connecting tke 1ine, m.ake pipe available for testing atzd contact the City to perform an electrical continuiry test to determine that the casing is eleetrically isoEated from the pipeline, 2. The continutty test shall be fully document�d and appro�ed by the City prior to backfilling. 3. Record results and subrriit in accordance with this Specifcation. 4, If the electrical isolation between carrier pipe and casing is not effective, the cause shall be imrrmediately investigatad and the situatian remedied. 5. Under no circunastances shall a shorted casing be hackf lled. 3,8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANIIVG [NQT USED] 3.11 CLOSEOUT ACTIViTIES [NOT USED] 3.12 PROTECTION [NOT �1SEDJ 3.13 MAINTENANCE [NOT USED] CI7'Y OF FORT WORTI[ 5`CAI�ID.4RD CONSTRUCTIQN SPECIFICATION JaOCTJMENTS Water & Sanitary Sewer k2eplaccment l�c�+ised Deaember 20, 2012 Contrant 2Q l8, 4YSM-M Cify Project Nn, 10168$ 330410-8 ]OII�i"I' SONDING AND BLECTRlCAL I50LATION Pagc B of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Re�isian Lag DATE NAME 1212Q/2012 D. Johnson SUNIMARY OF CHANGE 2.2.0 - Modified material specificatians for gaskers, sleeves and washers CI7Y OF EORT WORTIi Water 8e 5anitary 5ewer Replaccment STANbARD CONSTRUCTION 5PECCFICATLQN DOCUMENTS Contract 2018, WSM-M Re�isedDecember 20, 2U12 Ciry Projectl�o, L01688 33041]-] COliR05[ON CONTRQI,'f�ST STATIONS Page 1 af 7 SECTIQN 33 O4 11 CORROSION CONTRQL TEST STATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Test station materials and installation requirernents, as shown on the Drar�ings, at: a. Fareign p�peline crossings b. Cas�d crossings c. Below-grade pipeline eIectrical isolation joints 2. Required applications ofcorrosion contral test stations include locations where future testing is anticipated far the fallowing reasons: a. Testing to determine the eif�ctiveness ofthe instalfed Cathodic Protection systems and to allow for starhxp adjustments b. Testing to determine interference effecis from and on adjacent or crossing foreign underground strucfures c. Testing to determine sources and magnitude af �tra.y DC currents and required mitzgative measures d. Periodic manitoring to determine s�atus of existing Cathadic Protection systems, stray current and foreign line influence B. Deviations from this City nf Fart Worth Standard �pecificatiort 2. None. C. Related Specification Sectians include, but are not necessarily Iimited to: 1. Division 0— Bidding Requirennents, Contract Farms, and Conditions of thc Contract Division 1 -- General Requirements 3. Section 33 Q4 i2 — Magnesium Anode Cathodic Protection System 1.� PRICE AND PAYMENT PROCEDLIR�S A. Measurement and Payment 1. Measurernent a. This Item is considered subsidiary to the Cathodic Protection construction. Z. Yayment a. Tha �vork performed and the materials furnished in accordance with this Item are subsidiary to the lurnp sum price bid for "Cathodie Profection" for each material af utility pipe bid, and no other compensation wilI be allqwed. L3 REFERENCES A. Reference Standards lZeference standards cited in this Sgecificatian refer to the eurrent referencE stanclard published at the tirne af the latest revision date lagged at the en.d of this Specificatian, unless a date is specifically citad. 2. NACE International (NACE). CITY UF' FORT WbRTH STANBARD CO]V�TRUCTION SP�C1F'ICATION bQCUMENTS Water & Sanitary Sewer Replacement Revised pecember 20, 20I2 Contract 2U] 8,1WSM-M CityProjectNo. ]O1G88 330411-2 CORROSIC)N CONTROL T�ST STATIaNS Page 2 of 7 1.4 ADMINISTRATIVE REQUiREMENTS [NOT USED] I.� Si1BMITTALS A. Submittals shall be in accordance with Section 01 33 00. B, AlI submittals shal.l be approved by the City prior to delivezy and/or fabricatian for specials. 1.6 ACTION 5LTBNiITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Submit pt'oduct data far all components of the Corrosion Control Test 8tations. Data submitted shall inc1ude; a. Test Station b. Wiring c. Splicing materials d. Thermite weld �naterials e. Weld coatings 1.7 CLOSEOIIT SiTBMITTALS A. Strueture-to-soil potential data shall be submitted to the City. l,g 1VIAINTENANGE MATERIAL SUBMITTALS [NOT USEII] 1.9 QUALITY ASS[7RANCE A. Certifications 1. Provide mar�ufacturer's certificatians that all cozziponents af the corrosiar� control system meet the requirements of the Cantract Documents. a. The certificakion shall reference Yhe appiicable Section of the Specifications and the applicable standard details. 8. Inspection 1. The City may, at its own cost, inspect the Cathodic Protection �aterials prior to, or during, installatian. C. Drawings i. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities ar cnechanical and struetural features sha11 deternune exact locations. 3. Contrackor sha11 note other existing utiliii.es in the area and during excavation, shall not damage these u�ilities. 4. Arsy darnaged utilities shall he repaired to the satisfaction of the City at the Contractoz''s expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery I. Caordinate th� delivery of test station rnaterials. CITY OF FORT WORTH Water & Sanitary 5ewer Replaeement STANDARD CONSTRiTCTION SPEC�ICATIn1�T DOCiIMENTS Contract a018,1rVSM-M Revised �ecember 20, 2012 City Project No. 10168$ 33 p4 11 - 3 CORADSION CONTROL TE;ST STATlONS Page 3 oi7 B. Storage and Handling Requirements 1. �ecure and maintain a Iocation to store the material in accordance witi� Section O1 66 04. C. Packaging Waste Management Dispnse of v;+aste materials properly and remove from job site after installation is complete, l.11 FIELD [SITEJ CONDITIONS [NOT USED] 1 • 1 � WARRANTY [NOT USED] PART�- PRODUCTS 2.2 OF�VNER-FURNISHED loa] QWNER-SiTPPLIED PR[QDIICTS [NOT USED] �.� MATERI,ALS A. Flush Maunt Test Stations 1. Test stations shall consist of test vvires, a terminal head and a traffic bax as shown on the Drawings. 2. The terxninal head s�al1 be a 7 ternunal "Big Fink" as manufactured by Cott Manufacturing Company or appro�ed equal. 3. The test station shall be instalied in a 24-inch x 24-inc� x 6-inch concrete pad. 4. The Precast Concrete traffic box sha11 be a 1 p,25-inch diameter 3�RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. S. In.stall a marker sign adjacent to all f[ush-mounted test stations. B. Above-Grade "I'est Stafians 2. 3. At t�st statinza locations where flush mounted structures cannot be installed, or where sta.ted on Drawir�gs, an abave-grade test station sha11 be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. Tkie test station sha11 be a 7 terminal "Bfg Fink" as manufactured by Catt Manufacturing or approved equal. The "Sig Fin1c" tesi station shall be mounted on a 5 foot lengtl� of 3-inch diameter UV-resistant plastic conduit in populat�d Iacations, and mounted on � 5 foat length of 3-inch diam�ter concrete fillea galvanized steel conduit in low populatian 1pcations, 4. The test station shall be installed adjacent to a permanent structure, if available, far physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The inter�or of the tEst station conduit shall be iilled with Partland c�ment concrete aftex the installation of the test and bond wires, 6. The test station conduit shall be installed with a 24-ineh x 24-inch x 6-inch concrete gad. C. Permanent Reference Electrodes CiTY OF FORT WORTH 5TANDARD CpNSTRUCTIQN 5P�CIFICATION DDCi7MENTS Water & Sanitary Sawer Repiacement Revised I)ecember 2fl, 2012 Contract ZD ] 8, WSM-M Ci1y Projeci No. 1D1b88 330411 -4 CORROSSON CQNTRiDL TEST 5TATLONS Page 4 of'7 1_ 2. The permanent referenca electrode shall be a copper sulfate Permacel� Qius double membrane ceramic cei� in a geamembrane package as manufactured by Corrpro Campanies, Inc. or approved equal. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the term�inal board of the test station. D. Test Station Lead Wires 1. Test statian lead wires of all sizes shall have TW, THW, or THHN insulation as shown oa the Drawings. 2. Insulation type shall be color coded based upon connection to undergraund structures. a. Protected pipeline: white b. Foreign structures: red c, Steel casin.gs; ye�low d. Permanent reference cells: blus e. Anode header cable: hlack (HMWI'E) f. i�nprotected or existing pipeline: black (HMWFE) 3. Test station lead wires shall be ierminated on the test station terminal 4�nard utilizing crimped on so�derleas ring terminals. 4. All term�'snal boaxds shall be wired hy the installer as snown on the Drawings. E. Thermit� WeTd Equipment 1. Chaxges and Molds a. Weld charges a�d mold size shall be specified by the manufacturer far the speci�c surface configuration. b. Use only the carrect charges for the specific application. e. Welding charges and molds shall be Erico, Cadvveld or Con�inental Industries Th�rmoweld. 2. Weld Coating a. Coat weld with 5topaq CZ tape or approved equal. �.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALTTY CONTROL [N�T USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3,� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USEDr 3.4 APPLICATION 1 INSTALLATIQN Install test stati.ons at each of the Iacations scheduled on the Drawings. At a minimurn, test stations are required at each of the following locations: a. At all nnajar underground metallie pipeline crossings b. At all cased erassings and tunnels (both ends) c. At all underground isolation flanges d_ At a�l magnesium anode ground bed locatinns CITY OF FOt�T WflRTH Water & 5anitary Sewer Replacemen! g'PANpARD CONSTRiICTION SPECIFICATION DOCUMEI�TTS Conlract 2018, WSM-M Revised December 20, 2012 City project No. 101688 33fl411-5 CORROS[DN CONTRQL TESZ' STATiO1�S Page 5 of 7 B. General 1. Install test stations at focations indicated on Drawings. a. Iia flnsh zx�ounted test station is not feasible in a particular location, tlzen an above-grade test station may be used, subject to approval by the City or its designated representative. 2. Use eantinuous test station lead wires without cuts or tears in the insulation, 3. Locat� test stations a� indicated an Drawings, as close to the pige as possible. a. If the pipe is installed under a raad, place the test station at the curb for easy access. 4. Attach test lead wires to ihe pipe by thermite welding. 5. Attach test v�ires to the pipe prior to back�lling. 6. Use colar coded test wixes as indicated an the Contract Documents. 7. Wire test station terminal board coniigurations as shown on the Drawings. 8. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain perrnission before the tcst leads are connected to their pipeline. b. The foreign pipeline owner shc�uld have a representative presen,t. c. Contractor shall not install lead wlres or bond wires on foreign pipelines. d. If foreigu pipeline owner refuses test Ieads connected ta their pipeline, then document owner's refusal and install gotential test station an water rziain. e. Document the owner's contact name, phone number, email address and rl�tP �f contact. f. Submit docume:ntation to the City or its d�signated repres�ntative. C. Flush-Mo�nt Test Stations 1. Install as shawn on the Drawings. 2. Sufficient slaek shall be coiled beneath the test station to allow for soil settlernent and to prevent dam�ge to the leads during backfilling, a. Additional slack shall be left to allow for withdrawal of Ehe terminal board a minimum of 18 inches above the top af the precast cor�crete traffic box for test purposes. 3. Install with permanent copp�r sulfate reference elecirodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by lzand ar�und th� electrode. c. The balance of the 6ackfll shap be select granular backfill mate�ial. d. Saturate the backiilled permanent reference electrade with 5 gallons of water. 4, Set test stations installed outside areas of permanent pavzng materials in a Fortland cernent concrete pad. a. The concrete pad shaIl be a rninimum of 24 inches squara anri no less than 6 inches �ick. D. Above-Grade Test Stations 1. Install abave-grade test statians where a flush mounted test staYinn cannat be Iocated, 2. tls� and location of above-grade test statians shall be apprav�d by the City or its designated representative. CITY dF FQRT WORTH STANBAIiD CdNSTItLiCTI4N SPECIFICATIOI+I DOCiJMEiVTS Watcr & 5anitary Sqwer Rcp[accment Revised Decem6er 20, 2012 Contract 201$, W5M-1VI City Projcet No, k0168$ 33 0�F l I- 6 COKROSION CQ1�TR(]L TBST S�'ATIONS Pageb af7 4. Q Locate test station adj ac�ent to a permanent structure (e.g. a power pole), if a�ailable, for physical pro.tection. Coil suff'icient slack beneath the test station to alIow for soil settlement and to pre�ent damage to the leads during backf'i.11ing. Pour a 24-inch x 24-inch x 6-inch concrete pad at gxads around the test statian conduit. Fi11 the interior of the 3-inch above-grade test station ste�l galvanized condnit with Portiand cement concrete af�er installativn of the test statians wires. E. Test Lead Wire Attaclament 4. � 2. The pipe to which the wires are to be attached shai! be clean and dry. Attach test leads tn the �ipe by thermite weiding directiy to the pipe on steel and ciuctile iron pipelines as shown on. Drawings. a. See Drawings. When connecting directly io the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bri.ght metal. The wires to be thernute welded to the pipe shall have appraxzmately 1 inch of insulation removed f�om each end, expasing clean, oxide-free copper for welding. Using the pz'oper size thermite weld mold as recon�mended by the manufacturer, place the wire between the graphite mald and the prepared metal surface. a. Use a copper sleeve crinnped over the wire for all No. 10 AWG or smaller wixes. 6. Place the metal disk in the bottom of th.e mold. 'I. Pour the thernute weld charge into the mold. 8. Squeeze the bottom of the cartxidge to spread ignition powder over t�e charge. 9, Close the mold cover and ignite the starting powdar with a flint gun. 10. Aftex the exathermic reaction, remove th.e thermite weld m�old and gently strike the weld with a hammcr to remove the weld slag. 1 L Pull on khe wire ka assure a secure connection. 1 Z. If the rveid is not secure or the wire breaks, repeat the proceduz'e. 13. If ihe weld is secure, caat a[l bare metal and weld metal with Stopaq C� tape. F. Post Installation Sacl�il1ing of Test Station — Lead Wires 1. Pro�ect test station wires ko pre�ent damage to the witre insulation and conductor integrity dur�ng baekfilling. 2. After connpletion of the backf'illing of the test wires to th.e pipe, verify the connection by measuring and recording a pipe-to-soii pot�ntial. 3. Replace any test wire found to have a high resistance connect�on, 3,5 REPAIR.1 RESTORATION [NOT USED] 3,6 RE-INSTALLAT`ION [NOT USED] 3.'% FIELD QUALiTY CONTROL A. All test stations sh. ali be visually inspected during the final walk through. C1TY OF FORT WDRTIi Water & 5anitary 5ewer Repl&cement STANDARD CDN5TRUCTION SP�CIFICATIQN pOCi3MENTS Contracf 2018, WSM-M Revised ➢ecember 20, 2012 Ciry Project Na. I a1688 3304i1-7 CDRROSION CONTROL TEST STATIONS Page 7 of 7 B. Materials or installation work not conforna.ing to tbe reqnireznent of this Specificatian shall be replaced or repaired to the City's satisfaction, C. Datnaged or mtssing test statian components shall be replaced by equal components, 3.8 SYSTEM STARTUP A. Commissioning 1. Native state structure-to-soiI p�tentials shall be acQuired along the water main and subrnitted to the City. B. Method 1. Measure native state structure-to-soil pptentials along the water line using a portab�e reference electrode at the foIlowing locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign pipelines crossing pr parall.el to the water main, 2. Verify that all electrical isolation de�ices are operating properly including fiange isolators and casing spacers. C. Contxactor is responsible for all t�sting. D. All testing is tn be dons by or under the supervisior� of certified NACE personnel. E, Record results and s.ubmif in, accordance with this Specification, 3.9 ADJUSTING [NOT USED] 310 CLEANING jNOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1Z PROTECTION [NOT USED] 3.13 MAINTENANCE A. Refcr to Sectian 33 04 12, 3.14 ATTACHMENTS [NOT USEDj END OF SECTION Itevision Lag DATE NAME 12/20/2012 D.7ohnson SUMMARY DF CHANG� 2.2.D,2 — revised insulation color cnding CITY OF PORT WQRTH STA�TDARD CONSTItLFCTION SPECTFICATI�N DpCi1M�NT5 Water & Sanitary. Sewer Replacement Revised Decemher 20, 2012 Contract 201 g, W SM-M City Proj ect No. ] 01688 s�aat2-i MAGNESIUM AN01]E CATHODIC PA�TEC�'ZON Pa$e i of 10 5ECTION 33 0�4 1� MAGNESIUM ANODE CATHODIC PROTECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for Cathodic Protection �yskems an concrete cylinder pipes, carbon skeel pipes and duetile iron pipes using Magnesium Anodes 2. The Cathodic Protectian System shall inciude, but nvt be limited to the following: a. Matexials and installation b. Post-installatinn survey c. Final. Report to include recomrnendations B. De�iations from this City of Fort Worth Standard Specificatian 1. None. C. Related Specification 5ections include, but are nat necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Divisionl — General Requuements 3. Section 33 OS 26 — Utility 1VlarkerslLocators 1.2 PRICE AND PAYMENT PROCED[TRES A. Measux'ement and Payment Measnre a. Measurement for this Item shaII be by lump sum. 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid fox "Cathadic Protection" for each material o.f utility pipe bid. 3. The price bid si�a11 include: a. Mobilization b. Anade g�-oundbeds c. Anode test stations d. Excavation e. Futxaishing, placement, aud compaction bf backfill f. Field welding g, Cannectior�s h. Adjustix�ents i. Testing j. Clean-ttp k. Start-uplCommissioning 1.3 REFERENCES A. Abbreviations and Acronyms CTI'Y OF FDiZT WORTH 4Water & 5anitaty Sewer Replaceroent 5TANI]ARD CONS'�ItLICTION SPECIFICAi'ION DOCi7MENT5 Contract 201 S, WSM-M Revised Qecem6er 20, 2012 City Pioject No. 1016$8 3saaiz-z MAGNE5IUM ANOI7E CATHDDIC PRQTCCTION 1. AWG; American Wire Gauge 2. eSE: CopperlCopper 5ulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyeihylene B, Definitians Page 2 of ] 0 1. Anode: The elecfrode of an electrochemieal ceIl ai which oxidation occurs. 2. CablelWire: One conductor or multiple conductors insulated fram one anather, 3. Cathode: The electrode of an elecirochemical cell at vv�hich reduction is the principal reaction. 4. Cathodic Polarization: The change of el�ctrode potential in the negative direction caused by direct current {DC) flow acro�s the elecVode/electrolyte interface. 5. Cathodic Prntectian: A tecl�nique used to reduce the corrasion oi a metal sutface by making that surface the cathode of azi electrochemical eell. b. Corrosion: Degradation of a tzaateriai, usually a metal, that results fronn a reaction with its environment. 7. Corrosion Cantrol Engineer: NACE certified, licensed engineer in the state of Texas, employed by a CQrrosion Engineering Firm. 8. Corrosion Engineening Firm: Engineering �rm in charge af the corrosion protection design on behalf of the Contractor. 9. Critezion: Standard for assessment of the effeetiveness of a Cathodic �rotection Systern. I0. Current; F�ow of elactric eharg�. 11. Eiectrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an eIectrolyte, 12. Electrolyte; A chemical substance containing ions that migxate in an electric field (i.e., soil or water). 13. F'oreign Sfixcture; Any metallic structure that is nat intended as a part of a system under Cathodic Pratection. 14. Galvanic Anode; A rnetal that providas sacrificial protection to another metal that is less active (more noble) when electrical2y coupled in an electrolyte. 15. Interference: Any electrica� disturhance on a metal�ic structure as a resuIt of stray currer�t. 16. Pipe-to-Eiectralyte Patential: The potential difference between the pipe and the electrolyte that is rz�easured with reference ta an electrode in contact with the electrolyte. 17. Po�arized PotentiaL• The potentia� across the structure/electrolyte interface that is the st�m of the free corrosion potent�al and tne cathodic polarization 18. Reference Electcode: An electrode whose open-circuit potential is constant under similar conditions of ineasurem�nt and is used to rzieasure the relative potentials of other electrodes 19. Stray �urrent: G�rrent flow thro�gh paths other than th� intended circuit, 20. Voltage; �lectromotive farce or difference in electrode potential expressed in volts. C. Ref�rence Standards 1. NACE Int�rnational (NACE). CITY OF FORT WORTEi STANi}AR.p CONSTRUCTION SPECIFICATIpN DOCUMENTS Water & Sanitary Se�ver Replecement Revised pecember 20, 2012 Contract 2D18, WSI1+]-M City Project No, l O l G88 330412-3 MAGNESIUM 1�.NODE CATHOI�IC PROTECTION Pag� 3 of l0 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED� 1.5 SUBMITTALS A. Suhmittals shall be in accardance with Section O1 33 04. B. All submittals shall be appro�+ed by the City �rior to d�livery. i.6 ACTI�N SUBMITTALSIINFORMATI�NAL SUBMITTALS A. Product Data 1. 5ubmit product data for all camponents of the Cathodic Protectian System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Therntite Weld Materials f. Weld Caativgs 1.� CL05EOUT SUBMITTALS A. The results of al� testing procedures sl�all be submitted ta the Enginc�r or the City far review and approval. Testing information r�quired includes: 1. Anode groun.dbed current outputs 2. Pipe-to-soil potentials 3. Results oi interference testing 4. Results of electrical isolation joint tests 5. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the Oc�M man�sal. C.. Provide written docurnentation fram the Corrasian Conirol Engineer of any deficiancies discovez'ed during the posY installa�ion inspection. 1.8 MAINTENANCE MATERIAL Si1BM�TTALS [NOT USED� 1,9 QUALITY ASSURANCE A. Qualifications I. Cathodic Protection installer shall sl�ow adeguate dociunented experience ir► the type of Cathodic Proteetion work required %r the project. B. Certifications The Cantractor shall, upon requast by City, furni�l� manufacturer's cer�ified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards. 1 1.10 DEi,IVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection matcrials shall be coordinated by fhe Contractor. B. Storage and Handling Requirements 1. Secure and rnaintain a location to store the material in accordance with Section Ol 66 00. CITY O�' FORT WORTH STANDARb CONSTRUCTION SI'ECIFiCA"1"101�i DOCUMSNTS Water & San�Contra t 201$pWSMCM Revised flecember 20, 20l2 CitJr Pzoject Nn. 10l668 33 Q4 12 - 4 MAGNESIUM ANODE CATHODIC PROTECTil7I�i Page 4 of ] 0 C. Packaging Waste Management 1. Dispose of anode and tliermite weld materiai packaging properiy and remove from the job site after installation is complete. I.l l FIELD [SITE) CONDITIONS [NOT USED] 112 Wt�R.RAN'Ty [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLLEDPRODUCTS [NOT USED] 3�•2 MATERIALS A, Sacrificial Anodes - Magz�esium Magnesium Anodes a. Use high potential prepackaged Magnesium At�ocfes. b. The m�tallurgical composition of ihe Magnesiurn, Anades shalI conform to the fallawing: M�gnesium Anode Current Capacity a. Magnesium Anodes req�ire a current capacity of no less than 54� amp-hours per pound of magnesium. Anode Backfill Material a. Use chemica� ba�kfill material around all galt�anie anodes. b. Backfill providea a reduced contact resistance to earth, provides a uniform environment surrnunding the anodc, retains moisture around the anode and prevents passivation of the anoc�e. c. All galvanic anodes shall come prepa.ckaged in a backfill material confarming to the following compasition: I} Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4} Have a grain size backfill such that I 00 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 1d0-mesh screen. d. Complete�y surrnund the anode with the backfiIl mixture within a cotton bag. e. For cast magnesium ingots, the requ�red weight of backfill shalI be as follows: CITY OF PORT WQIiTH STANDARD COIVSTRUGTION SPECIP'ICATION DOCUMENTS Watcr & Sanitary 5ewer Replaeement Revised December 20, 2012 Cantract 30l $, WSM-M City Project No. 1D16,66 330412-5 MAGNESIUM ANODE CATHODIC PRDT�CTIDN Page 5 af ID Anode Weight S7 20 �2 40 48 60 Backfiil Weig�t 44 5Q ss 65 48 70 Toiai Weight 61 70 so 105 96 130 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG salid copper wire equipped with TW of THW insulatian. 5. Lead Wir� Connection to Magnesium Anode a. Cast Magnesium Atiodes with a 20 gauge gal�anized steel cor�. b. Extend 1 end of the care beyand the anode far the iead wire connection. c. Silver-soldez' the lead wire tQ the core and fiilly insulate the connectaon. B. Splicing Tape 1. 2. Tape used for covering anode lead wire io anade header cable connect�ons shall be 2layers of Scotch 130C rubber splscing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. Taped splicas shall be covered with a coating of 3M 5cotchkate electrical caating, or approved equal. C. Crimping I,ugs 1. Crimping lugs used to connect the anode lead wire to anode header cahle shall be copper compxession crimpit Cataiog No. YC IOCIQ as manufactured by Buzndy, or approved equal. D. Anode Header Cable 1. Anode header cables route.d between the an.ode groundbed and the test statzons shall be #10 AWG stranded capper conductors with typa HMWPE insulation (black). E. Anode Test Stations 2. 3. � 5. Install a�ark�r sign adjacezit to all flush-mounted test siations. Test stations shall consast oftesk wires, a terminal head and a traific box as shown on the Drawings. The terminal box shall be a 7 terminal NM-7 with cast iron lackable lid as man.ufactured by CP Test Services, or approved equal. The Precast Concrete trafflc box shall be a 10.25-inch diarmeter 3-RT with a cast �ron cover marked "Cf' Tesk" as m.anufactured by Brooks Products, Inc, or approved equal. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square c�ncret� pad. F. Shunt 1. Monitoring shunt shall be a 0.01 ohm Typ� RS shunt as rr�anufactured by Holloway, or apgz'oved equal. 2. There shall be at least 1 shunt in eaeh Magnesiurn Anode kest station. G. Test Lead Wire CI"PY OF FORT WQRTH Wat�r 8c Sanitary Sewer Keplacement STANDARD CQNSTRUCTION SPSCIFIGATIQN �OCUMENTS Contract 2018, WSM-M Revised December 2�, 2D12 City Froject 1Va. 101688 330412-6 MAGNESIUM ANpDE CATFiODIC PROTECTION Page 6 of 10 Test station lead wires shall be #12 AWG stranded copper cable with type TW, TH�V or THHN insula#ion, black in color. H- Permanent Reference EIectrode The permanent reference eleetrode �hall be a copper sulfate Permacel� Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrprn Companies, Ine., or appraved equal. The germanent reference electrade shall be equipped with Na. 14 AWG stranded copper wire with blue HMWPE insulatton of su�table length to attach to the terminal board of the test station. I. Marker Sign 1. Provide marker sign in aceorda�nce witlz 5ectian 33 05 26. 2.3 ACCESSQRIES [NOT USED] �.4 50URCE QUALITY CONTROL [NOT LTSED] PART 3 - EXECi1TION 3.1 INSTALL�RS [NOT USEDj 3,2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USEDJ 3.4 INSTALLATION A. Installation of Sacrificial Anodes 1. Placement a, Each anode shall be installed vertically in a 12-irzch diame#er by 10 foat deep hole or by trench maintaining the sa�me spaeiag as shown on the Drawings. b. Centerline af the anode shail be at a minimum of 10 feet frona the centerline of the pipe. c. Anodes shall be inst�lled wzthin the pipeline right-of-way. 2. Au�ured Hole a. The anode hole diameter sha11 easily aceommodate th� anode. 3. Back�lling a. After the hole is augured, the packaged z�ode shall be lowered into the h�le �nd the soil shall be firmly tamped around the package so that zt is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. BacicfiIl th� remainder of the anode hole. 4. Anode Lead Wir� a. Lead tivires fronn the anodes shall be run underground at a minimum depth of 24 inches, b. Each anode lead wire shall be connected to an anode header cahle as zndicated on the Drawings, 5. Handling C1TY QF FORT WORTH STANDARD CONSTRUCTION $PECTFICATION DOCC!]VlENTS Water & 5anitary Sewer Rep�acement Revised December 20, 2p12 Contract2018, W5M-M CityPrajectNo. ]Q1688 33 04 l2 - 7 MAG1rESIUM ANODE CA'j'HQDIC PROTG�CTION Page 7 nf 10 a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connec�ions. B. Installation of Permanent Anode Location a, Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. T`he permanent reference electz'ode shall be within b inches of ihe pipe at pipe depth. c. Prepare and install the permane�t ref�rence electrode in strict accardance wsth the manufacturer's recomtnendations. 2. Piacement a. Place the pez-znanent reference electrode in the same ditch with the v,+ater line and earefully caysred with the same soil as the pipeline backfill. 3. Lead Wire a. Protect khe parmanent refer�z�ce electrode lead wire during backfiil operations and route to ti�e �est station along with the water line test leads and anode grou�d bed cables. C. Installation oiWire and Cable 1. 2. Depth a. All under�'ound wire and cabie shall be installed at a minirnum of �4 inches below final grade with a minirz�um separation of 6 inches from other underground structures. Anode HBac�er Cable a. Each anode lead wire shall be connected �o a#10 AWG/HMWFE header cable which shall be routed into a f[ush-ko-grade test station. 3. Ariode Lead Wire tQ Header Cable Cannection a. Eacla anode iead wire ta header cable connection shall he made using a eopper compression connector. b. Each connection shall be tap�ed usin$ rubber tape, vinyl tape and coated with Scotchkote electtical eoating as shown on the Drawings, 4. Anade-to-Pipeline Connection a. Connect each group oi anodes to tha pipeline t�rough a test stakion as shown on the Drawings. b. A 0.01 ohm shunt shal] be used to connect the anode header cable to the pipeline as shown on the Drav�rings. S. A 3-inch wide, yellow, non-detectable warning tape labeled "Cathodic Protection CaUle Buried Below" shall he buried a� a depth of 18 inches below the surface and along the length of all Catiiotiic Protection cable trenches. D. Test Lead Wire Attachment 2 4. 1. Test iead cabies s�tall be attaehed to the pipe by thermite welding. The pipe to which the wires are to be attached shall be clean and dry. A grinding wheel shall be used to remove all coating, mill scale, axide, grease and dirt from the pipe over an area approximately 3 inehes square. a. `�'he surface shall be cleaned to Uright metal. The wires to ba thernaite welded to the pipe shall have approximateiy 1 inch of insulation removed frpm each end, expasing clean, oxide-free copper far welding. CITY OF FORT WORTH STANDARD CONSTRUCTIdTf SPECIFICATI071� DOCUMENTS Water & Sanitary Sewer Replaeement Revised Deeember 2Q, 20t2 Contrac1201&, WS141-M City Project Ido, 1a1688 3�a4i2-s MAGN�5IUM ANODE CATHODIC PRp'TECTION Page 8 of ] 0 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific suzface coni'i�uration, b. Care shall be taken d�u-ing installation to be sure correct eharges are used. c. Welding charges and malds shall be the product o� a manufacturer regularly engaged in the production of sucl� materials. 6. Using the proper size thermite t�eld mald as reconr�mended by ths manufacturer, the wire sha�l be placed betwaen the graphite riaold and the prepared rnetal surface. 7. The metal disk shall be plaeed in the bottom of the mold. 8. Th� eap from the weld charge cantainer shal] be removed and the contents poured inta the mold, 9. Squeeze the botiam of the weld charge container to sgread ignition pnwder over the charge. 10. Close the mold caver and ignite the starting powder with a flint gun. The mold shnuld be held firmly in pIace until all pf the charge has burned and the weld has cooled slightly, 11. Remave the thermite weld mold and gent�y strike ihe weld with a hammer to r�move the weld slag. 12. Full on tne wire to assure a secure connectian. 13. If the weld is not secure ar the wite breaks, repeat the procedure. 14. If the vvcld is secure, coat al! bare metal and wel.d metal with Stopaq CZ tape, or approv�d equaL. E, Flush-to-Grade Anode Test Stations 1. Flush-to-grade anade test stations shall be installed as shown on the. Drawings. 2. Test statioas shall he installed in a 24-inch x 24-inch x 6-inch square concrete pad. 3, Sufficient slack shall be coiled haneath the test staEion to aIlaw for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be le� to allow far withdrawal of the terminaI boart! a minimum o� 12 inches ahove the top of the concz'�te pad for test purposes. F. Post Installatian Backflling of Cables 1. Generai a. During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.5 REPAIR A. Cut wires shall be spliced by uaing a copper compression connector. I. The connection shaIl be comple�ely sealed against moisture penetration by the use of rubber tape, �iny] tape and �cotehkote etectrical coating. B. Damaged or missing test station compaczents shall be replaeed by equal ccsmponents. 3.6 RE-XNSTALLATION [NOT ilSED� 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEiVT� Water & Sanicary Sewer Replacernent ltevised December 2q, 2012 Contract 2018, W 5M-M City Praject No. 101688 330412-9 NfAGNE51UNi ANODE CATHODiC PIZOTECTION 4'agc 9 oF 1 U 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.S SYSTEM STARTUP A. GeneraI The Cathodic Pratection Systam shall be inspected, energized and adjusted (coxrimissioned) as soon as possibla after the Cathadic Protectian �quipm�nt has been installed. 1. B� Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according ta factory specifications. C. Cammissioning 1. The commissioning of the Cathodic Qrotecti.on System sha11 he performed by, or under the direct supervision of, khe Corro�ion Engineering Firm qualified to verify compliance wiih this Speci�ication and with tile referenced corrosion control standarda set forth by NACE Tnternational. D. Method Measure native state structure-to-soil potentials along the water line using the pernnanent referenee elactrodes at each anode test staYion and a portable reference electrode at ail other test stations and at above grac�e pipeline aQp�trtenances. Energize the Cathodic Protection System by connecting each Magnesium Anode groundb.ed to the pipeline lead in the test station junction hox by rneans of a 0.01 ohm shunt. Record each anode groundbed current using the shunt. Allow suf�icient time for the pipeline to polarize. Adjust, if necessary, the Cathodic Protectian current output in each anode test statian to satisfy the I00-mV polarization shift cfiYerion or the -85q milli�olts-CSE polarized potential criteri.on �s established by NACE Intez'national standards. Record all final current outputs nneasured at each test station. Verify that all electrical isolatio� de�ices are operating properly including #lange isolators and casing spacers. 2. 3. 4. 6. 7. 8. Verify that interference does not exist with foreign structur�s. 9. Perform joint tests with owsters of the foreign structures {if anyj and mitigate any interference detected. 10. If necessaxy, install resistance bonds to mitigate interfere�.ce. I1. Interference testing cooxdination r�vith the owners of foreign struetures is the responsibility of the Cathodie Protection tester. E. Verification and Responsibilities 1. Cantractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered durir�g the post-installation inspection. GITY OF FOAT 'WORTH Water 8c Sanitary Sewer Replacement STANI]ARI) CONSTRUCTI(31� SPECIi'ICATIDN DOCi�MENTS Cont�act 2418, WSM-M Revised December 20, 2012 ` City Projec! Nn. 101b88 33 04 12 - 1D MAGNES[UM ANODE CATHODIC PRQTECTdON 3•9 ADJUSTING [NOT USED] 3.10 CLEANING jNOT USED] 3.11 CLOSEOUT ACTIVITIES [NO�' USED] 3.12 PROTECTION [NOT CJSED� 313 MAINTENANCE [NOT USED] 314 ATTACFIMENTS [NOT II�ED] END OF SECTION Revision Log DATE f NAME Page 7 0 of t 0 �UMMARY OF CHANGE CI1'Y OF FDRT W�IZTH STANbAR17 CdN5TI2UCTIQN SPECIFICATlON DOCUII�IENTS Water & Sanitary Sewar Replacement Revised December 20, 2012 Contract 201 S, WSiv�-M City Project No. 101668 33 04 30 - 1 TEMPORARY WATER SERVICES Page 1 of4 SECTION 33 04 30 � TEMPORARY WATER SERVIC�S PART1- GENERAL 1,1 SUMIVIARY A. Section jncludes: l. Temporary �Nat�r Service needed to maintain service during water main replacement project B. Deviatiotts from this City of �'ort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section Fire Hydrant Meters D. Related Sp�cification Sections include, but are not necessarily limiked to: 1. Division 0— Bidding Requirements, Cantract Fornos, and Conditions of the Contract 2. Di�ision 1— General ReQuirements 3. Specification 32 12 16 — Asphalt Paving 4. Specification 33 05 lU — Ukility Treneh Excavation, Embedment and Backf'ill 5. Specification 33 04 40 -- Cleaning and Acceptance Testing of Water Maix�s 6. 5pecification 33 12 10 — Water Services 1-inch ta 2-inch 1.� PRICE AND PAYMENT PROCEDURES A. Measutement and Payment 1. Measurement a. Meast�rement for Temporary Water Services will be measured by: 1 } Lump sum ar 2) Per linear foat of Temporary Water Main for Miscellaneaus Projects only 2. Payment a. The work performed and materials furnished in accordance with this item and measured under ` IVleasurement" will 6e paid far at the unit price bid for "Temporary Water Service" ofthe type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Vaives e. Corparation stops f. Temporary asphalt for crossings g. Traffic Control h. Disinfection i. Removal of temparary services Water& Sanitary SewerAeptacement CITY OF FORI' WORTH Cnn�aet 2018, WSM-M STANIJARD CONSTRLfCTION 5PECIFICATION DOCUNIENSTS Ciiy ProjectNo. IOlb88 Izevised July l, 201 L 33 p4 30 - 2 TElViPORARY WATER 5ERViCES Page 2 of q 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the curr�nt reference standard published at the time of the latest revision date IQgged at the end of this Specification, unless a date is speeifically cited. 2. NSF International a. 61, Drinking Water System Components — Health Effects 3. ASTM International {ASTM): a D3035, Standard Speci�cation for Palyetlzylene (PE) Plas#ic Pipe (DR-�R) Based on Controlled Outside Diameter I.4 ADMINISTRATIVE R�QiJIREMENTS A. SclzeduIing 1. Provide advance notice for sez�ice interruption and meat requirements of Division 1. 1.� SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SIIBMITTALS [NQT II$ED] I.8 MAINTENANCE MATERIAL SilBMITTALS [NOT USED] 1.9 QIIALTTY ASSURANCE jNOT USED] I.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD jSITE] CONDITiONS [NOT USED] I•1� WARRANTY [NO�' USED] FART � - PRODUCT� 2.1 OWNER-FURNISH�D PRODUCTS A. Fire Hydrant Meters 2.2 EQU.C�'MENT, PRODUCT TYPE, AND MATERIALS A. Description 1. Regulatory Requirements a. All Teanporary Water Service components in contact with potable water shall canform to the r�quire�ents of NSF 61. B, Materials 1. Ser�ice Couplings, Fi�tings, and Cotporation Stops a. Cpnform to Section 33 12 10. 2. Service lines a. Polyethylene tubing b. Confortn ta ASTM D3035 and SDR 1 Z C1TY QF F'ORT WORTfi Wt�ter 8e Sanitary Sewar Replacemant STANI]ARD CpNSTRUCTION SPLCIFIGAT[QN �OCUMENTS Contract 2018, WSM-M Revised 7uly 1, 2011 City Project Na. 101688 33 04 30 - 3 TEMPORARY WATER SE[ZV[CES Page 3 nf 4 3. 'Temparary Water Service Main a. Galvanized steel pipe b. Coraform to Schedule 4p. 4. Driveway Approach a. Asphalt 1) Type B Aspltalt in accordance with Section 32 12 I6 C. Design Criteria 1. Service lines a. 3/a-inch minimum pipe size b. Mini;num flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temparary Wafer 5ervice Main a. 2-inch minimum gipe size �.3 ACCE�SORiES [N�T USEDJ �.4 SOLTRCE QUALITY CONTRQL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USEDj 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3A INSTALLATION A. General 1. Xnstall Temporary Water Services in accordan�e with provisions hez'sin and in accordauce with City Stanc3ard Details. 2. Perfoz7m disinfection test of temporary water ser�ice main and water services in aecoxdance with Section 33 4A� 40. B. Ternporary Water Service Installation 1. Connect io existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. b. If a fire hydrant is not a�ailable, Yap existing water main. 1) Connect ta water main with 2-inch service tap and a corporation stop in accordanee with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing waier mairi, unless approved by the Gity. 2. 1+Vater ser�+ice a. Connect 3/4-inch water service to 2-inch temporary water service main. b. Rerz�ove existing meters, tag with address and provide to City Tnspector. c. Conr►ect'/a-in.ch temporary water ser�ic� to existing private service. d. Caver domestic meier box �vith protective guard ar barricade. C. Interseetion and Driveway Approach Crassing for Temporary V�7ater Service 1. Crossing for Temporary Water Service Main CITY QF FORT WOATH Water Bc 5anitary Sewer Replaeement STANI7ARB CONSTIZUCTIdN 31'EC�ICATION DOCi]MENTS Cq�tract 2018, WSM-M Revisedluly 1,2D11 City PrajectNo. 1�1668 3aoa3o-a TEMPORARY WATElt 5ETZVICES Page 9 of4 a, Cover temporary service line with suf�cie:nt asphalt to protect service line and to provide a driveable crossiag. b. If required to bury temporary service line due to high vqlume t-�af�c, or ather reasons required by the City, excavate, em6ed and backfill in accurdance with 5ection 33 D5 10. 3.5 REPAIR / RESTORATION [NQT IISED] 3.6 RE-INSTALLAT�ON [N�T [ISED� 3.'� FIEI,D [oe] SXT� QIIALITY CONTROL A. Ficid Tests and Inspeetions 1. Check each vtTater service installation for leaks wztli full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SY�TEM STARTUP [NOT USEDj 3.9 ADJUSTING [NOT USED] 3.10 CLEANING (NOT USED� 3.11 CLOSEOUT ACTIVITIES [NOT IISED] 3.12 PRQTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Re�ision Log DATE I NAME CITX OF FORT WOI2TEI STANDARD CONSTRUCTION SPECIFICATION ADCUI�IENTS Revised July l, 20 [ 1 SUMMARI' OF CHANGE Water & Sanitary Sewer Replacement Contract 2U18, WSM-M City Praject No, 1a1688 33 a4 40 - 1 CLEANIIVG ANl] ACCEPTANCE TESTING OF WATEC� NEAINS Paga 1 af 8 SECTION 33 04 40 CLEAN�TG AND ACCEPTANCE TES'I'ING OF WATER MAINS PART1- GENERAL 1.1, SUMMARY A. General 1. Befare any newl� constructed potable water mains will be permitted to be plaeed into service in the Fort Worth Water Department's Water Distribution Systern, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria cou�t within the water main meets the sta:udards estahlished by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Adrninistrative Code (TAC} established by the Texas Corncnission on Environmental Qnaiity (TCEQ). B. Deviations from this City of Fort Warth 5tandard Speciiication 1. None. C. Related Specification Sections include, but are nnt necessarily limited to: 1. Division 0— Bidc�ing Requirements, Cantract Forms, and Canditions of the Contract Division 1 — General Requirements S�ction 33 O1 31 — Closed Cireuit Televisian (CCT� Inspection 1.� PRICE AND PAYMENT PROCEDURES A. Meastxrement and Payinent 1. Measuretnent a. This Item is considered subsidiary ta the water main being Cleaned and Tested. 2. Payrnent a. 'The work performed and the materials furrnished in accordance with tius Item are subsidiary to cleaning, disinfection, hydrastatic testing, and bacteriolagical testing and shal� be suhsidiary to the unit price hid per linear foot of water pipe complete in p�ace, and no ather compensatioa will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference siandards cited in this 5pecif'ication refer to the current reference standard publiahec3 at the time af tha latest revision date logged at the end of this Specification, unless a date is specific.ally cited. 2. American Water Worl�s AssaciafionlAmerican (AWVVA): a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. b. C303, Concrete Fressure �ipe, Bar-Wrapped, Steel-Cylinder Type. �. C651, Disinfacting. Water Mains. d. C6S5, Field De-Chlorination. Water & 5anitary 5ewer Replacement CI1'Y OF FQRT WQ[iTH Contract 2018, W5M-M STANflARD CQNSTRUCTION SYECIFICATION DOCUMENTS City Project No. 1O1fi88 Reviseii February 6, 2013 33 04 40 - 2 CLEANING AND AGCEf'TANCE TEST]I�IG OF WATIiR MA[NS Aage 2 nf B 1.4 ADMINISTRATIVE REQUIREMENTS [NOT i1SED] 1,5 SUBMITTALS A. Suhmittals For 2�-inch and Iaxger water mains, provide the fol�owing: 1. Cleaning Plan — Prior to the start of consttuction, submit a water main cleaning plan detailing the methods and schedul�, including: a. A detailed description of cleaning proce.dur�s b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculatinns to demonstrate adequate flushing velocities e. Gantrol of wafer f. Disppsai 2. Disinfection Plan — prior to the start of construction submit a disin%ction plan including: a. The rnethod mixing and 'mtroducing chlorine b. Flushing c. De-chlorination d. Sampling l.b ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT U�ED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS,SURANGE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NQT USED] 111 FIELD [SITE� CONDITTONS [N�T USED] 1.12 WARRANTY [NOT USED] PART 2 - PRQD[7CT5 21 OWNER-l+'U1tNI5HED [aR] OWNER-SUPPLIED PRODUCTS [NOT USED] �.2 PRODUCT TYPES A. Pigs �. Open c�ll polyurethane foam bady 2. Denslties between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrap�ed with polyurethane spiral bands 4. Abrasives are nafi germitted, unless expressly agproved by the City in writing for the particular application. 5. MusY pass through a reduction up to 65 percent of the cross sectional area of the nnminal pipe diameter CITY OF FORT WORTH Water & Sanitary 5ewer Replacemeni STANDARD CONSTRUCTION SPECIFICATION DqCUMENTS Contract 20.18, i�i!SM-M Revised February 6, 2013 City Project �fo. IQ1686 330440-3 CLEANING AND ACCEPTANCE TESTING OF WAT�R MA[N5 Page 3 of S 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree be�.ds, tees, crosses, wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] Z.4 SOURCE QUALITY CONTROL [NOT USED] �ART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION �NOT USED] 3.3 PREPAR�ITION �NOT USED] 3.� ERECTYONIINSTALLATIONIAPPLICATION [NOT USED] 3.� REPAIRIREST�RATION [NOT USED] 3.6 RE-�N�TALLATION [NOT USEDJ 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 �YSTEIVI STARTUP [NOT USED� 3.9 ADdUSTING [NOT USED� 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig a1136-inch and smailer water mains. b. Pig ar manually sweep 42-�nch and larger mains. c. �'lushing is only permitted when specially designated in ttie Drawings, or if pigging is not practical and approved by the City. B. Pigging Method 1. If the method of pigging is to be used, prepare the main for the iastallatian and removal of a pig, includirig: a. Furnish aSl equipment, material and labor to satisfaciorily expose cleaning uvye, remove cleaning wye co�ers, etc. b. Where expu�sion of the pig is required through a dead-ended canduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint ta pravid� a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry irtto fhe rnain. 4} Flush any backilow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a gig. d. Once pigging is camplete: 1) Pigging wyes shail remain in place unless atherwise speci�ied in the Contract Documents. 2) Install cleaning wye, blind f3anges or mechanica! joint plugs. CiTY OF FORT WOATH V�ater & 5anitary 5ewer Replacement STAN�ARU CONSTRUCTIOAf SP�,CiFICAT�ON DOCUMENTS Cnntcact 2Dl$, W5M-M Revised February 6, 20� 3 City Projecc Na. 101688 33 04 4U - 4 CL�ANINC; AND ACCEPT.A�'CE TBSTING OF WATER MA1N5 Page 4 of8 3) Plug and place blocking at other apenings. 4) Backfill 5} Complete all appurtenant work necessary to secnre the system and proceed with disinf�ction. C. Flushing Method Prepare the main by installing blow-offs at appropriate ]ocations, of sufficient sizes and numbers, and with adequate f[ushing to achi�ve a mininrium velocity in tk�e main of 2.5 feet per second. a. Minimum blovv-off sizes for various main sizes ar� as follows: 1) 4-inch through $-inch maira — 3y4-inch hlow-off 2} 10-inch thraugh I 2-inch main — 1-inch blow-off 3) 16-inch and greater main — 2-inch blow-off b. Flushing shall be subject to the follawing limitations; 1) Limit the volu�ne af water for flushing to 3 tirr�es the valume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not daznage private property, 4) Do not create a traff c hazard. c. Once Flushing is complete: 1) Carparations stops �zsed far �lushing shall be plugged. D, Daily r�ain cleaning Wipe joints and then inspect for praper installation. 2. Sweep each joint and keep cIean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extendec! period of work stappage. E. Hydrostatic Testing AI� water rnain that is Eo be under pressure, shall be hydrostatically tested ta meet the following criteria: a. Furnish and ins#all cor�orations for proper testing of the main. ]} Furnish adequate and satisfactory equipment and supplies necessary to make such hydzostatic tes�s. 2) The section of tine io be tested s�all be �radually filled with water, carefuIly expelling the air and the specified pressure applied. b. Tlae City will furnish water required for the testzng at its n�;arest City line. e. Expel air from the pipe before applying the required test pressure. d. Test Pressure l) Test pressures should meet the followzng criteria: a) Not �ess than 1,25 {187 psi minimum) times the stated worlciag pressur� of the pipeline measuz'ed at the highest elevation along the te�t section. b) Not less than 1.5 (225 psi minimum) times �he stated vvorking pressure at the lowest elevation oiihe test section. e. Test Canditians 1) Must be at 1.east 2 hour duratian 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fre hydrant valve. CTTY OF FORT WORTF[ 5'�'ANDARD CONSTRUCTION SPCCIFICATIDN DaCLlM�]uT5 VYater & 9:tnitary Sewer Replucement Re�ised February 6, 2413 Cnntrxct 2018, WSM-M City Project No. 1a168$ 330440-5 CLEAPIING AND ACCEPTANCE TESTIMG OF WATER MAiNS Page 5 of 8 a} Leave the isolation val�e on the fire hydrant lead line open during the hydrostatie iesting. 4) Tesk service lines ta eurb stpp a} Leave the corparation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air reiease val�es. 6) Makeup water must come from a container of fixed 55 gallon container ihat does not have a water sourc�. f. Measure all water used in the pressure test through an appro�ed meter, ox measure the diffarence in voluzz�.e within a 55 gallon container. 1) Do not test against existing water distribution valves uriless expressly provided for in the Drawings, or approved by the Csty. 2} If the City denies approval to test against existing water distributior� system valve, Yhen make arrangements to plug and test the pipe at no additional cost. 2. Allowable L,eakage a. Na pipe installation shauSd be accepted zf the anaount of makeup water is greater than that determined using the fallowing formula: In inch-pound units, L = SD �IF 14&,OUO b. e. d. e. Where: L= testing allowance (make up water}, gallons per haur S=length of pipe tesied, ft. D= nominal diameter of pipe, in. P= average testpressure during the h.ydrostaric test, psi For any pipeline thai faiis to pass hydrostatic test: 1) Identify the cause 2} Repair tk►e leak 3) R�store the trench and surface 4� Retest A11 costs associated with repazring the pipeline to pass the hydt'ostatic test is the sole responsibility of the Cantractor and included in the price per linear faot of pipe. If the Gity determines that an existing system valve is responsible for the hydrostatic test ta fai1, the Contractor shall make provisions to test the pipeline without tlae use of the system valve. There shall be no additional payment to the Contractor if the exisking valve is unable to sustain the hydrostatic test and shall be included in tt�e price per linear foot of pipe. �'. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "continuous fee.d" method or the "slug" method as determined by the Contraatar. b. `I'he free chlorine amou�nts showu are minimurns. The Cantractnx may require higher rates. 1) Calcium h.ypochlorite �'an.ules shall be used as the source of chlorine. c. Continuous. �'eed Method CTi`Y OF EORT WQRTi� Water & Sanitary Sewer Cieplacement STANT]ARD GONSTRUC"�iON SPECIFIGATION DOCUl41ENT5 Conlract 2018, WSM-M Aevised February G, 2D13 City Prajeat No. ia l 686 33 04 40 - 6 CLEANING AND ACCEPTAI�CE TL�STING QF WATER MAINS Page 6 of $ 1) Apply water at a con�tant rate in the newty �aid main. a) Use the e�isting distribution sy�tem or oth:er appraved source of supply, 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: SO mg/L minimum, or as required by TCEQ, wtiichever is gresYer. b) Chlorine applications sha11 nof cease until the entire canduit is filled with heavily chlorinated water. 3) Retain, chlorinated wafier in the main for at least 24 hours. a) O�perate val�es and hydrants in the section treated in order to disinf'ect the appurtenances. b) Pre�ent the flow nf chlorinated water into mai�s in active service, c) Residual at the end of the 24-haur perind: 10 mg /L free chlorine, minimum, far the treated water in all portions of the main. A�) Flush the heavily chlorinated water from the main and dispase of in a manner and at a location accepted by the City. 5) Test #he chlarine residual prior ta flush�ng operations. a) If the chlorine residual exceeds 4 mg/L, the water shaI2 remain in the new main until the chlnrine residual is Iess khe 4 mg/L. b) The Contraetor may choose ta evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisu�fate, or annther de-chtorination chemical, or method appropriate for potable water ar�d approved by the City until the chlorine residual is reduc�d to 4 mg/L, ar less. c) After the speeified chlorine residua] is obtained, the water may then be discharged into tbe drainage syst�m or uti�ized by the Contractor. d, 51ug Method I) Water from the existing distribution system or at�er approved source of supply shaIT be made to flow at a constant rate in the newly laid main. 2) At a point not mare than 1� feet downstream from the begixining of the new main, water �ntering the new main shall receive a dose of ch�orine. a) Free chlorine concet�tration: 1 �0 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chl.orine shall be applied cantinuously and for a suffcient time tq develap a solid colurr�n or "slug" of chlormated vvater that shall expose alI interior s�urfaces to the "slug" for at }east 3 hotus. 3) Operate fhe fit�ings and valves as the chlorinated water �Iows past to d�sinfect the appurtenances. 4} Prevent the f[ow of chlorinat�d water into �a�►ains in active service. 5) Flush the heavily chlorinated water from the main and disposc of ita a manner and at a location accepted by the City. 6) Upon completi�n, test tlae chtorine residual remaining it� the main. a} Chforine le�els of 4 mg/l or less should be mazntained, Cantractor Requirements a. Fumisla a�l equipznent, material and �abor ta satisfactorily prepare the main far the disinfection m�thod approved by the City wi#h adequate provisions for sampling. b. Make all neeessary taps into the main to aceomplish chlorination of a new 1ine, unless otherwise sgecifed in the Contract Documents, CITY QF FOf�T WOATH ST:�1aARp COf�1STRUCTION SPECIFICATI(lN DpCUMENTS Water & 5anitary 5ewcr Replacement ftevised February 6, 2013 Cbntract 2018, W SM-IVI City Projent No. 1 D 1 C5$8 33 04 40 - 7 CLEANING AND ACCEL'TA1�iGE TESTING 4E WATL�R MA13+iS Page 7 of $ c. After satisiactory completion. ofthe disinfection opera�on, as determined by ih� City, remove surplus pipe at the chlorination and sampiing points, plug tlze remaining pipe, backiill and complete aIl appurtenant waik necessary to secure the main. G. Dechlorination Generai. All chlorinated water shall be de�chlorinated before discharge to the enairoz�rnent. Chemical amaunts, as listed in ANSTIAWWA C651: "Disinfecting Water Mains", sha11 be used to neutralize ihe residuaI ch1arine concentrations using de-chlorination procedures listed in ANSI/AWW'A C655: "Field De-Chlorination". De-Chlarination shall continue until chiorine residual is non-detectable. Testing. Cantractar shall cozxtinuously tesi for the chlorine residual level immediately downstream af the de-chlorinatipn process, during the entire discharge of the ckilorinated water. Contractor s#�all perio3ically conduct chlorine residual testing and check for possible fish kill� at locations where discharged water enters the existing watershed. Fish Ki11. If a%sh kill occurs associated r�vith the discharge of water fro�n the distribution system or any other conskruction activities: a. The Cantract shall immediately alter activities to pre�ent further iish ki11s. b. The Contractor shall immediately notify Water Department Field Operations Dispateh. c. The Contractor shall coordinate with Gity to properly npkify TCEQ. d. Any iines assessed by the TCEQ (ar local, state of federal agencies) for fish lcills shall be the respansibility of the Contractor. 2. 3. H. Sact�riological Testing (Water Samplingj 1. Generai a. Notify the City when the main is suitable for sampling. b. The City shal� then take water samples from a suitable tap for ar�alysis hy the City's Iaboratory, unless otherwise specified in the Contract Documents. 1) No hose flr iu-e hydrant shall he used in the collection af sa�nples. 2. Water Sampling a. Compl�te microbiological sampling prior to connecting the new main into the existitxg distribution system in aecordance with AWWA Cb51. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. a Collect 2 consecukive sets of acceptable satnples, taken at least 24 hours apart, frnm the new main. d. Callect at least 1 set of samples frozx� every 1,000 linear feet of the new main (or at khe ne�t a�ailable sampling poini beyond 1,000 linear fe�t as designated by the City), plus 1 set fi-om the end of the �ine and at least 1 set from each branch. e, If trench. wat�r has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debrits have entered the new main, obtain bacterio�ogical samples at intervals af approximately 20Q linear feet. f. Obtain samples from watez' that has stood in. the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling CI"TY OF FORT WORTH STAAiDARI7 CONSTRUC`CION SPECIPiCATIOTF DOCUM�Ni'S Water & Sanitaty Sewer Replacemcnt Contratt 2018, W5M-M Revised February b, 2a13 City Projcct xYo. 1016B8 3304R0-8 CLEANWG AND ACCEPTAIVCE TESTING OF WATER MA[N5 Page 8 of 6 a. Unsatisfactory test results require a repeat of the disin#'ection process and re- sampling as required above until a satisfactary sarnple is obtained. 3.11 CLOSEOUT ACTIVITIE� [NOT USED] 3.12 �'ROTECTION [NOT USED] 3.13 MAINTENANCE jNOT USED] 3.14 ATTACHMENTS [NOT USED] ENll OF SECTION Re�ision Log DATE � NAME 12/20/2012 2/6/2013 SUMMARY OF CHANGE D, Johnson 310.E. l.e.- Added service �ines to hydrostatic testing requirements D Townsend 1.3.A,2.d Added AWWA C655 Field T)e-Chlazination as reference 3. ] O.G — Added De-Chlorination Requirernent CiI'Y OF F4ItT WORTH $TANDARp CONSTRUCTION SPECIFICATIO]V �OCUMHNTS Watcr & Sanitary Sewst Replacement Revised Febntary 6, 24i3 Cantract 2D18, WSM-M City.Project IVo. 101688 33 04 50 - 1 CLEANING OF SEWERMAINS Page k oi 5 SECTION 33 fl4 �0 CLEANING OF SEW�R MAIN� PART1- GENERAL 1.1 Si1M1VIARY A. Generai I. Before any talevision irtspection, any sewer main shall be cleaned to remave all debris, solids, sand, grease, grit, etc. from the sewer and manholes. B. Deviations frorn this City of Fort Worth Standard Specification 1. None. C. Reiated Specification Sections include, but a�'e not necessarily limited to: 1. Division 0— Bidding Requirements, Contracf Porms, and Conditions of the Contract 2. Division 1--General Requirem�nts 3. Section 33 Qi 31 — Closed Circuit Tele�ision (CCTV) Inspection 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered su6sidiary to the �ewer main being cleaned. 2. Fayment a. The wark performed and the materials furnished in accordance with this Item are subsidiary tv the unit price bid per linear foot of sewer pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES [N�T IISED] 1,� ADNIINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.G ACTTON SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS �NOT USEDj ].,8 MAINTENANCE MATEKIAL �UBMITTALS [NOT USED] 1.4 QUALITY ASSiTRANCE [NOT USED� 1.1Q DELIVERY, STORAGE, AND HANDLING jNOT USED] 111 FIELD �S�TE� CONDITTONS [NOT USED] 1.12 WARRANTY [NOT USED] C1TY OF' FORT WORTFI W�ter & Sanitzuy Sewer Rep�acemeat STANI]ARD C�NS'f'RUC`I'ION SPBCIFICATION DOCUIVIHN7'S Contract 2q1$, WSivl-I�4 Revised pe�em6er 20, 20[2 City Prnject No. 10168$ 330450-2 CLEANING OF SE W�R NtIAIN5 Page 2 of 5 PART 2 - PRODUCTS [NOT [1SED] 2.1 OWNER-FURNISAED (oe] OWNER-SUPPLIED PRODUCTS �.� PRODUCT TYPES A. Use only the type of cleaning materiai which �will not create hazards to health or property ar affect treatment plant processes. 2.3 ACCESSOR[ES �.4 �OLTRCE QUALXTY CONTROL PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.� EXAMXNATION [NOT USED] 3.3 PREPARATION 11VDT USED] 3.4 ERECTIONIINSTALLATION/APPLICATION [NOT US.ED] 3.5 REPAIR/RESTQRATIQN [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.q FIELD [au] S�TE QUALITY CONTROL [NOT USED] 3.� SYSTEM STARTUP [NOT iTSED� 3.9 ADJIISTING [NOT USED] 3.10 CLEANING A. General I. All rnaterials, equipment, and personnel necessary to complete the cleaning of the sani�ary sewer main and manholes mtist be present on the jabsitc prior to isolating the sevaer manhole or line segment atzd 6eginning the cleaning pz-ocess. 2. Maintain clean work and surrounding pr�mises within the wflrk limits so as to coznply with Federal, State, and lacal environmental and anti-pollut�on laws, ordinances, codes, and regulations when cleaning and dispo5ing of waste ma.terials, debris, and rubbish, Keep t�e work and surrounding premises within work limiis fr�e of accumulations oi dirt, dusi, waste materials, debris, and rubbish. Suitable containers for storage of waste materials, debris, and rubbisn shall be pro�ided until time of disposal. a. It is the sa�e responsibilit�r af the Cantractor ta secure a licensed leg�l dump site for the disposal of this nnaterial. b. Under no circumstanees shaIl sewag� or solids removed from the main or znanhole be dumped onto streets or into ditche�, catch basins, stonm drains, ar sanitary sewers. CITY C7F FpRT W�RTH STANDARp CONSTIZUCTIDN SPECIFTCATIpN DOCUML�NTS Water & Sanitary �ewer Replacement itevised December 20, 2012 Contiact 2018, WSM-M City Projaot Na. 161b8$ 330450-3 CLEANIISfG OF S�V4ER MAIl+1S Page 3 of 5 5. The cleaning procass shall remove al! grease, sand, silts, solids, rags, debris, ekc. from each sewer segtnent, including ttte manhole(s). 6. Selection of cleaning eauipment and the method for cleaning shall be based an the condi.tion of the sanitary sewer rnains at the kime work commences and will be subject to approval by the City. 7. All cleaning equipnneni and devices shall be operated by experienced petsonnel. S. Satisfactory precautions shali be taken to protect the sanitary sewer tnains and znanholes from damage that might be inflicted by the improper use of the cleaning process or equipment. 9. Any damages done to a sewer main az�dlor structure by the Contractor shall be repaired by the Contxactor at no additional cast and to the satisfaction of the City. l p. Cleaning shall also include the manhole wall r�vashing by laigh pressure waier j et. 1 l. The Contractor may be r�quired to demonstrate the performance capa6ilitiies of the cleaning equipment proposed for use on the project. a. If ths results obtained by the proposed sanitary sewer cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or atiachments, as required, to meet City satisfaction. b. More than 1 type af equipment/attachments may be required at a location. 1 Z. When hydraulic or high �elacity cleaning equipment is used, a suitable sand trap, weir, �am, nr suctian shall be constructed in the downstream mant�oie in such a manner that all the solids and debris are trapped for rem.oval. 13. Whenever hydrau�ically-propellec3 cleaning tools which depend upon water pressure ko provide their cleaning force, or any too! w'hich retard th� flow of water in the sanitary sewer lines are used, pr�cautions shall be taken to in.sure that the water pressur� created does not cause any damage or flooding to public oz pri�ate property being served by the manl�ole sectaon in�olved. 1.4. Any d�mage of property, as a result of flooding, shall be the liability and responsibility of the Contractor. 15. Tb�e �low of wastewater present in the sa�itary sewer main shall be urilized to provide necessary fluid far hydrauiic cleaning deuices whenever possihIe. 16. When additional quantities of water from itre hydrants are necessary to a�+oid delay in nQrmal working pracedures, the water s�all be conserved and not used unnecessarily. a. No fire hydrant shall be obstructed or used when there is a%re in the area. b. It is the responsibility of the Contractax to obtain the fire hydrant, water irteter and all related charges for th.e set-up, including the water usage bills from respective v�+ater purveyor agency. c. All expenses shail be considered incidental to the cleaning nf the existing sanitary sewer mains. B. Methods 1. Hydraulic Cleaning a. Hydraulic-propelled de�ices which require a head of water to operate must utiIize a col�apsible dam. b. The dam must be easily collapsible to prevant damage to the sewer main, property, ete. CITY QF FOLZT WOItTH Water & Sanilary 3ewer Replaeement STANDARD CONSTRUCTION SPECiEICATiOAi DOC�1�vIENTS Contract 2018, WSM-Ni Revised Recember 2p, 2012 City Yrnjeat No. 101 b88 33045�-4 CLEANING OF SEWEIt MAINS Page 4 af 5 a. When using hyd�taulically-propelled devices, precautions shaIl be taken to insure that the water pressure created does not cause damage or flood public or private property. d. Do not increase tha hydraulic gradient of thc sanitary sewers beyond the elevatinn that couid cause overflow of sewage intp area waterways ar l�Yerals. e. The flaw of wastewater present in the sanitary se.wer main shall be utilized to provide necessary fluid fpr hydrauiic cleaning devices whenever passible. 2. High-Veloeity C.leaning a. Cleaning equipment that uses a high velocity water jet far removing debris shall be capable of producing a minirnum voIume of 50 gpm, with a pressure of 1,500 psi, %r the sanitary sewer line and 3,SOQ psi for the (manhole) structure at the pump, l.) Any vaziations to this pu�tnping rafie must be approvea, in advance, by the City, 2} To prevent d�rnage to older sewer mains ax►d property, a pressuxe less than 1500 psi can be used. 3) A working pressure gauge shalI be used on the discharge of all high pressure water pumps. 4) Far sewers 1$ inches and latger in diametar, in addition to conventional nozzles, use a nozzle which directs the cleanzng farce to the bottam of th� pipe. S) Op�rate the ec�uipment so that the pressurized nozzle continues to move at a1! tirnes. 6) The pressurized nozzle shall be h2rned off or reduced anytime the hose zs on hold or delayed in order to prevent damage to the line. . Mechanical Cleanin� a. MechanicaI cleaning, in addition to t�ormal cleaning when required, shalZ be with appraved equipment and aceessorYes driven by power winching devices. b. Submit the equipment manufacturer's operaiional manual and guidelines to the City, which shaIl be iallowed strictly unless modified by the City. c. AI� equipmenY and devices shall be operated by experienced operators so that they do nqt damage the pipe in the process of cleaning. d. BuGkets, scrapers, scaoters, porcupines, kites, heavy duty brushes, and other debris-removing equipment/accessari�s shall be used as appropriate and necessary in the fie�d, in conjunciion with th� approved p�wer machines. e. The use of cleaning devices such as rqds, metal pigs, porcupines, root saws, sna�Ces, scooters, sewer balls, kites, and other approved equipment, zn conjunction with hand winehing clevice, andlor gas, electric rod propelled devices, shaIl be considered normal cleaning equipment. 3.11 CLOSEOUT ACTIVITIES [NOT USED� 3.12 PROTECTION jNOT LTSED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OI' SECTION CITY pF FORT WORTH STAND�IAD C.ONSTRUCTION SP$CI�ICATION DOCUMENTS W�x�� & Sanitary Sewer Replacement Revised Decemkzer 20, 2012 Contract 2018, W5M-M City Project No. 10[688 330456-5 CLSA1�iING OF SEWER MAfNS Page 5 of 5 Revisian Log flATE I NAME SUMMA.RY OF CI-IANGE CITY OF FQRT WQRTH Water & Sanitary Sewer Replacement 5TA3�fDAliia CONSTRUGTION SPBCIk'ICA'�ION DOCU�vIEIVT5 Contracf 2018, WSM-M Revised December 20, 2012 City Project No, lUi6$Ei 33DS 12-1 WATER L[NE L01M1�R1NG Fage 1 of 4 sECTioN 3� os �z WATER LINE LOWERING PART1- GENERAL 11 SUMMARY A. Section Includes: 1, Locations where existing 12-inch or smaller water lines are crossed by a new storm sewer, sanitary sewer or wvater transmissi.on nnain and the existing water Iine is to be Iawered under the proposed i�rziprovement and no design profile has been provided in the Drawings 2. Locations where a new 12-inch or smaller vvater lin,e is installed and crosses an existing underground conf�ict which requires �he water Iine ta be lawered greater than two feet below the standard depth and has not been detailed in the Drawings 3. 16-inch and larger water lines arc excluded from this Sectlan and shouId be speciitcally desi�ned for lovvering and paid far by unit price items B. De�iations ftom this City of Fort Worth Standard Specification 1. None. C. Relatect Specification Sections include, but are not necessarily limited t�; 1. Division 0— Bidding Requirements, Contract Forrns, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 04 40 — Cleaning anc} Acceptance Testin,� of Water Mains 4, Section 33 OS 10 -- Lltility Trench Exca�ation, Embedment, and Backfill 5. Section 33 I 1 1 Q— Duc�ile Iron Pipe 6. Section 33 I 1 11 — Ductile Fiftings 7. Section 33 11 12 — Polyvinyl Chloride (PVC) Pressure Pipe 8. Section 33 Z2 25 — Conneetion tq �xisting Water Main 1.2 PRICE AND PAYIVIENT PROCEDURES A, Measurement and Paymen# Water Line Lowering a. Measurement 1) Measurement for this Item shall be per each by size of each WaYer Line Lower perfprmed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid far at the unit price bid per each "Water Line Laweritzg" installed fnz�: a) Various Sizes c. The price bid shall include: 1) �'urnishing and installing Ductile Iron or PVC Pipe and Ductile Iron Fittings CITY OF' FORT WOItTH Water & Sanitary Scwer Replacemant STANDAR.D CONSTRUCTION SPECLFICATION DOCUMENTS Contract 201$, t�VSM-M Revised Decetnber 20, 2012 City Project I�io. 101.68$ 33a5 ta-z WATER LINE LOWERiNG Page 2 of 4 2) Polyethyiene encasemant 3} Paving removaI 4) Exeavation 5) Hauling 6) Dispnsal of excess material 7) Fuz�is�ing and placement of embedment 8) Furnishing, placement, and compackion of bacl�ill 9) Thrust festraint 14) Bolts and nuts 11} Gaskets 12) Clean-up 13) Cieaning 14) Disinfection 15) 'i`esting 16) Connections ta the e�isting. wxter line 1.3 REI+'ERENCES A. Refer�nce Standards 1. Reference standards cited in this Specificatspn refer to fhe cUrrent re%rence standard published at the time of the latcst revision dake logged at the en.d af this Speciiica�ion, unless a date is speei#�ically cited. 2. Texas Commission on Envirnnmental Quality (TCEQ} a. Titie 30 Texas Adxninistrative Cnde (TAC} Chapter 290, Public Drinking Water. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] L6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED� 1.'� CLOSEOUT SiIBMITTALS [NOT iJSED] 1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT IISED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] X.Il FIELD [SITE] CDNDiTIONS [NOT USED] 1.1� WARRANTY [NOT USED� pART 2 - PRODUCTS �.1 OWNER-FURNISHED [oR] OWNER.-SUI'PLIED PRODUCTS [NOT U5ED] �,� EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Ductile Iron Pipe shall conform to Section 33 11 10. 2. Ductile Iron Fittings with ret�.iner glands shall conform Yo Seciiox� 33 11 11. CTTY OF FOltT 4V08TH STANi]ARI] CONS`FRUCTIDN SP�C[FiCATION DOCUMENTS Water 8c Sanitary Sewer Replaeement Revised Deeem6er 20, 2012 Contract 2a16, WSM-Nl Cily Project No, 10168$ 330512-3 WATER I,IN� LDIN$RING Page 3 af 4 3. Polyvinyl Chlaride (PVC) pressure Pipa shall conform to Section 33 11 12. 2.3 ACC�SSORIES [NOT USEDj �.9 SOURCE QIIALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.I INSTALLERS [NOT USED] 3.2 EKAMINATION A, Evaluation and Assessn�ent 1. Verify ele�ation of conflict which requires the water line to be reloeated. 3.3 PREPARATION [NOT USED] 3.4 IN�TALLATION f�. General l. Water lines lowered to resolve conflicts bstween the water line and a proposed utility shall be lowered to maintain a 2-foot separaiion between the outside diameters of the r�vater line and the other buried utilities. a. Whetc approved by ti�e Water Department, fhe separation may be reduced to 12- inches, b. No exception shall be granted to the criteria in Article 3.4 B of the Section. B. Water Crassing �anitaz-y Sewer 1. Waier �ines crossing sanitary sewer shall be in accordance with the TCEQ Title 3Q TAC Chapter 290. C. Water T,ines Crossing under Starm Drains 1. Water lines crossing within 2 feet below starm drains shall be constructed of Ductile Iron Pipe in accardance with S�ction 33 11 10. D. Install Ductile Iron Pipe in accardance with S�ction 33 ] 1 10. E. Install Ductile Irpn Fittings with retainer glands in accordance with Section 33 11 21. F, Install PaZyvinyl Chloride (PVC) Pressure Pipe in aocardance with Sec�ion 33 1 I 12. G. Disinfect and test at the direction of the City. H. Complete conneetions to the existing main in accordance with Section 33 12 25. CITY OF FORT WORTif STANDARD CON$TRIICTIOIV 5PEC3FICATION DOCUMENTS Water 8c Sanitary Sewer Rep2acement Revised Dacembet 20, 2012 Contract 2018, WSM-M City Projeci t�1a, 1 D I b88 3305 f2-4 WA'�ER LINE LOWER.i1VG Page 4 0?4 3,5 REPAIR 1 RESTORATION [NOT USED] 3,6 RE-INSTALLATI�N [NOT USEDj 3.q FLELD QUALXTY CONTROL [NOT USED} 3.8 SYSTEM STARTUP [NOT USED] 3,9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSE�UT ACTIVITIES [N�T USED� 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACI-I1V�NTS [NOT USED� END OF SECTION �]ATE NAIIRIE 12120120[2 D. Johnson CITY OF FORT WOItTH STAN�AItD CONSTRUCTI�N SPECIFjCATION DOCUMENTS Reviaed December 20, 2012 Revisian Log SUMMARY OF CFIANGE I.I.A— Clarification aiwhen Section is applinable Water & Sanitary Sewer Replacement Contract 2018, WSM-M City Project Nfo. 1U1688 33ost3-i F$AME, COV�R, AND CrRADE RiNG5-CAST IRON Page 1 of S SECTION 33 0� 13 FRAME, COVER, AND GRADE RINGS — CAST IItON PART 1 - GENERAI, 1.1 SUMMARY A. Sectinn IncIudes: 1. Cast iron fra�ne, oover and grade rings used xs access parts inio water, sanitary sewer and stnzm draip structures such manholes or vaults B. Deviations from this City of Fort Worth Standard Specif cation I. None. C. Related S�ecifc�tion Sections include, but are nat necessarily Iirnited to: 1. Division 0— Bidding Requirem�nts, Contract Forms, and Conditions of the Contract 2. Di�isian Z— General Requirements 1•2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Meas�rem�nt a. This Iterzz is cansidered subsidiazy to the siructu�-e containing the frame, cover and grade rings. 2. Payment a. The work per%rmed and the rnaterials furnished in aeeordaczce with this Item are subsidiary ta the nnit price bid per each structure complete in place, and no ather compensation vvill be aIiawed. 1.3 RE�'ERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of th� latest revision date logged at the end of this Specification, unless a date is specifically cit�d. 2. ASTM Intemational (ASTM) a. ASTM A48 — S#andard Specification for Gray Iron Casfings b. A�TM AS36 - Standard Specification for Ductile Iron Castings c. ASTIVI C478 - Speci�cati.on far Precast Reinfarced Conerete Manhole Sections 3. American Association o�State Highway� and Transportation Officials (AASHTO) a. AASHTO M306 — Standard Specifieation for Drainage, Sew�r, Utility and Related Castings 1.4 ADMIN�STRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittais shall 6e in accordance with Section 01 33 00. C1TY OF FORT WORTI�I STi�NDARfJ CONSTRUCTION SPECIFICATTON DOCUMENTS Water & Sanitary Sewer Replacement Revised Jattuary 22, 2p 16 Contracf 2018, WSM-M City Pmject No. i 01668 33 05 l3 - 2 FRAIv1E, COVER, AN1l GRAI3E IZINGS-CAST IRON Page 2 of 5 B. Ali submittais shall be approvad by the Engineer or the City priar to delivery andlor fabricatinn for specials. 1.6 ACTION SUBMITTALSIINF�ORMATIONAL SUSMI"1"I'ALS A. Product Data 1. All eastings s�all be cast with: a. Apprroved foundry's. narne b. Part number c. Country of origin 2. Provide manufacturer's: a. 5p�ciiications b. Load tables c. Dimension diagrams d. Anchar details e. 3nstallatian instructians B. Certificates l. Manufacturer shall eertify that all castings confarm to the ASTM and AASHTQ designations. 1.i CLOSEOVT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SiTBNiITTALS [NOT USED] 1.9 QUALI'I'Y ASSURANCE [NOT i1SED] 1.10 DELIVERY, STORAGE, AND HANDLING jNOT USED� l.l l FIELD [SITE] CONDITIONS [NOT IISED] 1.12 WARRANTY [NOT iTSED] PART � - PRODUCTS 2.1 OWNER-FLIRNISHED fo�j OWN�R S'UPPLIED PRODUCTS [NOT USED� 2.2 EQUIPMENT, PRODUCT TYPES, MATERIA.LS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shaw:n in Section O1 60 00. a. The manufacturer must comply with this Specificatian and relat�d �ections. 2. Any product that is not listed on the Standard Products List is consid�ered a substitution and shall b� submitted in accordance with Section O 1 25 D0. B. Castings 1. Use castings fnr frames that eanform to ASTM A48, Class 35B or better. 2. Use castings for covers that canform ta ASTM A536, Grade 65-45-12 or beiter. 3. Use clean casting capable of withstanding application of AASHTO HS-20 �ehicle loading with permanent deformation. 4. Co�ers C!"1'Y OF FORT WORTI-I Water dc Sanitary 8ewer k�epiacemant STANDARD CONSTItUCT10N 5P6CIF'ICATIDN DQCUM�IQTS Contraot 2018, W5M-M Revised lanuary 22, 2016 Ciry. Project No. YD1688 334513-3 FRAME, COVER, AND GRADE IZENGS-CA5'I' IRON Page 3 of S a. Size to set flush with the frame with no larger than a Z/8 inch gap between the frame and caver b. Provide witl� 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in fratne and cover. d. Standard Dimensions 1) San.itary Sevver a) Provide a clear opening of30 inehes for all sanitary sewer frames and cover assembli�s unless otherwise specified in the Contract Dacuments, .2) 5tarm Drain a) Provide a clear o�ening oi Z2 1/2 znches for a11 storm drain frames, inlets and cover assemblies unless otherwise speci#"ied in the Cont;tact Documents. b) Provide a mininaum olear opening af 30 inches for al� storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the ward "WAT�,R" in 2-inch �etters across the lid. 2) 5anitary Sewer a) Cast Iid vtrith the word "�ANI'i'ARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast Iid witlz the word "STO1�M DRAIN" in 2-inch letters acrass the Iid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2} Water a) Provide hinged covers for all �ater structures. 3) Sanitary Sewer a) Provide hinged covers for all manhales or structur�s consiructed over 24-inch sewer lines and 7arger and for rnanhol�s wher� rim elevaiions are greater than !2 inches above the suriace. C. Grade Rings 1. Provide grade rings in sizes from� 2-inch up to $-inch. 2. Use concreic in tra�c Ioading areas. 3. In non-traffic areas concrete or HDPE ean be used. D. Jaint Sealant 1. Provide a pre-fnrmed or trowelable bitumastic seaIant irn an extruda}�le or flat tape foz-m, 2. Provide sealani thaf is not dependant on a cktemical action for its aclhesive properties or cohesive strength, C1TY OF FORT WORTH STANDARp CCINSTAUCTION 5P�CIFICAT[ON DOCUM�i�ITS Water& 5anicary 5ewer Rcplacement Revised 7anuary 22, 2016 Contract 201 S, WSM-M City Projcct Nn. IU16$B s�osta-a FRAIviS, COV�K, AI�4D GRADE KiNGS-CAST TAQN Page 4 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOLIRCE QUALTTY CONTROL [NOT USEDj PART 3 - EXECIITION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3,3 PREPARATION [NOT USED] 3.4 INSTALLATI�N A. Grade Rings 1. Place as shown in the water and sanitary sewez' City Standard Details. 2. Clean surfaces o£ dirt, sand, mud oz other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the Ciky Standard Details. S. Frame and Co�er 1. 2. 3. Water a. For water stcuctures install frame, eover and grade rings in accardance with applicable City Standard Detail. Sanitary Sewer a. For sanitary sewer structures install frarne, cover and grade rings sn accordance t�vith applieabie City Standard Detail. Starm Drain a. Far storm drain structures install irame, cover and grade rings in accardance with appiicable City Standard Detail. 4. Hinge Co�er a. Prouide hinge cover on elevated manholes, junctiot� boxes, in �he flood plain and where specified on the Dz'awings. C. Joint Sealing 1. 5ea1 frame, grade rings and structure with speci%ed sealan.t. D, Concrete Collar 1. Provide concrete collar aroutxd a11 frame and cover assemblies. C1TY OF FORT WORTH Water & Sanitary Sewer Replacement STANBARi] CQNSTRUCTiON SP�GIFxCATION DOCUMENTS Con�act 20 f S, W5M-Ni Ltevised ]anuary 22, 2016 City Projeet No. 101688 330513-5 FRAME, COVER, ANp GAADE RIl�GS-CAST 1KO1V Page 5 of 5 3.5 REPAIR / RESTORATI�N [iVOT USED] 3.b RE-INSTALLATION [NOT USED] 3.7 FILLD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT [ISED] 3.9 ADJU�TING [NOT USED] 310 CLEANING [NOT USED] 3.21 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION DATE NAME 6/25/2D14 F. Gri�n I/22/2D16 F, (`iriffin 8/30/2017 W. Norwood Revision Log 5[JMMARY OF CHANGE rrect�d error in Part 2-2,2-B-4-d-2-a. Cover size should be 22 %a, inches rather n 19'/a inches. t 2-2.2-B-4-d-2-a., Cover size updated to 3D inches to ma#ch Detai� 33 OS 16- 17. Change specificaiion name to add Cast Iron CiTY OF FORT WDRTH STATfDARQ CONSTRUCTION SPECIFICATI01�' DOCUMENTS Water & Sanitary 5ewer RepIacement Revised January 22, 2016 Cantract 20t8, WSM-M City Projcct Na. 1.0 � 688 33 OS 13Y3.lD- 1 CdMF05[TE FIbAME, COVER, AND GKAI�E ftINGSGIZADE R1NG3 Page l of 5 SECTION 33 OS 13.1U GOMPOSITE FRAME, COVER, AND GRADE RINGS FART1- GENERAL 1.1 SUMMARY A. Section Ix►cludes: Compression Molded Composite Frames and Covers used as access ports into sanitary sewar structures such as manholes and juzaction boxes. B. Deviations from ik�is City of Fort Warth Standard 5pecification I. None. C. Related 5pecification Sections include, l�ut are not necessarily limited to: 1. Division d— Bidding Reyuirements, Contract Forms, and Conditions of the Contrac# 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremer�t and Pay,ment 1. Measurement a. This Item is considered subsidiary to the structure containiz�g the frarne, cover and grade rings. 2. Payrnent a. The work perfartned and the materials furnished in accardance with this Ytem are subsidiary to the unit price bid per each structure cnrnplete in place, and no othex compensation wi11 be allowed, 1.3 REFERENCES A. Referenee Stanciards 1. Ref�rence standards cited in this Specification refer to the current reference siandard published at the time of the latest revision date logged at the end of this 5peci�cation, ur�less a date is speeifically cited. 2, American Associatian of State Highways and Transportation Officials (AASHTO) a. AASHTO HS-25 — AASHT� Highway Bridge �pecification: A�cial Loading to meet or exceed 21.,280 poundslwheel load b. AA5HT0 M306 — Standard Speciiicatian for Drainage, Sevver, Utility and Related Castings 1.4 ADMLNISTRATIVE REQUIREMENTS [NOT USED] 1.5 5i7BMITTALS A. Submittals shall be in accordance with Section O1 33 OD. B. Al! submittals shall be approved by the Engineer or the City priar to delivery andlor fabrication for specials. CITY OF CORT WORTH V4+ater & Sanitary Sewer Replaceroant 9TANDARD CONSTRi1CT1ON SPECIFICATfbN flOCUMENTS Confrac12D18, WSM-M City Projeet [Yo. l0i 688 3aosi3ts.io-z CQMPOSITE� FRAME, COVBR, AND GKADE RINGSGRADE RWGS Page 2 of 5 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS A. Product Data AlI moldings shall display: a. Approved Motder b, Molding date c. Wording that matertal is r�on-metallic d. Country of origin 2. Provide manufacturer's: a. Specifica#ions b. Load tables c. Dimension diagz-ams d. Anchor details e. Znstallatinn instructions B, Certificates 1. Manufacturer shal,l certify that alI moldings conf�rm to the ASTM and AASHTO designations. 1.7 CLOSEOUT SITBMITTALS [NOT USED] 1.� MAINTEN,ANCE MATERIAL SUBi�ITTALS [NOT USED] 1.9 QUALITY ASSUR�iNCE [NOT USED] 1_i0 DELIVERY, STQRAGE, AND FIA.NDLING [NOT USED] 1.11 FIELD [�ITE] CONDITIONS [NOT USED] 1.12 WARRA1vTy [NOT USED] PART � -� PRODUCTS 2.1 OWNER-FURNISHED [oa] OWNER SUPFLIED PRODUCTS [NOT []SED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers I. Only the manufacturers as listed on the City's 5tandard Products List will be considered as shavvn in Section OI 60 00 unless atherwise specified on the pIans. a. The manufacturer must camply with this Specification and reIated Sections. 2. Any praduct that is nai Iisted on the Standard Products List is considared a substitution and shall be submitted in accnrdance with SectioR O1 25 00. B. MoIdings I. All cozn.posite moldings shall consist of a.thermosetting resin matrix blended and/or comhined with reinforcing fib�r rovings, short fber filaments, or equivalent nqnxnetallic reinforcing structuze(s). The thermosetting resin matrix shall be a polymer, vinylester, or a blend of these. Th� moldings shaIl he true to pattern in locations affecting their strength and value for the service intended. Befare the moldings are removed from the molding operataon, they shalI be thoroughiy defiashed and cleanecf at the parting lines, hales, natches and all exposed edges. CITY DF POItT WDRTFI Water dt Sanitary 5ewer Replacement STANDAR� CONSTRUCTION SPECIFICATION DpCUNLENTS Cantract 201R, W3M-M City Prpject No. 2016$$ 33US 1313.1D-3 COIVIPOSJ.TE FFtAl1�E, COVER, ARD GKADE ItII+iGSGRAl)E Et1NC1S Page 3 of 5 2. i7se alesn malding capable of withstanding application of A.A5HT0 HS-ZS vehicle loading with permanent defoxmation. Composite frames shall have a minimum wail thickness of 0.75 inches in sections expased to traffic and potentiai traff c wheel impact. 3. Metal reinforcements or meta1 hinges molded within the compnsite shall not be permitted. 4. All composite moldings shall have W stabilizers (concentrations from 0.05% to 5%} added prior to shaping the product by injection molding. 5. Covers a. Compasite co�ers shall be compression malded under high pressures (�0.5 tonslsq inch of x y surface area) and high temperatures (>200 degrees R). Components far locking systems below the cover exposed to sewer environ�nent shall be made of noncorrosive materials snch as non�magneiic 3 �6 stainless skeel {Austenite) or a polym.er. b. Size to set flush with the frame with no larger than a 11$ inch gap between the frame and cover c. Pro�ide with 2 inch wide pick siots in lieu of pick holes. d. Provide gasket in frame and cover. e. Standard Dimensions 1} Sanitary Sewer a) Provide a clear opening of 30 inehes for all sanitary sewer frames and cover assemblies unless otherwise s�ecified in the Contract Documents. f Standard Labels 1} Sanitary Sewer a) Cast lid with the word "SANITARY 5EWER" in 1-112-inch (rninimum) or 2-inch (maximurn} letters across the Iid. g. Hinge Cavers I) Hinged covers sl�a11 be dauble-hinged allowing a minirnal 180° fuli o�ening. Z) Pravide water tight gasket on ai� hinged cavers. 3) Sanitary Sewer a) Frovide hinged c�r+ers for all manhoIes or structures constructed over all sewer lines. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-�nch. 2. Use concrete in traffic loading areas. D. .►oint Sealant 1. Pro�ide a pre-formed ar tr�welabla hitumastic sealant in an extrudable or flat tape form. 2. Provide sealant ttlat is not dependent upon a chemical action for its adhesive properties or cohesive strength. C1TY OF FORT WORT�L Water & Satutary Sewcr Replacemcnt S7',h1�4pARD CQNS'i'RUC'1'ION SPECIFICATION DOCUMBNTS Coniract 2018,1NSM-M City Prn}ect No. 101688 33 05 1313.10 - 4 COMP05ITE FRAME, COVER, .AF�'D GEiADL R[NGSGRAl]E RINGS Page 4 of 5 2.3 ACCE�SORIES [NQT U,SED] �.4 SO[JRCE QUALXTY CONTROL [NOT USED] !'ART 3 - EX�CUTION 31 INS7'ALLERS [NOT USED] 3.2 EXAMINATION [NOT USED� 3.3 PREPARATION [NOT USED] 3.4 INSTAL,LATION A. Grade Rings 1. Place as shown in the �rater and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter hefore placing sealant. 3. Sca2 each grade ring with sealant specified in this Specification and as shown on the City Standa�-d Details. B. �rame and Gover 1, Sanitary Sewer a. For sanitary sewer structures install frame, co�rer and grad� rings in accordance with applicable City Stanrtard Detail. 2. Hinge Co�er a. Provide hinge cover an aI1 manhole cavers. C. Join� Sealing 1. Seal frame, grade rin�s and structure with specified sealant. D, Concrete Co11ar l. Provide concret� collar a�round all frame and cover assemblies. C1TY OF C'ORT WORTH Water & Sanit�ry Sewer Replacement $TANI]ARD COIdSTRUCTION SPECIFICATIpN DQC[7iVIENTS Contzact 2018, WSM-Ivi City Pmject No. 101688 33OS13L3.10-5 COMY051TE FRAME, CDVER, A1�D GftAD� 1tI1`1GSGRADE RINGS Page 5 of 5 3.5 REPAIR 1 RESTORATION [NOT USED� 3.6 RE-INSTALLATION [NOT USED� 3.7 FIELD [o�] SITE QUALITY CONTRQL �N�T U5ED] 3.� SYSTEM STARTUP [NOT USED] 3.9 AD�USTING [NOT USEDJ 310 CLEAIVING [NDT USED� 3.11 CLOSEOUT ACTIVITIES jNOT USED� 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.1.4 ATTACHMENTS [NOT USED] END OF SECTION Water & Sanitary Sewer Repiacement CTTY QF FORT WORTH Contract 2018, WSM-M 5TANDAKD CONSTRUCTION SPECIFICATLOI� TJOCUMENTS City Projecl Nd. 101688 33 03 l4 - 1 ADd[ISTING MANHOLES, INLETS, VALVE BDXES, AND OTi-IER STI2UCTURES TO GRADE Nagc I af 7 SECTION 33 Q� 14 ADJUSTT1�iG MANHOLES, INLETS, VALV� BOXES, :4ND OTHER STRUCTL7RE5 TO GRADE PAR,T 1 -� GENERAL 1.1 SUMMARY A. Sectio� Includes: 1. Vertical adjnshnents ta manhales, drap inlets, valve boxes, c�thodic protection test stations and other miscellaneous structures ta a new grade B. Deviations from this City of Fort Worth Standard Speci�catian 1. None. C. Related 5pecification Sectzons include, but are not necessarily limited to: 1, Division 0— Bidding Requirements, Confract Forrns, and Conditions of the Cantract 2. Division 1— Genera.l Requirements 3. 5ection 32 O1 17 — Permanent Asphalt pa�ing lZepair 4, Sectian 32 O1 29 — Conerete Paving Repair 5. Section 33 OS 10 — Utility Treneh Excavation, Ernbedment and Back�ll b. 5ec�ifln 33 05 13 — Frazne, Cover and Grade Rings 7. 5ection 33 39 10 -- Cast-in-Place Canerete Maaholes 8. Section 33 34 20 — Precast Concrete Manhotes 9. Section 33 12 20 — Resilient $eated (Wedge) Gate Valve 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve I l. 5eetion 33 04 11 — Corrosion Contral Test Station 12. Section 33 04 12 — Magnesiurn Anode Cathoclic Protectiot� Systerzz l.2 PRICE AND PAYMENT PROC�DUR�S A. Measurernent and Payment 1. Mank�,ole — Minor Adjustznen.t a. Measurement 1) M�a�urement for this Itam shall be per each adjustznent usin� only grad� rings or other :minor adjustment devices ta raise or lovver a manhole to a grade as specified on the Drawings, b. Payment 1) 'I'he work performed and the materials furnished in accordance with this Item will be paid far at th� unit price bid per each "Manhole Adjustt�ent, Minnr" comp�eted. c. The price bid shaIl include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FOLiT WORTH STAIVpARD CONSTRUCTION SPECIFICATIQN bOCUMEIVTS Water & Sanitary Sewer Rcplacement Revised December 2D, 20[2 Contrect 2018, WSM-M City Projact Nn. 101688 330514-2 ADJUSi'i]�G MANMOLCS, INLETS, VALVE 80X�S, AND OTHER ST1tUCTUR�?5 TO GRAI?E Page 2 of 7 5) Grade rings a�r ather adjustment d��ice 6} Reuse of the existing manho�e frame and cover 7) Furnishing, glacing and compaetion of embedment and backfill S} Concrete hase materi.al 9} Permanent asphalt patch or concrete pavzng repair, as requare8 10) Clean-up 2. Manhole - Major Ad�ustment a. M�easurement 1} Measurement for this Item shall be per each adjusttnent requiring structural mod'sfications to raise or 1awer a manhole to a grade as speci#"ied on the Drawings. b. c. b. c. Payment 1) The work perFori:ned and the materials furnished in accardance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Maj or" completed. The grice bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4} Disposal of excess materiaI 5) Structural modifications, gratle rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction af embedment and backfill 8) !Concrete base materiai 9) Permanent asphalt patch vr concrete paving repair, as required 1 Q) Ciean-up Manhole - Major Adjustiment witi� Fra�te and Cover a. Measurement 1) Measurement for tl�is Item shall �e per each adjustment reqniring structural madif'icatians to raise or lawer a manhole to a grade sgecified on the Drawings or structura! modifications for a ma�oie requiring a new frame and cover, often for changes ta cover diameter. Payment 1) Tne work performed and the materials furnished in accardance with this Item will be paid for at the unit price bid per eac� "Manhole Adjustment, Major w/ Caver" cornpleted. The price bid shall inc�ude: 1) Pavement remova! 2} Excavation 3) Hauling 4) Disposal of excess material 5} Struetural modi�cations, grade rings or other adjustment device 6) Frame and cpvet 7) Furnishing, placing and compaction of embedrnent and backfill $} Concrete base ma.terial 9j Permanent asphalt patch or eoncrete paving repair, as t'equired 1Q} Clean-up 4. inlet a. Measurement C1TY DF FOI�T WORTH STA31DAlt.� CON5TRiJCTION SPECSFICATIDl�' i�OGUMENTS Watcr & 5anitary Sewar Replaeement Reviscd December 20, 2b12 Contract 2018, W511+C-M City Project N4o. 101688 AD.F.USTING MANHOLE�, INLGTS, VAI,VE BOXES, AND OTHElZ 5TRUCTURL�� TO GItADE Page 3 of 7 1} Measurement for this Item shall be per each adjnstment requiring structural modifications ta inlet to a grade speci�ied on the Drawings. b. Payment I} The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet AdjustmenY' completed. e. The price bid shall include: 1) Pavement removal 2) Excavation 3} Hauling 4) Disposal of excess material 5) Structural mqdifications 6) Furnisk►ing, placing and eompaptzon of et�n.bedment and backiill 7} Concrete base material, as reyuired S) �urface resforation, permanent asphalt patch or conerete paviag repair, as required 4} Clean-up Valve Box a. Measurement 1} Measurement for this Item shall be per each adjustment to a grade specifiad on the Drawings. b. Payment lj The wark performed and the materials furnished in accordance with this Item wi1� be paid for at the unit price hzd per each "Valve Bax Adjustment" completed. c. The price bid sha11 include: 1} Pavement removal 2) Excavatian 3) Hauling 4} Disposal of excess material S) Adjustment de�ice 6) Furnishing, plaeing and compaction of embedtnent and backfill 7) Conerete bas.e material, as reQuired 8) Surfaee restoratian, permanenY asphalt patch or cancrete paving repair, as required 9} C�ean-up 6. Ca.thodic Protection Test Statipn a. Measurement 1} Measurement far this Ita�z shall be per each adjusfinent to a grxde speeified an the Drawings. b. Payment 1) Th� work performed and the materials fut-nished in accordance with this Item wili be paid for at the unit price bid per each "Cathodic Protection iest Statian Adjustment" campleted. a The price bid shall include: 1 } Pavement ramo�al 2) Excavation 3) Hauling 4} Disposal of excess material CITY OF FORT WOATH STANI3ARD CONSTRLTCTION SPEC[FICAT[4N DDCi1MCNT5 Revised December 20, 2012 Water & Sahitary Scwcr 17eplacemcnt Contract 2018, WSM-M City Proj ect No. ] O l 688 33 OS !4 - 4 Ap]135TjNG MANfiOLES,INLET5, VALVE BO)CES, AND 01'I-I�R STRl3C.TUR�5 TO GRADE P�ge 4 of 7 5) Adjustznent dedrea 5) Furnishing, placing and campaction of embedment and backf't11 7) Concrete base material, as required 8) Surface r�storation, permanent aspl�alt patch or concrete paving repair, as required 9) C1ean-up �', Fire Hydrant a. Measurenr�ent 1) Measurement for this Item shal! be per each adjustment requiring stem extensions to meet a grade specified by tha Drawings. b. Payment 1) The work perforncaed and the materials furnished in accordance with this Item wiil be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: l } Pavexnent removai 2) Excavation 3) Hauling 4) Disposal af excess material 5) Adjustrnent materials 6} Furn,ishing, placing and �ompaction of embedment and backiill 7) Concrete base material, as required $) Surface restaration, permanent asphalt patch or concrete paving repair, as required 9) C1ean-up 8. Miscellaneous �tructure b. c. a. Measurement 1) Measurement for this Item shall be per each adjustment requixing structural modifications to said structure to a grade specified on �he Drawings. Paytnent 1) The work performed and the materaals furnished in accordance with this Item will be paid far at the unit price bid per each "Miscellaneous 5tructure Adjustment" completed. The price bid shall inciude: 1) Pavement removal 2) Exeavation 3} Hauling 4) Disposal of exces�s material 5) Structural modifications 6) Furnishing, placing and compacts4n of embedment and backfill 7) Concrete base rnaterial 8j Permanent asphalt patch or concrete paving repair, as requized 9) Clean-up 1.3 REFER.ENCES A. Definitions 1. Minor Adjustment C1TY OF FOEiT WORTH Water & Sanitary Sewer Replacement STAND.4Rfl CONSTRUCTION 3PECIPICATI03� DDCiJMENT5 Contract 201$, WSM-M Revised December 20, 20f2 City PrajectNo. 101688 33 Q5 14 - 5 AD7USTING 1VIANHDLES, INLETS, VALVG BdXES, AND QTHEIZ 51'RUC'I'[7RE5 �O GitAL7E Page 5 of 7 a. Refers to a small elevation change performed an an e�isting manhale where the existing aframe and eover are reused. 2. Major Adjustment a. Refez's to a significant elevatian change perf`otmed on an existing manhole whieh requires sCructural modification or when a 24-inch ring is changed to a 30-inch ring. B. Reference Standards I. Reference standards cited in, this 5pecification refer to the current reference standard published at the time of the lat�st revision aate logged at the end of this 5pecification, unless a date is spec.ifically cited. 2. Texas Commission on Environmental Quality (TCEQ): a. TitIe �Q, Part I, Chapter Z17, Subchapter C, IZu1e 217.55 — Manholes and Related Structur�s. I.4 ADMINXSTRATIVE REQUIREMENTS [NDT USED] 1.5 SUBMITTA�,S [NQT iTSED] 1.6 AGTIQN SUBMITTALS/INFORMATIONAL SUBMITTALS [NQT USED] 1.7 CLOSEOUT S[IBMITTALS [NOT USED] 1.8 MAINTEN.ANCE MATERIAL SUBMITTAL� [NOT USED] 1.9 QLTALITY ASSURANCE [NOT ITSED] 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 1.1I FIELD [SITE] CONDITIONS [NOT U,SED] 1.1� WAI�RANTy [NOT USED] PART�- PRODUCTS 2.I OWNER-FURNISHED [oe] OWNER SUPPLIED PRODUCTS [NOT USED) 2.2 MATERIALS A. Cast-in-Place Concrete 1. See Section 0� 30 00, B. Modificatians to Existing Concrete 5tructures 1. See 5action 03 80 O(]. C. Grade Rings I. See Section 33 OS 13. D. �'�rame and Cover 1. See Section 33 05 13. E. Bacltf�l� materi,al 1. See Section 33 05 10, C.ITY qF FdRT Wf7RTH STANDARp CON5TIRUCTION SPL',CIFICATION DpCL1M�'NTS Water & Sanitary Sewer Replacemnnt Revised December 20, 2012 Cantrant 2018, W5M-M Ciiy Project t�a, �a1688 33OS 14-6 ADJU5TING MANI-IOLES, R�fLGTS, VALVE BOXES, AN� OTHER 5'C'ItUCTUftES TO GRADL Page 6 of 7 F. Water valva box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. 5ee Section 33 04 11. H. Cast-in-Place Cancrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manholes 1.. See Section 33 39 20. 2.3 ACCESSORiES rNOT USED] 2.4 SOURCE QIIALITY CONTROL {NOT LTSED] PART 3 - EXECIITION 3.1 INSTALLERS [NOT USEDj 3.2 EXAMINATION A. Verification of Condifions 1. Examine existing structure ta be adjusted, for damage or defects tiiat may affect grade adjustment. a. Report issue to City for considexation before begir►ning adjustment. 3.3 PIZEPARATION A. Grade Verificatian 1. On major adjustments confirm any grade change noted on Drawings is cansistent with field measurements. a. If not� coordinate with City to verify final grade before beginning adjusiment. 3.� ADJUSTMENT A. Manholes, Inlets, and Miscellaneaus Siruckures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major at3justments, inlets and tniscellaneous structures proiect the bottom usimg wood forms shaped to fit so that no debris blocks the inver� ar the inlet or outlet piping in durin.g adjustments. a. Do not use any more tk�an a 2-piece bottom. 3. Use the least number of �rade rings necessary to meet required grade. a. Far example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. b. The m�imum height of adjustment shall he no m�are than 12 inches far any combination of grade rings. If 12 inches is required, use 3— 4 inch rings. B. Valve Boxes I. Utilize typical 3 giece adjustable valve box for adjusting to final grade as shown on the Drawings. ClTY OF FORT WORTH STANDARD CONST1tUCT1qN SPECIFICATL03V DOCUMENTS Water & Sanitary 5awer Replacement Revised Decemher 20, 2Q12 Contrack 2U18, W5M-M City Project No. 141688 33 05 l4 - 7 ADIUSTII�FG MANk�OLLS, INLETS, VALVE BQXES, AND p1'HER 5TfLUCTURES TO GRAQE P�ge 7 of 7 C. Backfill and Grading 1, Bac�ill area of excavation surroundiizg each adjustment in accordance to Section 33 OS lU. D. Pavement Repair 1. If required pavement repair is to be perf'ormed in accordance with 5ection 3.2 O1 I7 or Section 32 O1 29. 3•� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATTON [NOT USED] 3.7 FIELD (o�t] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOi7T ACTIVxTIES [NOT USED] 3.I� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHIVIENTS [NOT USED] END OF SECTION CITY DF FOkT WORT11 Water & Sanitary Sewcr Replacemcnt 3TAI�pARD CDNSTRUCTION SPECIFICATCQN DOCUM&NTS Contract 20i8, WSM-M Revised December 2D, 2012 City Projeet No. L61686 330516-1 Cd3�1CRETE WATER VAULTS Page i af 5 SECTION 33 0� 16 CONCRETE WATER VAULTS PART1- GENERAL 1.1 SUMMARY A. 8ection Includes: 1. Cancrete �aults io be used in water utility applications B. De�iations from this City of Fort Worth Siandard Speci�ication 1. None. C. Related Speeification Seciions include, but are not necessarily limited ta: 1. Division 0— Bidding Requirements, Contract Forn�s, and Conditivns of the Contract 2. Division 1--- General Requirements 3. 5ectian 03 3Q 00 -- Cast In-Place Concrete 4. 5ectian 03 80 QO --Modifications to Existing Concrete Structwres 5. Section 33 05 10 — Utility Trench Excavation, Embedment azid Backfill 1.2 PRICE AND PAYMENT PROCEDURE� A. Measurement and Paymenf 1. Measurement a. This Itenn is considered subsidiary to Water Meter and Vault. 2. Payment a. The work perfarmed and material.s furnished in accordance with this Item are subsidiaty to the unit price bic� per eac1� "Watet' Meter and Vault" complete in place and na other compensation will be allowed. 1.3 REFERENCES A. Reference S�andards 1. Reference stat�dards cited in this Specification xefer to the curtent reference standard published at the time of the lat�st revision date log�ed at the end of this Specification, unl�ss a date is specifically cited. 2. American Association of Skate Highway and Transportation Officials {AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Con.crete Structures and Commentary. 4. ASTM Intemational (ASTM): a. A615, Standard Specification for Deformed and Pla'sn Carbon-Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum. Structural Design Loading for Underground Precast Concrete Utility Structuxes c. CS58, 5tandard Specification for Underground Precast Concrete Utiliiy Structures CT'�Y OF FORT WORTH STA3�4Df�RD COi�I5T8UCTION SPECIFICATION QOCLiN1ENTS Water & Sanitary 5awer Replacament Revised December Z0, 2tl12 Canlract 2018, W 5M-M City Project Na. I Olfi8& �a os t6-2 CONCR�7'B WAT�It VAULTS Page 2 of 5 d, C$91, Standard Practice for I�tstallation af Undergraund Precast Concrete Utility Structures. e. C923, Standard Specificatian for Resilier�t Gonnectors Between Reinforced Concrete Manholes Sfructu�res, Pipes, and Laterals. S. Oceupational �af�ty and HeaIth Administration (OSHA) a. 1910.23, Guarding Floor and Wall Opanings and Holes 1,4 ADMIIVISTRATIV� REQiTIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B, All submittals shall be approved by the City prior to delivery. 1.6 ACTIDN SUBMITTALS/INFORMATIQNAL SUBMITTALS A. Product Data 1. Precast Concrete Vau1t 2. Connection mat�rials 3. Pipe cont�,ections at vault wa11s 4. St�bs and �tub plugs S. Grade ring 6. Ladder 7. External coating material 1.9 CLOSEOUT SUBMITTALS [NOT USED] 1,$ MAINTENANCE MATERIAL SiIBMITTALS [NOT USED] 1.9 Qi1ALITY ASSURANCE A. Qualifcations 1. Meet the requirements of AGI 318. 1.10 DELXVERY, STORAGE, AND HANDLING A. Deliver vauIt or panels (units) to prnject site in such quantity to assure continuity of installzfiion. B. Store units at the project site in a manner which prevents cracltiang, distortion, staining or other physical damagc, C. Lif� units by designed lif�ing points or supparts, 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY A. Ma�zufactur�r Warranty 1. Manufacturer's Warranty shall be in accordance with Dir�ision 1. CITY OF FORT WpR'1'H Watcr & 5anitary Scwcr Replancmcnt STANDARD CdNSTRUCC[ON SPECIFICATION DOCUNdENTS Contract 2018, WSM-M Revised December 20, 2q12 City Praject No. 10166B 3345 16-3 CONCRETE WATSIt VAULTS Page 3 af 5 PART 2 - PRODUCTS �.1 OWNER-FLTRNI5HED [ot�] OWNER SUPPLIED PRODUCTS [NOT U5ED] 2.Z EQUIPMENT, PRODi1CT TYPES, MATERIALS A. CWlanufacturez's 1_ Only the manufacturers as listed on the City's Standard Products List will be considered as shawn in 5ection O1 60 00. a, T�e tnanufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on thc Standard Products List is considered a substitution and shall be submitted in. accordance with Section 01 25 00. B. Per£ormance 1 Design Criteria Vauit a. Vault dirnensions per the Drawings b. Opening per fhe Drawings c. Incorporate a sump inta the hase ox floor of the vault. 1) Avoid conflicts with piping. 2} Do not Iocate directly und�r the access location if applicable. d. Place floor on a m.inimum 2 percent slope towards �he sump. 2. Water Pipe Penetrations a. ilse adjustable-lir►ked rubber seal device.s or grout, as shown in Drawings, to provide seals around pipe penetra�ions. 3. Vault Aceess a. Cover / Doar 1) Fox non-trafitc areas — non H-201oading 30-inc� x 36-inch steel single leaf doar, Bileo Type 3 mod�l or approved equal 2} For traffic areas — 32-inch hinged ductile iran �raine and cover or as shown in manhole lid assembly in Drawings 3) With steel door, pravide an automatic hold-open arm with release handle and locking device. 4) Pra�ide Bilco type fall protection grating under alnminum door that meets OSHA 29 CFR 1910.23 r�quirements or approved equal. 5) Incorparate a drain gutter with an outlet routed to the exterior of the vault Iid. b. Ladder 1) Pravide aluminum iadder by Heran Industries or approved equal. 2) Provide iadder to dimensions shot�m on Drawings. C. Materials 1. Concrete for utility constructian — Conform to Sec�ion 03 30 a0. Z. Frame and Caver — Conform to Section 33 OS I 3. 3. Grade Ring —�onform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel -- Canforin to Section 03 3Q 00. 5. 5ewer Pipe Connections — Cot�form to ASTM C423 oz' ASTM C 1 b28. 6. Adjustable-linked rubber seal devices a. Manufactured by Link-Seal or appror�ed equal ?. Interior Coating or Liner — Conform to Seetion 33 39 b0. GITY OF FORT WDRTH Water & Sanitary Sewer Replacemeat STANDARD C�NSTI�UCTION SPECIFICATIQN DOCL3�viENTS Contract 201B, WSM-M ltevised December 20, 2012 Ciry Project Nn. L41f�8B 33 05 l6 - 4 CDNCRBTH WATER VAULTS Page 4 of 5 8. Exteriar Coating a. Caal Tar Bitucnastic for beIow grade damp proafmg b. Dry film thickness (DPT) no less than 12 m.ils and np greater than 30 mils c. Solids content is 68 percent by volutne t 2 pe:rcent. �.3 ACCESSORTES [NOT USED] �.4 50URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EI�AMINATION A. Evalua�ion and Assessment 1. Verify lines and grades are in accord�ee to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perfanm installation in accardance to ASTM C891. b. Canstruct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean betl spigot and gaskets a) Lubricate and join 2} Minimize nuzziber of segxnents. d. Vault Base 1) Place vault hase an 6-inch minimum base of cotxmpacted crushed roek (per Secti.on 33 05 10) over undisturbed soils and grade level to eIevation shown pn the Drawin�s. 2. W�ter Pipe Penetratians a. Tnstall adjustable-�'inked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetra�ions into vaults shall conform ta Section 03 80 00. 3.5 REPAIR 1 RESTORATIDN [NOT USEDJ 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QU.ALITY CONTROL [NOT USEDJ 3.8 SYSTEM STARTUP jNOT US�D] 3.9 ADJUSTING �NOT U�ED] 310 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USEDJ C1TY OF FQRT WORTH Watez & Sanitary 3ewer Aeplaccment STANDAItL) CONSTRUCTION SPECII'ICATION DQC[IIVIENTS Contract 2018, WSM-M Revised Deeem6er 2Q, 2012 City Ptoject Na, 101688 33 f15 16 - 5 CONCItETP. WATL�A VAULTS Page 5 of S 312 PROTECTION [NOT USED] 3.13 M,AINTENANCE �N�T USEDj 3.14 ATTACHMENTS [NOT i1SED] DATE NAME 1 212 0120 1 2 D..Tohnsan END OF SECTION Revision Log SUMMARY OF CHANGE 2.2,B3 — Modified vault hatch daor and ladder requiremencs 2.2,C,6 — Modified rubber seal reQuirements Water & Sanitary Sewer Replacement C1TY OF FORT WORTH Contract 2018, WSM-M S'I'ANI3ARD CONSTRUCTION SPECIFICA"tION DOCUNIEI�fTS City projeet No. 14168& Revised December 20, 2D12 33nst�-i CDNCRE.TE COLLARS Page 1 of 3 SECTION 33 DS lq CONCRETE COLLARS 1'A.RT 1- GENERAI., 1.1 SUMMARY A. Sectian Ino�udes: 1. Concrete C.ollars for Manholes 2. Th.is Item is intended for use in asphalt streets and unimproved areas — not for use in concrete streets. S. Deviations from this City of Fort Worth Standard 5pecification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Con#ract Forms, and Conditions of'the Cor�tract 2. Division I— General Requirements 3. �ectian 03 30 UO -- Cast-In-Place Cancrete 4. Section 03 $0 00 — Modifica�ions to Existing Concrete Strucruxes S. Section 33 OS 13 — Frame, Cover, and Grade Rings 1.2 FRICE AND PAYMENT PROCEDURE,S A. M�asurement and Payrnent 1. Manhal� a. 1VIeasur�ment 1) Measurement far this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at thc unit price bid per each "Concrete Collar" installed, c, Th� price bid will inelude: 1) Concrete Callar 2) �xcavation 3) Fornns 4} Reinforcing steel {if required) 5) Concrete 6) Backfill 7) Pavement removal 8} Hauling 9) Dispasal of excess material 10) Placement and compactian of bacicfill 11) Clean-up 12) Additional pav�rrient around perimet�r of concrete collar as required for rim adjustment on existing manhole. CITY QF FaRT WORTH STANpAItD CONSTRUCTION SPECIFICATIDN UOCUMENTS Water & Ssnitary Sewee Replacement Re�ised December 2U, 20[2 Conhract 20] 8, WSM-M City Projnct No. 1016&8 334517-2 CONCILETE GOLLARS Page 2 of 3 1.3 RE�'ERENCES A. Reference Stand�'ds 1. Reference standards cited in this Specificatian refer to r11e current reference standard published at the time af the latest revision date logged at the end of this Specifcation, unless a date i� specifically citeci. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Conerete for Coating. b. D�259, Standard Practice for Abradsng Goncrete. 1.4 ADMI1�iISTRATIVE REQUIREMENTS [NOT USED] 1.� SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/IN��RMATIONAL SUBMITTALS [NOT USEDJ 1.`� CLOSEOUT SUBMITTALS [NOT USEDS 1.� MAINTENANCE MATERIAL SU�MITTALS [NOT USED] 1.9 QUALITY ASSIIRANCE [NOT USED� 1,10 DELIVER�t', STORAGE, AND HANDLING [NOT USEDj 1.11 �IELD [SITE] CONDITIONS rNOT USED; 1.12 WARRAN'TY [NOT USED] PART � - PRODUCTS �.1 OWNER-FURNISHED toe} OWNER-SUPPLIEDFRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATER[AL5 A. Niaterials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Stee� -- Conform to Section 03 21 00. 3. Frame and Cover — Conform to Sectiori 33 OS 13. 4. Grade Ring — Conform to Sectian 33 05 13. �.3 ACCESSORIES [NOT USED] 2.4 SOURCE QIJALITY CONTROL [N�T USED� PART 3 - EXECUTION 3.1 1NSTALLERS [NOT USED� 3.2 EXAIVIINATION A. Evaluation and Assessment I. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WDRTH Wa#ar & Sanitary Sewer Replacement STAAIDARD C01�5TRUCT[ON SPECj�'ICATiDN DOCUMENTS Conuact2018, WSM-M Revised Dccember 20, 2D12 City Project No. 101685 33 p3 17 - 3 CONCItETE COLLARS I'age 3 of 3 �•3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Final Rim Elevation 1_ In�tall concrete grade rings for height adjustment. a. Constrtict grade ring on load bearing shoulder of manhole, b. Use sealant between rings as shown on Drawings, 2. Set frame on top pf manhole ar grade rings usi.ng continuous water sealant. 3. Remnve debris, stones and dirt to ensure a watertight seal. 4. Dq not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhqle frame. 3.5 REPAIR / RESTORATION [NOT USEDJ 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT i]SED] 3.8 SYSTEIVI STARTUP [NOT L1SEDj 3.9 ADJUSTING [NOT USED] 310 �LEANING [NOT USED] 3.11 CLOSEOUT ACTXVITIES [NOT USEDJ 3.1� PROTECTION [NOT USED] �.13 MAINTENANCE jNOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION DATE 1V,AME 1212Q/2Q12 D, ,lohnson Revision Log SUMMA.ItY OF CHANGE 1.1.A.2 — Blue text added to nlarify where concrete collars are to be installed. CITY OF FORT WpRTH Water & Sanitary Sewer Iieplaeemcnf STANDARD Ct�NSTRUCTIQ3V SPEC[FICATION DOCUM�NTS Cantract 2fl] S, WSM-M Revised December 20, 2012 City Froject I�o. ]O16.88 33052D-1 AUGER BORiNG Page 1 of 7 SECTION 33 45 ZO AUGER BORING PARTI- GENERAL 1.1 SUMMARY A. Sectian Inciudes: 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with lengihs less than 350 feet at the locations shovvn on the Drawings B. Deviations from this City of k'ort Worth Standard Specification 1. None. C. Related Specification S�ctions incIude, but are nat necessarily Iimited to: 1. Divisian D— Hidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— Generat Requiresnents 3. Section 33 OS 10 — Utility Trenck� Excavation, Embedment and Backfill 4. Sectian 33 QS 22 — Steel Casing Pi�e 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure�nent a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The wark performed and materials furinished in accordance with this Item are subsidiary to the unit price bid per liztear foot of By Other Than Open Cut to be complete in place, and na other compensation will be allowed. 1.3 REFERENCE5 A. Reference Standards I. Reference standards cited in this Sp�cification refer t� the current reference standard pubIished at the tsme of t}�e latest revision ciate logged at the end af this Speci�catian, unless a date is specifically cited. 2. Occupational Safety and Health AdminisY.ration (OSHA) a. OSHA Regulakions and Standard� for Undergz'aund Co�astruction, 29 CFR Part 1926, 5ubpart S, Underground Construction and Subpart F, Excavatian. 1.�4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation l. Pravide written. notice to the City at least 3 wc�rkings days in advance of the planned launch of auger borin� operations. 1.5 SUBMITT.ALS A. Submittals shall be in accardance with Section O1 33 00. CITY OF FORT WdKTfI Water & Sanitary 5ewer Replacement S'�ANDARD CONSTRUCI'IDN SP�CIFICATION IIOCUMENT5 Contraet 2018, WSM-M Revised December 20, 2012 City Project iYo. 101fi88 33aszo-z AUG�R BORING Page 2 of 7 B. All submittals shall be ap.proved by the City prior to delivery. 1.6 ACTXON SUBMITTALS/�NFQRMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [N�T USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE A. Qualtffcations b. c. Contractar a. AIl boring work shall be perfot�ned by an experienced subcantractor oz Cont�actor wha has at teast 5 years of experienee in performing tunneling work and has corr►pteted at least 5 b.aring projects qf similar diameter and ground eonditions. 1} At least 1 of tha projects shall have ar� indiv.idual boring length equal ta ar greater in length than the longest tunnel on this project. 2) Submit defails of referenced projects ineluding owner's name and catatact information, project s►�perintenden# and machine operators. The project superintendent shall have at least S years of experience supervising boring canstruction. 1) The Contractor may be required to submit details of referenced project including ownez's name, eantact in�orrnatior� and project superintendent. The site safety representati�e and personnel responsible for air quality monitoring shaIl be experienced in tunnel construction and shall have curnent certifica�ion by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARI2ANTY [NOT i]rSED] PART 3� - PRODUCTS 3�.1 QWNER-FURNISHED [oe] QWNER-SUPPLI�DPRODUCTS jNOT LTSED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall bc in accordance with Section 33 OS 22. 2. Tunne! Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods ana spoil conveyance system for the full range oF ground conditions described in the Geatechnical Reparts anticipated 2. Tolerance a. Pressurized Carrier pipe CITY OF FpRT WORTH Wstcr & Sanitary Sewer Re�lacemcni STANDI�RD CONSTRUC`TION SPEC[FIC/tTION DOCUMEIV'I'S Coniract 2Q18, WSM-M Itevised Decamber20, 2012 City Project No. 1O1G88 �3osza-� A[lGER BORING Page 3 of 7 1) Lateral or vertical �ariation in the final position of the pipe casing froxn the line and grade established hy the Drawings shall be permitted only to the extent af linch in 10 feet provided that such variation shall be regular and only in the directian that will not detrimentally affect the fur�ction af the cartier pipe and clearances from other undergraund utilities or s�ruetures. h. Gravity Carrier Pipe 1} Lateral variatinn in t3�e final position of the pipe casing from the line and grade established by the Drawings shall be perrnitfied only to ihe extent of linch in 1� feet provided that such variation shall be regular and only in the direction t4�at wilI not detrimentally af£ect the function of the carriez' pi�e and clearances from other underground utilities ar structures. 2) Grades shown on Drawings must be maintained vertically. Use methods and equipment that control surface settlament and heave abave the pipeline to prevent damage to existing utilities, facilities and iznprovements. a. L'unit any ground movem.ents (settlement/heave) to values that shall not ea�se damage to adjacent utiliiies or sur�ace features (i.e. pavement, structures, railroad tracics, etc.} b. Repair any damage causad by graund movements at no cost tn the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOLTRCE QU�ILITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION �NOT USED] 3.3 PREPARATION A. Boring shall not begin until the foi�owing have been completed: 1. Review of available utility cirawings and location of eonduits and undergtound utilities in all areas where excavation is to be per%zmed. a. Notify the applicable one-call sy5tem prior to any excavation tQ avoid interference with the exisking conduits and utilities in accardance with Di�ision 1. 1) Repair damage to existing utilities resulting from ex.cavation at no additional cost �o the City. b. Follow �totification reQuirements of perz�nit provider where applicable. 2. Complete pit excavatians and support systems far each drive in accordance wit11 the requirements of the Specifications. 3.4 INSTALLATION A. General 1. Immediately notify the City if any problems are encoun�exed with equipment or materials or if the CQntractor believes the conditions encauntered are materially and sigttificantly different than those represented within the Contract Documents. Water & Sanit�ry Setaer Replaccment C1TY OF FORT WORTH Con#ract 20I8, W3M-M STANDARD GOiYSTi;UCTiON SPECIFICATION DOCUMENTS City Pra}ect Na. 101688 Revised December 20, 2012 330520-4 AUGER BORING Page 4 of 7 2. Where pipe is required ta be instalIed under railroad embankme�ts qr under highways, streets or other facili�ies, eonstxuction shall he per%rmed in such a manner so as tp not inierfere with the operati�n of the xailroad, street, higtzway or other facility, and so as not ta weal�en or damage any embankment or structuz'e. 3. During construction operatians, furnish and maintain barricades and lights to safeguard tarraffic and pedestrians until such timc as the backfill has been completed and then remove fram the site. 4. Properly manage and dispose af grou�dwater inflo�vs ta the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is nat allowed withotzt proper appro�aI and permits, 5. Furnis� aI2 necessary equipment, power, water and uti.liti�s for tunneling, spoil removal and disposal, grouring and ather associated work required far the methods oi constructzon. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage, 7. Do not disturb roadways, railroads, canal cnannels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired ta original or better condition and to the satisfaction of the Engineer or permit grantor at no additianal cost to the City. &. Whenever there is a condition that is Iik�1y to endanger the stability af the excavation or adjacent struetuxes, aperate with a full crew 24 hours a day, includiag w�ekends and holidays, vvithout interruption, until those conditians no longer jeopaxdize the stabi�ity oithe Work. 9. Notify t1x� Texas One CaII system (800-245-4545} to request marking of utilities by utility owr�ers / aperators th�t subscribe to One Call, and sball individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that a11 requested locates are made prior to comrnencing l�aring nperations, b. Visually confirzn and stake necessary existing lines, cables, or other undergz-aund facilities inciuding exposing nec�ssary crossing utilities and utilities within 10 feet lateralIy of the d�signad tunnel. c. Control c�rilling and grouting practices to prevent damage to existing utilities, B. Boring Methods 1. TunneI lin�rplate shall not be used for auger �aring. The Contrac#or shaIl be fuI�y responsible for insuring the methods used are adequate far the protection of workers, pipe, property and the public and ta provide a finished product as rec�uired. Blasting is not allowed. C. Pits and Trenches L If the grade of the pip� at tl�e end is below �he ground surface, suitabie pits ar trenches shalZ be excavated far ti�e purpose nf conductin� the j acking operations and for placing end joints o.f the pipe. 2. Wherevez' �nd trenches are cut in the sides of the emban�u�ent or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in, C1TY QF FOR'f WOR'CH STAND�RD CONSTRUCTION SPECZFICATIUN DOCi1MENTS Waior & Sanitary 5ewcr Replacoment Revised Decembet 20, 2012 Conlract 2018, WSIvi-NJ City Pmj�ct No. 10168$ 330520-5 AilGER BORING Pa�e 5 of 7 3. T�►e location of the pit shall meet the approval of the City. 4. The pits of trenct�es excavated to faciliiate these aperations shall he bac�Iled in accordance with Section 33 OS 10 immediateiy after the casing and carrier pipc installation has been completed. D. Boring 1. Install steel casing pipe by boring hale with the earth auger and simultaneously �acking pipe into piace. 2. The boring shall proceed from a pik provid�d for tha boring equipment and �4. Q wor�en. Pi1ot Hol�, required for 24-i.nch and larger casings a. By this method an approximrate 2-inch hole shall be bored the entire len.gt4� of t�e crossing and sha11 be chec�Ced for line an.d grade on the oppasite end of the bore from the work pit. b. This pilot hole sha1l serve as the centerline of the larger dia�neter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated m.aterial near the top af the working pit and disposed of as required. 1) If no room is available, imm�diate haul ofF is required. The use oiwater or other fluids in connectio� with the horing operation wi11 be pernutted only to the extent required to lubz'iaate cuttings. a. detting or sluicing will not be permitted. In unconsolidated sail formations, a gel-forming colioidal drilling fluid consisting af at least 10 percent of high gz'ade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. 5ea1 the wal�s of the hale c. Furnish lubrication for subsequent remo�al of cuttings and installation of the pipe itnmedia#ely thereafter Allowable variation from the line and grade shall be as specified in this Speciiication. All voids in e�cess af 2 inches between bore and. autside of casing shall be pr�ssur.e grouted. E. Contact Grouting l. Cantact graut any voids caused by oz' encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. �'. Control of Line and Grade 1. 2. Monitor line a:nd grade continuously during boring aperations. a. Record de�iation with respect to design line and �rade once at each casing j oint. If the pipe installation does nat meet tha specifted tolerances, eo�rrect the installation, including any necessary redesign of the pipetine or structures and acquisition of aecessary easemenYs. CITY OF FORT WORTH Water & Sanitary 5ewer Repfasement 5TAN1]ALLI] CONSTRUC�lON SPECIFICATION DOCUMENTS ConEract 2018, WSM-[vI Revised Qecembcr 20, 2412 Ciry Project Na. ] 01688 33 OS 20 - 6 AUGER SORIN4 Page 6 of 7 3.� CLEANUP AND RESTORATION A, After campletion of the baring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe, pits and aI1 work areas. B. Restoration shall �ollow eonstructzon as the Work progresses and shall be corrtpleted as soan as reasonably passible, 1. Restore and repair any damage resulting from surface settlement caused by shaf't exc�vation or boring. 2- Any property damaged or destroyed shall be restored ta a condition equal to or better th,an existing prior to construction. 3. Restoration shall be completed no later than 30 days ai�er boring is complete, or earIier if required as part of a permit or easement agreement, 4, This provision for restoration shall incIude all property affected by the construction operations. 3•6 RE-INSTALLATION [NOT USED] 3.i SITE QUALITY CONTROL A. Field Tests and Inspections I. Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample cnllection, incIuding, but not limited to th,e foIlowing: a. The City shall have access to the bozing system priqr to, during and following all boring operations, b. The City shal� have access to tE�e tunneling shafts priar to, dnring and follotiving a116oring operations. 1) This shall include, but not be limited ta, visual inspection of instalIed pipe and verification of' lme and grade. 2) The Contractor s1�a11 provide safe access in accordance with all safe#y regulatians, c. The City shall have access to spoils removed frorn the baring excavation prior to, during and following all boring apera�ians. 1) The City shall be allowed to collect soil samples iram the muck buckets ar spoil piles a minimum of once e�ery 10 feet and at any time when changes in soil canditions or obstructians are apparent or suspected. B. Safety 1. The Contractor is respansible for safety on the job site. a. Perform all Work in accordance with the current applicable regulatians af the Federal, State and local agencies. 6. In the event of con�Iict, comply �vith the tnore restricti�e applicable requirement. 2. No gasoline powered equipment shall be permitted in recei�ing slzafts/pits. a. Diesei, electrical, hydraulic, and air gowered equipment are acceptable, subject to applicable local, 5tate and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requiremer�ts when. personnel are underg�ouna. a. Perform all required air and gas rnonitoring. C1TY OF FORT WORTH Water � Sanitary Sewer Replacement STANDARD CONSTRi1CTION SPECIFICATIQt�I DOCUMEDfTS Gontract 2� 18, WSM-M Revised Decernber 2U, 2012 City Project 3Yo. I Olti88 33osza-� AUGGft 60RING Page 7 of 7 b. Ventilation system shall pro�ide a sufficient supply of fresh air and maintain an atmosphere free af toxic or flammable gasses in all underground wark areas. 4. Perform al! work in aceordance with all current applicable regulations and safety requirements of the Federal, State and Lacal ageneies. 5. Comply with all a�pl.icable provisions of OSHA 29 CFR Part 1926, Subpart S., Underground Construction and Subpart P, Excavations. a, In tne e�ent of conflict, comply with the mor� stringent requirements. 6, if personnel wi11 enter the pipe during construction, the Cont�actor shall develop an emergency response plan for rescuing personn.el trapped underground in a shaft excavation or pip.e. a. Keep on-site a11 equipment required for emergency response in accordance with the agency having jurisdiction. 3.$ SYSTEM STARTUP [NOT U5ED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.l i CLOSEQUT ACTIVITIES [NOT USEDj 3.12 PROTECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED� END OF 5ECTION Revision Lag DATE � NAME CITY QF FDRT WORTH STANDARD CONSTRIJCTiON SPECii'ICATION DDCUMEI+STS Re�ised Dec.ember 20, 2012 SUMIVIARY OF CIIANGE iNaler & 5anitary Sewer Replacement Contract 2018, W SM-M City Project IYo. 101688 33052i-1 TUNN�L LINER PLATE Page ] nF 5 SECTION 33 Q� �,1 TUNNEL LINER PLATE PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Mini�mum requir�ments for manufacturing, furnishing and kransporting Tunnel Liner Plate to be used for excavation support as install�d By Qther than Open Cut at the Iacations shown an the Dravvit�gs B. Devzations from this City of k'or� Worth Standaxd Speciiication 1. None. C. Related Speciiication Sections include, but are not necessari�y limited to: 1, Division 0— Bidding Requirements, Contract �'orms, and Conditions oi the Contract 2. Division 1— General Requirements 3. Section 33 OS 23 — Hand Tunn�ling 4, Section 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner P1ate 1.2 FRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. Measurement 1} Measured horizontalZy along the surface fpr the length of Tunnel Liner Plate installed b. Payznent 1) The work perfnnmed and materials furnished in a�cordance with this Item and measured as pravided under "Measurement" will l�e paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various 5izes 2) The work perfarmed and materials furnished in acoordance with this Item and measured as provided under "Mcasurement" will be paid fnr at the unit price bid per linear foot af "Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various 5izes c. The price bid shall include: 1) Furnishing and installing Tunnel Liner Plate as. specified by the Drawings 2) Mobiiization 3) Launching shaft 4) Receiving shaft 5) Pavement removal b) Exca�ation 7) Hauling 8) Disposal of excess material 9} Furnishing, placement, and eQmpaction of backf'ill CITY OF FORT WORTH Wa[er & Sanhary Sewer Replacement STAIVDARp CpNSTRUCTlON SPEC[PICAT[bN DQCUMENTS Cantract 2018, W3M-M Aevised De�ember20, 2012 City Project No. 1O1688 330521-2 TUNNEL L.INEK PLATE Page 2 of 5 10} Clean-up 1.3 REFERENCES A. Refer�nce Standatrds 1. Reference standards cited iti this Specifieatian refer to the current reference standard published ai the time of the latest revision date logged at the enri of this 5pecification, unless a date is specifically cited. 2, American Association of State Highway and 'Transportation Of�icials (AA�HTO} a. LRFD, Bridge Design Manual, Section 12.13 b. M190, Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. American Society af Testing and Materials (ASTM}: a. A123, Standard Specifieation for Zinc (Hot- Dip Galvanized) Coating on Iron and Steel Products. b. A153, �tandard Specification for Zinc Cnating (Hot Dip) on Iron and 5te�1 Harciwaxe. c. Al 011, Standard Specifieation for Steel, 5heet and Strip, Hot-Rolled, Carbon, Structural, H�g4i-Strength Low-Alloy and High.-Strength Los-Alloy with Improved Formability, and U1tra-High Strength. 1.4 ADMINTSTRATIVE REQUIREMENTS [NOT USED] 1.� SUBMITTALS A. Submittals shall be in accordance with Seetion O1 33 00. B. All submittals shall be ap�roved by the City prior to delivary. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating a. Material data b. �ield touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Suhmit ealculations fox the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2. Detailed plan for grouting th� vaici space on the exteriar of the Tunnel Lin�x Plate Grout coupling location and spacing Water & Sanitary 5ewer ReplacemenY CITY OF RORT WOKTH Contract 2018, WSM-M STANDAI2p CONSTRUCTION SYECIFICATION DDCUivIEIVT5 City Project No. 101688 Revised December 20, 2012 �3aszi-� 'I'UNIVEL LINER PLATE Page 3 of 5 1.7 CLOSEOUT SUBIVIITTALS [NOT USED] 1.$ MAIN'I'ENANCE MATERIAL SUBMITTALS [NOT USED] 2.9 QUALITY ASSURANCE [NOT USED] 1.14 DEL.IVERY, STORAGE, AND HANDLING A. Deliver, handle and �tare Tunnel Liner Flate in accardatzc� with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD �STTE� CQNDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] �.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODXICTS [NOT USED] 2.� MATERIALS A. IVIanufacturers '1, 2. Only the rnanufacturers as Iisted on the City's Standard Products List wi1I be considered as shown in Section O1 6p 00, and/or as specified herein. a. The znanufacturer must comply witl� this Specification and related Sactions. b. Manufactured by Contech Construction Products, Inc., American Commereial Inc., or approved equal. Any product that is. nat listed on the Standard Products List is considercd a substitution aild shail be submittec! in acCordance with Section OI 25 00. B. Design Criteria a. Manufacturer ta design Tun.nel Liner Plat� in accerdance with the methods and criteria as specified ir� AASHTO LRFD, Briage Design Manual, Section 12,13. b. Soil parameters shaIl be determined by the Tunnel L�ner Plate Manufacturer, c. A1�ow a maximum deflectipn of 3 percent. d. Thickness of the Tunnel Liner Plate speci�ed herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling stren�th and resistance to defiectian. C. Materials Tunnel Liner Plate a, Provide new, corr�gated metaI Tunnel Liner Plates made from stee! sheets conforming to the requizements qiASTM AIQ11. 1) Potable and Reclaimed Water ca:rrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in acc�rdance with ASTM A123 with the following exception: (a) Zinc shaII be applzed at a rate af 2.0 aunces per square font on each sidc. b) Coated {1) Plate to be coated with a bituminous caating rneeting the periarmance requirements of AASHTQ MI90 CITY �F FQRT WC3RTH STANDARp CONSTRLJCTION SPECiFICATION QOCIIM�NTS Water & Sanitary Sewer Replacement Revised Decem6er �0, 2012 Contracc201B, W5M-M City Froject No. 101CB$ 33452i-4 T[INNEL GiNER PLATC Page 4 of 5 (2) Uniformly coat pipe inside and out to nainimum thickness of O.QS inches, measured on crests of corrugations. 2) Sanitary Sewer catrier pipe a) Galvanized {1) Piate to be galvanized wi�h zinc coating in accordanc.e vs+ith ASTM A123 with the follawing excepYion: (a) Zinc shall be applied at a rate of 2.0 our►ces per square foak on each side. b. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO LRFD, Sridge Design Manual, 5ection 12.13. I} Lin�r plates shall be punched for baltin� on both longitudinal and circumferential seams and fabricated to perm'st cnr�xplete erectian from fhe. inside of the tuzulel. 2} Bolts and nuts shall he gaivanized to conforrr► to ASTM A1 S3. 3) W�tere grvundwater is encauntered gasketed liz�er p3ates shail be used. 4) Plates shall be of uriiform fabrication and those intended for i size tunnei shall be interchangeable. 5) Field weiding of Tunnel Linez' Plate, including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new, unused and suitabla for the purpase inter►ded. 7) Minimum thickness of Tunnel Liner P1ate shall be as follows*: *The infortnation in the above table is based on the following assunn.ptians: AASHTO Section 16: "Steel Tunnel Liner Plates", H2U loading angle of 0 and bury depth of S feet to 16 feet. For projects n4t meeting these assunnptions, a specifi� design should be perfozmed to determine the ap�ropriate thickness foz' the liner plate. 2. Casing It�sulators a. Casing insulators shall be used for th�is project in accordanca wzth Section 33 OS 24. WaCar & Sanitary 5ewer Replacement C1TY QF FORT WQRTH Coniract 2D18, WSM-M 5TANDNtfl CONSTRUCTION SPEC[FICATION DOCUMENTS City Praject No, 101668 Revis�d December 20, 20i2 330521-5 TIJMYEL L1N$R PI.ATE Page 5 of 5 2.3 ACCESSORiES [NOT USED] �.4 SOURCE QIIALITY CONTROL [NOT USED] PART 3 - EX�CUTION 3.I INSTALLERS [NOT USED] 3.2 EXAMINATION jNOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATIQN A. Tunnel Liner Flate shall be inst�lled in accordance wzth appropriate portians af Section 33 OS 23. B. Cat�-ier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the Tunnel Liner Plate shal� be perforrned in accordance with Section 33 05 23. 3.� REPAIR / RESTQRATXON [NOT iTSED� 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD �ax] SITE QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJiT�TING jNOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT IISED] 3.1� PROTECTION [NOT USEDj 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision L,og DA'TE NAME SUMNiAAY O�' CHANGE 12/20/2U12 D. Johnson 1.3,A.3 — AA5HT0 rcference updated tv current publication � Water & Sani[ary Se+�srer Replacement C1TX OF FORT WOR'I'H. Contract 2018, W5M-M STANI7ARD CflN3TRUCTION SPBCIE']CATION DOCUM�NTS City Projec# No. 101668 Re�ised Qecember 20, 20L2 33 D5 22 - I STEEL CASING YIPE Page 1 of 6 SECTION 33 D� �2 STEEL CASING PIPE PARTI- GENERAL 1.1 ,SUMMARY A. Section Includ�s: Minimuzxi requiremen�s for manufacturing, fu�'nishing and transporting Steej Casing Pipe to be installed by Open Cut ot By Other tt�an Open Cut at the locatians shown an the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requiz'ements, Contract Ftirms, and Conditions of the Cantract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfil� 4. Section 33 OS 20 — Auger Boring 5. Section 33 OS 23 — Hand Tunneling 6. Section 33 OS 24 — Installatian of Carrier Pipe in Casing ar Tunnel Liner Plate L2 PRICE AND PAYMENT PROCEllURE� A. Measuremettt and Payment 1. Open Cut a. 1Vleasurement 1} Measured horizontally along the surfac� for length of Steel Casing �ipe installed b. Payment 1) The wark performed and materials furnished in accordance with this Item and measured as provided und�r "Measurement" will be paid for at the unit price bid per linear foot of "Cas�ing, By Open Cut" installed for: a) Various Sizes c. 'The price bid shall include: 1) Furnishin.g and installing Steel Gasiag Pipe as specified by the Drawings 2) Mnbilization 3} Paveme�t removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, plaeement, and compaction of embedment 8} Furnishing, placement, and ca�npaction oibackfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF �0[�T WORTH Water & Sanitary Sewer Iteplacement STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Cantract 2018, WSA�-M Revised I7ecember 20, 2D12 C9ty Projecl I�to. 1O1688 33 OS 22 - 2 STEEL CASING PIPE Page 2 of b 1) Measur�d horizontally along the surface f�r lengtk� of Steel Casing Pipe instaIIed b. Paytnent 1) '�he work perfortned and materials furnished in accordance with this Item and rr�easured as provided under "Measurement" will be paid far at the unit price bid per linear fopt of "Casing/'T'unnel Liner Plate, By Other �an Open Cut" installed for: a) Various Sizes 2) Thc work performed and materials furnished in accordance with this Item and measnred as provided under "Mea�urement" will be paid far at the unit price bid per Iincar foot of "Casing, By Other than Open Cut" installed for: a) Various Sizes a The price bid shall include: 1) Furnishing and insfalling Stee� Casing Pipe as specified hy the Drawings 2) Mobilization 3) Launching shaft 4) Receit�ing shaft 5) Pavement removal 6} Excavation 7) Hauling S) Disposal of exeess znaterial 9) Furnishir�g, placement, and compaction of backfill lU) Clean-up 1.3 REFERENCES A. Reference Standards Reference standards cited in this Speci�catian refer to the current reference standard published �.t the time of the latest revisian date logged at the end of this Specifieation, unIess a date is specifcally cited. A�TM Intern.ational (ASTM): a. A139, 5tandard Specification for Electric-Pusion (Arc)-Welded Steel Pipe {NPS Sizes 4 and Over). American Water Warks Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings fa�r S�eel Water Pipelines - Enamel and Tape - Hot Applied. L4 ADMINISTRATIVE REQUIREMENTS [NOT USEDJ 1.5 Si1BMITTALS A. Submittals shall be in aecordance with 8ection 01 33 �0. B. All subrnittals shall ba appro�ed by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SU'BMITTALS A. Produci Data 1, Exterior Coating a. IVlaterial data b. Field touch-up procedures 2. Interior Coating C[TY OP FORT WOIt'I'H STAF�IDA.R.p CONSTRUCTIQN SPECIFI�ATION DOCUME[VTS Water & Sanifary Sewer Replacement Revised Dacember 2p, 2012 Contraet 20] 6, WSM-M City Project Aio, l p1688 33U522-3 STEEL CASLTiG PIP� Page 3 of 6 a. Material data b. Fi�ld iouch-up proced�res B. Shop Drawings 1. No shop drawings required far Auger Boring 2. For T�nneling, provide the follawing: a. Furnish details for Steel Casing Pipe outlining the follnwing: 1} Groudlubrication parts 2) 3oint details 3) Oth�r miscellaneous items for funnishing and fabricating pipe b. Submit calculations in. a neat, legible farmat that is sealed by a Licensed Professional Engineer in Texas, cansistent wi�h the information provided in Che geotechnical repart, and inclndes: 1) Calculations confirming thaY pipe jacking eapacity is adequate io resist khe anticipated jacking loads for each crossing with a rr�inimum factor of safety af 2 2) Calculations con%rming khat pipe capacity is adequate to saf�ly support a11 other anticipated loads, including earth and groundwater pressures, surcharge loads, and hand3ing loads 3) Calculations oon�rming that jointing �tethod will s�pport ail load�ng conditions 1.'� CL05EOUT SUBMITTALS [NOT [TSED] 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Starage 1. Prior to delivery ni the pipe, endlznternal btacing shail be furnished and installed, xs recommended by the �nanufacturer, for protection during shipping and storage. 2. Deiiver, handle and store pipe in accordattce with the Manufacturer's recommendations to protect coating systems. l.f 1 FIELD [5ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] �'ART 2 - PRODUCTS 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIEDPRODUCT� [NOT USEDj 2.� MATERIALS A. Design Criteria 1. The Contractor is fully respansible for the design of Steei Casing Pipe that meets ar exceeds the design requirements of this Spacification and that is specifically designed for installation by the intended trenehless method. 2. Far 5t�e1 Casing Pipe utilized for tunneling projects, consider the following: C1TY OF EORT WORTH Water & 5anitary Sewer Replacement STANDARD CONSTRUCTiDN SPECIFICATION DOCUM�NTS Coatract 2018, WSM M Revised December 20, 2012 City Project No. 101688 33p522-4 STEEL CASING PIPE Page 4 of 6 a. Design ofihe ca�ing pipe sha11 accoant for all installation and service loads including: 1) Jackingloads 2) External groundwater and earth loads 3) Traffic Iaads 4) Practical consideratzon far handling, shipping and oiher construction operatians 5) Any ath�r live or dead loads reasonably anticipated b. Design shall be sealed and signed �y a registered Professional Engineer licensed in the Stat� of Texas. e. 1'he allowable jaolUing capacity shall not exceed 50 percent of the minirz7.um steel yield stress. 3. Steel Casing Pipe shall have a zninimum wall thickness as follows: 4. Steel Casing Pipe sha11 be provided with inside dia�rxi�ter sufficient to efficiently install the required carrier pipe with casing spaeers as required in Section 33 OS 24. a. AlIowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in �engths t�at are campatihle with Contractor's shaft sizes and allowable work areas. 6. Random segrncnts of pzpe wiIl not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. �Vhen required by installation mefhod, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Parts and �ttings shall be attached to the pipe in amanner khat will nat materially affect the strength of the pipe nar interf�re with installation of carrier pipe. b. Pl�gs for aealing the fittings shall be provided by the Contractar anc3 shall be capable of withstanding all extet-t1a1 and inYez7nal pressures and Eoads without Ieaking. B. Materials 1. Provide new, smooth-wall, earbon steel pipe conforming to ASTM AI34, Graae B. 2. Dim�zzsior�al Tolerances a. Furnishing and installing 5tee� Casing Fipe with dimensional talerances that are compatible with perfozmance requirements and proposed installatian methods that meet or exceed the specific requirements below: 1) Minim�m wa11 thickness at any point shall be at least 87.5 percent of the nominal vvall thickness. C1TY OF FORT WORT�! STANDARD C�NSTRUCTTON SPECIPICATION DOCUMENTS . Water & Sanitary Sewer Iteplaccmcnt Revised Decembcc 20, 2D12 Con�aet 2018, WSM-M City Praject Na. L01688 330522-5 STEEL CASING P[PG Page 5 of 6 2} 3) 4) 5) Outside circurnference within 1.a percent or 314 inch of the naminal circumference, whichever is Less. Outside diameter of the pipe shall he within 1/8 inch of the nominal outside diameter. Roundness such tkjat the difference between the maj.ar and minor outside diameters sha11 not exceed 0.5 percent oithe specified nominal outside diameter or 114 inch, whichever is less. Maximum allowable stzaightness de�+iation of 118 inch in any 10-faat length. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not t�ary by more than 118 inch at any point frnz�r� a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the en.d. b. �Nhen pip� ends have to be beveled for welding, the ends shall be beveled on the outside ta an angle of 35 degrees with a tolerance of � 2'/� degrees and with a width ofroot face 1116 inch f �132 inch. 4. Steel Casing Pipe shall be fabricated with longitudina� weld seams. a. All girth weld seams sh.all be ground flush. C. Finishes 1. Provide inside and outs�de of Steel Casing Pipe with a c�al-tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after �eld welds shall provid� coating equaI to those specifi�d above. �.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTIQN 3.1 INSTALLERS [NOT USED� 3.ti EXAMINATIDN [NOT LTSED] 3.3 PREPARATION [NOT USED� 3.4 �NSTALLATION A. Inskall Steel Casing Pipe for By Oth�r khan Open Cut in accordance with 5ection 33 OS 20 or Section 33 OS 23. Install Steel Gasing Pipe far Open G�it in accordance with Section 33 OS 10. 1. 5tee3 Casing Pipe connections shall be achieved by full penetz'ation fietd butt welding ar an integral machine press-fit cannection (Permalok or equal) prior to installation of the pipe, depending an the type of carrier pipe. 2. Allowable joint types far each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe ta a 35 degree beveled end af steel pipe is aeceptable. 4. Inte�'a1 machined press-fit connectinns shall be installed in accordance with the manufacturer's instailation procedures and reco�nendations. CITY OF FORT WORT�1 Water & Sanitary Sewer I�eplaeement STANDAiiD CO3v5T12UCT10N 3PECIFICATION QOCUM�NTS Contract 201 S, WSFvI-M Revisad Deeember 20, 20i2 City Praject No. 1DI688 3aasza-6 STEEL CASING PIPE Page 6 of fi B. Carrier pipe sha11 be installed inside Steel Casing Pipe zn accordan,ce with 5ection 33 OS 24. C. Contact grouting of the annu�us outside thc casi.ng pipe shall be perFormed in accordance with Section 33 OS 23 or Section 33 OS 20. 3•5 REPAIR / RESTORATION [NOT i]SED] 3.b RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITI'' CONTROL [NOT USED] 3.8 SYSTEIVI �TARTUP [NOT IISED] 3.9 ADJUSTING [NOT iTSED] 310 CLEANING [NOT USED� 311 CLOSEOiTT ACTNiTIES [NOT USED] 3.1� PROTECTION [NOT USED] 3,13 MAINTENANCE [NOT USED] 3.14 ATTACHNiENTS [N�T IISED] END OF SECTION DATE � NAME 12/20/2.012 � D. Johnson Revision Log SUMMARY OP CHANGE 2.2.A — Forntatting modified to apply thickness requirements for all casing installation methods Cl'PY OF FQRT WQKTH WatCr c� Sanitary Scwer Replacemcnt 5TAIVDARI] CON5TRUCTTDI�i SPEC[rICATION DOCCIMENTS Contract 2018, WSiN-M Revised Decem6er 20, 2012 City Projnct No, ] O1fi88 330523-1 HAND TUNNELING Page l of LO SECTI�N 33 0� Z3 HAND Ti)NNELING PART1- GENERAL 1.1 SLTMMARY A. Section Includes: Minimum r�quirements far Hand Tunneling using tunnel liner plate ar casing pipe at the Iocations shown on the Drawings B. Deviations fram this City of Fort Worth Stan.dard Specification 1. Nane. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions o� the Gantracl 2. Division 1— Genera! Requiremenis 3. Section 33 05 21— Tunnel Liner Flate 4. Section 33 05 22 -- Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDLTRES A. Measurement and Payment 1. Measurement a. This It�m is considered subsidiary ta Tunne! Liner Plate or Steel Casing Pipe installation. 2. Fayment a, The work perforrned and materi.als furnished in accorciance wit� this Itern are considered subsidiary the unit price bid per linear foot of By Other than Open Cut installatian of Tunnel Liner plate or Steel Casing to be compl�ted in place, and no other compensatior� will be allowed. 1.3 REFERENCES A. Reference Standards 2. 3 Re%rence st�dards cited in this Specification refer to the current reference standard publisheci at the time of the �atest revision date logged at the end of this Spe.ciitcation, unless a date is specifically cited. American Assaciation of State Highvvay and Transportation Officials (AASHTO): a. HB-17, Standard Speeiftcations far Highway Bridges. Occupational Safe�y and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, 5ubpart S, Underground Co.nstruction and Subpart P, Excavation. 1.4 ADMINISTI�TIVE REQUIREMENTS A. Pre-installation CITY OF FORT WOItTI-1 Watar & Sanitary 3ewcr Replacement STANDARD CDNSTRUCTiQN SPECjFICATION DOCUMENTS Contract 20l S, WSM-ivI Reaised Qecem6er 2Q, 2012 City Project No. 1 U1G88 330523-2 IIANI] TIIMVELING Page 2 of 10 1, The Contxact�r shall provide written notice to the Ciry at least 'l2 hours in ac�vance af the planned launch oitunneling operations. 1.5 SUBMITTALS A, Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be apprav�d by the City prior to delivery. 1.6 ACTIQN SUBMITTAL5/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit the following, whcn required by the Contract Doeuments: a. Detail�d descriptian af the methods and equipmenf to he used �� completing each reach of tunnel b. Description of the survcy methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the iine an.d grade talerances specified c. Shaft ]ayout drawings 1) Detailing dimensians and locations of all equipm�nt, iacluding averall work area boundaries, crane, front-end loader, forklift, spoil stackpile�, spail hauling equiprnent, pumps, generatar, pipc storage area, tool trailer or containers, fences, and staging area 2) Shaft layaut drawings wili be required for aIi sha.ft locations and sh�ll be to scale, or show correct dimensions. 3} Layout such that all equipment and opera�ions sha1l be completely contained within the al]owable construciion areas shown on the Drawings d. Schedule in accordance with Division 1 to include the follawing acti�ities as independent iterns: 1) Mobilization 2) Sha� excavation �tnd support 3} Water can.trol at shaf�s 4) Working slab constx�zction 5) Thrust wall construction 6) Tunneling 7) Sha�t back�ll 8} Site restoration 9) Cleanup 10) Detnobilization 2. �'or all projects, provide tk�e following for Contact Grouting: a. Contact Grouting (outside of casing) Work Plan and Methods including: ! ) Grouting methods 2) Details af equipment 3) Grouting procedures and seqaences including; a) Injection methods b) Injectinn pressures c) Monitoring and recording equipment d) Pr�ssure.gauge calibration data e) Materials 4) Grout mix details inc2uding: a) Peoportians b) Admixtures including: CiTY OF FORT WORTFI STANDAAD CONSTRUCTIdN SPECIFICATIOIV dOCiIMENTS Water 8c Sanitary Sew�r Replacement Revised December 20, 2p12 Contract 2018, WSM-M City Praject Na, 1016$8 336523-3 HANT) TUNiVELING Page 3 of 10 5) �. (J.) Manuf�cturer's literature (2) Laboratory test data verifying the strength of the prnposed grout mix (3) Proposed grout densities (d) Viscosity (5) Initial set tiime of grout (a} Data far these requiremen�s sha11 be derived frotn trial batches from an approved testing laboratory. Submit a minimum of 3 other similar projecis where the proposed grout zzzix design was used. 5ubmit anticipated volurnes af grout to be pum�red for each app.lication and reach grouted. B. Daily Records 1. Submit sample� of the tunneling logs ar records to be us�d at least 7 days prior ta beginning Hand Tunn�ling. 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data ar records were taken. 3. Daily records sl�all include: a. Date b. Time c. Name of operator d. Tunnel drive identiiication e. Installed liner ring and correspanding tunnel length f. Time required to tunn�l each ring g. `i'ime required to set subsequent ring h. Spoil volumes (muck carts per Iiner ring and estimated �olusne oF spoil in each mnck cart) i. Grout volumes and pressuTes j. Sail conditions, inciuding occurrences of unstable soils and estiimated groundwater inflow rates, if any k. Line and grade offsets 1. Any movem.ent of the guidance system m. Prablems encountered during tuaneling n. Durations and reasot�s for delays a. Manually recorded ahsetvations made: 1) At intervals of not less than 2 every 5 feet 2} As conditians chang� 3) As directed by the City and/ar �ngineer 1.i CLOSEOUT SUBMITTALS [NOT USEDj 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QIIALITY ASSDRANCE A. Qualifications 1. F'ailure to nneet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that tneets the qualification requirements. 2. Contractor G1TY OF FORT VJOKTH Water & Sanitary 5ewer ReplacemenY STANDARD CONSTRUCTION SPECI�'ICATION DdCUMENTS Conh-aot 2018, W5M-ivI Revised December 2.�, 2012 City Project Na�. 1U168$ 33 p5 23 - 4 HA1VD TUN3VSLING Page 4 nf 10 a. Al2 tunneling work shall be performed by an experienced subcontractar or Contractor who has at least 5 years of experienee in performin,g tunnelin.g work and has cor�sp�eted at least 5 projects af similar diameter in similar grannd canditions. 3, AIl Work by #he Contractor shall be done in the prese�ce of the City unless the Gity grants prior vvritten approval to peirForm such wark in City's abse;nce. 4. The Contractor sha11 alIow access to the City and/or Engi.neer and shall furnish necessazy assistance and cooperation to aid in the observations, measurements, data and sample collectian including, but not limited to, tb;e following; a. The Czty and/or Engineer shall l�ave access to the tunneling system prior ta, during and following aIl tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and follawing all tunn�ling opez'ations, 1) This shatl include, but not be limited to, visual inspectian of installed pipe and verifcation of line and graae. 2} The Contractor shall provide �afe access in, accordance with all safeiy regulaiions. c. The Ciry and/or Engineer shall have access to spoils remQved fram the tunnel excavation prior to, during and fal�owing all tunneling operatians. 1) The City sha�l be allowed ta collect soil samples from the muck buckcts or spoil piles a minimum of once every 1 U feet and at any time when changes in soil conditians or obsiructions are apparent or suspeeted. l.lp DELIVERY, STQRAGE, AND HANDLI1�iG [NOT USED] 1.11 FI�LD [SITE] CONDITIONS [NOT LTSED] 1.12 WARRANTY [NOT USED] PART � - PRODUCTS �.1 OWNER-F[7RNISFIED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description Tunnel Liner Pl�te shalf be in accardan.ce wi#h Saction 33 45 21. Casing Pipe shall he in accordance with Section 33 OS 22. B. Design Criteria 1. Design excavation methods and spail conveyaz�ce sys#em for the full range of ground conditions described irt thc Geotechnical Reports 2. Talerance a. Accurately main.tain the face of the excavation inside the tunnel so as to a�low the absolute minimum of void spacc outside the casinglliner plate. b. Maintain a maximuu�t of %z inch tolerance between the outside of the c�sing/Iiner plate and thc excavation wherever possib�e. c. The tunnel diameter shall nat be greater than 2 inches larger than the casing/liner auter diameter {O.D.). C1TY OF FORT WpRTI�I STAIVDARD COI�fSTRUCTJON SPCCIFICATION DOCUMENTS Water & Sanitary Sewer Replacement Aevised December 20, 2012 Cantracc 2018, WSM-M City Araject Na. 101688 330523-5 IIANI] TUNNfELD�fG Page 5 of 10 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage �o existing utilities, facilities and izz�.pro�ements. a. Limit any ground movements (settlement/lzeave) to walues ti�at shall not cause damage ia adjacent utilities and faciiities. $. Repair aay darnage caused by ground movennents at no cost to the City. 2.3 ACCESSORIES [NOT USED� �.4 SOURCE QUALITY CONTROL [NOT USED] PAR.T 3 - EXECUTI�N 31 IN,STALLERS [NOT LTSED] 3.2 EXAMINATION jNOT U�ED] 3.3 PREPARAT�ON A, Tunneling shall nat begin until tlie %llowzng have been completed: 1. All required submittals have been made and ihe City and/or Engineer has reviewed and accepted all submittals. 2. Revi.ew af available utility drawings and Iocation of conduits and undergroun� utiliti�s in a!1 areas where excavation is to be performed. a. 1Votify the applicable one-call system prior to any excavation to avoid interference with the existing canduits and utilit�es. 1} Repair damage ta existing ut��ities resulting from exca�ation at no adclitionaI cost to th.e City. 3. 5haft excavations and support systems for each drive completed in accordance with the requiretnents of the Speci�ications. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. a. Pravide the Engineer and Owner wikh a copy of each prior to starting sk�aft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 5. Ajl sp�cified settlemenf monitaring points have been installed, approved and baselined in accordanee with the Contract Documents. B. Verification of Stability 1. Confirm that t�e gxound wi11 remain stable without movetnent of soil or water �,vhile the entrylexit loeation shoring is removed and while the iunnel is launched or received into a sha�t. 2. Demanstrate that all soijs have been stabilized at all f.unneI porta! locations to: a. Prevent the inflow of weak, rurming or flowing soils, b. Prevent the intlow oi laose roek. c. Prevent and eontrol groundwater inflows. 3.4 INSTALLATION A. Tunnel Methods C1TY OF FOliT WOKTH STANDARI3 CONSTRilCTION SPECIPICATION UOCUMEN'C5 1�ater 8c Saniiary 5cwer 8eplaccment Revised December 2D, 2012 Contract 2D] 8, WSM-M City Project Na. ] 01686 330523-6 HA[YD TUIr'NELING Page 6 of IO 1. Tunnel liner plate shail not be used where bore or jack m�thods are used, or where not allowed on the Drawings or permits. 2. The Contractar sha11 be fully responsible ta: a, Ensure the methods used are adeqttate for the parot�ction of workers, pipe, property atad the public b. Provide a finished ptoduct as required, B. General 1. The Cantractar shall immediately notify the City, in writing, if and when any pro�lems are encountered with equipznent or materials, or if the Contractor belie�es the conditions encountered are materially and significantly different than those represented within the Contract Doeuments. Z. Properly rrxanage and dispose of graundwater in�.ows to the shafks in accordance with requirements af Speci�oations and al� permit eonditions. a. Discharge of gxoundwater inflnw into sanitary sewers is noi allowed wi#hout proper approval and permits. 3. Furnish all necessary equipment, pawer, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. �. Pramptly clean up, Remo�e and dispose of any spoiI or slurry spillage. i, Whenevex thcre is a candition ihat is likely ta endanger the stability of the excavation or adjacent structures, operate with a full cr�w 24 haurs a day, including weekends and holidays, without interruption, until those conditions no lo:nger jeopardize tl�e stability of �te Work. C. Installation with 5teel Casing Pipe 1. Jack the pipe from the Iow or aownstream e�d, unless specified otherwise. a. Provide heavy duty jacks suitable for forcing the pipe through the emba.nkment. 1) When operating jacks, apply pressure evenly, b. Pravide a suitable jacking head and bracin� between jacics so that pressure will be appli�d to ihe pipe uniformly around the ring of the pipe. c. Provide a suitab2e jacking frame or bacic stop. d. Set the pipe to b.e jacked on guides, properly braced together, to suppart the section of the pi�ae and to direct ii in the proper line and grade. e, Place the whole jacking ass�mbly so as to line up with the direction and grade of the prpe, f. In general, excavate embankment maierial just ahead of the pipe and remove material thraugh the pipe. g. Force the pipe thraugh the embankcnent with jacks into the �pace excavated. 2. The excavation far the underside of the pipe, for at least 1/3 of the circumference qf the pipe, shail conform to the cantour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. I} This clearance sha11 be tapered off to 0 at the pnint where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyand the end of the pipe depending on the charact�r of the material, but do not exceec� 2 feet in any case. 1) Decrease ihe distance if the character of the material being excav�ted makes it desirable to keep the advance excavation cfoser to the end o�the pipe. CITY OF FORT WOKTH Water Bc Sanitary Sewer 12eplacemcnt 5?'ANDAIiD CONSTRUCTION SPECIPICATIO�Y DOCLTMENTS Contract 2018, WSM-M Aevised December 20, 20Y2 City Project No, lU 1688 330523-7 HAND T[J[+[NELING Page 7 af 14 3. I� desired, use a cutting edge oi steel plate around the head end af the pipe extending a short distance beyond the enrl of the pipe with inside angles or lugs to keep the cutting edge frorn slipping hack onto pipe. 4. When jacicing of pipe has hegun, carry on th� operation without interr�ption to prevent the pipe from beoosning firmly set in the embankment. a. Rezzxove and replace any pipe datnaged in the jacking operations. b. The Contractor shall absarb the entire exgense, D. installation vvith Tunnel Liner Plate I . � 4. Install the turu�el liner plates to the Iimits indicated on the Drawings and as speciiied in AASHTO HB-17, Section �I-26, Construction of Tunnels Using Steel Tunnej Liner Plates. a. Assernble liner plates 'snta circumferential rings. b. Lsner plates shall be of the type to permit segments to be installed completely from inside th� tunnel. Accurately maintain the face af the excavatian inside the tunnel so as to allow the absolute minimum of void space outside the casingllin�r plate. a. Maintain a maximurn af'/z inch tolerance between the outside of the casinglliner plate and the excavation wherever possible. b. The tunn�l diameter shail nat be greater than 2 inches larger than the liner O.D. Linez' plate installation shall proceed as ciosely as �ossible behind the excavaYion. a. Excavation shall at na time be more than 6 inches ahead nf the required space to install an individual tunnel liner plate. b. Use breask plates, goling boards ar other suitable devi.ces to maintain accurate excavation with the zninimum of unsupported exca�+atian at any time. c. CasinglTunnel liner plafe shall nat be allowed ta deflect vertically during installation. Tunneling operationa shall control surface settlement and hea�e above the pipeline to prevent darnage ta existing u#ilities, facilities and impro�ennents. a. In no case shall ground movements eause damage to adjacent struciures, roadways, or utilities. b. The Gontraetor shall repair any damage re.sulting from canstruction activities, at no additional cost to the City and vttithout extensians of schedule for completion. E. Contact Grouting 1. Pressure grout any voids caused by or encountered during khe tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space beiween the outside af the casingltunnel liner and khe excavation. a. For tunnel iiner plate, install pressure grout mix at the end of each work day or moxe often, as conditions Wai7all.t. 3. Instali pressure grouting through grout fittings %r the casingltunnel Siner plate 48- inches in diametar or larger. a. Grout €'sttings shail be fabricated into tunnel liner pla�e at a maximum spacing of 6 feet. b. Remove and pIug gz'out fittings aft�r pressure grouting. CITY QF FQRT WQRTH Water & Sanitary Sewer Keplacement STANDAItI] CONSTRUCilON SPECIFTCATION DOCUM8NT5 Cnntract 2018, W5M-M Revised December 20, 2D12 City Yrojeci No. 1O1688 3� as z3 - s HAND TUNNELING Page 8 of l0 4. Install pressure grout from the low end for all crossings where �raut fttings are not used. a. Seal the low end a�xd pressure graut until �rout is extruded from �e oppasite end. F, Control oi Liae and Grad� 1. Con�rm that all established henchmarks and control points pravided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain aI! reference lines and grades far tunneling. b. LTse lines and grades to estabIish the location of the pipe using a laser ar theodolite guidance system. c. Submit to the City copies of field notes us.ed to establish a111ines and grades and allow the Engineer to cheek guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey ch�cks of the guidance system and the Iine and grade of the carrier pipc on a daily basis during tunneling op�rations. e. The Contractor remaias fully responsible for the accuracy of the work and t�te correctivn of it, as required. 2, The casing/tunnel liner shall be instalIed in accordanoe with the following tolerances: a. Variations from design [ine or grade: � 2 inches maximum 1) If the installation is off line ar grade, make the necessary corrections and rekurn to the d�sign alignment and grade at a rate of not more thar� 1 inch per 25 feet. 3. Monitar line and grade continuously during tunneling operations. a. Recnrd deviation with resgect to design line attd grade once at each pipa joint and submit records to Engineer daily. 4. If the pipe installation does nok meet the specified io�arances, correct the installation, inciuding any necessary redesign of the pipetine or structures and acquisikion of necessary easements. G. Obstructions 1. If the tunneling operations sh�uld encounter an object or condition that impedes the forward progress of the shield, notify the City immediately, 2, Correct the conditiqn and remove, clear or otherwise make it possible for the shield to advapce past any objects or abstzuctions that i�mpede forwaxd progress. 3. i'roceed with removal of the object or obstruction by methods submifted by the Contractor and accepted by the City and/or Engineer. 4. Comp�nsation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris, reinforced concrete, rocks, r�vhole trees and other hard objects with a maximum dirr�ension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting taols with diligant effor#, and 2) Are tocated partially or vvholly within the cross-seetiaraal area of the bore 3) Cantain utilities or ditch lines located longitudinally within the tunnel harizan CiTY QF FORT WdRl'H STA3�DARD CQNSTRUCTION SPECIFICATTON DDGLlMGNTS Water & 5anitary Sewer Repiacement RevisedDecember20, 2012 Concract2018, WSM-M City Projeet No. ] 016$8 330523-9 IIA1H� TU3YN�LING Page 9 of 10 b. c. d. Paytnent will be negotiated with the Contractor on a case-by-case basis. The City andlor Engineer shall he provided an opgortunity to view obstruction prior to remaval. 1} Any removal process that cEoes nat allow direct inspection of the nature anci position of the obstruction will not be considered far payment. No additional cotx�pensatian will be allawed for removing, clearittg ar ott►erwise making it possihle for the shield to ad�vance past objecYs consisting af cobbles, hould�rs, wood, rein%rced concrete, and other objects or debris with maximum lateraS dimensions less than 50 percent of the outer diameter of the shield. 3.� CLEANiFP AND RESTORATION A. After comtpletion of the tunneling, all. canslruetion debris, spoils, oil, grease and other materials shalj be removed from the tunneling pipe, shafts and all work �reas. l. Cleaning shall be incidental to the canstruction. B. Reskoration shall foliow constniction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resuLting from s�rface settlement caused by shaf� excavation or iunneling. 2. Any praperty damag�d or destrayed, shall he restored to a condition equal to ar better than that to which it existed prior to construction. 3. Restoration shall be completed na later than 30 days after tunneling is compleke, or earlier if required as part o� a permit or easement agreement. 4. This provision For restoratia� shatl include all properiy affected by the consfiaction operatians. 3.b RE-INSTALLATION [NOT USED} 3.y SITE QiFALITY CONTROL A. Safety 1. No gasoline powered equ.ipment shall be permitted in receiving shaftslpits. a. Diesel, e�ectrical, hydraulic and air powered equipment are accepfable, subject to applicahle local, State, and Federal regulatians. � 3. 4. Furnish and aperate a temporary ventilation system in accordance wit}s applicable safety requirements when personnel are underground. a. Per%rm all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all undergraund work areas. Perfortn all Work in aceordance with a11 cnrrent applicable regulations and safety requirements oF the Federal, State, and Local agencies. Comply with a13 applicable provisions of O�HA 29 CFR Part 1926, Suhpart S, Under�round Constructian and Subpart P, Excavakions, a. In the event of conflict, comply wzth the more stringent requirements. lf personnel will enter the pipe during conskruciion, the Contractot shall develop an emergency respaz�se plan for rescuing personnel trapped underground in a shaft excavation or pipe. C1TY OF FORT WORTH Water & Sanitary 5ewcr Replacement 5TAND1IRR CONSTRUCTFON SPECii'ICA'�[ON DOCUMSNTS Contract 2018, WSM-M Revised llecember 20, 20! 2 City Project No, ! D 168& 33 05 23 - 19 HAND TUAINEL]]VG Page 10 of 10 a. Keep on-site all equipment required For emergency aresponse in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP [NOT LTSED� 3.9 ADJUSTING [NOT USED] 3.�0 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 313 MAiNTENANCE [NUT USED] 3.I4 ATTACHMENTS [NDT USED] END OF SECTION C1TX OF PORT WORTH Water & 5anitary Sewer Rep[aeement STANDARD CONSTRUCTION SPECIFICATION DCICUMENT'S Contract 20l S, WSM-M Revised December 2Q, 2U12 City Praject No. 1-01688 330524-I INSTALLATION OF CARRIER PIPE !N CASING OR'I"UNNLL L1NLR YLATE Page i of ] 0 I 2 3 4 SECTION 33 OS �4 INSTALLATION OF CARR_IER PIPE 1N CASING OR TUNNEL �.INER PLATE 5 �ART1- GENERAL b 1.1 S[1MMARY 7 A. Section Includes: 8 1. Requirements far the znstallation of carrier pipe into steel casings or tunnel �iner g plate at locatians shown on the Drawings 10 B. De�iations from this City of Fort Worth Stanciard Specification i l 1. Nane. 12 13 14 15 I6 17 G iZelated 5pecification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Reauirements, Contract Forms, and Conditzons of the Contract 2. Di�ision 1— General Requirerr�ents 3. Section 33 O I 30 — Sewer and Manhole Testing 4. Section 33 11 13 - Concr�te Fressure Pipe, Bar-Wrapped, Steel Cylinder Type 18 1.2 PRICE AND FAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 26 29 30 31 32 33 34 35 36 37 38 39 �40 41 A. Measurement and Payment 1. Installakion of Sanitary Sewer Carrier Pipe in Casing/Tunncl Liner Plate a. Measurement 1} Measured harizontaily along the surface fram centerline to centexline of the beginnsng of the casinglliner to the end of the casinglliner b. Payment 1) The work performed and materials furriished in accordanca with this Item and rneasured as provided under "Measurement" shall be paid for at the unit price bid per Iinear foot for "5ewer Carrier Pipa" compiete in. place for: a) Various Sizes c. The price bid shall include: 1} Furnishing and installing 5anitary Sewer Main (Pipe) in Cas�nglTunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Exca�aiion 7) Hauling S) Disposal of excess material 9) C].ean-up 2. Installakion of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement CITY OP FORT WORTH STANI?ARd CO�CSTRUCTI(11V Sl'ECIFICATION 1]OCUMENTS Revised June 19, 2D13 Water & Sanitary Sewer Replacement Contract 201 S, W 311�I-M City Frojcct Na. 1U1668 33 as 2a - z INSTALLATION OF CA12T�ILR P1PE IN CAS]I�TG OR TUNNEL L1NER PLATE Page 2 of 10 1 2 3 4 5 6 7 8 9 14 11 12 13 14 15 16 17 18 l9 A. Definitions 2Q 1.3 REFERENCES 21 zz 23 24 25 2b 27 28 29 so 31 32 33 34 35 36 37 38 39 40 1) Measured horizontally along the surface from centerline to centerline of the beginniz�g of the casin.g/liner to tl�e cnd of the casing/liner Payrnent b. Payment 1} The work performed and materials furnished in accordance with �his Item and measnred as provided under "Measuram.ent" shall be paid for at the unit price bid per linear foot for "Water Carrier Pipe" complete in place for; a) Various Sizes c. The pricc bid shall include: 1} Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate as specifZ�d by the Drawings 2) Mobilization 3) Grout 4) Joint restraint 5) Casing Spacers 6) End seals 7) Exca�ation 8) Hauling 9) Disposal of excess m,aterial 10) Clean-up 1. Carriez- Pipe: Perttzanent pipe for operational use that is used to convey flows 2. Casing; A steel pipe os tunnel liner installed by trenchless methods that supports tk�e ground and pravides a stabfe underground excavation for installation pf the carrier pipe B. Reference Standards r 2 3. 4. Referen.ee standards cited in thxs Specification refer to the cuirent reference standard published at the time of th� latest revision date logged at the end of this Speeification, unless a date is specifically cited. A�nerican Society ofTesting and Materials (ASTM) a. C39, Standard Test Methad for Compressi�+e Strength of Cylindrical Cancrete Specimens. b. C109, Standard Test Mathod for Compressi�e Strength of HydrauIic Cement Mortars (Using 2-in ar [50 mm] Cube Specimens). c. D�638, Standard Test Mefhod for Tensile Properties of Plastics. International Organization for Standardization (ISO): a. 9001, Quality Management Sy�texns - Requirements. Occupational Safety and Health Administra�ion (DSHA) a. OSHA Regulations and Standards for Underground Constructian, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.� SUBMITTALS 43 A. 5�bmit�als shall be it� accordance with Section 01 33 00. 44 B. All submittals shalI bc approved by the City prior to delivery. CITY OF FORT WOR'I'E� W ater & Sanitary Sewer Raplaeemcnt 5'1'ANDARD CQNSTRUCTIOAI SAECIFICATIQN DOCUMENTS Contract 2016, W5M-M Re�ised June 14, 2013 City Projoet Na. 101 b88 330524-3 �TSTALLATIDN OF CARRIER P1PE TN CASINO OR T[JNIVEi LINER PLATE Page 3 nf 1p 1.6 ACTION 5UBMITTAL�IIN�ORMATIONAL SUSMITTALS 2 3 4 5 6 7 8 9 ia il 12 13 I4 15 16 17 18 �9 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 3'7 3$ 39 40 4I 42 43 44 45 46 47 A. Product Data i . Casing Isolators/Spacers a. Material Data 2. Grflut Mix a. Material Data B. Shop Drawings 1. Required for 24-inch an.d larger pipe insta33ations 2. Submit Wark Plan desaribing the carrier pipe installation equipment, materials and construction methods to be employed. 3. Casing Spacersllsolators a. Datail dt'avvings and manufacturer's informatzon far the casing isolatorslspacers that will be used. 1} Include dirnensaon and component materials and documenYation of manufacturer's IS� 9001:2000 certi�ication. b. Alternatives to Casing spacerslisolators may be allowed by the City on a case- by-case basis. c. For consideratian of alternate method, suhmit a dekailed description af inethod including details. �}. End s�al or bulkhead designs and locatians tar casing/liners. 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work plan and Methods including: a. Grouting methods b. Details of equipment c. Grouting procedures and sequences including: 1) Injectian methods 2) Injection pressut�s 3} Manitoring and recarding eyuipment 4) Pressure gauge calibration data 5) Materials d. Grout mix details including: 1) Praportions 2) Admixtures inclnciing; a) Manufacturer's literature b) Laboratory test data verifying the strength of th� proposed graut mix c) Proposed grout densities d) Viscasity e) Initial set time of graut (1) Data for these requirements sha11 be derived from trial batehes from an appraved testing laboratary. e. Submit a minimum of 3 other similar projects where the propased grout mix design was used. E 5ubmit anticipated vo3umes of grnut ta be pumped for each application and reach grouted. g. For pipe installations greater than 36-inches, withaut hold down jacks or a restrained spacer, provide buoyant force calculations during grou� ng and mea5ures to prevent flo.tation. CTTY O�' FO.RT WQRTH STANDARD CQNSTRUCTION SI'ECIFICATION �OCUIv1ENT5 Revised Sune 19, Z013 Water 8c 5anitary Sewer Replacement Confract Z418, WSM-M City Pro}ect No. I Ot 688 33D524-4 INSTALLATION OF CARRIER YIPE IN Ct1S[NG OR T[JNNL�L GINER PLATE Page 4 nf l0 1 1) Calculat�ons sealed by a licensed Engineer in the State of Texas. 2 h. Description of mcthods and deuices ta prevent buckIing of earrier pipe durin� 3 grouting of annular space, if required 4 1.7 CLOSEOUT SUBMITTALS jNOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] b 1,9 QUALITY ASSURANCE 7 8 9 10 11 12 A. Certiiicatians l. Casing isolator/spacer manufacturer shall be certified against the provisions of IS09001:2000. 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD jSITE] CONDITIONS [NOT USED] 1.1� WARRANTY �NOT USED] 13 PART � - PRODLICTS 14 15 �.1 OWNER FURNISHED [oN] OWNER-SUPPLIEDFRODUCTS [NOT USED] �.� 1VIATERIALS 1 b A. Manufacturers 17 I. Only the manufacturers as listed on the City's Standard Procrtucts List vvill be 18 considered as shawn in Sectian O1 60 Q0. 19 a. The manufacturer must comply with this Speci�icatian and related 5ections. 20 2. Any product that is not listed on the 5tandard Products List is considered a Z1 substit�tinn and sha11 be suhrnitted in accordance with �ection O1 2S Q4. 22 3. The Casing SpacerslIsolators shaZl be n.ew and the product of a manufacizfrer 23 regularly engaged in, the manufacturing of casing spacers/isolators. 24 B. Design Criteria and Materials 25 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 26 indicated in PART 3 afthis Specifcatio�a, incarporating aI] support/insulator 27 dimensions re uired, Dia�netee Speei�cation Water I.ine b-12 16-2p 24 and e Sanitary Sewer Line &-16 18 and Material DIP (Restrained) DIP (Restrained) AWWA C303 �Restrained) DIP (Restrained) AWWA C303 (Restrai�aed} AWWA C301 (Restrained) DIP (with Ceramic �pnxy) PVC C900 DR14 DIP (with Cera�ic Egoxy) Reference 33 11 10 33 11 10 33 11 13 33 11 10 331113 33 11 1S 33 l I 10 33 31 20 33 11 14 33 31 13 CITY OF FOi2T WORTH Wacer & Sanitary 3ewer Ite�lacement STANDARp CONSTRUCTION SP$CI�'ICATTON DOC[iMENTS Contract 201 S, WSM-Iwi Revised dune Y9, 2013 City Projcc[ lVa. 1016$8 33p524-5 INSTALLATIOM OF CARRIER PIPE iN CASING OR TUMJEL LINER PLATE Page 5 of l0 1 2. Grout of annular space 2 a, Por gravity sewer carrier pipe installation: 3 1) Fill all voids between �he carrier pipe and the casing or liner with grout. c� 2) All exterior carrier pipe surfaces and all interiar casing ar iiner surfaces 5 shal� be in contact with the grout. 6 b. For water line installation: � 1) No annular space fi11 wili be used. g 3. Grout Mixes 9 a. Law Density Cel�ular Grout {LDCC) 10 1) Annular space (between sewer carrier pipe and casinglliner) grout shall be L 1 LDCC. 12 2) The LDCG shall be portiand cement based grout mix with the addition of a 13 foaming agent designed for this applieation. 14 3) Develop 1 or more grout mixes designed to completely �i31 the annular 15 space based on the following requirements: 16 a) Provide adequate retardation ta completely fill the annulaz' space in 1 1� monolithia pour. lg b) Pravide less than 1 percent shrinlcage by volume. 19 c) Compressi�e Strength �,fl {1) Minimum strengtb. of 10 psi in 24 hours, 300 psi in 28 days Z� d) Design grout mix with the praper t3ensity and use proper methnds to 22 prevent floating of the carrier pipe. 23 e) Propartion graut to flow and to ccsmpletely fill all voids between the 24 carrier pipe and the casing or liner. 25 4. End Seals 26 a. Provide end seals at each end of ihe casing or liner to contain the grout backfill 27 or to close the casing/liner ends to prevent the inflow of water or soil. 28 1) For water piping less tha� 24-inch diameter, use hazd rubber seals, Model �g PL Linic Seai as manufactured by the Thunderline Corparation or approved 30 equal. 31 2) For water piping 24inch diametez' and greater, use puIl-on, 118 inch thick, 32 synthetic rubber end seals, Madel C, as manufactured by Pipeline Seal and 33 Insulator, Inc. or approved equal. 3� 3) For sewer piping, no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. 3(, b. Design end seals to w�thstand the anticipated sail ar grouting pres�ure and be 37 watertight to prevent grour�dwater from entering the casing. 38 39 4Q 41 �42 43 44 45 46 47 48 �9 5. Casing Spacers/Insulators a. Provide casing spacerslinsulators ta support the carrier pipe during installaiion and grouting (where grout is used). 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing spacers/isolators. 2) Mnrtar bands shall be in accordance with 5ection 33 11 13. b. Casing Spacers/Isolators material and properties: 1) Shall be rr�inimum 14 gage 2} For water pipe, utilize Stainless Steei. 3) For sewer pipe, utilize Coated Steel. 4) Suitahle for supporting weight of earrier pipe withaut defonnation or collapse during installation CITY OF FORT WOItTi-T STAIVDARD COMSTRUCT[ON SPECIFiCATIOAI DaCUMENTS Revised June 19, 2013 Water & 5anitary 5ewer Repiacement Cvntract2U18, WSM-M City ProjecENo. 1D1688 33 US �4 - 6 INSTALLATION OF CARRIER PIPE IN CASING QR T�[7NNEL LINER PLATE Page 5 of LO i 2 3 4 5 6 7 S 9 lQ 11 12 13 14 IS 16 17 18 14 2Q 21 zz 23 24 c. Provide restrained-styl� casing spacers to hold all pipes stable during grouting op�rations and prevent floating or rrzo�ement. d. Pravide dielectric strength sufficient to electrically isolate each component from one another and frarr� the casing. e, Design risers f�r appropriate loads, and, as a zziinimum: 1) Provide 10 gage steel risers a) Pravide stainless steel bands and risers foz' water installations, £ Band tnaterial and criteria 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of O.Q9 inches h) Durometer "A" of 85-9Q hardness e) Minimum dielectric strength of 58,000 �olts g. Runner materia] and criteria lj Pxovide press�re-molded glass reinforced polymer or UHMW with: a) Minimum of 2 inches in vvidth and a min�mum of l I inches in length, 2) Attach to the band or riser with 3/8 inch minirz�um welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) Fill recess with a corrosion inhibiting fller. h. Riser height 1) Frovide sufficient height with attached irunner a�law a minimum clearance of 2 inches between the outside of carrier pipe bells ar co�p�fngs and the inside of the casing liner surface, 25 �.3 ACCESSORIES [NOT USED] 26 2.4 S0�7RCE QUALITY CONTROL �NOT i7SED] 27 PART 3 - EKECUTION 28 3.1 TNSTALLERS [NOT USED] 29 3.� EXAMINATION [NOT LTSED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 33 34 3S 36 37 38 39 40 4I �2 A. General 1. Carrier pipe installation shall not begin until the following tasks have been co.mpleted: a. All required submittals have been provzded, reviewed and accepted. b. All casing/liner joints ara watertight and no water is entering casing or liner frotn any saurces, c. Alt cc�ntact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by City to dacument deviation.s due to casing/liner installation. e. Site safety representati�e has prepared a code of safe practices an�d an emergency plan in accordance v�ith applicable requirements. CITY OF FaRT WOT2TH Water 8c Sanitary Sewer lteplacetnant 5T"ANDARD CONSTRUCTIQN SPECIPICATIpN DOCUMEI�TS Cvntract 2018, WSM-M Re�ised June 19, 2Q13 City Projoct No. 101688 330524-7 INSTALLATION OF CARRTER PIF'E IN CA51NG OR "i"UIVNEL LINER PLATE Page 7 oi 10 l 2. The carrier pipe shall he installed within the casings or liners between the limits 2 indicaked on the Drawings, to the specified lines and grades and utilizing mathads 3 which include due regard for safety of workers, adjacent structures and 4 impravements, utsiities and the public. 5 B. Cantrol of Line a:�d Grade 6 1. Install Carrier pipe inside the steel casing within the following tolerances: 7 a. Hor�zantal g 1) � 2 inches feom design line 9 b. Vertical 10 1) �l inch from deaign grade 11 2. Check line and grade set up prior to beginning carrier pi�e installation. 12 3. Perform survey checks of line-and-grade af carrier pipe during installation 13 operatians. 14 4. The ContracYar is fully responsible for the accuracy of the installation and the 15 correctinn of it, as required. I6 a. Where the camer pipe installation does not satisfy the specified toleranccs, � 7 correct the installation, including if necessary, redesign of the pipe or structures 1 S at no additiona! cost to City. 19 20 21 22 23 24 2S 26 27 28 29 3a 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 C. Installation of Carrier Pipe 1. Pipe Installation a. Rennove all Ioose sail from casing or liner. b. Grind s�nooth all z'ough welds at casing joints. 2. Installation af Casing Spacers a. Provide casing spacers, insulators or other approved devices tn prevent flotation, movement or daznage ta the pipe during installation and grout backfill placeme�nt. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or htnnels. e. Correctly assemble, evenly tighten and preveni damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance �vith man�facturer's recommendations. e, Install carrier pipe so that tfiere is no metallic contact between the carrier pipe and the casing. f. Carrier pipe shall be installed without sliding or dragging it on tk�e ground or in the casinglliner in a manner that could da�tYage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally saf� lubricant to miniznize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolaYed from the carrier pipe and from the �� .1• castng. Grade th� bottom of the trench adjacent to each end of the casing to provide a firm, unifnz7m and continuous support far the pipe. If the crench requires some backfill to establish the final trench bottom grade, place the bac�fill material in 6-inch lif�s and compact each layer. After the casing or tunnel liner has bee�n placed, pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing CTTY OF' FOIZT WOiZTH STANDARD COI�STRUCTIdN 5PECiFICATIOIY DOC[1MBNTS Revised June !9, 2D13 Water & Sanitary 5ewer Repkacement Contraet2018, WSM-M City Projccf No, l O168S 330524-8 [NSTALLATION QF CARRIER PIPE IN CASING OR T'[JNNEL LINER PLATE Page B vf 1Q a. Maximum distance between spacez's is to be 6%et, b. For 18 an,d ZO £oot long joints, install a minimum of 4 spacers. 1) Insia112 spacers within 1 foot on each side of the bell or flange. 2) Remaining 2 spacers shall be spaced equally. c. I� the casing or pipe i� angled ar bent, reduce the spacing. d. The end spacer must be within b inch�s af the end af the casing pipe, regardless of size of casing and pipe or type of spacer used. e. Install spaaexs on PVC pipe at the insertion line t� prevent over-insertion of Yhe spigot into the be11. 10 II 12 13 14 1S 16 I7 18 19 4. Af�er installation of the carrier gipe: a. Mortar inside and outside of the joints, as applicable. b, Verify electrical discontinuity b�tween the �avater carrier pipe and tunnel liner. 1) If continuity exists, remedy Che short, by all means necessary including removing and reinstalling the carrier pipe, prior ko applying ceIlular grout. c. If hold down jacks or casing spacers are used, seal or plug the ends af th� casing. d. If steel pipe is used and not welded prior to instaIlation in casing/liner, weldirtg of pipe will anly be allowed after grouting of annular space is complete. D. It�staIlation of End Seals 20 I. For Water Pipes �� a. Grout end of casing/liner a minimum of 6 inck�es and a maxi�nnum of 12 inches. 2� b. Plac� pull-on synthetic rubber end seals an the pipe and pull over the end of the 2� casing, Securely fasten with stainless steel bands, 24 25 25 z7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2, For Sewer Pipes a. Grout annular space between carrier pipe and easing as indicated in this Sp�ciiieation. E. Aiu�ular Space Grouting (Fqr Sewer Only) Prepar� pipe xs necessary to prevet�t the pipe from floating during grouting operation as necessary. 2. Mixing of Grou.t a. Mix material in equipment af sufficient size to pmvide the desired amount of grout material for each stage in a single operation. 1) The equip�ent sl�all be capable of mixing the grout at the required densities for the appraved procedure and shaiI be capab�e of chauging the densities as required by �eld conditions. 3. Backf ll Annular Space with Grout a. Frior to filling of the annular space, test the carrier pipe in accordance �ifih Section 33 O1 30. b, Verify the maximum allowabie pressure with the carrier pi�ae manufacturer and do not axceed this pressure. c. After the installation pf the carrier pipe, the remaining space (all voids) between the casinglliner and the carrier shall be filled with LDCC grout. 1) A!1 surfaees of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout, 2) Grout shall be pump.ed through a pipe or hose. 3) Use grout pipes, or other appropriate materials, to avoid darnage to carrier pipe durting grouting, CTI'Y OF FOR7' WQRTII Water & Sanitary Sewer Iteplscement STANDARD COFVSTRUC'I'lON SP6CIFICATEON DdCUMENT5 Contract 201B, WSM-M Re�ised Iuna 19, 2Q13 City I'roject l�io. l D 1 G88 3aasz4-9 INSTALLATION OF CARRIER PSPE IN CAS6+iG OR TS1NI�SEL LINER PLATE Page 4 uf 10 ] z 3 4 S 6 7 8 9 10 11 4. S. 6. Injection of LDCC Grout a. Grout injection pressure shail not exceed the earrier pipe rnanufacturer's approved recommendations ar 5 psi (tvhichever is lower). b. Putt�ping eguipment shall be of a size sufficient to inject grout at a volume, velaeity and pressure compatible with the size/volame of the annular space. c. Once grouting operations begin, grouring shall praceed uninterrupted, unless grouting procedures require multiple stages. d. Grout placernents shall not be terminated until the estimated annular �olume of grout has been injected. Block th� caz�'ier pipe during grouting to prevent flQtation durin.g grout installation. Protect and preserve the interior surfaces of the casing from damage. 12 3.5 REPAII21 RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED� 14 3.7 FIELD ta�] SITE QUALITY CONTROL 15 A. Reports and Recards required for pipe installations greater than 4$-inches and longer 16 than 350 feet 17 1. Maintain and submit daily logs of grouking o�erations. 18 a. Include: 19 1) Grouting locations 2b 2} Pressures 2l 3} Volumes 22 4) Graut mix pump�d 23 S) Time of pumping 24 2. Note any pz'oblems or unusual obserr�ations on logs. 25 B. Crrout Strengtk� Tests 26 1. City will perforrn testing fvr 24-hour and 28-day compressive strength tests for the 2'1 cylinder molds or grout cubes obtained during grouting operations. 28 2. City will perfortn iield sampling du�ing annular space grouting. 29 a. City will collect at least 1 set of 4 cylinder rnoids or grout cubes €or each 100 30 cublc yards of grout injected hut not less than I set far each grouting shift. 31 b. City will perform 24-hour and 28-day compressi�e strengtla tests per ASTM 32 C39 {cylindrical specixnens) or ASTM C109 (cube specirn�ns). 33 c. Remaining samples shall be tested as directed by City. 34 35 36 37 38 39 4Q 41 42 43 C, Safety 1. The Contractor is resp.onsible for safety on the job site. a. Perform aIl Work in aceordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement, 2. Na gasoline powered equipment shall be permitted in jacking shaf�s and receiving shaf�slpits. a. Diesel, electrical, hydraulic and air powered equipment is acceptabie, subject to applicab.le local, State a.tid Federai regula#ions. C1TY QF FORT WOR'I'H STANDARD CQNSTRUCI'IO1V SPECIFICAT[ON DOCUMENTS Revised June 19, 2p13 Water & 5anitary 3ewer Repfacement Cantract 2� 1 S, W 51Vi-M City Project No. 1D16$B 33asza-ta INSTALI,ATION OF CARRIER PIPE IN CASIi�IG QR TUNI+iEL LINP.R PLAT$ Page 10 of l0 1 2 3 4 S 6 7 8 9 ia 11 tz 13 14 15 16 17 3. M�thods oi construction sha11 be such as to ensure the safety ai the Work, Contractor's and other employ�es on site and the public. 4. Furnish and operate a temporary ventilatian system ir� accordanee wtth app�icable safety req►airem,ents when personnel are underground. a. Perform all required air and gas manifoxin�. b. Veatilatian system shall provide a suffici�nt supply af fresh air and maintain an at�nosphere free of toxic or flammable gasses in all tznderground worlc areas. 5. PerFortn all Work in accordance with all current applicabl� regulations and safety requirements pf tl�e federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Part I926, Subpart S, Undet-ground Construction and Subpart P, Excavations. b. In the event of conflict, comply with the mare stringent requirernents. 6, Tf personnel will enter the pipe during oanstructian, khe Contractor shall develop an emergency response plan for rescuing �ersonnel trapped underground in a shaft excavation or pipe. a. Keep an-site all equipment required %r emergency responsc in accordance with the agency having jurisdiction 18 3.� SYSTEIVI STARTUP [NOT i7SED] 19 39 ADJUST�NG [NOT USED] 20 3.1p CLEANING [NOT IISED] 21 3.11 CLOSEOi,1T ACTIVITXES [NOT USED] zz 23 24 25 2G 3.12 PROTECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT U�ED] END OF SECTIQN Revision Log DATE NAME SLJMMARY OF CH�NGE 12/2Q12Q 12 D, Johnson 2.2.8.1 — Modified minimum water fine diameter fram 8-inches to 6-inches Added Blue T�xt for elerification 1.1.0 — Added Cancrete Pressure Pipe Specification reference, b/19/2013 D. 7oE�nson 2.2.B.5 — Added provisians for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language re[ated to spacing of casing spacers to correspand to fhe Ciry's Standard Detail. 27 CITY QF F�RT WOR77I Water & Sanitary Sewar Replaeement 51'ANDARL] CQNSTRUCTION SP�CIF[CATTON DOC[1MENTS Contract 2018, WSM-M IZe�ised June 19, 2013 City Projcct IYo, l O1688 33 05 26 - 1 UTILI"I'Y MARKERSlLOCATQRS Page 1 vf+} SECTION 33 05 26 UTILITY MARKER5ILOCATORS PART1- GENERAL 1.1 SLTMMARY A. 5ectian Includes: 1. Buried and surface utility markers for utiiity construction B. Deviations frorr� tl�is City of Fort Worth Standard Specifica�ion 1. None. C. Related Specificatian Sections include, but are not necessarily limited to: 1. Division 0— Bsdding Requirements, Contract Forms, and Conditions of the Gontract 2. Division 1— General Requirements 1.� PRICE AND FAYMENT PROCEDURES A. Measurement and Payment 1. Measuxement a. Measurement for t}vs Item wili be by lump sum. 2. Payment a. Ti�e work performed and mat�irials furnished in accordance with khis Item will be paid for at the lump sum p�zee bid for "Utility Markers". 3. The price bid shaIl inciude: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction af backiill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. lteference standards cited in this Sp�cification refer to the current reference standard published at the time of the latest revision date lagged at the �nd of this Speci�ication, unless a date is specificaily cited. 2. American Public Works Associatian {AWPA): a. ilniform Color Code. L4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� SLTBNIITTALS A. Submittals shall be in accordance with Sectian O1 33 00. C�TY OP FORT WORTH Water & Sxnitary 3ewer Replacement STANI]ARD CONSTRUCTION SPECiFI�A`CIQN DOCUMENTS Contract 2018, WSM-M Revised Decemher 20, 20i2 City Project No. LO1688 330526-2 U1'1LITY MAIiKERS/LOCAT4R5 Page 2 of 4 B. All submittals shal! be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFQRMATIONAL SUSMITTALS A. Product Data I. Buried Mark�r 2. Surface Marker 1.? CLQSEOUT SLIBMITTALS [NO'I' USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T [JSED] 1.9 QUALITY ASSLTRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [�ITE] CONDITIONS [NOT USED� 1.12 WARRANTY [NOT i1SED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLLEDPRODUCTS [NOT USED] 2.2, MATERIA.I,S A. Manufacturers I. Oniy the manufacturers as Iisted an the City's S#andard Products List will be considered as shown in Section O] 60 Q0, a. The manufaeiurer must comply wi.th this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the mannfacturing of Utility MaxkerslLocators, B. Materials Buried Markers (Detectable Warning Tape} a. Provide detectable warning tape as follows: ] ) 5.0 mil overall thickness 2) Width — 3 inch minirnum 3} Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thicicness 0.35 mils sotid aluminum foil encased in a protecti�e inert plastic jacket (I} 100 peroent virgin low density polyethylene (2) Impervious tq all known alkalis, acids, chemical reagents and salvents within sail {3) Aluminum foil visible to both sides S) Locatable by canductive and in�uetive methflds 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water iines CITY OF FOIiT WORTH WaYer &. 5anitary 5ewer Repla¢emeni 9TANDARD C�NSTRUCTION SP�CIFICATION DOCUMENTS Gontract 2018, WSM=M Revised December 2D, 2012 Gity Project �Vo. 1016B8 33OS26-3 UTILlTY MARKERSILUCATORS Page 3 nf 4 (1) Coior—Blue (in aceordance vvi.th AFWA Uniform Color Code) (2) Legend — Caution Potable Water Lin� Below (repeated every 24 inches) b) Reclaimed water Lines (1) Calor — Purple (in accordance with APViTA Unifarm Colot Code} {2) �.egend — Caurion Reclaixned Water Li.ne Below (repeated evezy Z4 inches) � c) Sewer �.ine (1) Color -- Green (in accordanae with APWA ilniform Calor Code) (2) Legend — Caution Sewer Line Below (repeated every 24 incbes) 2. Surface Markers a. Provide as. follows: 1} 4-inch diameter, 6-feet mi.nimum lengtl�, polyethylene posts, or equal 2) White pasts with colored, ul�raviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accnrdance with APWA Uniform Colar Code) �2) Legend — Caution Potable Water Line BeIow b) Reclaimed water liries (1) Color — Purple (it� accordance with APWA iTniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) 5ewer Iines {1) Color — Green (in accardance with APWA Unifarm Co�nr Code) (2) Legend — Caution Sew�r Line Belaw 2.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED� 3.2 EXAMINATI�N [NOT USED] 3.3 PREPAILATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectabl� Warning Tape) 1. lnstall in accordanee with manufactuz'er's recammendations below naturai ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet ar as clase to the grade as is practical for optimum protection and detectability. B. Surface 11�arkers 1. Sury a min.imum of 2 feet deep, with a m.inimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inehes (not including post cap). 3. Where possible, place surface mazkers near fixed abjects. 4. Place Surfac:e Markers at t4ie following locations: CITY OF FOKT WORTH STANDARI] CONSTRUCT1L33Y SPECl�'ICATiQN DOCUMENTS Water & 3anitary Sewer Repfacement Revised Deeemher 20, 2012 Contract 2018, WSNi-M City Pmject No. l O 1b88 330526-4 U'['ILiTY MARKER5ILDCATORS Page 4 of 4 a. Buried Features 1} Place directly abovc a buriEd feature, b. Abo�e-Ground �'eatures 1) Plaee a ma�cimunn of 2 feet away from an above-ground feature. e. Wat�r lines I6-inches and larger 1) Each right-of-way line (or end af casing pipe} for: a} Highway crossings b) Railroad cz-ossings 2) Utility crossings such as: a) High pressure or Iarge diameter gas lines b) Fiber optie lines c) Underground elect�ic tran.smission lines d) Or other locations shown nn the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: I) In undeveloped areas, place marker m�imum of 2 feet away from an abo�e-ground %ature such as a manhole ar cambination aiz vaTve vault. 2) Placa at 500-foot inter�als alan� the pipeli�e. 3.� REPAIR 1 RESTQRATION [NOT USED] 3.b RE-INSTALLATI�N [NOT USED] 3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STA.RTUP [NOT USED] 3.9 ADJiTSTING [NOT USED] 3.10 CLEANING [NOT USED� 3.11 CLQSEOUT ACTIVITIES [NOT USEDJ 3.1� PROTECTION [NOT LTSED] 3.13 MAINTENANCE [NOT USED� 314 ATTACHMENTS [NOT USEDJ END OF SECTION Re�ision Log DATE NAME f 2/20/2012 17. Johnsnn SUMMA.RY OF CHANG� Removad referencos to [Jtility Mark�z Balls throughout. CITY OF FORT WORTH Watee & 5anitary Sewer Replaceinent STA�fDARp CON5TRUCTIQN SPECIPICAT[QN DDCUMENTS Re�ised Qeeem6er 20, 20I2 Cantract 2U28, W9M-M City Frojcet No. 1 p l6'88 33U530-3 LOCATION O� EXI5TlNG UT1LlTIES Page 1 of 4 SECTION 33 OS 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Locating and verifying the iocation and elevation of the �xisting underground utilities that may conflict with a facility proposed For construct'son by use of: a. Exploratory �xcavation b. Vaeuum Excavation B. Deviations from this City of Fort Worth Standard Spc�cification 1. None. C. Related Speeification 5ections include, but are not necessarily linnited ko: 1. Division 0— Bidding Requirements�, Contraet Forms, and Canditions of the Contract 2. Division 1— General Requirements 3. Section 33 dS 10 — Uti3ity Trench Excavatinn, Embedment and BackFill 1.2 PRICE AND PAYMENT �'ROCEDIIRES A. Measuremeni and Payment b c. Exploratory Excavation of Existing Uiilities a. MeasureFnent 1} Measurement for tk�is Item shal� be per each excavation perFormed as identi%ed in the Drawings, or as direeted. Payment 1) The work perFormed and nnaterials furnished in accordance r�vith this Item and measured as provided under "Meastuement" will be paid for at the unit price bid per each "Exploratory Excavation for Eacisting Utilities" specified. The price bid shatl include: 1} Grade survey 2) Pavement removal 3) �xcavation 4j Utility Location 5) Hauling 6) Disposal of exc�ss material 7) Furnishing, placing and compaetion of embedment 8} Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuurn Excavatian of Existing Utilities a. Measurement 1) Measurement foz'tksis Ikem shali be per each excavakion performed as identified in the Drawings, pr as directed. b. Payment G1TY OF FORT WQRTH 5TANDAR.D CONSTRUCTTON SPECIFICAT103V DOCUMENT3 Water & 5anitary $ewer Replacemenk Reuised December 20, 2D12 Coutract 2Q1&, WSM-M City Projcct Mo. 1016$8 33053D-2 LOCATION OF EXISTING 111'1LITiES Nage 2 of 4 I} The worl� performed and materials fumashed in accordance with this Item and measured as provided under "Measurement" wi11 be paid for at the unit price bid per each "Vacuum Excavation" speci£'ied. c. The price hid shall include: 1) Gradesurvey 2j Pavement removal 3) Vacut�m Excavation 4) iltility Location 5) Haalzng 6) Disposal of excess material 7} Furnishing, placiag and compaction of embedment 8} Furnishing, placing and cor�zpactian of backfill 9} Cl�an-up 1 q) 5urface restoration L3 REFERENCES A. Def nitions 1. Exploratory �xcavation: Previously called "D-Ho�e" with�n the Gity, a method used to locate existing underground utility as shown on the plans through the use of standard excavation eqUipment. 2. Vacuum Exca�ation: Method used to locate axisting undexground utility as shown on the plans tk�ough the use of geophysical prospecting equipment such as vacuum excavation. B. Refer�nce Standards t. Reference standards ciied in this Speci�cation refer ta the current reference standard published at �he time of the laYest revision date loggcd at the end of this Specifica�ion, unle�s a date is specifically cited. 2. American Society of Civil En�ineers (ASCE) a. ASCE Publicatian Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing �ubsurface Utility Data) 1.4 ADMFNISTRATIVE REQIIIREMENTS A. Coordinatian 1. Caordinate with City Inspeetor at least 4$ hours priar to cammencing on site for Exptaratory �xcavation of Existing Utili�ies. 2. Coordinate Iocation of all other existing ukiIities within vicinity af excavation prior to commencing Exploratory Excavation. 3. Cqardinate staking of Explc�ratory Excavatians with City at least 1 week prior to comrnencement. B, Sequencing 1. Exploratory Excavations shall be conducted pr[oz' to ttie construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Expioratory Excavation of Existing Utilities to accoznt�nodate City personnel. CITY UF FpRT WORTH STANDARD G�NSTRUCT[ON 3PECIFICAT[ON DQCLTM�NTS Watar & Sanitary 5ewcr Replacement Revised December 20, 2�12 Gontract 2018, WSM-M City ProjectNo. 1Q1688 33 DS 30 - 3 LOCATION O�' LXI5TING UTILITIES Page 3 af 4 1.S SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTAL�IiNFORMATIONAL SIIBMiTTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Repart of Utility Loeatian 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as sur�eyed a. Top of utility b. S.pring line of utility c. Existi�g ground 3. Material type, diameter and description of the condztion of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE [N�T USED] 1.10 DELIYERY, STORAGE, AND HANDLING [NOT USED� 111 FIELD [STTE� CONDITIONS [NOT L)SED] �.12 WARRANTY [NOT USED� PART � - PRODIICTS jNOT USED] PART 3 - EX�CUTION 3.l INSTALLERS [NOT USEDj 3.� EXAMINATION A. Veriiicaiion of Conditions. 1. Verify lacatian of existing utiiities in accordance with the General Requirements, the Generai Notes and the Drawings. 3.3 PREPARATION A. CoQrdinate with City Survey, if applicable. 3.4 INSTALLATIQN A. Exploratary Excavation 1, Verify locatioz� of existing utiiity at location denoted on the Drawings, or as directed lay the City. a. Exp�se utility to spring line, as necessary. b. Exnavate and Backfsll Trench for ihe Explorataty Excavation in accordance wiY�i 5ectian 33 OS 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH STANI3/�D CdNSTRUCTI03d SPECIF'[CA770Pi DOCLfMENTS Water & Sanitary Sewer Replacemcnt Revised 17ecemUer 24, 2D12 Contract 2U18, WSM-dvl City Prnject IVo. L01588 33 OS 30 - 4 L�CATION OF EXISTING UT1L1T1E5 Page 4 of 4 2. Designate the horizontal position of the e�cistir�g under�round utiIities that are ta be lacatec� using geophysical pz'os�ecting equipmen#. a. Acq�tire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practiees and procedures described in ASCE Publication CIIASCE 3$. C. Upon completion of tl�e utiiity locating, submit a report of the f�ndiags. D, If location af utilit� is in eonflici with tha Dravvin.gs, notify the City Project Manager far appropriate design modifications. E. Place embedment and backfill in accordance with Seetion 33 OS 10. F. Once necessaty data is obtained, immediately restore surface ta existing conditions tq: 1. Ohiain a safe and proper driving su�rface, if applicable 2. Ensure the safety of the general pu6lic 3. The satisfaction of the Ci{y 3.S REPAIR / R�STORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 F�ELD �oR] Sl'CE QUALITY CONTROL [NOT USED] 3.8 �YSTEM STARTUP [NOT USED] 3.4 ADJUSTING [NOT US�Dj 31Q CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT [ISED] 3.12 PROTECTION [NOT USEDJ 3.13 MAINTENANCE [NOT iISED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CI-IANGE Title- Exploratqry Excavation of Utilities changed to Location of Existing Utilities 12120/2Q13 D. ]ohnson 1.2 — Added Measurement oFPayment far Vacuum Exca�afian 1.3 — Added Deftnitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT W�RTH Water & 5anitary 5ewer Re�lacement STAI�iDAl21J CO�ISTRUCTION 5PECIFICATION DOCUMEI�ITS Contract 2ql$, WSM-lVi Revised 17ecemher 20, 2Q12 City Ptaject No. 1O1b8$ 33 L 1 OS - l BOLTS, NUTS, AND GASKETS Page 1 of 7 5ECTION 33 11 0� BOLTS, NUTS, AIVD GASKETS 1'ART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. A11 nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c, Threaded Rads d. Push-vn Gasicets e. Mechanical Joint Gaskets f. Flange Gaskets g. �lange Isolation Kits h. Petralatum Tap.e Systems B. Deviations from this eity of Fort Worth Standard Speciiication 1. None. C. Related Specification Seetians include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract �ortns, and Conditians of the Contract 2. Divis'son 1— General Requirements 3. Section 33 04 10 — Jaint Bonding and Electrical Isolation 4. 5ection 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND 1'AYMENT PR�CEDURES A. Measurement and �ayment 1. Hydrocarbon Resistant Gaskets a. Meas�rement 1) Measuremenf for this Item shall be by Iump sum. b. Payment I) The worlc performed and the materials fumished in aceordance with this Item shall be paid for at the lum�a sum price bid for al1 "Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1} The Items ir► this Section are considered subsidiary to the Item being installed. 6. Payment 1) The work performed and tnaterials furnished in accordance with this Item are subsidiary to the unit price bid fnr the Item being installed and no other compensation wili be allowed. CiTY OF FORT WORTH STANDARI] CON5TRi1CTTON SPECiFiCAT[ON DOCUMEN7'S Water & Sanitary 5ewer Replacement Revised Becem6rs 20, 2612 Contract 2U16, WSM-M City Project No. l � 1688 3311p5-2 BOLTS, I+iU7'S, t1Np GASKET5 Page 2 oi 7 i.3 REFERENCES A. Referenca Standards Reference standards cited in this specif�catinn re%r to the current reference standard pu�lished at the time of the latest revision date lagged at the end of this specification, unless a date is specificaIly cited. American Iron and Steel Tnstitute (AISI}. 3. American Society af Mec�anieal Engineers {ASME): a. PCGI-2U12 Guidelines for Pz'essure Boundary Bolted Flange Joint Assembly, 4. American Society af "X'esting an� Materials (ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for Higt�, 'I'emperahtre or High Pressure Service and Other Special Purpose Applications. b, A194, Standaz'd Speci�cation %r Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature 5et-vice, or Both, c. A242, Standard Specifieatian for High-Strength Low-Alloy Carbon Structural Stecl d. B117, 5alt Spray Testing e. F436, Standard 5pecz�catian for Hardened Steel Washez-s 5. Atnerican Water Works Associatian {AWWA): a. C111/A21.11, Rubber-Gasket Joints far Ductile�Iron Pressure Pige and Fittings, b_ G207, Steel Pipe Flanges for WaterworIcs 5ervice — Sizes 4 In. Through 144 In. (100 znm Through 3,600 mm}. e. C6Q0, Installatian of D�c�ile-�ron Mains and Their Appurtenances. d. Ml l, Stee1 Pipe. e. M41, Ductile-Iron Pipe and Fittings. 6. Fastener Quality Aet (�'QA) a. Public Law 106-34 (P.L. 106-3�4) 7. NSF Internationai {NSF): a. 61, Drinking Water System Components - Health Effects. S. Society for Protective Coating {SSPC) Surface Preparation SYandards (5P); a. SPZ, Ha;nd Tool Geaning b. 5P3, Power Tool Cleaning 1.4 ADMINISTRATNE REQUIREMENTS [NQT USED} 1.5 SLTSMITTALS A, Submittals shall be in accardance with Seetion O1 33 00. B. All submittals shall be approved by the City prior to deIi�very and/or fabrication for specials. 1.6 ACTION SUBMITTALS 1 INFORMATIONAL SUSMITTALS A. Product Data l.. BoZts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY dF FORT WDIiTH STAIVDARL] CdNSTRUCTION 5PCCIF'IGATIdN DOCL7MHNT5 Watcr & Sanitary Scwer ltcplacement Reviaed Decem6er 20, 20I2 Cnntract 2018, WSM-M City Projcct No, 101668 33 11 US - 3 BOLTS, NU1'S, AND GASi{�TS Pa&e 3 of 7 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall confnrn3. to the Fastener Quality Act (FQA} (P.L. i06-3�). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporatzan, ar a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SIIBMITTALS [NOT USEDJ 1.8 MAINT�NANCE MATERIAL SCTBMITTALS [NOT USED] 1.9 QUALITY ASSiTRAi�TCE A. Quaiifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall he perfc�rmed under the contral of tha man,ufacturer. b. AIl gaskets shall meet or exceed the latest re�isiQn.s NSF 61 and shall meet ar exce�d the requirements of this Specification. B. Preconskruction Testing The City may, at its own cost, subject randorn fittings for destructive testing by an independent laboratory for campiiance with this Speciiieation. a. The cornpliance test shall be performed in the United States. b. Any visible defects 4s' failure to meet the quality standards herein will be grounds for rejecting the entire arcier. 1.1Q DELIVERY, STORAGE, AND HANDLING A. 5torage and Handling Requirements Secure and rnainkain a location ta store the material in accordance with Sectipn 0� 66 00. l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USEDj PART2- PRODIICTS 2.1 OWNER-FURNISHED �nx� OWNER-3UPPLIED PRODUCTS [NOT USED] 2.� EQUIPMENT, PRODi1CT TYPES AND MATERIALS A. 1Vlanufacturers 1. Oniy the manufacturers as listed on the City's Standard Products Lisi will be considered as shown in Secti�n Ol 60 OQ. a. The manufacturer must comply with this Specification and related Seetians. 2. Any product that is not listed on the Standard Froducts List. is considered a substitution and sha11 be submitted in accordance with Section 01 2S 00. B. Regulatary Requirements I. All fasteners, excluding T-Balts, shall confortn to the Fastener Quality Act (FQA) {P.L. 106-34). All fasteners shall meet the rriarking requirements set forth by �is Act. CITY OF FORT WORTH Water & Sanitary 5ewer RepEaeement STANDAI2I] CONSTRUCTfON SPECIFiCAT[ON DOCUMENTS Contract2fll$, WSM-iv1 Revised Decem6er 20, 2012 City Prvject No. 1Q1688 3a i� o5-a IiOL'I'S, NUTS, ANp GA5KET5 f age 4 of 7 C. T-BO�.i5 1IiC� NL1tS 1. Standard Xylan Cqated T-bolt an,d Nut a. High strength, corrosian-resistant, low-carbon weathering steel in accardance witl� AWWA/ANSI C 1 I 1/A21.11 and ASTM A242 b. Xylan Coating in accordance wifh this Section Stainless Steel T-bolt with XyIan Coated Stainless Stee1 Nut a. St�inless Steel T'-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 5taiz�less Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Cl�ss 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTIVI A194, Grade S Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with XyZan in accardance with this Sectian. E. Threadad Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Gz'ade B8, Class 1{AISI 304 Stainless Steel, carbide solution treated} 3. Nuts and Washers; ASTM A144, Grade 8 Nuts with AISI �04 Stainless Steel Washars a. Coat nut with Xylan in accardance wi�h this Section. F_ Push-fln Gaskets 1. Confarming to the physieal and marlcing requirements specified in ANSI/AWWA CI11/A21.12.. 2. AIl gaskets shalI mee# oz exceed the latest re�isions NSF 61. 3. Rubber gaskets sha11 he made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign nnaterial and other defects that make them �n�t for intended use. S. Gaskets shall be the size and shape required to pravide an adequate cornpressive force against the plain end and socket af�er assembly ta affect a positive seal under all combinations of joint and ga�ket tolerances. G. Mechanieal ]oint Gaskets 1. Conforming to the physical and marlcing raquirements speci�ed in ANSI/AW WA C111/A21.11. 2. All gaskets shall meet ar exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4, Gaskets shall be free from p.orous arcas, foreign material and other defects that zx�.ake tl�em unfit for intended use. H. Flange Gaskets 1. Class E Flanges Ci7'Y OF FORT WORTH STANDAA.d CONSTRUCTIqN SPECIFTCATIpN []OCUMGIYTS Watar & SaniYary Sewcr Rcplacement Revised December 20, 2012 Conlr�act 2038, WSM-M CityProjeciNa. ]01688 33 l ! OS - 5 BOL7'S, NUTS, AND GA5KET5 Pagc 5 of 7 a. b. c. d. e. f. �• h. FuII face Manufactured true to shape from nninimum 80 durometer SBR rubber stock of a thickness not less than 118 inch Virgin skock Confortning to t�e physical and test requirements speciiied in AWWA/ANSI ciiri�zi.li Al1 gaskets shall mEet ar exceed the latest revisions NS� 5I. Finished gaskets shall have hales punch�d by th� manufacturer and shall match the flange pattern in every respect. Frayed cut edges are not acceptable. Field cut sheei gaskets are not acceptable. T. Hydrocarbon Resiskant Gaskets 1. Furnish Viton� (Fiuorocarbon) Ruhber, hydrocarbon resistan.t gaskets, wken required, Flange Isalation Kits 1. Flan.ges which are required by the Dtawings to be Isolation Flanges shall canform to Section 33 04 10. 2. For bolts used with isalation sleeves per Section 33 0�4 10, threading must extend ta bolt head with na grip ta ensure sleeves fit groperly. K. Petrolatum Tape System 1. Petxalatum Tape Pritner: Denso Paste, or approved eqnal 2. Molding and Filler rnastic: Densyl MasYic,. or approv�d equal 3. All Purpose Pe�rolatum Tape: Densyl Tape, or approved equal L. �ylan Coating a. Coat nuts and bolts with a ceramic-filled, baked on flunrocatbon resin, when required. b. Coated nuts and bolts sha11 ba prepared "near white" or "wi�ite" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be o£ Xylan as manufactured by Whit%ard Corporation and applied by Whitford Corporation or wiihitford Corparation Recommended Caater. d. Coating shail be free frorn holidays and defects. e. Coating thicicness shall bet�reen 0.0007-inch�s and O.00L�-inches and shall be such that the nut turns freely on the bolt. f. Coating shall caafornn ta the performance requirements of ASTM B 117, "Sa1t Spray Test" and shall include, if required, a certificate of cnnfarmance. �.3 ACCESSORIES [NOT USED] �.4 SOURCE Qi7ALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USEDj 3,2 EXAMINATION [NOT USED� CITY OF FORT WORTH STAIJDARD CONSTRUCTION SNECIFTCATION DOCi1MENTS Water &. 5anitary Sewer Raplacemeot Revised December 20, 2012 Conuact 2a1 B, WSM-M City Project No, 101b88 331105-6 QOL`I'S, NUTS, ANp GA5KET5 Fage fi of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical jaints in acc.ordance vwith ANSUAWWA C1111A21.11 Appendix A, AWWA Cb00 and AWWA 1Vlanual 1VI41. 2. Use Standard �ylan Coated 'I'-balts asid Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall nnly be nsed when specifically required in f,he Drawings. B. �'langed Joints 1. I�stall in accordance with ASME PCC-1-2012. 2. Use Stainless Stee! Bolts and �ylan Caated Nuts, 3. Wrap all buried steel flanges for AWWA C200, C3p1 or C303 pipe witl� Petrolatum Tape System. a. If on�y 1 fla�ge in a joint is steel (AWWA C.200, C301, or G303), pe#rolatum tape wrapping will be required. b. If a jnint is made betw�en two ductile uon flanges, the joint should be polyethylene eneased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the fIange. 5. During assembly, tighten nuts gradually and equaIIy using a three-pass method in accordance with ASME PCC-1-2012, a. For the �rst pass, tighten the nuts ta 50 percent at diametrically opposite sides to prevent misalignment and to ensure Yhat all boIts carry equal loads. b. Far the seeond pass, tighten the nuts to 1 QO percent again in a diametrically opposite pattern, c. Allow a minimutn of 1 hour to pass to pravide time for settlement between bolts az�d nuts and gasket relaxation. d. Complete the third pass by checking eac� bolt in a clockwise pattern. Each nut should be tighten�d until it will no longer turn, This step eompensates for elastic intexaction and brings all bolts into parity, b. The threads of the bolts should protrude. a minimum of'/�-inch fram the nuts. C. Flang�d JQints with Tsolation Kit Plang� Isolatian Kits shall be installed in accorclance with Sectio� 33 04 10. City will verify Isolatian in accardance with Section 33 04 10. D, Threaded Rod 1. Instal2 as pac� of joint harness assembly in accordance with AWWA Manual M11. 2. Space rods evenly axounc� the pipe, 3. During assembly, tighten nuts gradually and equally using a three-pass method in accordance with ASIVIE PCC-1-2012. a. Far the frst pass, tighten the nuts to 50 percenY at diarn,etrically opposite sides to pre�ent zz�isalignment and to ensure that all balts carry equal Zoads. b, For the second gass, tighten the nuts to 100 percent again in a diametrically apposite pattern, 4. The threads of the bolts should protrude a minimum of'/-inch fram the nuts. CITY OF FDRT WORTH STANDARD CON5TRUCTION SF�CIFICA770I1 llf3C[7MElYTS Water & Sanitary Sewer Rcplaccment ftevised I]ecember 20, 2U12 Contract 201 B, W5M-M City Project Na. 1Q1688 33 1 i 45 - 7 BOLTS, NUTS, AND GASLCE`I'S Page 7 �i 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrola4�m Tape Sys.tem 1. 5urfaces should be iree from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. I} High pressure wash of 3,000 to 7,000 psi is also suitab.le. b. Surfaces may he damp but sha11 not have droplets or cnntinuous film af water. 2. Apply a uniform, thin coat af Yetrolatum Tape Primer tp ti�e entire surface by stiff hrush, gloved hand or rag at normal ambient terttperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded conftguration to fil! irregular shapes and reduce sharp-edged surfaces. 4. Spirally wrap Ali Purpose Petrolatum Tape witl� a rr ��murn averlap of 1 inch. a. For severely corrosive enuironrttents, an overlap of 55 percent is recommended. b. Press air pockets out and smooth alI lap seams. 5. Fnr additional mechanical praiection, overwrap may be applied to inerease impact strength and electrical resistanee. 3.5 REPAIR 1 RESTORATION [NOT USEDj 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] STTE QUALITY CONTROL [NOT USED] 3.$ SYSTEM STARTUP [NOT USEDj 3.9 ADJ[TSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT IISED] 3.12 PROTECTION �NOT USED] 3.13 MAIN'i'ENANCE [NOT C75ED] 3.14 ATTACHMENT5 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITX QF FDRT WORTH Water & Sanitary Sewer Replacemeat STANDAI�D CQIYSTRUCTION SPECIFTCATION DOCLINfENT3 Cnntracf 2018, WSM-M Revised Deoem6er 2�, 2012 City L'roject No. f D I 688 3� �> >o - i DUCTILE IRON PIPH Page t of 13 SECTIQN 33 I1 10 DUCTIL,E IRON PIPE PART 1 - GENERAI, 1.1 SUMMARY A. Sectian Includes: 1. Ductile Iror� Pipe 3-inch thrpugh 64-inch for pota6le water, t�astewater and reuse applications B. Deviations from this City of Fort Worth Standard Specificatian � . None. C. Related 5peoificatioa Sectians include, but are not necessarily limited to: 1. Division 0— Biddzng Requirements, Contract Forms, and Canditions of the Contract 2. Di�ision 1— General Requirements 3. Sectior� 33 OI 31 — Closed Circuit Television (CCTV) Insp�ction 4, Section 33 04 Z(� — roint Bonding and El�ctrical Iso�ation 5. S�ction 33 0�4 40 — Clean.ing and Acceptance Testing of Water Mains 6. Section 33 OS 10 — Yltility Trench Exea�ation, Emhedment and Backfill 7. Section 33 QS 24 — Installation of Carrier Fipe in Gasing o:r Tunnel Liner Plate 8. Section 33 I 1 05 — Bolts, Nuts, and Gaskets 9. Sectian 33 11 11 —Ductile Iron Fittings 1.� PRICE AND PAYMENT PROCEDURES A. Mcasurement and Payment 1, Ductile Iron Fipe a. Measurerrient 1) Measured horizontally along the surface from canter line to center line of the fitting, manhole, or appurt�nance h. Payment 1) The work perfprmed and materials furnished in accardance with this Item and measured as provided under "Measurement" wilI b� paid fox at the unit price bid per linear foot far "DIP" installcd far: a} Variaus siz�s b) V�rious types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints fj Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe wiih joints as specifi�d by �he Drawings C1TY OF FD12T WOItTH 'Water & Sanitary Sewer Replaeement STANDA1tD CO�iSTRUCTION 9PECIFICATIdN �QCiiMENTS Contract 201R, WSM-M Revised Oecember 20, 2012 City Project Na. 1D1688 33I110-2 DUC'fIL� 1RDN PIPE Page 2 of 13 2) M.obilization 3} Polyethylene encasement 4) Lining 5} Pavement removal 6) �xcavation 7) Hauling 8) Disposal af excess material 9} Furnishing, pjacement and cornpaction of embedment l 4) Furnishing, placement and campaction af backfill 11) Trench water stops 12} Thrusk restraint, if required in Coniract Documents l3} Bolts and nuts 14) Gaskets 15) Clean up 16) Cleaning 17) Disinfection 1 S} Testing 1.3 REFERENCES A. Definitions 1. Gland or Follawer GIand a. Non-restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint �itting S. Reference Standards 2. 3. 4. Re%r�nce standards cited in this Specification refer to the current referenee standard published at the time of the latest revision date logg�d at the end of this Specification, unZess a date is speeifically eited. American Association of Sta€e Highway and Transpt�rtat�on Officia�s (AASHT(�). American Society o�Mechanical Engineers (ASME); a. 516.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, I25 and 250). ASTM rnternational (ASTM): a. A193, Standard Specification for Allop-Steel and Stainless Steel Bolting far High Temperature or High Pressure Seraice and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts fnr Bolts for High �ressure or High Temperature Service, or Both c. A242, Standard Specification for High-Strertgth Low-Allay Structural Steel. d. A307, S�andard Specification for Carbnn Steel Bolts and Siuds, 60,0�0 psi Tensile Strength. e. Ab74, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe far Water or Other Liquids. £ B 117, Standacd Praciice for Operating 5alt Spray (Fog) Apparatus. g. B633, Standard Specz�cation for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Associaiion {AWWA): C1TY OF FORT WORTH Water & Sanitary Sewer Replacement STANDf1RD CONSTRUCTION SPECIFICATIDN DOCUM�NT� Contract 2018, WSM-M ltevfsed Ileaemhar 20, 2012 City Project Na. 10 i 688 3311 lU-3 DWCTIE.E IRON PIPE Page 3 nf 13 a. C203, Coa!-Tar Prptective Coa�ings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C60Q, Installatio.n of Ductile-Iran Water Ma�ns and their Appurtenances. c. M41, Ductile-Tron Pipe and Fittings. 6. American Water Wpzks Association/American National 5tandards Institute (AWWA/ANSI): a. C104/A21.4, Cement—Mortar Liz�ing fnr Ductile-Iron 1'ipe ar�d Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe System;s. c. CI i1/A21.11, Rubber-Gasket 7oints for Ductile-Iron Pressure Pipe and Fittings. d. C1151A21.15, Flanged Ductil�-Iron Pipe with Ductile-Tron or Gray-Iron Threaded Ftanges. e. C 150/A21.50, Thickness Design of Duc�ile-Iron Fipe. f. C151/A21,51, Ductile-Iran Pipe, Centrifugally Cast, for Water. g. C600, Installatian of Ductile-Iron Water Mains and their Appurtenances NSF International {NSF)_ a. 61, Drinking Water 5ystem Components - Health Effects. 8. Society for Protective Coatings {SSPC): a. PA Z, Measurement af Dry Coating Thickness with Magnetic Gages. 1.4 ADMINI�aTRATIVE REQUIREMENTS [NOT USED] 1.� SUBMITTALS A. Submittals sha11 be in accaxdance with Section O1 33 00. B. All submittals shall be approved hy the City prior to delivery anc3/oz' fahricatian for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUSMITTALS A. Product Data Interiar lining a. If it is other than cement mortar lining in accordance with AW WAIANSI C104/A21.4, including: 1) Material 2) Applicatian recommendations 3) �'ield touch-up procedure� Thrust Restraint a. Retainer glands, thrust hainesses or any ather means Gaske�s a_ If hydrocarbon or other special gaskets are requireef B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system ar for a wastewater force main for 24-inch and greater diatzzeters, including: 1. Wall thickness design calculatians sealed by a I,icensed Professional Engineer in Texas includin�: a. Working pressure b. Surge pxessure c. Deflection CITY OF F'ORT WORTi-[ Water & Sanitary Sewer Replacemeni STANDAAD COiYSTRUCTI(�N SPECIFTCATION DOCUMENT5 Contract 2018, WSM-M Revised De�ember 20,.2412 City Projeci No. 102668 33 11 10 - 4 []UGTILE IROiY PIPE Page 4 of l3 2. Provide thrust restraint calculations for all f ttings and valves, sealed by a Licensed Professional Engineer in Texas, ta verify the restraint lengths shor�vn in the Drawings. Lay schedule/drawing for 24-inch and greater Professianai Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. 5tationing e. Transitions f. 7oint deflection diameters, sealed by a Licensed C. Certi�icates �l , Furnish an af'fidavit certifying that all Ductile Iron Pipe meets khe provisions of this Section, each run of pipe iurnished has met Specifications, all inspections have been made, and tl�at ali tests have been per%rnned in accordance with AWWA/ANSI C1511A21.51. 2. Furnish a certificate stating that buried bolts and nuts confarm ta ASTM B 117. 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMXTTALS [NOT USED] 1.9 QIIALiTY ASSURANCE A. Qualificatians Manufacturers a. Fit�ished pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field ahanges may be provided by a different manufacturer upon City approval. b. Pipe rnanufacturing operations {pipe, lining, and coatings) shall be perfarmed under the con.tx41 of the manufacturer. c. Ductile Tran. Pipe 1) Mar�ufactured in accordance with AWWA/ANSI G1511A21.5 i a) Perform quality control tests and maintain results as autlined within standard to assure cotnpliance. 2) Subject each pipe ta a hydrostatic test of not less than 500 psi for duration of at least 10 secands. B. Precanstruction Testing The City may, at its o'avn cost, subj ect random lengths of pipe for testing by an independent labaratory far compliance with this Sgecification. a. The compliance test shall he performed in the United States. b. Any visible defects or failute to meet the quality standards herein will be grounds for rejecting the entire ordar. 1.10 DELIVERY, STORAGE, AND HANDLING A. Starage and Handling Requirements Ductile Iron Pipe sl�all be stored and handled in accordance with the guidelines as stated in AWWA M4i. CiTY OF FQ4tT W�l2TfI Waker & Sanitary Sewer Replacement STANDARD WNSTRUCTiON SPECIFICATIqN DOCUMENTS Contract 2U18, WSIvI-M Revised �ecember 20, 2012 City Project No. IOIB&8 33 11 l0 - 5 DUCTILE IRON PIPE Page 5 nF 13 2. Secure and main,tain a location to store the materia] in accordance with Sectipn O1 66 �a. 1.11 FIELD [SITE] CONDITIONS [NOT iTSED] 1.12 WARRANTY jNOT USED] PART�- PRODUCTS 3�.1 QWNER-FURNISHED [ax] OWNER-SiTPPLIED PRODUCTS [NOT USED] �.� EQIIIPMENT, PRODUCT TYPES AND MATER�ALS A. Manufacturers �. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section O1 &0 OQ. a. The manufacturer must comply vvith this 5pecificatian and related Sections. 2. Any product that �s not listed on the Standard Products List is considered a substitution and shall be submitted in accardanee with 5ection O1 25 00. B. Pipe 1. Pipe shall be in accardanee with AWWAIANSI C111/A21.11, AWWA/ANSI C150/�121.15, anc� AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pip� shall have a lay lengfih of I 8 feet or 20 feet except far special fittings or closure pieces an� necessary ta connply with the Drawings. 4. As a minimuz�n the following pressures classes apply. The Drav�ings may specify a higher pressure class or the pressure and deflection desi.gn criteria may also require a higher pressure class, k�ut in no case should th�y be less than the fnllowing: Diameter Min Pressure Class inches si 3 throu h 12 350 14 thrpugh 20 250 24 Z00 30 throu h 64 15Q S. Pipe markings shall meet the rninimum tequirements of AWWA/ANSI C151/A21.51. Minimum pipe marl�ings shall be as follows: a. "DI" or "Ductile" shall be clearly fabeled on each pipe b. Weight, pressure class and nominal thickness ot�each pipe c. Year and country pipe was cast d. Manufactuxer's mark 6. Pressure and D�flec�ion Design a. Pipe design sha11 be based on trench eonditions ar�d design pressure class specified in the Drawings, Water & Sanitary Sewer Replacement CI'I'Y OF FDRT WORTH Contraci20LR, WSM-VI 5TANDARD GON3TRUCTION SPECIFICATIO�' pOCUMENTS City ProjectNa. 1�168$ Revised Decem6er 20., 2012 33 11 10 - 6 DUCTILE IRON PiPE Page 6 af 13 b. c. Pipe shall be designed accarding to the methods indicated in AVWVA/ANSI C150/A2l.50, A1�V'WA/ANSI C151/A21.51, and AW1�VA M41 for trench cor►struction, using the following parameters: 1) Unit Weight af Fill (w) — I30 pcf 2) Live Load = AASHTO H5 20 3) Trench Depth = 12 feet rninimurri, or as indicated in Drawings 4). Bedding Conditions = Type 4 Sj Warking Pressure (PW) = 15Q psi 6) Surge Ailowanca (PS) = 104 psi 7) Design Interna] Pressure (P;} = Pw + Pg or 2:1 safety factor of the actual warking pressure plus the actual surge pressur�, whicl�ever is gteater. a) Test Pressure = {1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) af the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimuxn.} at the Iawest elevation of t�e test section. 8) Maximum Calculated Deflectian (Dx) = 3 percent 9) Restrained Joint Safery Factor (Sf) = 15 percent Trench depths shall be verified after existing utilities are located. 1) Vertzcal alignment charnges required b�eause of existing utility or other con.flicts shall be acconnmodated by an appropriate change xn pipe design depth. 2} In no case shall pipe be installed deeper than its design allows. Prov�sions fbr ThrEzst a, Thrust at bends, tees, plugs or other fittings shall be mechanicaily restrained joints when required by ih� Drawings. b. Thrust at bends adjacent t� cas�ing pipe shall be restrained by meehanical means thraugk� casing and for a sufficient distance each side af casing. c. No thrust restraint cantribution sha11 be allowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufficient distance from each side of fihe bend, tee, plug, valve or other iitting to resist thrust which will be developed at the design pressure of the pipe. �'or the purpose of thrust, ihe following shall apply: 1) Valves sha11 be calculated as dead ends. 2) Design pressure shall be greater than the warking pressure of the pipe or the internal pressure {P;) whichever is greater. 3} Restrained jnints shali consist of approved mechanical restrained or push- on restrairied joinks as listed sn the Ciry's 5tandard 1'raducts List as sk�own in Section O1 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained�oints to resist �hrust in accardance with the Drawings, AWWA M41, and tbe following: 1) The weight of earth (W�) sha11 be calculated as the weight of the projeated sail prism above the pipe, for unsaturated soil conditions. 2} Soil density = 13p pcf (maximum value to be used), fpr unsaturated sozl conditions 3) If indicated on the Drawings and the Geotechnical Borings that gtound water is expected, account far reduced soil density. CITY OF FORT Vr70KTH Water & Sanitary Sewer Replacement STANDARD CONSTRUCTIOiV SPECIFICATEON UOCUN(�NTS Contraat 2418, WSM-M Revised December 20, 2D12 City I'=ojeet IVo. 101688 33ll 10-7 DUCTIL� [RON PIPE Paga 7 of I3 8. Joints a. General — Comp3y with A�VWA/ANSI C 1 I 1/A21.1 l. b. Push-On Jaints c. Mecha�ical Jaints d. Push-On Restrained Joints 1) Restraining Push-on joints by me:ans of a special gasket a} Only those products that are listed in Section O1 6Q 04 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be insta2led, c} Approved for use of restraining L�uctile Iron Pipe in easing with a carrier pipe of 4-inches to 12-inches d) Qthe;rwise only approved if specially lzsted on the Dra.wings 2) Push-on Restrained Joint bell and spigat a} Only thpse products list in thc standard products lisi will be allowed for the size listed in the skandard products list per Section O1 GO 00. b) Pressure rating shall cxceed the warlting and test pressure of the pipe line. e. Flanged.Foints — AW�+VA/ANSI G115/A2I.15, A�M� B1G.1, Class 1z5 £ Flange bolt circles and bolt holes snaIi match those ofASME B16.1, Class 125. g. Field fabricated flanges are prohibited, 9. Gaskets a. Pr�vide Gaskets in accordance with Section 33 11 O5. 10. Isolation Flanges a. Flanges required by the drawings to be IsoIation Flangas sh�11 conform to Section 33 04 10. 1 I. Bolts and Nuts a. Mcckanical Jaints 1) Provide bolts and nuts in accordance with Section 33 11 Q5. b. Flanged L�nds 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Sectian 33 11 O5. 12. Fla,nge Coatings a. Connections ta �tesl Flanges 1) Buried connections with Steel Flanges shall be coated with a P�trolatum Tape System in accordanc� with 5ectian 33 11 05. 13. Ductile Iron Pipe Ext�rior Coatings a. All c3uctile iron shall have an asphaltic coating, minimum of 1 mil thick, an the pip� exteriar, unless otherwise specified in the Contraet Docu�rzients. 14. Polyethylene Encasement a. All buried Ductil� Iron Pipe shall be polyethylene encased. b. Qnly manuiacturers listed in the City's Standard Product� List as shown in Sectian DI 60 00 will b� considered aeceptable. c. Use only �irgin poIyethylene material. d. Encasernent for �uried pipe shall be 8 mii Iin�ar low density (LLD) polyethyIene conforming to AWW�►/ANSI C105/A21,5 or 4 mil high density cross-laminated (HDCI,) polyethylene �ncasement conforming to AWWAIAI�TSI C10S/A21.5 and ASTM A674. CITY OF FORT WQRTH W�ter �c 5anitary Sewcr Replaccment STANf)ARp Cd1�STRUCTIOItif SPECIFICATTONDQCUM�NTS ContractZ01$, W5M-M Revise.d Deeem6er 20, 2012 City Prnject No, 101688 3311 iD-$ 1]UCTLLE 1EZON PfPE Page 8 nf 13 e. f �• Marking: At a min'smum of every 2 feet along its length, the rz�ark t4�e polyethylene film with the %llowing information: 1 } Manufacturer's name or �xademar� 2) Year of manufacturer 3) AVWWAIANSI C1�5lA21.5 4) Minimum iilm thickness and material typ.e 5) Applicable rangs of nominal diameter sizes 6) � Warning -- Corrosion Protection — Repair Any Damage Special MarkingslColars 1) Reclaimed Water, perfarm one o€the following: a) LabeI polyetilylene encasement with "R�CLAIMED WAT�R", b) Provide �urple polyethylene in accord�nce with the American �ublic Warks Associataan Uniform Colnr Code; or e} Attach purple reclaimed water marker tape to ihe �olyethylene wrap. 2) Wastewater, perform one of the following: a) Labal polyethylene encasement with "WASTEWATER"; b) Provide green polyethyiene in accordance with the Amarican Public Works Association Uz�iform Color Code; or e) Attach green sat�itary sewer marker tape ta the poIyetl�ylene wrap. Minimum widths Pol eth lene Tube and Sheet Sizes for Push-On Joint Pi e Nominal Pipe Diame�er Min. Width —�Ist Tube Min. W�dth — Sheet (inci�es) (inches} (inches} 3 14 28 4 14 28 6 16 32 g 2D 40 10 24 48 IZ 27 54 14 30 60 l6 34 68 l.S 37 74 20 41 82 24 54 108 3p 57 134 36 81 162 4� gl 162 �8 95 190 54 108 215 6p 108 216 64 121 242 15. Duciile lron Pipe Interior Lining a. Cement Mortar Lining Water Sc Sanitary Sewer Replacement CI'I'Y OF FDRT WORTH Contract 2p18, W5M-M STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City PivjeckNo. ]01668 Revised December 20, 2012 33 ]1 1D-9 DUCTILE IRON PIPE Page 9 of 13 1) Ductile Iron Pipe for potable water sha11 have a cement inartar lining in accordance with AWGVA/ANSI C1041A21.04 and be acceptable according to N5F 61. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe %r use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the C.ity's Standard Products List as shown in Section O1 6� 00. 2) App1y lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back fram the and of the spigat end must b.e caated with 6 mils nominal, I D mils maximum usin� a Joint Comppund as supplied by the manufactur�r, a) Apply the jpznt compound by brush to ensure coverage. b) Care shauld be taken that the joint compound is smooth without excess b�zildup in the gasket s�at or on the spigok ends. c} Coat the gasket seat and spigot ends aft�r the application af the lining. 4) 5urface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness �auge in accordance with the mekhod autlined in SSPC PA 2. b) Test the intez'iar lining of all pipe barrels for pinhales with a non- destructive 2,500 volt test. a) Repair any defeets grlor to shipment. 7} Mark each fitting with the date af application of the lining systeua along with its numerical sequence of application on thai date and records maintained by the applicato.r af his wnrk. 8) For alI Ductile Iron �ipe in wastewat�r service where the pipe has been cut, coat the exposed surface with the touch-up materiaZ as recommended by the mianufacturer. a) The tauch-up material and the lining shall be of the same manufacturer. �..3 ACCESSORIES [NOT USED] �.4 50URCE QUALITY CONTRQL [NOT USED] PART 3 - EXECLTTION 3.1 iNSTALLERS [NOT USED] 3.�, EXAMINATI�N [NOT USED� 3,3 3.4 PR�PARATION [NOT i1SED] INSTALLATION A. General 1. Install pipe, fittings, speciafs and appurtenances as specified herein, as specified in AWWA C600, AWWA M41 and in accordance with the pipe man�facturer's recommendations. 2. See Section 33 11 1 l for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH STAIVDARD CdNSTftUCT]ON SPECIk'ICATION DOCi1M�NT5 Water & Sanitary Sewer Rep.sacement Rev'isedDecem6er20,2D12 Contract2p18, WSM-M City Project No. 101688 33 11 10-10 D[JCTILE IRON PII'� Page I D of l 3 3. Lay pipe to the Iines and grades as indicated in the Drawings. 4. Exca�+ate and backfill trenches in accardance with Sectinn 33 OS 10. 5. Embed Duetile Iron Pipe in accordance with Section 33 OS 1.0. 6. For installaiian of carrier pipe within easing, ses Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the �Sroject site. 2. Handle pzping rvith care to avoid damage. a. Inspect each joint of pipe and reject or repair any darnaged pipe priar to lawering into the trench. !�. Do nat handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting de�ices that wili n.p.t damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Ke.ap the pipe clean and fre� af debris, dirt, animals and trash — during and a$er the laying operation. b. Effectivel,y seal th.e open end af the pipe using a gasketed night cap. C. Joint Mal�ing 1. Mechanical Joints a. Bolt the follower ring into compx'essian againsi the gasket with the bolts ti�ht�ned down evenly then cross torqued in accordanc� wii�h AWWA C600. b. Overstressing of bolts ta compensate for poor installation practice will not be pe�nnitted. 2. Push-an Joints a. Install Push-on joints as defned in AWWAIANSi C111/A21.11. b. Wipe clean tl�e gasket seat inside the bcll of alI extraneous rnattez. c. Place the gaslcet in the bell in the positi�n prescribed by the nnanufacturer. d. Apply a thin. �lm of non�toxic vegetable soap Iubricant to the inside of the gasket and the outside of the spigat prior to entering the spigot into the bell. e. When using a field cut plain end piece af pipe, refinish the �eld cut and scarf to confarm to AWWA C600. Flanged Joints a. Use erection boits and drift pins to make flanged connec�ions. 1) Do nat use undue force or restraint on the ends oithe fitkings. 2) Appiy even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1} Instali flange bolts with all boit heads fac�d in one direction. 4. 7oint Deflection a. Deflect the pipe only when neeessary to avoid obstructions or to meeY the Iines and grades and shown in the Drawings. � b. The deflection of each joint must be in accordance with AW WA C600 Table 3. c. The maxinnum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufachxrer's recommen.dation may be ussd with the appro�al of the Engineer. D. Polyethylene Encasement Instailation C1TY OF FORT WOKTH STAIVI]AE�D CON5TRi1CT�DN SP�CIFICATiON DQ(;iJMEIV"I'S Water & Sanitary Sewcr Rcplacemnnt Re�ised December 20, 2612 Contract 20l S, WSM-M City Pro}cel Na. 10166$ 331i l0-ll DUCTIL� IROH PIPE Page 1 l of 13 1. Preparation a. Remove all iumps of c1ay, mud, einders, etc., on pipe surface prior to installatian afpolyethylene encasement. 1) Prevent soil or etnbedrnent material fram becoming trapp�d between pipe and poEyethylene. b. Fit polyethylene film ta cortiour of pipe #o affect a snug, but nat tight encase with minimum space between polyethytene and p.ipe. 1) Provide sufficient slack in contourfng to prevent stretching golyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and tn prevent damage to polyethylene due to backfilling operakions. 2} Secure overlaps and ends with adhesive tape and hoId. c. For instaIlations belpw water table andlar in areas subject to tidai actions, seal both ends of polyethylene tube with adhesive tape at j oint o�erlap, 2. Tubular Type (Method A) a. Cut polyethy}ene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering �t to provide 1-foot overlap an �ach adjacent pipe section and bunching it accordion-fas.hion lengthwise until it clears pipe ends. e. Lower pipe inta trench and make up pipe joint with preceding section of pipe, d. Make shaIl4w bell hole at joints to facilitate installation of polyethyle�e tube. e. After assembling pipe joint, make overlap of poIyethylene tcYba, pull bunched polyethylene from preceding �ength of pipe, slip it over end of the new length of pipe and wrap until it overlaps j oint at end of prece�iing l�ngth of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but nat tight, ft along barrel of pipe, securing fold at quarter points. h. Repair cuts, �ears, punctures ar other damagc to poiycthylene. i. Proceed with installation of next pzpe in same manner. 3. Tubular Type (Method B} a. Cut polyethylene tube to length approximately 1 foot shorter than pipe sectian. b. Slip tube around pipe, centering it to provide 6 inche� of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at e�uarter points; secure ends. d. Before making up jair�t, slip 3-foot length of polyethylene tube over end of proeeeding pipe section, bunching it aecordion-fas3�ion lengthwise. e. After cnrnpleting joint, puI13-foot length of polyethylene over joint, overlapping pplyethyIene previpusly installed an each adjacent section of pipe by at least l foot; make each end snug and s�cure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide I-foot averlap on each adjacent pipe section, b�rnching it until it clear� tk�e pipe ends. c, Wrag pfllyethylene around pipe so that it circumferentially ovez'Iaps top quadrant of pipe. d. 5ecure cut edge of polyethyIene sheet at intervats af approximately 3 feet. CITY ON FORT WORTF[ STtINDARD CpN5TRUCTION SPGC1FfCATIpN DOCC7MP�NTS Water & Sanitary Sewer Repiacement Revised I}ecember 20, 2012 Contract 201$, WSM-M City 1'rojeel No. 1016B8 33 11 10 - l2 DUCTILE IRdN PIE'� Page 12 of 13 8. Q e. Lawer wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow beli hole at joints to faci3itate installation of polyethylene. g. After eompleting joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other daFnage to polyethylen�. i. Proceed with installation of next sectipn of pipe in same manner. S.. Pipe-5haped Appurtenances a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with polyethylene in same manner �s. pipe and iittings. 6. Odd-5haped Appurtenances a. When it is not practical to wrap valves, tees, crnsses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b, Make seams by bringing edges together, fnlding over twice and taping down. c. Tape polyethylene securely in place at the vaive stem and at any ather penetxations. 7. Repairs a. Repair any cuts, tears, punctures ar damage ta polyethylene with adhesive tape or with short length o�polyethylene sheet or cut open tube, wz'apped araund fitting to cover damaged area and secured in pIace. Openings in Eneasentenk a. Provide openings %r branch�s, service taps, hlow�o.ffs, air valves and similar appurtenances by making an X-shapet� cut in polyethylene and ternporarily folding back film. b. After appurtenanee is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly throngh polyethyIene, with any resulting damagetl areas being repaired as described above. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene-wrapped pip� joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe far distance of at least 3 feet. b. 5ecure end with circumfeeential turns of tape. c. VVrap serWice lines of dissimilar metals with palyethylene or suitable dielectric tap�e for minimum clear distance of 3 feet avvay from Cast ar Ductile Iron Pipe. 3.� REPAIRIRESTORATION A. Patehing 1. Excessive field-patching is not pernu�ted of lining or coating. 2. Patching of �ining or caating will be allowed where az'ea to be repaired does nat exceed 100 square inches and has no dimensians greater than 12 �nches. 3. In general, there shall not bc more than 1 patch on either the lining or the coating of any 1 jnint of pipe. �}. Wherever necessary to patch the pipe: a. Make patch with cement mortar as pre�iously speciiied far interior joints. b. Do not install patched pipe uniil the patch has been properly and adequately eured and approved for laying by the City. CITY OF .FDRT WORTH Water & Sanitary Sewer Replacement STANDARIl GONSTRUCTION SPECIFIGATION DOCUi�fEIVT5 C4nIT8Ct 2Ol $, WSM-M Revised December 2d, 2012 City Praject No. 101668 33 1l 10- 23 DUCTILE llZON PiPE Page 13 of 13 5. 1'ramptty remove rejected pipe frorn the site. 3.6 RE-INSTALLATION [NOT CTSED] 3.'� FIELD [ox] SITE QLTALITY CONTRQL A, Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing ai wat�r mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in 5ection 33 04 40. B. Waskewater Lines 1. Closed Circuit Television (CCT� Ir;spection a. Pxovide a Post-CCTV Inspection in �ceordance with Section 33 UI 31. 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJLTSTING [NOT USED� 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTxQN �NOT USED] 3.13 MATNTENANC� �NOT USED] 3.14 ATTACHMENT'S [NOT CJSED] END OF SECTION Revision Log DATE NAME SUMMARY OF CIIANGE 1.2.A, f.b. - Updated Payatent types 12/2a/2012 D, ,Tohnson �•3 - Added definiiions of g[and types for clarity 2.2.B.9, ] 0, E t and 12 - Added reference to 5eation 33 11 O5 and removed materia! specifieation for bnits, nuts and gaskets CITY OF FORT WURTH Water & Sanifary Sewer Raplacement STANDARD CONSTRUCTEON SPECIFICATION DOCl1MEI�T5 Contract 2018, WSM-M Revrsed December 20, 2012 City Project No. 101688 3311I1-1 DLCC'I'ILE iRON FITTINGS P�ge L af l3 SECTION 33 11 1l DUCTILE IRON FiTTINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Fittings 3-inch through �4-inch for potable wat�r, wastewater, and �ther liquids for use with Ductile Iron Pipe and Polyvinyl Chloride {PVC) Pipe �. All mechanica.l j oint f ttings shall be znechanically rest�rained usi.ng restrained wedge type retainer glands. B. De�iations from this City of Fort Worth 5tandard Specification l. None. C. Related Specification 5ections include, but are not necessarily limited to: 1. Divisipn 0— Bidding Requirements, Contract Forms, ar►d Conditions of the Contract 2. Division 1— General Requirements 3. 5ection 03 30 DO — Cast-in-Place Concrete 4. Sectian 33 04 10 — Jaint Sonding and Electrical Iso�ation Section 33 04 40 — Cleaning and Acceptance Tcsting of Water Main.s Section 33 05 i0 — Utility Trench Excavation, Embedment and Backfill 7. 5ection 33 11 Q5 — Bolts, Nuts, and Gaskets 1,2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. G. Ductile Iron Water F'ittings wrth Restraint Measurement 1} Shall be per ton of fittings supplied 2} �'ittings weights are the sum of the various types of fiittings multiplied by the vveight per fitting as listed in AWWAlAN5I C 153/A21.53. 3) The fitting weights listed in AWWA/ANSI C11Q/A21.1d ar� only allowed for speciais where at� AWWAIANSI C1531A21.53 is not available, gr if the Drawings specifically call for an AWWAIANSI CllQ/A21,1Q fittings. �}) Ifthe Contractor chooses to supply AWWAIANSI C110lA21.10 (fuJ.l body) Ductile Iran Fittings in lieu of AWWAIANSI C1531A21.53 (compact) Duetile Iron Fittings at his convenienee, then the weight shal! be txzeasured in accordance with AWWAIANSI C153/A21.53. Payiment 1) The work perfortned and maYerials furnished in accordance with this Item and measured as pravided under "Measurement" will be paid for at the unit price bid per ton of "I3uctile Lron Water Fittings with Reslxaint". The prioe bid shall include: 1} Fumishing and installing Ductile Tron Water Fittings as speciiied by the Drawings CITX QF FORT WORTH S'I'ANDARD CQAfSTRUCTION SPECIFICATI01� DOCUMENTS Water & SaniYary 5ewer Replacement [tevised Deeember 20, 2012 Contract 2018, WSM-M City Projec[ No, ID1688 331111-2 DUCTILE IItOIV F[TTINGS Page 2 of 13 2) Polyethylene �ncasement 3) Lining 4) Pavement ramoval 5) Exca�ation 6) Haulzng 7) Disposal of excass material 8} Furnishing and installing bolts, nuts, and restraints 9} Fu�rnishing, placement and compaction of embedment 10) Furnishing, placement and compaetion of backfill 11) Trench water stops 12)'Clean-up 13} Cleaning 14) Disinfection 15) Testing 2. Ductile Iran Sewer �'ittin�� a, Measurement 1) Shall be per ton of fittings sugplied 2} Pittings waights are the sum of the various types of fittings multiplied by the weight per �tting as Iisted in AWWA/ANSI C1531A21.S3. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifcally call for an AWWA/ANSI CI 10/A2I.I0 fittings. 4) If the Co�tractor chooses to supply AWWA/ANSI C110/A21.I0 (full body) Ductil� Iron Fittings in lieu afAVV�A/ANSI G153/A21.53 (campact) Ductile Iron �ittings at his canvenience, then the wei�ht shall be measured in accordance with AWWA/AN�I C153/A21,53. b. Payment I} The work per%rmed and materials furnished in accordance with this Item and measured as provided under ``Measureznent" wi11 be paid for �t �he unit price Uid per tan of "Ductile Iron Sewex Fittin,gs". c. The price bid shall include: 1) Furnishing and installing Ductile Iz'on Water Fittings as specified by the Drawings 2j Epoxy Coating 3) Polyethylene encasemea�t 4) Lining 5) Pavement removal 6} Excavation 7} Hauling 8) Disposal of excess material 9) Furnishi�g ancE installing halts, nuts, and restraints 10) Furnishing, placement and compaction af embedment 11} Furnishing, placement and compaction of baekfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY QF FORT WORZ'H Watex & Saivtary Sewer Replacement STANDARD CDNSTRUCTEON SPECIFICATION I]OL'UML�NTS Contract 201 &, WSM-M Re�ised �ecemher 20, 20I2 City Project I�in. 1436fl8 33 11 11 - 3 AUCTILE [ROIV FITTINGS 1,3 REFERENCES A. Definitions 1. Gland or Fallawer Gla�d a. Non-restrained, mechanical joint ftting Page 3 of 13 2. Retainez- Gland a. Mechanically restrained mechanical joint iitting, consisting of multiple gripping wedges incorporated into a follow�r gland meeting the applicable requirements oiANSI/AWWA C11�/A21.10. B. Reference 5tandards 1. Reference standaz'ds cited in this 5pecificat�an refer to the current reference standard published at the time of the latest revision ciate logged at the end of this Specification, unless a date is specifically citec3. 2. American Soeiety af Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged �'ittings (Classes Z5, 125 and 250). 3. ASTM International (ASTIvn: a. A193, Standard Specification f�r Alloy-Steel and Stainless 5tee1 BoIting for High Temperature or High Pressure Service and OtS1er Speciaj Purpose Applicatians b. A194, Specification for Carbon and A11oy Steel Nuts for Bolts for High Px'essure ar High Temperature Service, or Both c. A242, 5tandard Specification for Higli-Strength Low-Alloy Structural 5tee1. d. A674, Standard Practice for Polyethytene �ncasement for Ductile iron Pipe far Waier ar Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fagj Apparatus.. 4_ American Watex Vilarks AsSociatian (AWWA): a. C2U3, Caal-Tar Protective Gaatings and Lining5 for Steel Water Fipelines - Enannel and Tape - Hot Applied. b. C6oa, InstaIlation of Ductile-Iron Water Mains anc3 their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 5. American Water Woz'ks Association/American National �tandards Institute (AW WAIANST}: a_ C1041A21.4, Cernent Mortar Lining for Duc�ile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C1101A21.10, Ductile-Iron and Gray-Iron Fittings. d. C111/A21.11, Rubber-Gasket Joints for Ductile-Tron Pressure Pipe �ad Fittings. e. Cll5/A21.15, Flangeci Ductile-iron Pipe witla Ductile-Iron or Gray-Iron 'Threaded Flanges. f. C15IIA21.51, Ductile-Iron Pipe, Centr�ifugally Cast, for Water. g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System CarzXponents - Health Effects. 7. 5ociety%rr E'rotective Coafings (SSPC): a. PA 2, Measurement of Dry Coating Thickxiess with Magnetic Gages. Water & Sanitary Sewer Replacemert Conleacs 2D18, WSM M C1T1' OP FORT WOE�TH City Project Nn. I O 1688 STt1NDARD CO]+�STRliCTION SPECIPICATION �OCUMENTS Revised 1)ecember 20, 2012 33 [1 tl -4 �UCTILE IRON FITTI�VGS Page 4 of l3 1.4 ADMINISTRATIVE REQUIREMENTS jNOT USED] 1.S SUBMITTALS A. Submittals shaIl be in accordancc with Secfion Q1 33 D0. B. All submittals shall be approved by the City prior to delivery andlor fabricatian for specials. 1.6 ACTION SUBMITTALS ! INFORMATIONAL 5UBMITTALS A. Product Data Ductife Iran Fittings a. Pressure class b. Interior lining c. Joint types 2. Polyethylene encasement and tape a. Planned method of installation b. Whether the film is linear low density o:r high density cross linked polyeihylene c. The thickness oithe film provided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4 a. Material h. A�plication recommendations c. Field tauch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any ather mean� 5. Gaskets a. Provide Gaskets in accordance with Section 33 ll OS. 6. Isolation Flanges a. Flanges required by the drawings to be TsoIation Flanges shall conform to Section 33 04 10. 7. Bolts and Nuts a. Mechanical,loints 1) Provide bolYs and nuts in accardance with 5ection 33 11 O5. b, Flanged Ends 1} Meet requirements of AWWA C115. a} Pirovid� bolts and nuts in accordance with Section 33 1 I 05. 8. Flange Coatings a. Connections to �teel FEanges 1) Burietl connections with 5tee1 Fianges shall be coated with a�etrofatum T�pe System in accordance with 5eciion 33 11 0�. B. Certificates 1, The manufacturer shall furnish an affida�it cettifying tt�at all Duc#ile Iron Fittings maet the provisions af this Sectian and meet the requiraments of AWWA/ANSI C1101A21,10 or AWWA/ANSI C153/A21.53. 2. Furnish a certificate stating f,hat buried bolts and nuts eonform to ASTM B 1 I 7. C1TY OF F'ORT WORI'H 5T�1NI�AR➢ COIVSTRUCTID3V SP$CIFIGATIqN DOC[]ME]VTS Vlrater & Sanitary �ewer fieplacement I2e�i�ed Deceraher 20, 2012 Contract 2�18, WSM-M City Projeet No, 1q168& 3311!]-5 DUC'I7LE {RON FITTiNGS Page S of 13 1.'i CLOSEOUT SUBMXTTALS [NOT [JSED� 1.8 MAINTENANCE MATERiAL SUBM�TTALS [NOT USED] 19 QLTALITY ASSLTRANCE A,. Qualifications L Manufacturers a. Fittings rnanufacturing operations (iittings,lining, and coatings) shall be per%rmed under the contral af the manufacturer. b. Ductile Iron Fittings shall be ttianufactured in accorda�ace with AWWAIANSI C11p/A21.10 ar AWWAIANSI C153/A21.53. 1) Perform quality contrnl tests and maintain the results as outlined in these standards to assure comp�iance. B. Preconstruction T�sting The City may, at its own cost, subjectrandom fittings for destructive t�sting by an independent laboratory for compliance with this Specification. a. The compliance test shall b� performed in ihe Unit�d States. b. Any visible de£ects or failure to rneet ihe quality standatds herein will be grounds for rejecting the en.tire ord�r. 1.10 DELIVERY, STQRAGE, AND HANDLING A. Storage and Handling Requirements I. Store and handle in accordance with the guideiines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accoxdance with 5ectian O1 �6 oa. I.11 F'IELD [SITEJ CONDITIONS [NOT USED] ]..1Z WARRANTY [N�T U�ED] PART2� PRODUCTS 2,l OWNER-FURNISHED [oR] OWNER-Si1PFLIED PRUDUCTS LNOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. M�ufacturers 1. Only the man.ufacturers as listed on. the City's Standard Products List will be consid�re� as shown in Section O1 6� Q0. a. The manufacturer must comply with this Specif cation and reiated Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitteci in aceordance �rith Section O1 25 00. B. Ductile Iron Fittings 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10., AVWVA/ANSI C1531A21.53. 2. All fittings for potable water service shall meet the requireznenta of NSF 61. 3. Ductile Iran Fittings, at a minimum, shall meet or exceed the pressures classes of tl�e pzpe whieh the fitting is connected, unless speciiically intiicated in khe i]rawings. CITY OF �'Df�T WORTH Water & Sanitary Sewer Replacement STANBAR� CC]NSTRUCTION SPECIFICATION DOCUMENTS Cnntract 2p18, WSM-M Revised Deeember 20, 2012 City Praject 3Vo. 10166� 33 ll 11 -6 DUCTILE IRON F11'TING$ Page & of l3 4. Fittings Markings a. Meet the minimum requirements of AWV�A/ANSI CIS11A21,51. b. Miniraum markings sha1l include: 1) "DI" dr "Ductile" cast or metal stamped on eac� fitting 2) Applicab�e AW�WA/ANSI standard for that the fitting 3} Pressure rating 4) Nurnber of degrees far all bends 5) Naminal diameter of the apenings 6) Year and country fitting was cast 7) Manufacturer's mark 5. 7oints a. Mechanical7oints with machanical restraint l} CompIy with AWWA/ANSI C111/A21.11 and applicable parts of ANSIIAWWA C1 i0/A21,1U. 2} The retainer glaz�d s�all have the following working pressu�re ratings based on size and type oFpipe: a} Ductile Iron Pipe (1) 3-inch— l6-inch, 350 psi (2) 18-inch — 48-inch, 250 psi � b) PVC C90Q and C905 (1) 3-inch— 12-inch, 305psi (2) 14-inch --16-inch, 235gsi (3) 1 S-inch. -- 20-inch, 2�Qpsi (4) 24-inch — 30 —inch 165psi c) Ratings are for water �ressure and must include a mini�num safety �actor of 2 to 1 in all sizes 3) Retainer giands shall have speci�'ic designs for Ductile Tron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 dnctile iran material in accordance with ASTM A536. 5) Mechanic�l joint restraint shall require con�entional taals and installation procedures per AWWA C604, whi.le re�aining full mechanica� joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required %r 8 inch diamcter PVC pipe. b. Push-On, Restrained Joints 1) Restraining Push-on jaints by means of a special gaslcet a) Only those products tbat are [isted in 41 60 QO b} The worlaing pressure rating of the restrained gasket must exceed the test pressure of the pipe �ine to be installed. c} Approved for use of resiraining Ductila Tron Pipe in easing with a carrier pipe of 4-inches to 12-inches d) 4therwise only approved if specialIy list�d on the drawings Z) Push-on Rest�ained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section O1 60 DO CICX OF FORT WOATH Water & 5aniter}+ Sewer Replacement STAIVT)AR.D CQNSTRFJCTION SPECIFICATION DOCUMGNTS Conlract 2018, WSM-M Ravised Decembar 20, 2012 City ProjeceNa, 101686 33ll 11-7 DUCTILC IRON �'L'fTINGS Page 7 nf 13 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints I) AWWAIANSI C115/AZ1.15, ASME B16.1, Class 125 2} Flat�ge holt circles and bolt holes shall matck those of ASME B 16.1, Glass 125. 3) Field fabricated flanges are prahibited. 6. Gaskets a. Provide Gaskets in accardance with Seciian 33 11 05. '1. Isolation Flanges a. Flanges required by the drawings tv be Isolation Flanges shall conform to Sectinn 33 04 10. 8. Bolis and Nuts a. Mechanical7oints 1) Provide balts and nuts in accordance with Section 33 11 O5. h. Flanged Ends 1) Meet requirements of AWWA C11S. a) Pxovide bolts and nuts in accordance with Section 33 S 1 O5. a. Flange Caatings a. Cannections to Steel Flanges 1) Buried connections with Steel Flanges shall be cqated with a Petrolatum Tape System in accordance with Section 33 ll 05. I0. Ductile Iron Fitting Exterior Coatings a. All Duetile lron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exteriar, unless otherwise specified in tlte Contract Documents. 11, Palyethylene Encasement a. All buried Ductile lron Fittings shall be polyethylene encased. b. Only manufaciurers listed in the City's Standard Products List as shown in Section O1 60 QO will be considered acceptable. c, Use only virgin polyethylene material. d. Encasement foz' buried fittings shall be $ miI linear low density (LLD) polyetl�ylene conforming to AWWA/ANSI C1051A21.5 or 4 mil high density cross-laminated (HDCL) polyatlaylene encasement cnnforming to canfomting to AWWA/ANSI C1051A21.5 a�d ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark il�e polyethylene film with the following lnformatzon: 1) Manufacturer's name or txademark 2) Year of manufacturer 3� Awru.vANsl ciasiAzi.s 4) Minimuzz� fil►n thickness and material type 5) Appl.icable range of nozninal diameter sizes b) Warning — Corrosion Prot�ction — Repair Any Damage f. Special MarkingslColors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAiMED WATER", b) Provide purple polyethylene in accordance with ti►e ,American Public Worlcs Association i7nifom�. Colar Code; or CITY OF FORT WORTH 5TANDAILB CONSTRUCTI03�f SPECIFICA7'iQN DOCUMENTS Water & Sanitary 5ewcr Replacemcnt Revised December 20, 2012 Contract 2D18, WSM-M CityProjectNo. ]OlbBB 33 11 l l- 8 DUGTILE I1ZDN FlTTINGS Page8of13 �• c) Attac� purple reclaimed water marker tape to the polyethyiene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encaserrz�nt with "WASTEWATER"; b) Provide green polyethylene i� accordance with the American Public Works Association LTniform Color Code; or c} Attach green sanitary sewer marker tape to the polyethylene wrap. Minimum widths Polyethylene Tube and Sheet Sizes far Push-On Joint Fittings Nominal Fittings Diameter Min. Width — Flat Tube Nlin. Width — Sheet (inches) (inches) (�nches) 3 14 2g � 4 14 28 6 lb 32 g za 40 �� 24 48 12 27 54 I4 30 60 16 34 6g 18 37 74 2fl 41 g2 24 54 108 30 67 �34 36 81 162 42 $1 162 �g g� 190 54 I08 216 6fl 108 216 64 121 242 12. Ductile Iran Fittings Tnterior Lining a. Cement Mortar Lining 1} Ductile Iron Fittings far potab2e water shall have a cement mortar lining in accardarice with AWWA/ANSI C104/A21.4 and be acceptable according to N5F 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epaxy lining as designatea in thc Stat�dard Products List as shown in Section Oi 60 OQ. 2} Apply Iining at a minimum af 40 mils DFT 3} Due to the tqlerances involved, the gasket area and spigot �nd up tq 6 inches back from the end of the spigot �nd must be coated with 6 mils n.ominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by 6rush to ensure eoverage. C1TY OF �'ORT WORTH STAIVT]ARD Cq1VST7tUCT]Oi�I SPECQICATION DOCCJMENTS Water & Sanitary 5ewcr Replacement Reviaed December 20, 2012 Contract 2b l8, WSM-M CilyProjectNo, [01688 33 ii tr -9 DUCTILE IRON FITTINGS Pagc 9 of l3 4) 5) 6} 7) 8) b) Care should be tak�n that the joint compound is smooth without excess buildup in the gasl�et seat or on the spigpt ends. c} Coat the gasket seat and spigot ends after t�te appl'scation of the lining. Surface preparation sha11 be in accordance with the manufacturer's recommendations. Check thickness us'tng a magnctic film thickness gauge in accordance with the rnethod outlined in SSl'C PA 2. Test the interior lining of all fittings for pinholes with a non-destructive 2,500 volt test. a) Repair any deftects prior to shiprnent. Mark each fitting with the date of application of the lining system along with its tturnerical sequence of application on that date and records maintained by the applicator of hzs work. Faz' all Ductile Iron Fittings in wastewater service wh.ere the fitting has been cut, coat the ex�os.ed surface with tlie kouch-up ma#erial as recommended by the manufacturer. a} The tfluch-up material and khe Iinin� sha�l be of the same manufacturer. 2.3 ACCESSURIES [1VOT USED] 2,.4 SOURCE QUALITY CONTRO�, �NOT USED] PART 3 - �XECUTI�N 3.l YNSTALLERS �NOT USEDj 3.2 F.XEINIINATIDN [NOT USED] 3.3 i'REPARATION [N�T i1SED] 3.4 INSTALLATXON A. General 1. InstaIl fittings, specials and appurtenances as specified herein, as speci�ied 'm AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's recommendatians. 2. Lay fittings to tke lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accvrdance with 33 OS 10. 4. Ernbed Ductile Iron Fittings in accardance with 33 05 10. S. Joint Malcing 1. Mechanical Joints with required mechanical xestraint a. All mechanical joints require mechan.icai restraint. h. Bolt the retainer gland into compressipn against the gasket, with the bolts tightened down evenly then cross tnrqued in accordance with AW WA C600. c. O�arstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints (restrained} a. All push-on joints shall be restrained push-on iype. b. Install Push-on joints as defined in AWWAIANSI C L 11/A21.11. c. Wipe clean the gasket seat inside the bell of all extraneous maiter. C1TY OF' PORT WD�iTH Water & Sanitary Sewer Replacement STANDARD CONSTRUCTIONI SPECIFICATION L}OCUMENTS Cantract 2616, W5M-M Revised December 20, 2U12 City Project No. l O1b88 33 11 1 l- l0 DUCT'1LE IRON FITTINGS Page l0 of l3 d. Place the gasket �n the bell in the position prescribed hy the man�afacturer. e. Apply a thin film qf non-toxic vegetable soag lubricant to the inside of the gasket and the outsic�e of the spigot prior to entez-ing the spigot intn the bel1. f. When using a field cut plain end paece of pipe, refinished the field cut and scarf ta confarrz� to AWWA M-4I. 3. F'langed Joints a. Use erection balts and drift gins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bp]ting. 1) install �lange bolts with a1� bolt heads faced in 1 directian. 4. doint Deflection a. D�flect khe pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawir�gs. b. The deflection of each joint must be in accordance with AWWA C600 Tab1e 3. c. 'I'he maximuxn deflection allowed is 50 perc�nt of that indicated in AWWA C600. d. The manufacturer's recommendation may be used vvith the approva] of the Engineer. C. Polyethylene Encasement lnstaIlation Preparation. a. iZemove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation o�polyethylene encasemez�t. 1} Prevent soil or embedmeni material fram becoming trapped betvveen �ttings and polyett�ylene. b. Fit polyethylen� filrn ta eontour of fit�gs to affect a snug, but not tight encase with minimum space between paly�thyiene and fttings. 1) Provide suFficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings, and to prev�nt damage ta polyethylene due to back£illing operatian�s. 2) 5ecure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seaI both ends of polyethylene tube with adhesive tape at joint overlap. Tubular "I"ype (Method A) a. Cut polyethylene tube to length appraximately 2 feet longer than fittings section. b. Slip tube around ii�tings, centering it to provide 1 foot averlap on each adjacent pipe saction and bunching it accordion-fashion lengthwise until it clears fittings ends. c. Lower fiktings inta trench with preceding sectian of pipe, d. Make shallow bell hole at joints to facilitate installat�on nf polyethylene tuhe. e. A�er assembfing fittings make overlap of palyethylene tube, pull bunched pplyethylene from preceding length of pipe, slip it over end of the fifting and wrap until it overlaps joint at end ofpreceding length oipipe. f. Secure overlap in place. CITY OF F'ORT WORTH Water & Sanitary Sewer Replacement STAND.ARD CONSTRUCTIOIISPECIFICATION DQCUMENTS Contract 2O18, WSM-M fteviscd December 2Q, 2Q12 City Project No. 1Q168$ 33 11 11 -11 DUCTIL� IROI�I FITTINGS Page 11 of 13 7 g. Take up slack width at top of �itting to make a snug, but not tighi, fit along barrel of iittsng, securing fold at quarter points. h. Repair cuts, tears, punctures ot other damage ko polyethylene. i. Pz'oceed with installation of next fitting in same mar�ner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around �tting, centering it to provid� 6 inches of bare fitting at each end. c. Take up slack r�idth at top of iitting to tnake a snug, but not tight, fit along ban'el of fitting, securing fold at quarter points; secure ends. d. Befare making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashian lengthwise. e, After completing joint, pu113-foot length of palyethylene over joint, overlapping polyethylene pxeviously installed on each adjacent section af pipe by at least l foot; make eaeh end snug azid secure. 4. Sheet Type a. Cut polyethy�ene sheet to a length approximately 2 feet longer than psece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the iitting ends. c_ Wrap poiyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting iato trench with preceding section of pipe. f. Make shallow bell hola at joi.n#s to facilitate installation af polyethylene. g. A�ter completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures ar other damage to polyethylene. i. Proceed with installatian of fittings in same manner, 5. Pipe-5haped Appurtenances a. Caver bends, reducers, offsets, and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not praetical to wrap valves, tees, crosses and other odd-shaped pieces in tube, wrap vvith flat sh�et or split length poly�thylene tube by passing sheet under appurtenances and bringing it up arou:nd body. b. Make seams by bringing edges together, folding o�ver twiee and taping down. c. Tape polyefihylene secureiy in place at the valve stem and at any other penetrations. Repairs a. Repair any cuts, tears, puncYures or damage ta polyekhylene v�rith adhesive tape or vvith short length of polyathylene shee� or cut open hibe, wrapped araund fit�ing to cover damaged area, and secure in place. $. Openings in Encasement a. Provide openings for hranches, service taps, bin�t-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and tetnporarily falding back film. CFTY OF FOR"� WOiiTH STANI]J1R.D CONSTRUCTIOIY SP�CIFICAT101�E DOCUMEN�'S Water 8r. 5anitary Sewex Replscement Revised Decem6er 2D, 2a12 Contract 2018, W5M-M CityProjectNo, I61b88 33 11 11 - 12 llUCTIL� IIZON F1TTI[�G5 Page 12 of l3 b. After appurtenance is installed, tape slack seeurely to appurtenance and repair cut, as well as afher damaged area in polyethyiene with tape, c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described ahove. 9. ]unctions between Wrapped and Unwrapped Fittings a. Where paIyethylene-wrapped fitting joins an adjacent pip� that is not wrapped, extend polyethylene wrap io cover adjacent pipe for distance of at least 3 feet. b. 8ecure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitahle dielectrie tap� for minimum clear distance af 3 feet away from cast or Ductile Iron Fittings. D. Blocicing 1. Install concrete blocking in accordance with Section 03 30 04 for all bends, tees, crosses and plugs in the pipe lrnes as indicated in the Drawings. 2. Place the concz'ete blocking so as to rest against �rm undisturbed trench walls, normal ta the thrust. 3. The supporting area for each block sha11 be at least as great as that indicated on the Drawings and shall be sufficient Yo �vithstand the thrust, including water hammer, which may devetap. 4. Each �lock shall rest on a firm, undisturbed %undation or trench hattom. 5. If th� Contractor encounters soiI that appears to be different than that which was used to calculate the blocking according to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. 3.5 REPAIR/RESTORATION A. Patching 1. Exce�siv� �e7d-gatclzing is not pet-mitted of lining or coating, 2. Patching of Iit�ing or coating will be a]]owed where area to be repaired does not exceed 100 square inches and has no dimensrons greater tha� 12 inches. 3. In general, there shall not be mare than 1 patch on eith�ez the lining or the cpating of any fitting. 4. Wherever necessary to patch the fitting: a. Make patck� with cement mortar as previously specified far interior joints. b. Do nat install patched fitting until the patch has been properly and ad�quately cured and approved for laying by tke City. c. ProznptIy remove rejected fzttings from the site. � 3.6 RE-INSTALLATTON [NOT IISED] 3.i I'IELD [oe] SITE QY7ALITY CONTROL A. Potable �]Uater Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriolagical testing of water mains a. Glean,, �ush, pig, disinfect, i�ydrastatic test and 6acteriological test the water main as speai�ed in Section 33 04 4p. CITY OF FORT WORTH Water & 5anitary Sewer Replacement 5TANDARp CONS'I'itUCTION 3PEC3F1GATiON DdC[IMENTS C9ntrxct 2018,. W51�-M Revised pecember 20, 2Q12 City Pmject No. ]O1686 33 11 11-13 DUCTIL� [ROl� FITTINGS Page 13 0� L3 3.8 SYSTEM STARTUP [NOT USED� 3.9 ADdUST1NG [NOT USED] 3.10 CLEANING [NOT USED� 3.11 CLOSEOUT ACTIVITIEB [NOT USED] 312 PROTECTION [NOT USEDj 3.13 MAINTENANCE �NOT US�D� 3.14 ATTACHMENTS [NOT USED] END O� SECTION Revision Log DATE NAME 5UMMARY OF CHANGE 1.2.A.1.c-- Restraints included in price bid 1.2,A.2.c — Resfiraints included in price 6id 1.3 — Added definitions of gla�d types for ckarity 12/20/2012 D, Johnspn �•z•B.5 —�temoved unrestrained push-nn and mech�nical joints 2.2.B.6, 7, $, and 9— Added reference to 5ecrion 33 OS 10 and 33 04 10; removed rnaterial specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push-on joints ta be restrained 3.4.D — Conected reference 912412 0 1 7 W. Nvnvaod 2.2.$.S.a,7 — Added requiret�cient for 6 wedges on MI Restraint for � inch PVC pipe CITY OF FOSZT 1WDRTH Water & Sanitary 5ewer Replacement STANDA.RD CO�IVSTKUCTIOI�f SPECIFTCATION DOCUMfiNTS Coniract 201 B, WSM-3wI Kevised December 20, 2012 City Project No. I O 1688 331112-1 POLYVINYL CHLpRCD� (FVC} PRESSUIi� PEP� Pagc 1 vf 8 SECTION 33 11 12 POLY`VINYL CHLORIDE {PVC) PRESSURE P1PE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride {FVC) Pressure Fipe 4-inch thraugh 36-inch for potacbte water, wastewater and rense applicatians B, Deviations frpz�n, this City af Fort Worth Standard Specification 1. None. C. �elated Specificatian Sections include, but are not necessarily limited ta: 1. Division 0-- Bidding Requirements, Coniract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 p 1 31 — Closed Circnit T�levisian (CCTV} Inspectian 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5, 33 OS 1 Q— Utility Trench Excavation, Em,bedment and Backtil! 6. 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 I 1— Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurernent a. Measured horizontally along the surface frorn, cenier Line to center line of the fitting, manhole, or appurtenance 2. Payrnent a, The work perfnrmed and materials furnished in accordancc with this Xtem and measured as provided under "Measurement" vvi11 be paid for at the unit price bid per linear foot of "PVC Water Fipe" installed for: 1) Various sizes 2} Various types of backfill b. The wark performed and n�aterials furnished in a�cordance with this Item and �tneasured as provided under "Measurement" wi11 be paid for at the unit price bid p�r linear fant of "Sewer Force Main" installed for: 1) Various sizes 3. The priee bid shall include: a. Fumishing an.d installing PVC Pressure Pip� with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Exca�ation e. Hauling GITY OF FORT WQRTH Water �. 5anitary Seruer Keplacement STAIVDARD CON5TRUCTI�N SPECIFICATION OpCUI�IENTS Contract 2018, WSM-M Revised 1�Fot+ember 16, 201$ City Praject I�Io, 101688 33 11 l2 - 2 PDLYVINYL C�ILORIDE {PVC) YRESSUREPIPE Page 2 af 8 f. Disposal of excess mat�rial g. Furnishing, placement and compaction of embedment h. Furnishing, pia�ement and compactinn �f backfill i. Trench water stops j. Thrust restraint, if required by Cantract Docurraents k. Gaskets 1. Cl�an-up m. Cleaning p. Disinfection o. Testing 1.3 REFERENCES A. Reference 5tandards 1. Reference standards cited in this Specification refer to the current reference standard published at the tinne of ihe latest revision date logged at the end af this Specification, unless a date is specifically cited. 2. American Association oi 5tate Highway and Transportation Officials (AASHTO). 3. ASTM [nternational (ASTM}: a. D1784, Standard Specjiication for Rigid Poly(Vinyl-Chlnride) (PVC) Compoutads and Chlorinat�d Poly(Vinyl Chloride) (CPVC) Com�pounds. b. D3139, Skandard Speciftcation for Joints far Plastic Pressure Pipes Using �'lexible Elastomeric Seals. 4. American Water Works Associatian (AWWA): a. C600, Instailatian of Duetile-Iron Water Mains and their Ap�urt�nances, b. C605, Underground Installation of Polyvinyl Chloride (PVC} Pressure Pipes and Fitt�ngs far Water. c. C900, Pnlyvinyl C4�Ioride (PVC} Press�re Pip�, and Fa6ricated Fittings, 4 IN tl�rough 60 iN, for Water Transmission and Distribution. d. M23, PVC Pipe — Design and Installation. e. M41, Duetile-Iron Pipe and Fittings. 5. NS� International(NSF): a, 61, Drinking Water 5ystem Gomponents — Health. Effects. b. Underwriters I.aboratories, Inc. {UL}. 1.4 AD1ViINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUSMITTALS A. Submittals shall be in accordance with Section Q1 33 00. B. AIl submittals sha11 be apprc�ved l�y the City priar to delivery. 1.b ACTION SUBMXTTALS 1 INFORMATIONAL SUBMITTALS A. Product Data �pr PVC Pressure Pipe that is used for water distributian, wastewater farce rnains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dirnension Ratio C1TY dF FORT WORTH Water & Sanitary 5ewer Replacement STAMDAItD CONSTAUCT[ON SP�CIFICATION DOCUME�IT3 Contract z018, WSM-M Revised November 1 b, 2U16 City Piojeet Nn. 101688 331I12-3 POLYVINYL CHLORIDE {PVC) PRL55URE PIPE Page 3 of 8 d. Jaint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrus# harnesses c. Any other means. of restraint 3. Gaskets B. Shap Drawings; When restrained joints are required, furnish far 1'VC Pressure Pipe used in the water dist�ribution system or for a wastewater force tnain for 24-inch and greater diameters, includ.in.g: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thtust restraint calculations far all fiftings and valves, sealed by a Licensed Profesaional �ngineer in Te�cas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawit�� for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. ]oint deflec�ian C. Certificates 1. Furnisb an affidavit certify[ng that all PVC Pressure Pipe sneets the provisions of this Section, each run of pipe furnished has met Speci�cations, al� inspections have been made and that alI tests have been perforrr�ed in accordance with AWWA C900. 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATER�AL SUBMITTALS [NUT T.TSED� I9 QUALITY ASS[7.RANCE A. Qualificatians Manufacturers a. Finished pipe sha11 be the produet of 1 manufacturer for each size, unless otherwise appraved by the City. 1) Change orders, specials, and field changes z�nay be provided by a different manufacturer upon City approval. b. Pipe �nanufacturing aperations shall be performed under the control af the manufacturer. c. AII pipc furnished shall be in conformance wiYh AWWA C900, C1TY OF FORT WOliT'H Waler & Sanita .ry Sewer Replacement STANDARD COAi3TRUCTIOIV SP�CIFTCATIOI�i DOCUMEI�ITS Cnntract 2O18, WSM-M Revised Nnvember 16, 203 $ City Proj eet No. ] 01688 331112-4 POLYVINYL CHLOIZIDB (PVG) PRESSURE PiPE Page 4 of S 1.10 DELIVERY, STORAGE, AND HANDLING A. 5torage and Handling Requirements 1, 5tore and handle in aceordance with the guidelines as stated in AWWA M23. 2. Secure an�d maintain a lvcation to store the material in aceordance �rith Section O 1 66 �0. 111 FIELD �SITE] CONDITIONS [NOT USEDj 1.I� WARRANTY [NOT USED] PART�- PRODUCTS �.1 OWNER-FURNISHED [ox] OWNER S[TPPLIED PRODUCTS [NOT USED� �.2 EQLTIPMENT, PRODUCT TYPE5 AND MATER,IALS A. Manufacturers Only the manufacturers as listed in the City's Standard Pxoducts List will be cansidered as shawn in Sectian O1 60 00. a. The manuf�.cturer naust comply with this Specification and related Sections. Any prodnct that is not listed on the Standaz'd Products List is considered a substitutinn and shall be snbr�vtted in accvrdance with 5ection QS 25 00. B. Pipe Pipe shall be in accordanc� with AWWA C904. 2. PVC Pressure Pipe for potable water shall meet the require�nents of NSF 61. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay l�ngth of 2Q feet except for sp�cial fittings or closure pieces necessary to comp1y with the Drawings. 5. The pipe material shall be PVC, meeting tile requirements of ASTM D 1784, wiCh a cell classificatian of 12�54. Outside diam�ters must be equal to those of cast iron and duckile iron pipes. b. As a m.inimum the followiag Dimension Ratia's appiy: Diameter Min Pressure Class xnch si 4 throu h 12 DR 14 i� thrau h 24 DR 1$ Pipe Markings a. Meet the minimum requirements af AWWA C900. Minimurn pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2} Nominal pipe size 3} Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitahility of the pipe C1TY OP FORT WORTH STANi?ARD CQNSTRCICTION SPECLF[CATION DOCUIVEENTS Water & Sa�titary Sewer Replacement Itevised No.vember l6, 2D IB CnnEract 2018, WSM-M City Project Afa. 1U1688 33 ll 12 - 5 POLYVINYL CHLORIDE (PVC) FRESSUR� P1PE Page S af 6 C. Pressure and Deflection Design 1. Pipe design shall be based an trench candit�ons and design pressure class specified in the Drawings, Pipe shall be designed accardin� to the meYhod� indicated in AWWA M23 for trench construction, using the followiag parameters; a. Unit Weight of Fill (w} = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drat7vings. d. Maximur►� E' _ �,000 max e. Deflection Lag Factor = 1.0 £ Warking Pressure (PW) = 1S0 psi g. 5urge Allowance {PS) = 100 psi minimum h. Test Fressure = 1) No Iess than 1.25 times the stated warl�ing pressure (187 psi minimum} af the pipeline measured at the highest elevation along the test section. 2} No l�ss than 1.5 times the stated working pressure (225 psi minimum) at the lovtrest elevation of the te5t section. i. Maximum Calculaied Deflecfion = 3 percent j. Res�rained Joint Safety Faetor (SF) = 1.5 k. Maxim,um 7oint Deflection = SO p�rcent of the manufactur�r's recammendations. 2. Verify trench depths a$er existing utilrties at'e located. a. Accornmodate vertical alignment changes required because of existing utility or ofher conflicts by an apprnpriate change in �aipe design depth. b. In no case shall pipe he installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tee�, plugs �r other frttings shaIl be mechanically restrained joints when required by the Drawings. b. No thzust restraint contribution shall be alla�ved fnr the restrained length af pipe within the casing. c. Restrained join#s, where required, shall be used for a sufticient distance from each side of the bend, tee, plug, valve, or other fi�ting to resist thrizst which will be developed at the design pressure of the pipe. For the purpose of thrust the fo]lowing shall apply: 1) Calculate vaives as dead ends. 2) Design pressure shall be greater than the pressure class af the pipe ar the internal pressure (P;), whichever is greater. 3) Restrained jaints shall consist of approved mechanical restrained or push- on restrain�d joints as Iisted in the City's Standard Products List as shawn in Section O1 f0 04. 4} Restrained PVC pige is not allowed for pipe greater than 12 inches. d. The Pipe Manufac#urer sha11 v�rify the length of pipe with restrained joit�ts to resxst thrust in accordance with the Drawings and tY�e following: 1) Calculat� the weight of the earth (W�) as the weight ofthe grojected sail prism abo�e the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soiI conditions 3) In locations where ground water is encountered, reducc the soil density to its buoyant weight for the backfill below the wa#er table. a} Reduce tha coefficient of frietion to 0.25. CITY OF FQRT WOIt"I'H STANDARD CONSTRLICTION SPECIFiCATION DOCUMENTS Watcr & 5anitary Sewer Rcplxcement Revised Novamher 16, 2018 Coofract 2018, WSM-M City Project No, 101688 33 !1 12-6 PDLYVQYYL CHLORIDE (PVC) P[tL�S�URE PIP� Paga 6 af 8 A�. Joints a. Joints shall he gasicet, beli and spigat and push-on type eonfar�ning to ASTM D3339. h. Sznce each pipe manufactur�r has a different design for push-on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non-toxic and 1VSF approved for potable water applications. d. Push-On Restrained Joints sha11 only be as approved in the Standard Products List in Section Ol 6Q Od. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 OS 26. 2.3 ACCESSORIES [NOT US�Dj 2.4 S�URCE QIIALITY CONTROL [NOT USED] PART 3 - EXECIITION 3.1 INSTALLERS [NOT USED� 3.2 EXA,MINATIUN [NOT USED� 3.3 1'REPARATTON �NOT USED] 3.4 INSTALLATX�N A. General l. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWW� C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recomm:endations. 2. Lay pipe to tne lines and grades as indicated in fhe Drawings. 3. Excavate and back%ll trenches in accordance wit}a Section 33 05 1 p. �. Embed PVC Pressure Pipe in accordance with Section 33 OS 10. 5. �or installation of carrier pipe within casing, see Section 33 QS 2�4. B. Pipe Handiing Haul and distribute pipe and fittings at the project site. 2. Haridle piping with care ta avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior ta lowering into the treneh. b. ilse only nylon ropes, sjings or ather lifting devices that will not damage the surface of the pipe for handling the pipe, 3. At �e close of each operating day: a. Keep the pipe c�ean and free of debris, dirt, animals and trash — during and afier the laying aperation. b. Effectively seal the open end of the pipe using a gasketed ni.gl�t cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 31 11. CITY OF FORT WORTH Water &$anitary Ser�er Aeplaeement 5TAN1?ARD CONS'1'RUCTiON SgECICTCATION DUCUM�N'TS Con�act 2018, W5M-Ivl ltevised November 16, 20k$ City Project No. 101688 331112-7 POLYVINYL CHLOI2[D� (PVC) Pft�SSURE P1PE Page 7 Uf S 2. Push-on Joints a. InstaIl Push-On joints as defned in AWWA C900. b. Wipe clean the gasket seat inside the beI1 af all extraneous matter. c. P1ace the gasket in the bell in the ppsition prescribed by the manufacturer. d. Apply a th.in film of non-toxic vegetable soap lubricant ta the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece afpipe, re�inish the field cut to conforrn to AWVk�A C6Q5. 3. Joint Deflectio�a a. Deilect the pipe only when necessary to avoid abstruct[ons, or to me�t the lines aiid grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of fhe manufacturer's recomnnendation. D. Detectable Metallic Tape Installation i. 5ee Section 33 05 26. 3.5 REPAIR/RESTORATIQN [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.9 FIELD [o�] SITE QUALITY CONTROL A, Potable Water Mains I. Cleaning, disinfeetion, hydrost�tic testing, and bacteniological testing of water znains: a. Ciean, flush, pig, disinfect, hydrostatic test and bacteriologicaI test the water mazn as specified zn Seetifln 33 04 40. B. Wastewatex L,ines 1. Clase� Cireuit Television {CCTV) Inspeciion a. Provide a Post-CCTV Inspection in accordance with Sectian 33 O1 31, 3.$ SY5T�M STARTiTP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.14 CLEANING jNOT USED] 3.11 CLQSEDi7T ACTTVITIES [NOT USED] 31Z PROTECTTON jNOT TJSEDJ 3.I3 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USEDj C1TY OF FORT WORTH Water & 5anitary 5ewer Replacemeut STANDARI7 COI�lSTRl1CTION SPECIP'ICATION DOCUMENTS Contract 2018, W511R-M Revised Novem6er 16, 2018 Gi[y Project No. 1Q1bR8 33 ll 12-8 POLYV[NYL CHL�Rll38 (PVC) YftGSS[1RE PIPE Page 8 of 8 END OF SECTION Revision Log DATE NAME SLJMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum jaint deflection requirements 3.4.C,1 — Added reference to Duetile Iran Fittings 1212d12012 D.Johnsan 3.4,D — Remo�ed Marker Salls 1.1 Modified accepta6le range For specification Fram up to 24-inch to up to 36-inch Change 5ection 2.2 B. 5. from "The piga material shal! 6e PVC, meeting the 411l2013 F. Griff'in �4ulrements of ASTM p 1784, with g cell classification of ] 2�15�-$ " to "The pipe material shaki be PVC, meeting the requirements of ASTM D1784, with a cell classification of L�4S4". 11 references ta the use of G905 are no longer applicable and are deleted. 1 L.114/2018 D.V, ivlagana 1,3,A.4.e. — Updated to reflect E900 applicabfe on PVC pipe sizes 4" through 60". CITY OF FORT WqRTH Water & Sanitary Sewer Replacement STAN�ARD CO]YSTRUCTION SPECICICATION DOCUMENTS Contract 2018, WSM-M itevised November 16, 2Q1 S Cit� Projeet No. 101668 331113-1 CONCRETE PRE55U1ZE PIFE, BAR-WRA!'PED, STEEL CXGTNDER TYPE Page l of 16 SECTION 33 11 13 CONCRET� PRESSL]RE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE PART1- GENERAL 1.1 SUMMART' A. Section IncIudes: 1. Concrete Presaure Pipe, Bar-�7rapped, 5tee1 Cylinder Type (Concr�te Pressure Pipe} 24-inch through 72-inch for potable water appiications in canfornnance with AWWA C303 B. Deviations from this City of Fort Worth Standazd Specification 1. None. C, Relat�d Specificahon Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract Forms, ar�d Conditions of the Contract z. 3. 4. 5. 6. 7. Division 1 — General Requirements Section 33 � 1 31— Closed Circuit Tele�ision (CCTV) Inspection Section 33 04 10 — Joint Bonding and Elect�ical IsolaCion 5ection 33 a4 40 — Cleaning ancf Aeceptance T�sting of Water Mains Sectian 33 OS 10 — i7tility Trench Excavation, Embedment and Backfill Section 33 I 1 QS — Bolts, Nuts, and Gaskets I.� PRICE AND PAYM�NT PROCEDURES A. Measurement and Payment 1, Concrete Pressure Pipe a. Measurement 1) Measured horiznntally along the stuface from center line ta centerline of the fitting or appurtenance b. Payment l) The work petformed and materials furnished in accordance with this Item and measured as provided under "Measurement" sha�I be paid for at the uz�it price bid per linear foot for "Concrete AWWA C303 Pipe" installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1} Furnishing and installing Concrete Pressura Pipe with joints as specif'ied 6y the Drawings 2) Mobilization 3) Coating 4) Lining S) Pavenn�nt removal 6) Excavation 7} Hauling CITY OF FORT WOIiTH STANDARI7 COI�iSTRUCTIQN SPECIFICATION DOCLTME�!'P3 Water & Sanitary 5ewer 12eplacement Re�ised December 20, 2012 Cnntract 2D l8, WSM-M City Project No. ]p1688 33{113-2 CONCRETB ARESSUAE PIPE, BAft-WRAPPED, STEEL CYLiNDElt TYPE page 2. uf 16 S} Disposal of excess material 9) Furnishing, place�nent, and compaction oF embedment 10) Trench water stops 11) Jointres�raint I2) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) �'urnishing, placerz�ent, and eampaction of hackfill 16} Clean-up 17) Cleaning 18) Disinfectian 19) Testing 2. Concrete Pressure Pipe Fittings a. Measurexaaent 1} Measurement for Chis Item shall be hy luznp sum. b. Payment 1) The work performed and materials furnished in accordance with this It�m shall be paid far at the luxnp sum price bid for "C303 Fittings" install:ed for. a) Various sizes b} Various types of b.aekf"ill c. The price bid shali include: 1) Furnishing and instal�ing Concrete Pressure Pipe Fittings as specified by the Drawings 2} Mobilization 3) Coating �}) Linizzg S) Pavaznent removal 6) Excavatian 7) Hauling $) Dispasal of excess material 9) Furnishing, placement, and compaction of embedment 10} Trench water stops 1 l } Joint restxaint 12} Bolts and nuts 13) Welding 14) Gaskets, if allowed i5) Furr�ishing, placement, and eompaction af backfill lb} Clean-up 17} Cleaning I8) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the curtent reference standard published a� the time of the Iatest revision date logged at tY►e end oithis Specification, unless a date is specificaliy citad. 2. American Society af Meahanical Engineers (ASME): a. B16.1, Gray Iran Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). Water & 5anitary Sewer Replaceme�t CI'PY OF FOf�T WORTH Conlract 2D 18, WS1GT-M STANDARD CONSTRl1CTIpN SPECI�'ICATION DDC[3MEHTS City Pmject No. 101688 Revised Decemher 20, 2012 33 l 1 l3 - 3 CONCRE'FE i'12ESSURE P1PE, BAR-WRA Pp�D, STEEL CYLINDER TYPE Page 3 of L6 3. American Snciety of Testing �nd Materials (ASTM): a. A242, 3tandard Spec�caYion for High-Strength �,ow-Allay Struct�uxalSteel. b. A307, Standard Specification for Carbon Steel Bolts a�d Studs, 60,OOQ PSI Tensile Strength. c. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. d. B633, Star�dard Specificatiqn for Electrodeposited Coatings of Zinc an Iron and Steel. e. C33, Standard Speci�cation far Concrete Aggregates. f. CI44, Standard Speeification for Aggrcgate far Masonry Mortar. g. C150, Speciiicatior► for Pnrtland Cement. h. C293, Standard Test Method for Flexuraf Strength of Concrete (LJsing 5imple Beann with Center-Point Laading}_ i. C497, Metl2ods of Testing Concrete Pipe. j. C882, Standard Test Methpd for Bond 5trength af Epoxy-Resin Systems Used With Concrete By Slant S.hear. lc. CI090, Standard Test Methad for Measuring C�anges in Height of Cylindrical Speczmens of Hydraulic-Cement Grout. � l. EI65, Standard Practice for Liquid Penetrant Examinati.on far General Industry, 4. A�t�nerican Welding Socieiy {AWS}: a. D1,1, Sfructural Weldiing Code - Steel, 5. American Water Warks Association (AWWA): a. C206, �'ield Welding of Steel Water Pipe. b. C207, Stee1 Pipe Flanges for Waterworks 5ervioe - Sizes �4 IN throug,h 1441N. e. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. d. M9, Conerete Press�zre PipE. 6. American Water Works Association/American National Standards In,stitute (AWWA/ANSI): a. C111/A21.11, Rubber-Gasket 7nints for Ductile-Iron Pressure Pipe and Fittings. 7. Internatian.al Organization foz' Standardization (ISO). 8. National Sanitatian Foundation (NSF): a, N5F 61, Dritiking �Vater Sys�cm Co�tnponents - Health Effects �.4 ADMINYSTRATIVE REQUIREMENTS [NOT USED] 1,5 SUB1bIITTALS A. Sub;mittals shall be in accordanee vvith Section OT 33 i}0. B. All subrnittals shall be approved by the City prior to dali�very and/or fabrication for specials. 1.6 ACTION SUBMITTALSIFNFORMATIONAL SUSMITTALS A. Product Data l. Exterior Coating a. Material data b. Application recommendations c. Field tanch-up pracedures 2. Joint Wrappers a. Material data CCPY Ol� FDRT �OATH Water 8c Sanitary Sewer I�epiacement STANDARD COAfSTRUCTION SPECIFICATION DOCUME[YTS Cvntract 2018, WSM-M Revised DecemBer 20, 2012. City Yrojcct No. 101688 33 11 13 - 4 CONCli�'fE PRL�SSURE P1PE, SAR-WRAPP�I), STL�EL CYLIN�ER'i`YP� Page 4 af 16 b. Installation recomrnendatians 3. Flexibie Joint Couplings a. Manufacturer b. Model 4. Mixes a. Mortar far interior joints and patches b. Bonding agents for gatches 5. Gas�cets (if appSicable) S. Shap Drawings — Fum.ish %r Concrete Pressure Pipe used in the potable water systems including: 1. Wall thxcl�tess design calculatians sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Worlcing Ptessure 2} Test Pressure 3) 5urge pressure b. External pressure 1) Deflection 2) Buckling c, Special physical loading such as supparts or joint design d. Thermal expansinn and/or contractian, if applicable for the proposed installation 2. Thrust restraint calculations for all fittings and valves including the restraint length sea3ed by �. Licensed Professional Engineer in Texas. 3. Fabrication and lay drawings showing a sc�eenatic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in T�xas and includes: a. Pipe class b. Jointtypas c. Fittings d. Thrust Restraint � e. Statipning (in accordance with tihe Drawings} f. Transitians g, .Toint defle�tion h. Outlet locations for welding, ventilation, ane3 access i. �Velding requixernents 4, Pipe within Casing a. Provide drar�vings detailing hvw pipe is restrained tn prevezti floating within the casing. C. Certif cates and Test Reports a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 of this 5ection. CITY QF FORT WOEtTH Water & Sanitary 5ewer Repkacement 3TANDARD CONSTRUCTiDN SFECIPICATION DOCUMENT'S Contract 201 &, WSM-M Revised Decem6er 20, 2012 City Project 1Vo. l O1688 3311 13-5 CO[YCRETE PR�SSUR� PIPE, BAR-WRAPP�p, S`I'�8L CYL[[JDE[t TYP$ 1.`� CLOSEQUT SUBMITTALS [N4T USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT IISED] 1.9 Qi]ALITY ASSURANCE A. Qualifications Page 5 of 16 Manufacturers a. Shall be American Concrete Pressure Pipe Association {ACPPA} Quality Program certified, I.S.O. Quality Certificatipn �'rogram certified, nr equal, far Concrete Pressure Pipe and accessory manufacturing, b. Fipe rnanuiacturing operations (�ipe, lining, and coatings) shall he perfarmed under the control oithe manufacturer, c. Pipe shall be the prod�.ct of 1 manufacturer which has had not less than 5 years successful experienee rnanufacturing AWWA C3�3 pipe of the particula.t� type and size iz�dicated. 1) This experiance record will be thoroughly investigaEed by the Engineer, and acce�atance will be at the sole discretion of the Engineer and City, 2) Pipe manu.faeturing operations (pipe, fitting5, lining, and coating) shall be per%rmed at 1 Iocation, unless atherwise approved by the Engin�er. d. Fipe shall be manufactured in accordance with the latest revisions of AWWA C303. B. Certif"icatians d. e. f. Prior to shi.pxnent of the pipe, the Pipe Manufacturer shalI submit the follotving: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C303 and these Specifications b. Copies af results of factary hydrostatic tests shall be provided to the En.gineer c. Mill certi�cates, including chemical and physical test results for each heat af 5Yee1 1) The manufacturer shall parfortn the tests described in AW�VA C303, for al� pipe, fittings, and sp�cials, except that the absarption test detailed in this Specificat'ron shali supersede the requirements of the applicable portion of AWWA C303. Certified test reports for welder ceriification for factory and �e[d welds in accordance with AW�VA C303, 5ection 5 Certi�ied test reports fnr cement mortar tests Certified test reports for steel cylinder tests C. Hydrostatic Pressuxa Testing Hydrostatic pxessure testing shall meet or excee.d the requirements oiAWWA C303 Section 4.6 — Fabrication. a, Each pipe cylinder, with rings welded to its ends, shall be �ydrostatically testcd prior to application of lining or coating. h. The internal test pr�ssure sha116e that which results in a fiber sttess equa[ to 75 percent oFthe m�inimum yield strength of the steel used. c. Each pipe cylinder tested shall be completely watertigl�t under ma�muzn test pressure. d. Test pressure shall be held %r sufficient time to observe the weld seams. e, Fipe manufacturer shall maintain a recording of the prassure gauge report and provide to the Engineer. CITY OF FORT WORTH Water & Sauitary Sewer Replacement STANDARD CQN$TRUCTIO[Y SPECIFICATIOIV DpCUMENTS Cantract 2018, WSM-M Revised Decem6er 20, 20i2 City Project No, iD1668 331] 13-6 CONCRETL PRESSUKE PIPE, BAR-WRAYk'ED, 5TE�L CYLINI]8R TYPE Page 6 of lfi 2. Fittings shail be fabricated frozzi hydrostatically tested pipe or fabricated of welded steel sheets or plates. a. Fitt'tngs shall be tested in accordance with AWWA C303. 3. Factory Tesiing a. Cement Mortar Coating - Absorptian Test 1} A water absorption tesi shall be perforrned on samples of cured mortar coating taken from each working shift. a) "I'he txkortar coating samples shall have bcen cured in the sa�ne manner as rhe pipe. b) A test value shall consist of the average of a minimum nf 3 sarnples taken from the same warking shift. c) The test method shall be in accordance with ASTM C497, Method A. d) The average absorption value for any test shall not excee.d 9 percent and no individual sample shall have an absorption exceeding 11 percent. e) 'I'esis far each working shift shall be performed on a daily basis until conformance to the absarptian requirements has been established by l.0 cansecut��e passing test results, at which time testing mnay be performed on a weekly hasis for each worldng shift. (1) Daily testing shall be zesurned for each wnrking shift with failing ahsorption test resuits and shall be znaintained until conformance to the absoarpiian requirements is re-established by 10 consecutive passing test results. D. Cement Mortar Lining 1. Shop-applied cement mortar linings shall be tested in accordance with AWWA C303. E. City Testing and Inspection 1. The City reserves the option fio have an independent tesiing laboratory, at the City's expense, inspect pipe and �ttings at tk�e pipe manufacturer's plant. a. The City's testing laboratory and Engineer shall have free access to the manufacturer's plant. b. The pipe manufacturer shall natify the City, in writing, at least 2 w�eks prior ta pipe fabrication as to start of fabrication and fabricaiing schedule. The City wili then advise the manufacturer as ia City's decision regarding tests to he performed by an independent testing labaratory. c. In the event the City elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to 1 spot tesiing of each category unless the tests do not show compliance with the standard. 1} If these tests do not show compiiance, the City reserves the right to have the laboratory make additional tests and observations. 2. The inspeetion and testing by the ind�p�nd�nt testing la6oratory anticipa#es thai production of pipe shall he done over a normal period of tix�o.e and without "slow downs" or othec a6normal delays. C1TY OF FORT WORTH Water 8c 5anitary Sewer Iieplacemen# STANDAI2U CONSTRUCTIpN $PECIFICATIOAi DOCUMENTS Contract 2018, W5M-ivi Revised I)ecember 20, 2012 City Project 1�'0, l D 16$8 331113-7 CONCR�TB PRESSlIRE PIPE, BAR-WRAPPED, S"I'�EL CYLINDER TYPE Page 7 of 16 a. In the e�+ent that an abnormai productio� tim� is required, and the City is requiz'ed to pay excessive costs for inspection, then f1�e Contractar shall be required ta reimbuz�se the City for such costs over and a6ove thase wk�ich would h�.ve been incurred under a normal schedule of production as deYermined by the Engineer. F. Manufacturer's Technician for Pipe Installation Pipe Manufacturer's Representative a. During the constrttction periad, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienc.ed technician to ad�ise and instruct, as n�cessary, in pipe laying and pipe jointing. 1) The technician shall assist and ad�ise the Contractor in his pipe laying operations and shall instruct constructian personnel i.n praper joint assembly and jo.int inspection procedures. 2) The technician is not required to be on-site full time; however, the technician shall be regularly on-site during khe #'irst 2 w�eks of pipe laying and thereaf�cr as requested by the Engineer, City or Contractor. 1.10 DELIVERY, STQRAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Affnrd zz�axicz�.uzn proteetion from normal hazards of transportation b. Allow pipe tn reach ptoject site in an undamaged eondition 2. Pipe damaged in shipment shall nat be deli�ered to the project site unless such damaged pipe is properly repaired. 3. After the corripleted pipe and fittings have been removed from tY�e tinal cure at the rnanufacturing plant: a. Arotect pipe lining from drying by zneans of plastic end cavers banded to the pige ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall he tnaintained inside the pipe by periodic additza�. of water as necessary. 4. Pipes shall be carefully supported during sh�pmeni and storage. a. Pipe, fittings and specials shall he separated sq that they do not bear against each other and the whole load shall be securely fastened to prevent rnovement in transit. b. Ship pipe. on pa.dded bunks with tie-down straps approximately over stulling, c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means ta protect the pipe from damage. d. Each end and each length of pipe, fitting ar special (42-inches and largerj and the middle of each pipe joint shall be internally supported and braced �vith stulls ta maintain a true circular shap�. i. Inte�al stulIs shall consist ai timber or steel iu�nly wedged and secured so that stulls remain in place during storage, shiprnent and installation. ii. Pipe shall be rntated so that one stull reYnains vet'tical during storage, shipment and installation, iii. At a minimum, stulls shall be placed at each end, each quarter point and center. B. Delivery, Handling, and Storage CITY OF FOEZT W()RTI3 STANDARQ CONSTRUCTIQN 5PECIF'ICATTOiV I]OCLfiSAENTS Water & Sanitary 5ewer Replaeemcnt Itevised IIeoember 20, 2R12 Contract 2018, WSM-M City ProjectNo. 101688 331] 13-8 CONCRETE PRESSU� PIPE, eAR-WRAPP�i], STCEL CYLINDHf� TYPE Page 8 of l6 C. I� 1. Once the first 9hipment of pipe has been delivered ta the site., the Engineer and the Contractor sha11 inspect the pipe's interior coating for excessive cracking. a. If excessive cracking is found, exceeding the allouranee in AWWA C303, modify s�iipping procedures to reduce ar eiiminate cracking. 2. Deliver, handle and store pipe in �ccordance �vith the manufacturer's reco�unendatior�s to protect coating systems, Marking for ldentification 1, Far each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Idenii�caiion number d. Top centerlines shall be marked on all specials. Point nf Dalivery I. The Contractnr is responsible for securing and maintaining a location ta store the z�r�aterial in accordance with Section O1 66 00. 1.11 WARRANTY jNOT USED] PART2- PRODUCTS 21 OWNER-FURNISHED [NOT USED] Z.2 EQUIPMENT, iRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List wiIl he cansidered as shown in Section O1 60 00. a. Tbe manufacturer must comply wzth this S�a�.cificatzon and related Sections. 2. Any product that is not listed an the Standard Products List is considered a substit�tion and shall be submittad in accordance with Section O1 25 00. B. Materials 1. General a. Pipe shall be manufaetured in accordance with the latest revisipns of AWWA C3U3, AWWA M9, as well as the special requirements of this Specification. b. All pipe shall meet the requirements of NSF 61. Z. Cement a. Cement for use in conerete and mortar shal� be Type I or II Portland Cement. 3. Aggregates a. Agg�regates for concrete lining and coating shall conform to ASTM C33. 4. Sand a. Sand used for inside and outside joints shall be of silica base, conforming to ASTM C144. 5. Special Coating {Mortar Rings) a. Pipe to be installed 'ut� casing shall have 2 built-up mortar rings, each approltimately 2 feet Iong and slightly higher than the pipe bell, to grevent the pipe from being supported by ihe pipe beil. CITY QF FORT WOKTH STANDARU CONSTRUCTION SPECIFICATION DOCUMEN'I'3 Water & Sanitary 5ewer Tteplacement Revised December 20, 2D 12 Contract 201 S, WSA+1-117 City Project Na. 101668 33 11 13 - 9 COIVCRETE PIi�55URE P1PE, BA[Z-WRAPPED, STEEL CYLINDER TXPP, Page 9 of lfi S. Q 10 b. Built-up mortar rings are to be applied at the quarter points of the pzpe section. 6, Bushings, Couplings and Plugs a. Where outlets or taps are threaded, furnish and install brass reducing 6ushings in larger steel half couplings for the flutIet size indicated. b. Threaded plugs shall be brass, Mixes �. Cement Mortar 1) Cement txrortar used for pouring joints shall consisk of: a) I part Partlatzd Cement b) 2 parts clean, fine, sha�p silica sand c) Mixed with water d} No manufactured sand shall be permitted. e) Exterioz' joint mortar shall be mixed ta the consistency af thick cream. f) Interior jaint mortar shall be mixed with as little water as possible so that the mortar is �ery stiff but workable. gj C�ment shall be ASTM C150, Type I or Type II. h) Sand sball confarm to ASTM C14�. 2} Cement mortax used for patching shall be mixed as per cement mortar for inside joints. .Toint Wrappers a. Jaint wrappers shall be manufactured by Mar-Mac NManufact�aring Company, or approv�d equal. b. For pipe witl�in casing, Flex Protex joint filler, or approved eaual, may be used for pipes that can be welded from Ehe interiar. Flexible 7pint Couglin.�s a. Flexible 7c�int Couplings shall be Dresser Style 38, Stnith-Blair Style 411 or appraved eq�al. Pipe Ends a. The staz�dard pipe end shall include steel joint ring atad a continuous solid rubber ring gaske{ as per AWWA M9. 11. Gaskets 1) Flange in accordance with AWWA C2D7. 2) Provide Gaskets in accordance with Section 33 11 OS. i2. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2} Provide bolts and nuts in accardance wi.th Section 33 11 OS. 13. Isolation Flang�s a. Flangas reQuired by the drawings ta be Isolation Flanges shall conform to Section 33 04 1�. 14. Flange Coaiings a. �'langE Coatings in accordance with Sectipn 33 I 1 OS. 15. Tkreaded Outlets a. Where outlets oz' taps are threaded, Threaded with CC T'hreads and furnish and install brass bushings for the autlet size indicated. 16. Weld Lead Outlets (if applicabie) a. Use of threaded outlets for access for weld leads is permitted. crr� aF Foxm wn�zTx STANDARD CONSTRUGTIO]V SPECIFICATION DOCUM6IVTS Water &c Sanitary Sewer Rcplacement Revised December 2b, 2D12 Conteact 2018, W5M-M City Projent No.. 1 D] 688 33 11 13 - 10 CONCRET6 PRESSURE P�B, BAE�-WRAPPEQ, STEEL CYLIN�L�R TYPE Pa$e ] 0 of 16 b. Additianal outlet configueations shall be approved hy the Engineer. c. Outlets shall be welded afker use. 17. 5nap Rings a. Snap rings shall be manufactured by Hanson, or approved equal. C, Performance 1 Desigai Criteria 1. Pipe Design a, P'rpe shall be designed, mariufactured and tested in aceordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this 5peci�cation. h. Sizes and pressure classes (working pressure) shall be xs specified in the Drawings. e. For the purpases of pipe design, working pressure plus transient pressure shall be as indicated below. d. Pip� design shall be based on trench conditions and design pre5sure class specified in the Drawings. e. Pipe shall be designed accordin;g to the methods indicated in AWWA C303 and AWV4�A M9 for �rench construction, using the following parameters: 1) Unit Weight of Fill (w) _� 30 pounds per cubic foot 2) Live Load = A/�SHTO H-20 truck for unpaved conditi4ns 3) �.ive Load = Cooper E-$0 loading for railroad crassings 4} Trench Depth = As indicated on Drawings 5) Coefficient K„' — 0.150 6) Trench Width (Ba) as indicated an Drawings 7) Bedding Conditiot� = as indicated on Drawings 8) Pressure Ciass = 150 psi min. warking pressure 9) 5urge Allowance = 100 psi rninimum a) where: TotaI Pressure (including surge} = l50 psi + 1 a0 psi — 250 psi. 10} Deflection Lag Factor —1.0 11) Sail Reaction Madulus (E') < 1,000 f. Trench deptl�s indicated on Dravvings shall be verified after exisring utilities are located. 1) Vertical alignment changes required because of existing utility ar other conflicts shall be accommadated by an apprapriate change in pipe design depth. 2) In no case shall pipe be insta.11ed deeper than its design allows. 2. Frovisions for Thrust a. Thrust at bends, tees or other fittings sk�all be resisted by restrained joints or snap rings. 1} T�trust at bends adjacent ta casing shall be restrained by welding joints through th� casing and a sufficient distance each side of the casing. 2) No thrust restz'aint cantribution shall be allowed for pipe in casing unless the annulax space in the casing is iilled with grout, 3) The dis.tance for thrust resiraint shown on the Drawings is the minimum restraint and does �ot relieve the manufacturer from calculating t�ie restraint needs as specified h�rein. a) In no case shall the resirained distance be less than ind'tcated on the Drawings. C1TY QF FORT WOKTH Water & Sanitary Sewer Replacement STANDARD CONS7'RUCTION 5P�CIFICATI01� I?OCtlMENTS Contract 2018, WSM-M Revised December 2D, 2D12 City ProjeclNo. 101[88 331113-i1 CONCRETE PRE55URE Pll'�, BAR-WAAPPED, STE�I. CYLINDLI2 `T'YPE Fage l 1 of 16 b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other iittiag to resist tkrrust Qvhich develops at the design pressure of the pipe. 1) The distance for thrust restraint shown on the Drawings is the minim�m restraint and does not relieve ths manufacturer from calculating the restraint needs as specif ed hcrein, a) In no case shall the restrained distance be less than indicated on the Drawings. 2) Restrained joints shall consist of welded joints nr snap rings. 3} In areas where restrained joints are used for thrust restraint, tha pipe shall have adeqUate cylinder thickness to transmit the thrust forees. c. Thrust restraint desigm 1} The length of pipe with restrained joints to resist thrust forces shall be �erif'ied by the pipe man��'acturer in accardance with AWWA M9 and the fpll owing: a} The Weight of Earth (We} shall be calculated as the weight of the projected sail prism above the pipe. (1) Soil Density = l30 pounds per cubic foot (maximum value to be used for unsaturated sqil). d. Thrust collars will only be permitted for temporary plugs. 1) Thrust callaz�s may not be used for aay qth.er application, unless appraved in writing by the Engineer. 3. Insid� Diameter a. The inside diameter, of the cement rnortar lining shall be the nominal diameter specified, ut�less othenvise indicated on th� Drawings. 4, Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection and Flange Gaskets shali be in accordance vvith Section 33 04 10. 5. Bend Fittings a. A11 bend fittings shall be lang radius to permit passage of gipeline pigs. 6. Fittings with Flanges 1) Flanged j�ints shaEl be provided at cannections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall con%rm to the requirements of AWWA C207 and AWWA C20b. 4) Pipe fl�nges �hall be of ratad pressure equal ta or greater than the adjacent pipe class. 5} Flanges shall match the ftttings or appurtenanc�s which are to 6e attached. 6} Flan�es sha11 be Class E with 275 psi working pressure in accordance with AWWA C207 and in accardance wi�Lh A.SME B16. � Class 125 for areas desigt�aYed with a 225 psi test pressute. Water Bc 5anitary SewerRaplacement C17'Y pP rU�tT WQRTH Contract 2018, W5M-M STANDAAD CONSTRUC'CIOI�T SPECIFICATION �OCUM�3VTS City Prolect No. 101688 Revised December 20, 2Q12 33 11 13 -12 CO[YCRETE PRE35UliE PiAE, BAR-WRAPPED, 3TEEL CYLINDER TYAH Pagc 12 of [6 �,3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT uSED� PART 3 - EXECUTION 3.1 INSTALL.ERS [NOT IISED� 3.3� EXAMLNATION �NOT USED] 3.3 PREPARAT�ON [NOT iTSED] 3.4 INSTALLATION A. General 1. Install Canerete Pressure Pipe, fittings, specials and appurtanances as required for the proper functioning of the completed pipe line. 2. Install pipe, iittings, specials and appurtenances as specified herein, as specified in AWWA M9, and in accordance with the pipe manufacturer's recommendations. 3_ Lay pipe to the lines and g,rades show on the Drawings. 4. Excavate, embed and bacl�ill trenches in accordance with Section 33 OS 10. 5. At the close �f each operating day: a. Keep th� pipe clean and free af debris, dirt, animals and trash — during and after the laying operation. b. Effeetively seai the open end of the pipe using a gasketed night cap. 6. If pipe is placed in casing, restrain pipe from floating as required in Artiele 1.6.B.4. B. Pipe Handling I. Haul and distribute pipe fittings at the project site and handle piping with care tn avoid damage. 2. Before lowering into the trench and inspect each joint of pipe and reject or repair any damaged pipe. 3. Pip� shall be handled at all times �with a minimutz� of 1 wide non-abrasive sling, belts oz' other equipment designed to prevent daztxage to the coating or Iining. 4. The equipment shall be kept in such repair that its continued use is not injutious to the coating. 5. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. Pipe Jointing l. General a. Thoroughly ciean the bell and spigot rings before laying each jaint of pipe by brushing and wiping. b. If any damage to the protectiv� coating on the metal has occurred, repair the damage befare laying the pipe. c. Lubricate the gasket atad the insidc surface of the bell with an appraved lubricant (flax soap) which will faci�itate the telesco.ping of the jaint. d. Tightly fit together sections af pipe and exercise care tn seeure true alignment and grade. CITY OF FDRT WORTH Water Bc Sanitary Sewer Replacement STANDARD CONSTRUC'TION SP�CIrICATiUFY DOCUMI:NTS Confract 2D18, WSM-M Ravised Decamher 20, 2012 City Pmject No. 10168$ 33 i 1 13 - l3 CpNCRETE P[�SSUR� PIPE, BAR-WTiAPPE�, STLEL CYLINDER TYPE Page t3 of l6 e. When a joint pf pip.c is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pige and force into position. 1) The inside jaint spacc between ends af the pipe sections shall have an opening within the tnleraances �s recommended by the pipe mataufacturer. f, No "blocking up" of pipe or joints will be permitted, and if the pipe is not unifoz�rz�ly supported or the jaint not made ug property, remove the joint and properZy prepare the krench. g. After joining, check the position of the gasket with a feeler gauge. 1) If the gasket is out of position, disas.semble the joint and repeat the joint laying procedure. h. Far interior welded joints, compleie backfilling befpre welding. i. For exterior field-welded joints, provide adequate working rqnzn under and beside the pipe. 2. Exterior 7oints a. Make the exteriar joint by placing a joint wrappe:t around the pipe and seeure in place with 2 metal straps. 1} The wrapper shall be 9 inches wide for pipe 36-inches and la�rg�r, and 7 inches wide for smaller pipe, kemmed on each side. 2) The wrapper shall be fiberglass reinforced or but-lap cloth, with lengths encirclizxg the pipe, leaving enough opening betvveen ends to allow the mortar ta be poured inside fhe wrapper inio the join#. 3) FilL the joint with mortar from 1 side in 1 cantinuous operation until ii has flowed entirely around the pipe, 4) During the filling of the joint, pat or manip�late �e sides of the wrapper to settle the martar and expei any entrapped air. 5) Leave wrappers in place undisturbed until the mortar �as set-up. 3. Interioar �oints a. Upnn eompletian of backfilling oithe pipe trench, filI tiie inside joint recess with a stiff cement zx�ortarlhigh-strength grout. 'b. Prior to placing of mortar/grout, clean out dirt or trash which has cQllected in the joint and moisten the concre#e surlFaces of the joint space hy spraying or bi�ush[ng with a �vet brush. c. Ram or pack the stiff mortarlgrout into the joint space and take extreme care to insure that no voids remain in the joint space. d. After the joint has been iilled, leveI the surfaces of the joint mortar/�.out with �� interior surfaces of the pipe with a steel trawel so that the s�rface is smooth. e. Interior joints of pipe srnaIler than 21-inches shall have the bottom of the bell buttered with grout, prior to inserting the spigot, auch. tkzat when the spigot is pushed into position it will extrude surplus graut from t�►e joint. 1) The surplus grout shall be struck ofi flush with the inside of the pipe by pulling a fitled burlap bag or an inflated ball ihrough the pipe with a rope. 4. Welded Join�s a. Weld joints in accordanee with the AWWA M9. 1) Contractor sha1� provide adequate ventilation far welders and for the City to observe welds. 2) Un]ess otherwise specified an the Drawings, welds sha11 be full circle fillet vrelds. Cfl'Y QF FORT WORTH 5TANDt�FtD CONSTRUCTIOI�! 5PECIFICAT]pN DOCUMLNTS Water dc 5anitary Sewer Replacement Revised Decemher 20, 2012 Con#sact 2018, WSM-M City Project No. 1 D7.588 33 1 l l3 - 14 C�1�ICRETE PRES5URC PIPG, BAR-WRAI'1'ED, ST�EL CYLIIVI]ER TYPE Page 14 of 16 b. c. e. �� g� h. i. 7• k. Adequate provisions for reducing temperature stressas shall be the responsibility of the Contrackor. Before welding: 1) Tk�oz'oughly clean pipe ends. 2) Weld pipe by machine or by the manual shielciad electric at'c process. Welding shall be performed so as not to damage lining or coating. Furnish labar, equipment, tools and supplies, including shielded type weldirig rad. 1} Protect welding rod from any deterioration prior to its use. �) Ii any portzon o� a box or carton is damaged, reject the entire box or carton_ In all han.d welding: 1) The metal sha.11 be deposited in successive layers. 2) Not more than 1/8 inch of inetal shall be deposited in each pass. 3) Each pass. except the iinal i, wh�ther in butt or fillet r�velds, sha13 be tharoughly bobhed or peened to relieve ahrinlfage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4} Each pass sha11 be thnroughly fused into the plates at each side oi the welding gz�oove ar fillet and shall not be permitted to pile up in the center of tlze weld. 5) Undercutting alo.ng the side shalt not be petmitted. Welds sha11 be free from pin holes, non-metallic inclusions, air poekets, undercutting and/or any other d�fects. If the ends of the pipe are lannin.ated, spfit or damaged to khe extent that satisfactory w�lding cantact cannot be obtained, remo�e the pipe from the line. Furnish each welder emplayed with a steel stencil for marking the welc3s so that the work of each welder may be identified. l} Have each welder stencil the pipe adjacent ta the v�reld with the stenci� assigned ta him. a) In tl�e event any welder ieaves the jab, his stencil shall be voided and not duplicated. if anather r�velder is emplayed. Welders 1) Each welder emplpyed by the Contractor shall be required to satisfac�orily pass a welding tast in accordance with AWWA C206 befoze being allowed to weld an the 1ine. 2) After each welder has qualiiied in the preliminary t�sts referred to above, inspections 5ha11 be made of�oiats in the line. a) The inspection will be dane by a Certified Welding Inspector retained by the City. 3) Any welder making defective welds shall not be allowed to continue to weld. Weld Testsng 1) Dye penetrant tes#s in accorflance with ASTM EIfiS, or magnetic parEiele test in accordance with AW WA C2�J6 and set forth in AWS D.1.1. shall be perfortned by the Contractor unde:r tl�e supervision and. inspeetion of the City's Representarive or an independez�t testing laboratory, on a�i full welded joints. a} Welds that are defective will be repSaced or repaired, whichever is de�med ne.cessary by the Engineer, at the Contractor's expense. CTTY O�' FORT WORTH STANBAR� CONSTRUCTIOl�! SPECIFICATIOI�! I]QCUMENTB Water 8c 5anitary Sewex Replacement Revised Decem6er 20, 2D12 Contcact 201$, W5M-M City Project No. 101688 33 l l l3 - 15 CDNCRETE PRE5SiJRE P1PE, BAR-WRAPPE�, STEEL CYLINDER T}(P� Page 15 of 1 fi b) If ihe Contractor disagrees with the Engineer's interpretation of welding tests, test sections ma.y be cut fro�n the joint f�r physical testing. The Can.tractor shall bear the expense of repairing the joint, regardless of the resu[ts of pltysical testi�g. (1) Thc procedure for repairing the joint shaIl be approved by the Engineer befare proceeding. 5. Protection of Exposed Metal a. Protect exposad fen'ous metal by � minimum of 1 izach coating of cement mortar as previously speci�ed for insicfe joints, unfess otherwise speciiied in th� Drawings. b. Expased lar�e flat surFaces such as flanges, bolts, caulked joints, threaded oatlets, closures, etc., shall have coating reinforced with galvanized wire mesh. c, Thoroughly elean and wet �� s�rface receiving a cement mortar coating with water just prior to placing tb.e cement mnrtar caating. d. A�ter placing, take care to pre�ent cement martar from drying out too rapidly k�y covering with damp earth or burlap. e. Cement mortar coating shall not be applied during freezing weather. 6. Patching a. Excessive �ield-patching of lining or coating shall nQt be permitted. b. Patch�ing of lining or coating wi11 be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. c. In general, there shall not be more than 1 patch on either the ]ining or the coating of any 1 jaint of pipe. d. Wh.erev�r necessary to patch the pipe, mal�e patch with cexnent mortar as previously speci�'ied for interior joints. e. Do not insYall patched pipe until the pateh has been properly and adequate�y cured and approved far laying by the City. f. Promp�ly remave rejected pipe frnm the site. 3.5 REP.AIR / RESTORATIUN [NOT USED] 3.6 RE-INSTALLAT�ON [NOT USED] 3.; FIELD QUALiTY CONTROL A. Fie1d [aR] Site Tests and Inspections 1. Cleaning and Testing a. Cleaning, disinfection, hycirostatic testing and bact�riologicaI kesting of water mains I) Clean, flush, pig, disinfect, hydrostatic t�st and bacteriological test the water m�ain as specified in Sec#ion 33 04 4D. CITY OF FOftT WQRTH Water & Sanitary Sewer Replacerr�ent STANDARQ CONSTRUCTlOi�l SPEC�'IGATIQTV DOCUIVIE3�TS Cnntract 2018, WSM-M Re�ised December 20, 2012 City Project No. l01 b88 3311 t3-l6 CONCRETE PR�SSURE PINE, BAR-WRAPPED, STEEL CYLIh1DELL'L'YPE P�ge 16 of 16 3.8 SYSTEM STARTUP [NOT USED� 3.4 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CL�SEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED� 313 MAINi'ENANCE �NQT USED] 3.14 ATTACAMENTS [N�T USED] END OF SECTION Revision Lvg DATE NAME SUMMARY OF CHANGE 1.i0.A.4.d. — Size revisinn far stull raquirement 1 212 0120 1 2 D. Jnhnson Z,2.$,10, 11,12 and 13 — Added reference to Sections 33 11 OS and 33 04 10; resnoved materia! specificarions for bolts, Quts. and gaslcets CITX OF FORT WQR'1'H STANDAIiQ CQNSTRUCTION SPECIFICATION DOC[1MENT5 Water & Sanitary Sewer Replacemenf Revised December 20, 20f2 Cnntract 201$, WSM HrI City Project No. ] 01688 331114-1 BURIED STEBL PIPE AND FITTING3 Page l nf27 SECT'ION 3311 14 SURIED STEEL PIPE AND FITTINGS PART1- GENERAL 1.1 SUIVIMARY A. Section Includ�;s: 1. Buried 5tee1 Pipe 24-inches and larger for potabie water applicatinns B. Deviations from thss Gity of Fort Worth Standard Specification 1. None. C. Rela#ed Speeification Sections include, bui are not necessariIy linrzited to: 1. Divisian 0— Bidding Requirements, Contxact Forms, and Conditions of the Contract 2. Division I— General Requiremenis 3. 5ec#ion 33 01 31 -- Clased Circuit Teievision (CCT� Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance 'I'estzng of Water Mains 6. S�cfion 33 OS 10 — Utility Trench Excavation, Embedment, and Backfiil 7. Section 33 I 1 OS — Bolts, Nuts, and Gaskets 1.� PRICE AND PAYMENT FROCEDLIR�S A, Mea�urement and Paymen� 1. Buried 5tee1 Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the �tting or appurtenance b. Payment 1) The wark performed and materials furnished in accordance with this Item ant� measured as provided under "Measurernent" wi11 be paid for at the unit price bid per linear foot of "Steel AWWA C200 Pipe'" installed fvr: a) Various sizes b) Various type of backfill c. T.he price bid shall incEude: 1) Furnisl�ing aztd installing Buried 5tee1 Pzpe with joints as speci�ed by the Drawings 2} MobiIization 3} Coating 4) Lining 5) Pavement remo�al 6) Exca�atian 7) Hauling $) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint CITY OF FORi' WORTH Water & Sanitary Sewer Replacement STANDAR➢ CONSTRUCTIp3V SPECIFICATI�N DOCUIWIENTS Cantract 2fl18, WSM-M RevisecP Decem6er 20, 2Q12 City Pro}cei No. 10I688 3311 f4-2 BURIEp STEEL PIPE AND FITTLNGS Page 2 of 27 � 11) Bolts and n�ts 12} Welding I3) Gaskets f 4) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up l'1) Cleaning 18} Disinfection 19) Testing Buried Steel Pipe Fittings a. Measurement 1) Measurement for this Item shall b� by lunnp sum. b. Payment 1) The work perfarmed and materials furnished in accordance wikh this Item and rneasureci as pro�ided under "Measurement" will be paid for at the lump sum prica bid for "Steel Fittings". c. The price bid shall in.clude: 1) Furnishing and installing Butied Steel Pipe wit11 joints as specified by the Drawings 2) Mabilization 3) Coating 4) Lining 5) Pavement removal 6} Excavation "1) Hauling $) D�spasal af excess material 9) Furnishing, placement and compaction af embedment 1Q) Thrust restraint 11) Bojts and nuts 12) Weiding 13) Gaskets 1 A�) Furnishing, placement and campaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Re%rence standards cited in this Specification refer ta the evrrent reference standard �ublished at the time of the late�� revision date logged at the end of this 5pecification, unless a date is specifically cited. 2. American Architectural Manufacturers Assnciation (AA5HT0). 3. �merican Society af Mechanical �ngineers (ASME): a. B16.1, Gray Iron Pipe Flanges an� Flanged Fittings Classes 2S, 12S atid 250). 4. ANSI Intemational (ASTM): a. A307, Standaz'd 5peeification for Cazbon Steel Balts and 5tuds, 60,400 PDI Tensile SYrength. G1TY OF FORT WORTH STANDARD CONSTRIICTION SPECIFICATION DOCUMENTS Water & 5anitary Sewer Rcpiacemant Revised Decemher 2D, 2D12 Contract 20i8, WSM-M City Prnject No. 101588 33 L1 14-3 �EJR[�D STEEL Y1PE ANfl FITTiNGS Page 3 nf 27 c. d. e. f. �• h. i. J• k. 1. m. B117, Standard Practice for Operating Salt Spray (Fa�) Apparatus. B633, 5tandard Specification for Electrodepasited Coatings of Zinc an Iran and Steel. C33, Standard Specifications far Concrete Aggregaies. C 144, Standard Specification for Aggregate far Masonry Mortar. C150, Standard Speci�catian for Portland Cement, C2I6, 5tandard Specificatian for Facing Brick (5olid Masonry Units Made frart� Clay or 51�a1e). D16, Staradard Tertninology for Paint, Related Coatings, Materials, and Applications. D242, Standard Specification for Mineral Filler far Bitu.minpus Paving Mixtures. DD522, Standard Test Methods for Mandtel Bend Test of Attaehed Organic Coatings. DZ240, Stand�rd Test Method for Rubber Property-Dnromet�z' Hardness. D4541, Standard Test Method fpr �ull-Off Strength of Coatings Using Portable Adhesian Testers. E165, Standard Practice for Liquid Penetrant �xamination for General Industry, S. American Welding Saciety {AWS} 6. D l.l, Structure Welding Code - 5tee1. 7. American Water Works Association (AWWA}: a. C200, Steel Watez' Pi�e - 6 Inches and Larger, b. C205, Cement Mortar Protactive Lining and Coating for Steel Water Pipe 4 Ins and Laarger Shop-Applied. c.. C206, Field W�lding of 5tee1 Water Pipe. d. C2Q7, Steel Pipe �'langes for Waterworks Service - Sizes 4 IN through 1�4 IN e. C248, Dimensions for Fabricated Steel Water Pipe Fittings. £ CZ 10, Liquid-Epoxy Cnatiaxg Systems for the Interior and Exterior of Steel Water Pipelines. g. C216, Heat Shriz�lcable Cross-LinIted Polyolefin Coating� for the Exteriar nf �pecial Sections, Connectians, and Fittings far �teel Watcr Pipelines h. C222, Polyurethane Goatings for the Interior and Exterior of Steel Water Fipe and Fittings i. M11, Stee11'ipe - A Guide for Design and Installation. $. American VVater Works AssoeiatianlAmerican Nanonal Stan.dards Institute (AW WA/ANSI): a, C 111/A21,11, Rubber-Gasket Joints far Ductile-Iron Pressure Pipe and Fittings. 9. International Organization for Standardization (ISO), 10. NACE International [NACE): a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatzngs on Conductive Substrates. 11. N5F International (1V�SF): a. 61, Drinking Water System Components - Health Eff'ects. 12. Spray Polyurethane Foam Alliance (SP�'A). 13. Society �or Protective Caatings (SSPC)/National Associate of Corrosion �ngineers (NACE) a. PA 2, Measurement pf Dry Caating Thickness with Magn.etic Gages. CITY OF NORT WQRTH STANDAR� CONSTRUCTIpN SPEC[�'ICAT[OIY DOCUMEAITS Water & Sanitary Sewer Replacement Revised Decemher 20, �U12 Contract 2018, WSM-M City ProjectNa. 101b$$ 3311 14-4 BUAI�D STEEL PIPE AND FITTINGS Page 4 af27 b. SP 1, Solvent Cleaning. e. SP 2, Han.d Tool Ckeaning. d. SP 3, Ppwer Taol Cleaning. 14. Society for Frotective CaaiingslNational Assoeiate of Coz'irosion Engineers (SSPC/NACE) a. SP 10/NACE No. 2, Near-White Blast Cleaning. 1.4 ADMINISTRATIVE REQU�REMENTS [NOT USED] 1,5 SITBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All subtnittals shall be approved by the City prior to delivery and/or fabrication far specials. 1.6 ACTION SUBMITTAL�IINFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material da�a. b. Application recommendations c. Field tauch-up procedures 2. Heat Shrink Sleeves, if applicable a. Material data b. [nsta�lation r�commendatians 3. 7oint Wrappers, if applicable a. Material data b. Installation recammendations 4. Mi�ces a. Mortar for intierior joints and pafiches b. Bonding agents for patches 5. Gaskets B. 5hop Drawings 1. Wall thickness design calculations sealed by a Licansed Prafessional Engineer in Texas ineluding: a. Internal pressure 1) Maximum design pressure 2) Surge pressure b. Externa! gressure 1) Deflection 2) Buckling 3) Extreme loading canditians c. Special physieal loading such as supports ar joint design d. Thermal expansion andlor contraction 2. Thrust restraint calculations far all fitkings and valves including the restraint length sealed by a Licensed Prafessional Engineer in Texas to verify ihe restraint lengihs shown in the Drawings. CITY OF FORT WORTH STANDARD CONS'I'Tt[iCTION SPECIFICATiON DOCi1MEIYTS Water 8c 5anitary Sewer Raplacement Revised December 2tl, 2U12 Contract ZOl S, WSM-M CityProjeclNo. ]016$B 33 11 14 - S SURIED ST�HI. P[PH AI�D FIT`I'INGS I'age 5 of 27 3, Fabricatian aad lay drawings showing a schematic loeation with pro�ile and a tabulated Zayout schedule that is sealed by a Licensed Prof�ssional Engir�eer in Texas and includes: a. Pipe class h. 7oint types c. Fittings d. Outlets e. Thrust Restraint f. Stationing {in accordance with the Dravvings) g. Transitions h. 7oint deflection i. Interior lining j. Outlet locatians far welding, ventilatian, and access k. Welding requirements and pro�isions for #hermal stress control C. Certi�icates and Tesi Reports Prior to shipment of the pipe, the pipe tx�.anufacturer shall submit the fol.lowing: a. A Certificat� of Adequacy of Design stating Ehat tk�e pipe to be furnisl�ed complies with A�VWA C20�, AWWA C205, AWWA C21Q, A'WWA C222 and these Specifications. b. Copics of results of factory hydrostatic tests shall be pravided to the Engineer. a Mill certificates, including chemical and physical test results for each heat of steel, d. A Certified Test Report fi'orr� the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufaciurer's requirements and in accardance witlz this Specification. e. Certified fest reports for welder certifi�ation for factory az�d fi�Id welds in accordance with AWWA C20Q, S�ction 4.11. % Certified test reports for cement mortar tests. g. C�rtified test reports for steel cylinder tests. 1.7 CLOSEOUT SUSMITTALS [NOT USED� 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QIIALTTY ASSURANCE A. Qualificatinns Man�facturers a. ShaIl be certified under S.P.F.A. or I.S.O. quality certification progr�m for steel pipe and �ccessory manufacturing b. Finish�d pipe shall be the praduct of 1 manufacturer. c. Pipe mar�u�acturing operations (pipe,lining and cc�atings} sha116e performed under the control of the manuiacturer. d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe of the particular type and size indicated or demonstrate an experience record that is satisfactory to the Engineer and City. 1) This exp�rienca record will be thoroughly in�estigated by the Engineer, and acceptance will be at the sole discretion ofthe Engineer and City. 2) Pipe manufacturing operatians {pipe, iittings, lining, coating) shall be performed at 1 lacation, unless otherwise approved by the Engineer. CITY OF FOR7' WpRTff STANDARp CONSTRUCTION SPECI�TCATION DOCEIMEPTS Weter & Sanitary Scwer Replaeement Re.vised December 20, 2012 Conuact 2018, WSM-M City Project No. 101668 3a �� �4-6 HLTR.IED ST6EL PIPE AND FjTTiNGS Page 6 of 27 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, AWWA C2D5, AWWA G210 andAWWA C222. 1.10 DELN�RY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford nnaximum protection from normal hazard of transportation b. Allow pipe to reach project site in an undamaged conciition 2. Pip� damaged in shipment shaIl nat be delivered to the project site unless such damaged pipe is groperly repaired. 3. After the com�leted pipe and fittings ha�e been removed fi'om the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends, b. � Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addit�on of water, as necessary. 4. Pipes shail be carefully supported during shipment artd storage. a. Pipe, �ttin�s and specials sha11 be separated so that they do not bear agalnst each other and the whale load shaII be securely fastened to prevent movement in transit. - b. Ship pipe on padded bunks with tie-down straps approximately over stulling. c. Storre pipe on padded s�cids, sand or dirt berms, tires or ather surtable means to pratect the pige from damage. �. Each end of each length of pipe, fitting or speciai and �e middle of each pipe joint shall be internally supgorted and braced with stulls to maintain a true circnlar shape. 1) Internal stulls shall consist of timber ar steel firmly wedged and secured so that stulls remain in place during storaga, shipment and installation. 2} Pipe shall he rotated so that 1 stull remains v�rtical during storage, shipm�nt and installation. 3) At a minimum, stulls sh.all be placed at each end and center. a) Additional stulls may be required dep�nding upon the length of the joints and pipe design. 4) Stulls shall not be removed until backfzll operations are complete (excluding final clean up), unless it can be d�monstrated to the City's satisfaction that removal of stulls will not adversely affect pipe installaYion. B, Delivery, Handling, and Storage l. Once the first shipment of pipe has heen delivered to the sita, f1�e Engineer and the Cantractor shaS� inspect tlie pipe's inte�ior coating for excessive cracking. 2. If excessive cracking is faund, the Contractor shall madify shipping pcocedures to reduce or eliminate cracking. 3. Deliver, handle and store pipe in accardanc� with the manufacturer's recammendatio�s to protect coating sysiems. 4. SecEare anc� maintain a location to store the material in accordance with Section 0 L 66 �0. ClTY QF FORT WORTH 3TANDARD CONSTRlJCTION 5PECTFTCATION DOCifMENTS Water & Sanitary Sewer Replacement Revised December 20, 20I2 Contraet 201 S, WSM-M City Frnject IYa. lO1�688 33 il 14-7 BURIEI) ST�EL PIPE AND FITTINGS Page 7 af 27 l.11 FIELD CONDITIONS [NOT iISED] 1.12 WARRANTY [NOT i]SED] PART 2 - PRODi7CTS 2.1 OWNER-FURNYS.HED [NOT USED] 2.2 EQUIPMENT, PRQDUCT TYPES, AND MATEItIAI..S A. Manufaciurers 1. Only the manufacturers as listed by the City's Standard Products List will b� considered as shown in Section O1 60 00. a. The manufactuxer must comply with ihis Specification and related 5ections. 2. Any product that is not lisied on the Stand�rd Products List is considered a subs#itutian and shail be submitted in accardance with 5ection O1 25 00. B, Materials 1. General a. Pipe shall he manufactured in accordance with the latest revrsions of AWWA C2Q0, AW�VA C205, AWWA C210 and AWWA C222. b. All pipe lining material in contact with potable water shall meet the requirements of NSF 61. 2, Exterior Palyurethane Coating a. Far Pipe: 1) Polyurethane Coating shall be factory applied and meet the requirements of AWWA C222. Use a Coating 5tandard ASTM D16, Type V system which is a 100 percent solids, 2-camponer�t polyurethane (or 2-package polyisacyanate, polyol-cured urethane) coating. a) Coz�aponents shall have balanced viscosities in their liquid state and shall npt require agitation during use. b) Canversion to 5olids by Volume: 97 percent � 3 percent c} Temperature Resistance: Minus 44 degrees F and plus 150 degrees F d) Minirnum Adhesion: 150p psi, when applied to ateel pipe which has been bIasted to comply with SSPC SP IO/NACE No. 2 (1) Cure Tinr�e: For handling in 2-3 minutes at 120 degrees F an�i full cure within 7 days at 70 de�rees F �) Maximum Speci�ic Gxavities (1.) Polyisocyanate resin, 1.20 (2) i'alyol resin, 1.15 � Minimum Impact R�sistance: 80 inch-ponnds using 1-inch diameter steel ball g) Minimum Tensile 5trength: 2Q00 psi h) Hardness: Minimum Durameter hardness of 65 on the Shpre D scale in accnrdarzce with ASTIvI D2244 i) Flexibility Resistance (1) ASTM D522 using 1-inch mandrel (2) Allow coating to cure �'or 7 days. (3) Perform testing on test coupons held for 15 minutes at tennperature extreznes speeified above. C1TY OF FOli7' WORTI-[ STANdARD COI+iSTRUCTIpN SPEClFZCATCON DOCLIMEF�ITS Water & 5anitary Sewer Rcplecement ftevised Decem6er 20, 2D12 Confract 2018, WSM-M City Praject No. 101688 3311 14-8 BURIED STBEL PfPE AND FITTINGS Pago 8 af27 j) Dry Film Thickness: 3S mils k) Coating shall be a self priming, plural component, 100 percent solids, non-extended polyurethane, suitable for burial or immersion and shall b�: (1) Corropipe II Omni as manuf�ctured I�y Madison Chemical Industries Inc. (2) Durashield 210 as z�anufactured by LifeLast, Inc., ar {3) Protec II, as rnanufactured by ITW — Futura Caatings, inc. 2) The coating manufacturer shall have a minimum of 5 years experience in the production of this type coating. b. For Speciais, �itkings, Repair and Cannections 1) Provide shop-applied �nd field-applied coating as fallows: a) Corropipe II O�►ni, and GP II(E) Touch-Up, respectively, as manufactuzed by Madison Chemieal Industries, or h) Durashield 210, Durashield 310, or Durashield 31 Q JARS as manufactured by I.xfeLast, Inc., or c} Protec fI, or as recnmmended by the coating manufacturer. d) Properties specified abave. e) M'vc and apply polyurethan� coatings in accordance with the coati�g manufacturer's recommendations. 3. Cement Martar Linings a. Cement martar linings shall be shap-applied. b. Shop-applied cement martar linings shall eonform ka the requirements of AW WA C205 with the following modificarions: 1) Sand ussd for cement mortar shall be silica sand ASTM C33. 2) Curix�g of the iinings sha11 con%rnt t� the requirements of AWWA C205. Gaskefs 1) Flange in accordance with AWWA C207. 2) Pravide Gaskets in accoz'dance with 5ection 33 11 05. 5. Baits and Nuts a. Flanged En�is 1) Flange in accordanee with AWWA C207. 2) Provide bolts and nuts in accordance w'ith Section 33 11 O5. 6. Flange Coatings a. Flange Caatings in accordance with Section 33 11 O5. 7. Steel shall: a, Meet tha requirements of AWWA C2D0 b. Be af continuous casting c. Be homogeneous d. Be suitable for field welding e. Be fully kilned £ Be izn.e austenitic grain size 8. Bend Fittin.gs a. Fabxicate all fittings from hydrostatically tested pipe. b, All bend fittings shall b� long radius to permit easy }�assage of pipeline pigs. 9. Threaded Outlets a. Where outlets or taps are threaded, Threaded vtrith CC Threads and fumish and install brass bushings for the outlet size indicated. CCCY OF FOffT WOItTH Watet & Sanitary Sawer RcpEacement STANDARD CONSTRUCTION 5PECiFICATIDN DOCi7MEN'['5 Contract 201 B, WSM-M Re�is�d December 20, 2D12 �ity Project No. 1 Q1688 33I] 14-9 BURIED STEEL P1P� AND FITTING3 Page 4 of 27 10. Weld Lead Outlets a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 11. Mixes a. Mortar for Joints 1) Mortaz' shall be � part cement to 2 parts sand. 2) Cement shall be ASTM C 150, Type I or TI. 3} Sand shall be of sharp silica base. a) Sand shall conform to ASTIVI C144. �) Interior joint mortar shalI be mixed with as little wat�r as possible so that the mortar is ve�-y stiff, but workable. 5} W�ter for cement �aaortar shall be from a potable waier source. 6} Mortar for patching shall be as per interior joints. b. Bonding Agent I} Banding Agent far Cement Mortar Lznin� must mee.t NSF' 61, if cement lining is in contact with potable water. 2) Bonding agent for cement mortar lining patching shall be: aj Probond Epoxy Bonding Agent ET-150, parts A and B b) Sikadur 32 Hi-Mod, or c) Approved equal 12, Heat Sltrink Sleeves for Polyurethane Coated 5tee11'ipe a. �rimer: Provide as recomtnended by the slee�e manufactur�r. b. Filler Mastic: Provide mastic �ller as recommended by the heat shrink sleeve manufacturer. 1) Size and type shall be as recommended by fhe sleevc manufacturer for type of pipe and joint. c. 7oint Coating: Cross-linked palyoleiu� wrap flr sleeve with a mastic sealar►t, SS mils total thickness, suita�le fvr pipeline aperating temperature, sleeve material recavery as recornmended hy the manufacturer. 1) High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum oi50 percentrecovery. 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe coating on each side of the joint. 3) Width to take intq eonsideration shrinkage of the sleeve due to installation and joint profile d. Heat shrinlc sleeves shall meet AWWA C21b, as manufactured by: 1) Canusa 2} Raychem, or 3} Approved equal e. Provide heat shrink sleeve sui#able to interior joint welding without damage to heat shrink sleeve. C. Performance I Design Criteria Pipe IDesign �. Steel pipe shall be design�d, manufactured and fested in conformance witI� AWWA C200, AWWA M11 and thcse Specifications. b. Sizes and pressure classes (working pressure) sl�all be as ahown 6elow, c. For the puzpose of pipe design, the transient pressure plus warking pressure shall be as indicated below. C{TY OF NORT WDRTH STANDA,Rp CONSTILUCTIUN SPECIEICATION DOCUMENT5 Water & Sanitary 5ewer RepIacement Re�ised Decemher 20, 2012 Contract 2018, WSM-IJ� City Piojeet No, 1016�8 331114-1D BllR1ED ST�EL PIP& AND F1TTiNGS Page l0 of 27 d. Fittings, spccials and connections shall be designed far the same pressuxes as the adjacent �ipe. e. Pipe design sha13 be based on lxench conditions and the design pressure in accordance with AWWA M11; using the following parameters: 1} Unit �Neig�t of Fill (W) = 130 pounds per cubic foat 2} Li�e Load a) = AASHTO HS 2p, at all locations excepi at railroads b) = Coaper E$0, at Railroads 3) Trenci� Depth = As indicated in the Drawings 4} Deflection Lag Factor (D�) = 1 A 5� Coef�icient (K} = 0.10 6) Maxisrz�am Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (For cement mortar coated pipe) 7) SQiI Reacti.on Modulus (E') < 1,000 $) Working Pressure = T50 psi a) Test Pressure = (1) No less than 1..25 minimum times the stated wacking pressure (187 psi minimum) of the pipeline sr►easured at the high.est elevation along the test section. (2) Na less than I.S times the siated worlsing pressure (225 psi minimum) at the Iawest elevation af the test section. 9) Surge Allowanee = 100 psi, rivnimum a) Where Total Pressure (including surge) = 1 SO psi �- 100 psi = 250 psi f. Fittings and specials shall be: 1) Desigaed in accordance with AWWA C208 and AWWA M11 except that crotch piatas shall b� used far autlet �einfnrcement for a!1 Pressure Diameter Values, PDV, greater than 6,Od0. g. Where the pipe requires additional external support to achieve the specif ed max'smum deflection, ttie Contractor and pipe supplier will be requircd to furt�ish alternate methods for pipe embedment. 1) No additional compensation will be macl� ta the Contractor by the Owner where this method i5 required. h. Trench depths indicated shall be verified after existing utilities are located. 1} Vertical alignment changes required because af existing utility or other conflzcts shall be accommodated 6y aa appropriat� change in pipe design depth. 2) In no case shall pipe be installed deeper than its design al3ows. i. Field fabrication or cutting is not allowed, unless otherwise approved by �he City. 2. Provisions for Thn�st a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 1) Thrust at bends adjacent tn casing shall be restrained by welding joints #hro�gh the casing and a sufficient distance each side of the casing. 2) The distance for thrust restraint shown on the Drawings is the minira�um restraint and daes not relieve the manufacturer fronn calculating ihe restraint needs as specifi�d herein. a) In no case shall the restrained distance be iess than indicated an the Drawings. C1TY OF FORT WORTH STANPAR.D CONSTitUCTIQl� SP�ClFICATIQN DdCUA+lSN'T'S Water Bc Sanitary 5ewer Replacement Rer�ised December 2�, 2012 Contract 2U 18, WSM-M City Project No. 101688 33 11 14 - 11 BURI�p ST��L PIPE AND FIT"I'INGS Page l l oF27 b. Restrained jaints shall be used a sufficient distance &om each side ofthe bend, tee, plug or other fftting to resist thrust which develflps at the design pressur� of the pipe. c. Restrained joints shall consist of welded joints. d. The Iength of pipe designed with restatained joints ta resist thrust shalt be verified by #he pipe manufacturer in accordance with AW WA M 11 and tke �ollowing; 1) The weight oithe earth (W�) shall be calcu�ated as the weigh,t ofthe pz-ojected soil priszn above the pip�, for unsaturated soil conditions 2) Soil Deansity = 114 pounds per cubic foot (maximut�cz value to he used), far unsatu�ated soil conditions 3) Caefficient of Priction = 0.25 {maximum value ta be used %r polyuretharne coated steel pipe). 4} If iz�dicated on the Drawings and th� Geatechnical Borings that ground water is expected, account far reduced soil density. 5) For horizpntal bends, the length ofpipe to be restraiued shall be calculated as follows: L= PA(1--cosa) _ f (2We + Wp i- Ww) Where: � = Deflection angle L— Lengtb of pipe ta be restrained on eacb side P = internal pressure A= Cross sectional area of pipe steel cylinder I.D. We = Weight of prism of soil over the pipe Wp = Weight af pipe WW - Weaght of water f= Coefficient of friction between pipe and soil 3. Insida Diameter a. The inside diameter, including the cement-mortar lining, shall be a mrnimum of the nominal diameter of the pipe specif ed, unless otherwise indicated on the Drawings. 4. Wall Thickness a. The minimum pipe wali steel thickness shall be as de�igned, but not less than a.25 inches or pipe D/240, whichever is �;c�eater for pipe and fittings, with nn minus tolerance, where D is the nominal inside pipe diameter. b. Where indicatec� an the Drawings, pipe and fittings sha11 ha�e thicker ste.e� pipe wa11. c. The minirnum st�el wall thickness shall also be such that the fiher stress shall nat exeeed; 1) SQ percent of the minimum yield strengkh of the steel for wor�Cing pressure and 2) '15 percent of the minimum yield strength of the steeZ at the maximum pressure (including transient pressure), nor the following, at the specified warking pressure: C1TY OF FORT WORTH Watnr & Sanitary Scwer Replaecment STANDARll CONSTRLICTIQN 5PECITICATiQN DOCUMENT5 Couh'act2018, W3M-M Revised December 20, 2q12 CiYy Project No, 10] 668 33 11 14 - 12 BURIED STECL PIPE AND FITTINC,S Page 12 of 27 Maxitnum Stress st Pi e T e Workin Pressure Pol rethane Coated 5teel 23,OOQ si Mortar Coated Steel NOT USED d. Pipe which i5 placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/144, �vhichever is greater, where D is the nominal pipe diameter. e. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed I$,000 psi. Seams a. Except for mill-type pipe, the piping st�a1S be made fro�t steel plates rolled into cylinders or sectians thereof with the longitudi.nal and girth seams butt welded ar shall ba spirally formed and hntt welded. 1) 'There sha31 be not more than 2longitudinal seams. 2} Girth seams shall be butt welded and sha11 not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length a. Maximum joint length shall nat exceed 50 feet. b. Maacirnurn joint length of steel pipe installed in casing shall rneet the projeci requiremer�ts. c. Manufactured random segments of pipe will no� be permitted for straight runs of pipe. 1} Closing piece seg�nants, however, shall be aceeptable. 7. Joint Bonds, Insulated Cannections and Flange Gaskets a. Joint Bonds, Insulated Connection, and Flange Gaskets shall �e in accordance with Section 33 04 10, 8. Bend Fittings a. All bend fitiings shall be long radius to permit passage of pipeline pigs. 9. Pipe Ends , a. Pipe ends shall he: 1} Lap welded slip joints 2) Butt strap joint 3) Fl�nged joint 4) Flexible coupled joint 5) Roll groove gasket joint b. Pipe ends shall be welded or harnessed w�ere indicated and as necessary to res.sst thrust forces. 1} Thrust at bends adjacent tn casing shall be restrained by welding joints through ihe casing and a sufficient disiance each side of the casing. c. Rubber Gasket Joint 1) Rubber gasketed joints (O-ring or Carnegie Joints) will only be allowed for pipe sizes 54-inch diameter and smaller. 2) Joints shalI confortn to AWWA C200 standard. 3) The jaints shall consist of: a) Beli (1) Flared bell end %rmed and sized by forcin� the pipe or a piug �lie or by expanding on segmental dies. C1TY QF FORT WORTH Water & Sanilary 5ewer Replacement STANDlIRD CONSTRl1CTIDiY SPECIFICATION DOCLTMENTS Contrect 2018, W5M-� Revised December 2R, 2D12 City Project Na. iD16B8 33 11 14-13 HIJRIED ST�EL PiPC AND FIT'iINGS Page 13 of 27 d. e. £ �7� .��7IgOt (I) Ralled spigat or carnegie shaped steel joiz�t ring in accordance with AWWA C20p and as shown as Item F or H in Figuxe $-l. of tne AWWA M11. 4) The welded area of bell and spigot pipe ends shall be checked after fnrta�ixng by the dye penetrant ar magnetic particle method. 5} The diiference in, diameter between the interior diameter (I.D.) of the bell and the outer diameter (O.D,) of the spigot shoulder at point of full engagement with an allawable de�ection shall be no more than O.Q4 inches as measured an the eircumference with a diameter tape. 6} The gasket shall h,ave sufficieni volume to apprnxizn.ately iili the area of the �roo�+e and shall conform to AWWA C200. 7) The j oint shall be suitable for the speci�ed test and/or surge pressure ar�d deflection. 8) Joints shall be of clearances such that water tightness shall be provided undar all aperanng and test canditions with a pipe diarneter deflection based upon the supplied pipe caating. 9) Joints shaIl he electrically continuaus. Lap Welded Slip Joint 1) Lap welded slip jaint shall be pro�ided in aIl Iocations for pipe larger than 24-inches and where joints are welded for thrust restraint. 2) Lap weIded slip joints may be welded from the inside or outside. 3) �nds of pipe, fittings and specials for field welded joints shall be prepared with 1 end expanded in order to receive a plain end making a bell and plain end type of joint. a) Clearance between the surfaces of lap joints shail not e�ceedll8 inch at any point around the periphery. 4) In additi�n to the provisions for a minimum lap of 1%z inches as specified in AWWA C20p, the depth of bell shall be such as to pravide %r a minimum distance of 1 inch between the weld and the nearest tangent ofthe bell radius when welds are to he located on the inside of the pipe. Fittings with �'lang�s 1) ��langed joints shall be provided at connections ta valves and where indicated on the Dravc�ings. 2) �nds to be fitted with slip-on flanges shall have the longitudinal or spYral welds ground flush to accommodate the type of flange5 gro�ided. 3) Pipe flanges and welding of flanges to ste�l pipe shall c�nform to the requirements of AWWA C207 and AWWA C206, 4) Pipe flanges shall be of rated pressure eyual to or greater tha.n th� adjacent pipe class. 5) Flanges shall rnatch the �ttings or appurtenances which are to b� attached. 6) Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and drilled in accordance with ASME B16.1 Class 125 far areas designated with a 225 test pressure. 7} When Isolation Flanges are zec�uired by the Drawings, Drillings shall accornmodate the required spacing for mylar sleeves according ta Sect�on 33 0� lU. Flexible Gouplings 1) Flexihle couplings shall be provided where specified on the D:rawings. 2) Ends to be joined by flexible couplings shall be: C1TY �F FORT WORTH STANDARD �CONSTRUCTION SPECI�'ICATION DOCUMENTS Water & 5aniiary Sewer Replacemcnt Revised December 20, 20f2 Contraat 2018, WSM-fv! City i'roject No. 3 Ol 68 B 33 11 14-14 BURLED STEL'L PIPE AriiD F1TT{NGS Page 14 of 27 a) Plain end type, prepared as stipuiated in AW WA C2�0. b) Welds on ends to be joit�ed by couplings shall be ground flush to permit sIipping the caupling in at least 1 direction to cleat' the pipe joint. c) Harness bolts and lugs shall comply with AWWA M11. g. Butt Strap Closure Joints 1) Where necessary to make closure to pipe previnusly laid, closure joints sha116e ins#alled using bt�tt strap joints in accardance with AWWA C24b and applicable pro�isions of this Specification. l0. Polyurethane Coating a. Applicator Qualifications I} Equipznent shall be certified by the coating manufaaturer to meet the requirer�ents far: a) Mafierial mixing b) Temperature control e) Application rate d) Ratia control for multi-part coatings 2) Bquipment not meeting the written requirements of the co.ating manufacturer shall be rejected for eoating application until repairs or replacement nf the equipment is made to the satisfaction of the City. 3) Pe;rsonnel responsible for the a�piication oftbe coating system shall: a) Provide certif'ication of attendance at the caating manufacturer's training class within th� last 3 years b) Be present duri.ng aIl coating application work and sha11 have responsibility for controlling all aspects of the coating application b. S�arface Preparatipn 1} IZemove visible oil, grease, dirt and contazn.inatian in accardance with SSPC SP 1. 2) Re�nove surface imperfections sucla as znetal slivers, burrs, weld spla�ier, gouges or delaminations in the metal by Filing ar grinding prior to ab:rasive surface preparation. 3) In cold weather ar when moisture collects on the pipe and the temperature of the pipe is less tlaan 45 degrees F, preheat pipe to a temperature between 45 and 90 dagrees F and 5 degrees F above dew point. 4} Clean pipe by abrasive blasting with a tx�ixture of steel grit and shot to praduce the surface preparation cleanliness as required by coating manufacturer and as specified. a) Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 5) Blast media nnixture and gradation shall be adequate to achieve a sharp angular suxface profile as req�ired by coating manufacturer and ta the minimutn dept� speeified. 6) Protect prepared pipe from humidity, moist�re and rain. 7) Keep pipe clean, dry and free of flash rust, a} Remove all flash rust, imperfe�tions or cantamination on cleaned pipe surface by reblasting priar to primer applicaiion. 8} Complete priming and caating of pipe in a continuous ogeratian the same day as surface preparation. C[TY OF PORT WORTH Water & 5anitary. 5ewer Replacement 3TANDAR� CO[YSTRUCTION SPECLFICATION DOCLIMENTS Contract 2018, WSM-1VI Revised Deeember Z0, 2012 City Project No. 101688 33 11 14-15 SIIRIED STEEL PIPE AND �iTT]NGS Page 15 of 27 4} Abrasive blast exteriox surfaces in accordance with SSPC SP 10/NACE No. 2; to a near-white blast cleaning with a minimum 3A mil angular profile in bare steel. c. Equipment 1) 2-component, heated airless spray unit in accordax�ce with coating manufacturer's recam�endation d. Tetmperature 1) Minimum 5 degr�es F above dew point temp�rature a) The temperatur� of the surface shall nnt he less than 6a degrees F during application. e. Humidity 1) Heat�ng af pipe surfaces may be required to meet requirements of this Section if relafive humidity exceeds 80 percen.t. f. Resin I} Do not thin or mix resins; use as received. 2} Stare resins at a temperature recor�mended by the caating manufacturer. g. Application 1) Applicator shall b� certified by the coating manufacturer anct conform to coating manufacturer"s recom�nendations. a} Thinning is not permitted. 2) Apply directly to pipe to achieve a total dry iilm tluckn�ss (DFT) nf 3S mils. 3) Multiple-pass, 1 coat application pracess is permitted provided maximum a1lawable reeoat iime specified by eoating manufacturer is nat exceeded. 4) Provide cutbacks in accordance with coating manufacturer's recommendations as apprapriate for the type of joint and heai shrink sleeve to be used. h. Recoating 1) Recoat on[y when coating has cured less than maximum time sp.ecifi�d by coating man.ufacturer. 2} When caating kias cured for more than recoat tizzle, brush-blast or thoroughly sand t�e surface. 3} Blow-off cleaning using clean, dry, high pressure eompressed air. i. Curing 1) Do not handte pipe until coating has been allowed to cure, per manufacturer's recommcndations. 2.3 ACCESS�RIES [NOT [TSED] 3.4 SOURCE QUALITY CONTROL A. Marking far Identification 1. For eaeh j oint of pipe and each �i�ting, plainly mark an 1 end: a. Class for which it is designated b. D�te of manufacturer c, Identi�cation numher d. TQp centerlines shall be rt7arked on all speciais B. Factory Testing 1. Cem�nE Moe�ar Lining - Shop-applied cement mortar linings shall be tested in accordance with AWWA C205. CI'CY QF FORT WOEtTH STANDARD CONSTRUCTION SP�CIFICATION DdC[]M6NTS Water & Saaitary Sewer Replacement Revised J]eccmber 20, ,2012 Contract 20l $, W5M-M City Project No. 16L6S6 33 11 14-16 Bi3R1ED STEEL PIPE AND F[TTiNGS Page 16 of 27 Polyurethane Coating - The poiyurethane coating shall be tested in accordance with AWWA C222. a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 1) Test coating system applied to the pipe for halidays according to the procedures outlined in NACE SP018$ using a h�gh voltage spark tester (operating at 100 volts per mil), for r1�e dry film thickness {DFT) speci�ed of 35 mil. b. Adhesion Tesiing 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pouads per square inch, minimum. 2) Test polyurethane coating ad�iesi�n to stael substrates using pneumatic pull off equipment, such as HAT� Madel 108 or DeSfesko Positest, in accordance with ASTM D4541 and AW�VA C222, except as modified in this Section. 3) Adhesion t�sti�g recorcis shall include: a} Pipe identification b) 5urface tasted (interiar or exterior) c) Surface temperature d} Coating thielaless e) Tensile force applied f} Mode af failure g) Percentage of substrate failure relative of dolly suriac� 4) Glue dnllies for adhesion testing to the coating surface and allawed to cure for a minimum af 12 hours. a) Because af high cohes.ive sfir�ngth, score polyurethane coatings around the dolly priar to conducting the adhesion test. 5) Failure shall be by adhesiva and cohesive failure only. a} Adhesive iaaiure is defined as separation of the caating from the steel substrat�. b) Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrat� and dolly. 6) Retest partial adhesion and glue failure if the substrate failure is iess than 50 percent relaiive of the dolly sur�ace area and the applied tension was less than the specified adhesion. 7) Glue fail�zres in excess of the minimum required tensile adhesion are accepted as meeking khe specified adhesion requirements. 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and lining ind�pendently (where applicable). 9) FreQuency of adhesion testing in accordance with AWRWA C222. 1 Q) Randomly select regair patches on the polyurethane coating for adhesion testing in a manner as described herein and at khe discretion of the coating inspector conducting the adhesian tests. a) Ac�hesion of rapairs shall be as specified by the coatiug manufacturer for the type of repair. C. Manufacturer's Technician for Pipe InstaIlation 1. Pipe Manufacturer's Representative CT3'Y QF FORT WORTH WaEcr & Sanitary Sewer Replaeement STANDARD CONSTRUCTION 3PECIFICATiOS�i BOCUMENT9 Contract2018, WSM-M Revised December 20, 2012 Ciry Project Na. 1016$$ 33 11 14-17 BURILD STEEL PIP�, AND FITTINGS Page 17 of 27 a. If required hy the Engineer ar requested by the Contractor during construction, the pipe manufacturer shall furnish the services of a faotory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. 1) The technieian sha11 assist and �dvise the Contrac�or in his pipe laying aperations and shall instruct conslruction personnel in proper joint assembly and joint inspection procedures. 2) The technician is nat required to he on-site full time; however, the technician shall bc regularly on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 2. Polyurethane Coating Manufacturer's Representati�e a. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at begi_nning of actual pipe laying operatiions to advise Contractar and City regarding in�tallation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied caating 5) Heat shrink instaIlation procedures 6} General construction methods and how they may affect pipe coating b. Representative shall be required to return if, in the opinion o�the Engineer, the polyurethane coating or the Contractor's construction rnethods do not comply with Contract Specifications. I} Cost for the manufacturer's r�pz-esentatives to return to the site shall be at no additional cost to the City. D. Hydrostatic Pressure Testing 1. Perform hydrostatie pz'essure testing in accordance with AWWA C200. 2. Hydrostatically test each joint of pipe prior to application of lining or coating. a. The internal test pressure shall be that which resu[ts in a fiber stress equal to 7S percent of th� minimum yield strength oi the steel used. b. Each jaint of pipe tested shall be campletcly watertight under maxirnum test pressure. c. Test pressure shall he held for suf�cient time to observe the weld searns. d. Maintain a recarding pressure gauge, reference number of pipe iested, etc. 1) The pipe shall be numbered in order that this info:rrriation can be recorded. 3. Test fittings by: a. Hydrostatic test b. Magnetie particle test c. Ultrasonic d. Radiography e. Dye penetranY test E. City Testing and Inspection 1. Pipe nriay be suhject ta inspection at the ma�ufacturer's facility by an independent testing laboratory, which laboratory shaI1 be selected and retained by the City. a. Representafsves of the City, City's laboratory, ar the Engineer shall ha�e access to the work vyhanevez it is in preparation or progress. cz�r5r o� �aRT wax�rx STAIVDAIZll CONSTRLTCTION SPECIF1CxtT[ON DpCUMENTS Water & Sanitary Sewer Replxcement Revised 1]eoember 20, 2012 Contract 201 B, WSM-M City Project No, 101668 33 11 14-18 BURIBD STEE4 PZPE AND FITTINGS P�ge 18 of 27 b. Pipe manufacturer shall provide proper facilities for access and for inspection. c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the manufacturer as to the Ciry's dec�sion regarciing tests ta be perFormed by an in.dependent testing laboratory. d. Material, fabricated parts and pipe, which are d'tscovered to be defective, or which do not con%rm to the requirements of this 5pecification shall be subject to rejection at any time prior to City's iinal acceptance of the product. 2. The inspection and testing by the indcpendent testing laboratory anticipates that praduction of pipe sball be done over a normal period of time and without "slow dowr►s" or other abnormal delays. a. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the sehedule. PART 3 - EXECUTI�N 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3,3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 7 8. 1. Install steel pipe, fitiings, specials az�.d appurtenances as specified herein, as speeified in AWWA M11, in accordance with the pipe manufaeturer's recommendations and as required for the praper functioning of thc completad pipe line. 2. Lay pipe to the lines and grades as indicated in the Drawin�s. 3. Excavat�, embed and backfill trenches in accordance with Section 33 a5 10. 4. Far installation of carrier pipe within casing, see Sectitin 33 05 24. 5. Inspect and test each jo�nt for holidays just prior ta pipe being lowered into the ditch_ a. Ai1 damaged areas and holidays are to be repaired befare tke pipe is lawered into the trench. 6. Place and consolidate exnbedment and back�ll prior ta removing pipe stulls. Maximum allowable pipe deflection is limited to: a. 2 percant far mortar coated steel pipe b. 3 percent far polyurethane coated steel pipe Install bonds at all pipe joints, except for welded joints or insulated joints. B. Pi�e Handling 1. Hau1 and distribute pipe and fittings at the project site. 2. Handle pipe with care to avoid damage. a. Pipe shall be handled at all times with suff'tcient non-abrasi�e slings, belts vr oth�r equipment designed to preeent damage to the coating or lining. b. The spacing af pipe supports required to handle ihe pip� shall be adequate to prevent cracking or damage to the liz�ing or coating. CIT'Y OF FORT WORTH STANDfIRD CONSTItUCTION SPECIF[CATI(�N DDCUMENTS Watcr & Sanitary Sewer Replacement Re�ised 1]acember 20, 20 ] 2 Contract 201 B, WSM-M City projecc Nn. 1411688 33 11 14- 19 BURLEB STEGL P[PE AND FCTTINGS Page l9 of 27 c. Inspect each joint of pipe and reject or repair any damaged pipe prtor to lowering into the trench. d. The �quipment slaall be kept in such repair that iYs cantinued use is not injurious to the coating. e. Do not lay pipe in wet cnnditions. 3. At the close oi each operating day: a. Keep the pipe clean and free of debris, dirt, aztiznals and trash -- during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C, Line Up at Bends 1. Line up pipe forjoining so as to prevent damage thereto. a. Thoroughly clean the bell and spigot ends of each joint af pipe of foreign matter, rust and scale before placing spigot inta bell. 2. Where abrupt changes in grade and dixectian occur, ernploy special shop fabricated fittings far the purpose. a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direcGion of the line shall not be perrr►itted. D. Pipe Laying 1, Rubber Gasket Joints a. .Toin rubbex gasket jaints in aceordance with the manu�'acturer's recommendations. b. Clean bell and spigot of fareign material. c. Lubrieake gaskets and bell and relieve gasket tension �raund the perimeter of the pipe. d. Enga.ge spigot as far as posstble in bell. e. Joint deflection or pull shall not exceed the manufacturer's recornmendation. £ Check gasket with feeler gauge a11 around the pip�. g. in areas of petroleum hydroearbon soil contaminatinn, instail special Neopxene gaskets ar approved equal. 2. Welded Joints a. Weld joints in accordance with AWWA C20G. 1) Contractar shall provide adequate ventilation for welders and for City's representati�e to abserve welds. 2) Welds shau be fulL circle iillet welds, unless otherwise specified. 3) Welding shal� be comple#ed after application of field applied joint coaring. b. �ldequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. After the pipe has been joined and properly aligned and prior to the star# of the welding procedure: 1} The sp.igot and bell shali be made essentially concentrie hy shimming or tacking to obtain clearance tolerance around the periphery of the joint. 2} In no case shall the clearance tolerance be permitted to accumulate. d. Befnre welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by �nachine or by the manual shielded electric arc pz'ocess. 3) Welding shall be performed so as not ta damage lining or coating. 4) Caver the palyurethane coating as necessar}y to protect feom weld splatter_ CITY OF FORT WORT'H STANDAIiD CONSTRUCTTQN SPECIFICATION Q�CIIIV�NTS Watcr & 5anitary 5ewcr Rcplaccmcnt Revised Decemher 20, 2012 Coniract 2018, WSM-M Ciiy Project Nq. ]Ol6$$ 33 11 14 - 20 BURIED STEEL P1FE AiVp FITT6YG5 Page 20 of 27 e. f. g� h. i, J• lc. Furnish labor, equipment, tools and supplies, includiag shielded type welding rad. 1) Protect welding rod from any deterioration prior ta its use. 2j If any portion of a box or cartqn is damaged, reject the entire box or carton. Hand Welding 1} The metal shall be deposited in successive layers. 2) Nat more than 118 inch of inetal shall be deposited in each pass. 3} Each pass except the final 1, whether in butt or fillet welds, shall b� thoroughly bohbed or peened to relisve shrinkage stresses and to remove dirt, slag ox tlux before the succeeding bead is applied. 4) �,ach pass shall be tharough.ly fused into the plates at each side af the welding groave or fillet and shall not be permittad to pile up in the center af the weld_ 5) Underoutting along the side shall not be permi�ted. Welds shall he free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. If the ends of the pipe are laminated, split or damaged to the extent tl�at satisfactory w�lding eontact ca:nnot b� abtained, remave the pipe frnm the line. Furnish each welder employed with a steel stencil for .marking the welds, so that the work of each welder may be identified. Have each welder stencii the pipe adjacent to the weld with the stencil assign�d to him. 1) In tJze event any welder leaves the job, his stencil shall b� voided and not duplicated if another weldcr is eraployed. Welders 1} Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactarily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. b) After each welder has qualified in the preIimina!ry tests referred to above, inspections shall be made of joints in the line. c) Any welder making dafective welds shaII not be aIlawed to coniinue to weld. �. Interior Joint Grouting 1. LTpan completion of backfilling af the pipe trench, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces ofthe joint space by s}�raying or brushing with a wet hrush. 2. FiLI the inside of the j oint recess with a stiff cement martar. 3. Where tlie martar joint opening is 1 inch or wider, suclz as where irinru�nec� spigats are requixed, apply a bonding agent to mortar and steel surface prior to plaeing joint mortar. 4. Rann or pack the stiff mortar into the joint space and take extreme care to ensure that na voids remain in khe joint space, 5. After the joint has been filled, level the surfaces of the jaint mortar with the interior surfaces of the pipe vwith a steel trawel so that the surface is smooth. 6. Interior jaints of pipe 24-inch and smaI�er shall have the bell buttered with nrtorkar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mo�tar from the jaint. C1TY OF FORT WORTH STANDART] CONST[ii1CTION SPECIFICATI4N DQCUMENTS Water & Sanitary Sewer Repfacament Aevised December 20, 2412 Contract 2018, W5M-M City Project 3�l0, l0 ] 688 3� �i ia-zi BLTRIED STEEL P1PE AND F1'iTllVGS Page 21 of27 a. The surplus mortar shall be struck offflush wit� the inside oithe pzpe by puIling a filled burlap bag or inflated ball through the pipe with a rope. F. Exterior Joint Protection Heat Shrink Sleeves a. General 1} Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. 2} Width af heat shrink sleeve shali be sufficient to a�erlap the polyurethane coating by a minimum af 3 inches, 3} Overlapping of 2 or more heat shrink sleeves to achieve the necessar� width will not be permitted. b. Installation 1} Clean pipe surface and adjacent caating of all mud, oil, gr�ase, rust and other foreign contaminates with a wire brush in accardanc� wi�Eh S�PC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in aceordance with SSPC SP 1. a} Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2} Remove all loose or damaged pipe coating at joint and eithcr rcpair the coating as speci€ied herein o.r increase the length of tf�e jaint coating, where reasonabie and practicaI. 3} Complete jaint bonding of non-welded pipe j oints befare application of joint coating. 4} Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall he filled with zz�astic seaiant. 5} Store ale�ves in shipping box un�il use is required, a) Keep dry and shettered from expasure to direct sunlight. b) 5tore off the ground or conarete fIoors and maintain at a temperature between 6� degrees F and 10� c�egtees F as recommended by tha sleeve m�nufacturer, 6} Metal surface shall be free of all dirE, dust anei flash rusting priar to sleeve applieation. 7} Preheat pipe uniformly t� I40 degrees F to 160 degrees F or as recota�mended by the sleeve manufacturer. a) Monitor pipe. temperature using a surface temperature gauge, infrared thermometer or color changing craynns. b} Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and da not permit the j oint to coal. $} Prime joint with specified primez and �11 all cracks, crevices and gaps with mastic fsller in accordancc wit� the manufacturer's recommendatians for the full eircumference of the pipe. 9} Apply heat shrink sleeve when it is at a minimum temperature or 60 d�grees F and while maintaining the pipe temperature above the preheat temperxture sp�cified. 10) Apply sleeve in accardance with the manufacturer's instructions and center the sleeve over the joint to pravi�e a minimum of 3-inch overEay onto the � existing pipe cdating. 11) �pply �eai to the siee�e using either propane fire infrared heaters or wrap around heaters. C�TY OF FORT WQR1"Ei Water & Sanitary Sewer Replaeement STANDARD CON5TRUCTION SPECIFICATIpIv DO(;UMENTS Contract 20] B, W5M-M Re�ised Dacernber 2U, 2012 City Project Na. 101688 33 1 l l4 - 22 BURIED STEEL PIPE A]TD FiTTINGS Page 22 of 27 a) Hold flame a minimum of 6 inches from the slzeve surfaee. b) Periodieally roll the coating on the pipe surfaca. e} Heat from the center of tlie sleeve to the outer edge until properly seated, then begin in the opposite direction.. d) Monitor sleeve %r color change, where apprapriate, or with appropriat� temperature gauges. e) Ta�Ce care not ta excessively heat the parent coating. 12) Completed joint sl�ev� shall be fully bonded to the pipe and existing coating surface, without �oids, mastic beading shall be visihle along the full circumference afthe sleeve, and �ere si�all be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the j oiz�t recoated as directed by the Engineer. b) Minor repairs may be re}�aired using heat shrink s�eeve repair kits. 13) Allow the sleeve to conl before moving, handling or backfilling. In hot climates, pro�ide shading from direct sunlight. a) Water quenching will be allowed only whea permitted by the sl��v� manufacturer. G. Protective Weld�d Joints Coating System — Weld A£ter Bacic�ll 1. 2. Genetal a. Application of protective coating at the pipe joints will be as follows: 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil polyurethan� caating 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCQ Wrapid Tape heat resistant tape at the location of the welding 3} A field applied 110 mil {full recovered thielrness) by 18 inch wide CANUSA AquaWz'ap high slirink heat shrinkable joint sleeve 4) After the heat shrinkable jai�t sleeve is i�nstailed, backf'ill the trench and then weld the jaint. h. The Contractor is responsible for his operarions so tliat they do not damage the factory applied coating system. c. When ap�lying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage tk�e joint coating system to the Engin�er's satisfaction. d. The Contractor wilI be required to fu�ly uncover a rnaxitnum of I O j aints, selected at random by the Engineer or City to �isuaIly inspect and test the joint afier welding. Any damage must be repaired. 1) lf the Cnntractor's weldingprocedure damages the 3 layer joint coating system, the Contractor, at the direct�on of the Engineer, will be rcquired to modifr� his welding procedure. Joint Coating (3 Layer) a. Apply 3 Layer J'oint Coa#ing Systera befor� Welding the Joint b. Pipe Manufactuiring and Heat Tape 1} A 35 miI thickness polyurethane cnating shall l�e applied over entire length of pipc. 2) The Contractor shall field apply b0 miI thick by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell enc� oi the p.ipe, centered on the location of the weIding, over a 35 mi� factory applied polyurethane coating. CII'Y QF FORT WOATH , STAI�fDARD CONSTRUCTIO�f Sp&C[FICATION DDCUMENTS � Revised December 20, 2D12 Water Bc $anitary Sewer Replaccmeat Canfraot20l$, WSM-M City Praject No. ID1588 33 l l l4 - 23 SURIED STEEL YIPB ANll FITTINGS Page 23 of 27 c. 5urface Preparation and Installation for Heai Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, ail, grease, rust and othez' �oreign contaminates with a wire brush in accordance c�vith SSPG SP 2, orr SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent caating in accordance with SSPC 5P 1. a) Clean the full circ�mferenee o�the pipe a:nd a m'tnimum of 6 inches onto the existing coating. 2) Rernove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length ofthe jaint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. a) ,�oint bands shall be low profile bonds and a1I gaps and crevices araund the bnnds shall be fil�ed with mastic sealant. 4) Stare sleeves in shipping bpx until use is. required. a) Keep dry and sheltered from exposure tn direct sunlight. b) Store aff the ground ar cnncrete flaors and maintain at a temperature between 60 degrees F and I �0 degrees F as recommanded by the sleeve manufacturer. 5) Metal surface shall be free of all dirt, dust arsd flash rusting grior to sleeve app.lication. 6) Pr�heat pipe uniformly to 140 degrees F to 1b0 degrees F or as reeommendad by the sleeve nr�.anufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or calor changing crayona. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 7) Frime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the ma.nufacturer's recommendations for che full circumference af the pipe. S} Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and rvhile maintaining the pipe temperature above the preheat temperature specified. a) Apply sleeve in accordance with the manufacturer'� instz-uctions and center the sleeve o�er the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 4) Apply h�at to the sleeve using eifher progane fire infrared heaters or wrap around heaters. a) HoId flame a minimurn af 6 inches from the sleeve �urface. b} Periodically roll the coating on the pipe surface. c) Heak from the center of tlae sleeve to the outer edge until properly seated, th�n begin in the opposite direcrion. d} Take care not to excessively heat the parent coating. e) Monitor sleeve for color change, where appropriate, oz' with apprapriate tempez'atute gaug�s. IC�) Cornpleted join# sleeve shall be fully bonded to the pipe and existing coating surface, wikhout voids, mastic beading shall be visible along the full circumference ofthe slee�e, and there shall be no wr'v�cling or excessive bums on the sleeves. a} Sleeves w}�ich do nat meet these requirements shall be retnoved and the jaint recoated as diarected by the Engineer. CI'1'Y OF FORT WORTH STANgi1RD CONSTItUCT]ON SPECIFIC.ATIQN DOCLlivIENTS Water & Sanitary Sewer Replacement Revised December 2.0, 2012 Contract 20[8, WSM-M CityYrojectNv. ]O1B86 a3 i> >4-za BURI�D STEEL P�E AND FITTINGS Page 24 nf 27 b) MinQr repairs may be repaired using heat siirink sieeve repair kits. 11} Allow the s3eeve ta caol before moving, handlit�g ar back�lling. a) In f�ot climates, provide shading from direct sunlight. b) Water quenching will be allowed only when permitted by the sleeve manuiacturer. 12) Holiday testing shall be performed using a high voltage holiday tester {op�rating at I OQ vqlts per mil) at each joint after field application of heat shrinkable joint sleeve per SFO 1 S8. a) If any l�olidays or cuts are detected, the sleave shall be repaired using the heat shrink sleeve manufactuzer's recommendation. b) The damaged area shall be co�+ered with a minimum af 50-mm overlap around ihe damaged area. H. Protectiou of Buried Metal 1. Goat buried ferrous metal such as bqits and flanges, which cannot be protected with factory or field-applied �aolyurethane coatings or heat shrink sleeves, with 2 wraps of wax tape and encase in flowable fill. 3.5 REPAIR A. Repair ar�d Fieid Tauchup of Polyurethane Caating 1. For repair and f�eld touch-up of polyuz'ethane coating, apply: a. Madison GF II (E) Touchup Palyurethane Coating b. Lifelas� Durasheild 210, 310 or 310 JARS c. ITW —�'utura Caatings Protec II, or d. Cnating mauufacturer's recommendation Holidays a. Remove alI traces of oil, grease, dust, dirt and other dehris. b. Ronghen area to he patched by sanding with rough grade sandpaper (40 grik}. c. Apply a 35 mil coat of repazr material described above, d. Work repair material in.to scratched surface by brusking or ralling in accordance with manufacturer's recomrnendations. e. Retest for Holiday. Field Cuts or Large Darnage a. If in the opiniqn of the City fhe polyurethane coating is exce5sively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the sysketn is in a like-new candition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyure�hane coating. c. Remov� all traces of ail, grease, dust, dirt and othar debris. d. Roughen are� to b� patched with rough gtade sandpaper (40 grit). e. Feather edgas and include overlap of 2 inches of roughened polyurethane in area to be patcheci. f. Apply a 35 mil coat of repair nnixaterial described above, in accordance with manufacturer's recommendation,s, g. Work repair material into scratched surface by brushing. h. Feather edges af repair material into prepared surface. i. Cover at least I inch ofroughed area surrounding damage or adjacent io field cut. Test repairs for holidays. C11'Y OF FORT WORTH STA1VDt�ItD CONSTRUCTION SPECIFICATION DOCUM�IJTS WaCer & Sanitary Sewer Replacemenl Revised December 20, 2012 Contract 2018, WSM-M City Project IVo. 1D1688 33 1 l l4 - 25 BURIED ST�EL PiPE AND FITT[NGS Page 25 of 27 B. Patch of Cement IVlortar Lining 1. Repair eracks larger than 1/16 inch. 2. Pipes with disbanded linings will be rajected. 3. Excessive patching of Iining shall �snt be permitted. 4. Repair in accordance with AWWA C205 and as fallows: a. Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to ba repaired does not exceed 100 square inches and has no dimenszoe� greater ihan 12 inches. c. In general, there sha11 be not more than 1 patch in the lining of any joint of pipe. 5. Vi�herever necessary to patch the pipe, make ihe patch with the mortar indicated. 6. Do not instalI patched pipe until tne pafch has been properly and adequately cured, unless appxo�ed by the City. 3.6 RE�INSTALLATION [NOT USED] 3.i FIELD QUALITY CONTROL A. Field Tests and Inspections Quality Control of Pield Applied Polyurethane Coa�ing a. SurFace Preparation 1) VisuaZly inspect surface preparation to ensure cleanliness and dryness requirements have been met. 2) Use Testex tape on at least I joint pex day to ensuee that adequate profle is being achieved. b. Visual l) Visually inspect cured coating to ensure that the coating is completely cured with no blisters, cracks, pinholes, missed areas, excessive roughn.ess, "sticky" or "gooey" areas, 2) Checl� to ensure �hat the coating completely covers the steel and existing caating. c. Thiclmess 1) Usa a magnetic dry film thickncss (D�"I'} gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA 2. a) If the thickness of the coating is below the minirnum �pecified miliage anywhere along the length of the pipe, then adjustm;ents must be made to ihe spray system to corxect the probiem. 2} Ak a zninimum, the thickness shall he n;zeasured for every 50 square feet of sprayed area. d. Arlhesion 1) Ferform the fallowing procedure on a minimum of 1 joint pex day: a) Select area to test that l�as cured �or at least 1 hour far fast setting coatings. b) Test and repair in accordance with AW WA C222 Dolly PuII-aff Test. e. Holiday Testing 1) Holiday testing shall be perform�d using a high voltage holiday test�r at each joint no sooner than 1 hour after field application of polyurethat�e coatzng. f. Inspection at Welding Joints CITY OF FORT WO�TI�[ Water & 5anitary Sewer Replacement 9TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2018, WSM-N3 Revised December 20, 2012 City Pmject Na. 101688 33 11 14-26 BUR[ED ST�GL PIPE AND FLTTll�iGS Page 26 0£ 27 � 4. 1) When applying the 3 Iayer joint coating system iar post welding the joints, the Conttactor must show that his operarion will not damage the joint coating system to the Engineer's satisfaction, 2) The Confixactor wiIl be required to fvlly uncover a maximum of IO joints, selected at randa�x by the Engineer or City to visually inspect and test the joint after welding. 3) Any damage must be repaired. A�) If the Contractor's welding pracedure damages the 3 layer�oint coating system, the Contractor, at the direction of the En.gineer, will be required tq modify his welding procedure. 2. Weld Testing a. Dye penetrant tests in accordance with ASTM 8165, or magnetic particle test in accordance with AWWA C2Q6 and set forth in AWS D.l.l . shall be performed by the Cantractor under the supervision and inspection of the City's Representaiive or an independent testing laboratory, on all full welded joints. 1) Welds that axe defective will be replaced or repaired, r�vhiehever is deemed necessary 6y the Engineer, at the ContractAr's expense. 2) If the Contraetor disagrees wztb the Engineer's interpretation of we�ding tests, test section.5 rr�ay be cut from �he jaint for physical testing. The Contractor shall bear the expense of repairing the j oint, ra�ardiess of the results af physical testing. 3) The procedure far repairing the jaint shall be approved by fhe Engineer befare proceeding. Defleciior► Tesiing a. Prior to hydrostatac kestsng, the City's inspector shall perForm deflection testing at a minimuax� rate u£ 1 measurement for every 2,SOO linear feet of water line. b. City may reject as�y areas not meeting the deflectian requirements oithis Specification. Cleaning and Testing a. Cleaning, disinfection, hydrostatic tesfing, and bacterialagical testing oiwater mains: 1) Clean, flush, pig, disinfect, hydrastatic test, and hacteriologica� test the water main as specified in Secti4n 33 04 40. 5. Closed Circuit Television (CCTV) Inspection a. Pro'vide a Post-CCTV Inspection far water lines 24-inch and larger in accordance with 5ection 33 O1 3 I. C1TY OF FORT WOKTH Water & Sanitary 5ewer Replacement STANDARD GONSTRUCTION SFECIFICATION IIOCUMENTS Contract 2U1$, WSM-M Revised Qecembcr 20, 2012 Ciiy Praject No. 101668 33 1 l l4 - 27 BURIGD ST�EL PTPE AND FITTINGS Page 27 of 27 3.8 SYSTEM STARTUP [NOT iTSED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [N(aT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTAC�IMENTS [NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CIIANG� 12/20/2012 D, Johnson �•�•�•4, 5, and 6— Addad reference to Section 33 E f OS and removed matexial specification for bolts, nuts, gaskets and flange cnating CITY OF FOR'1" WOIiTH Water & Sanitary 5ewer Replacement STANDARD CONSTI�UCTION SPECIk'ICATION DOCUMENTS Contract 20l8, W5M-M Revised Desember 2Q, 2012 City Proje�t Na. ] 016$8 331210-1 WATER SERVECES 1-TNCH TO 2-i[�TCH Fage l o#' l7 sECT�oN s3 iz la WA'C'�R SERVICES 1-iNGH TO 2-INCH CText in Blue is far infaranation ar guidance. Remove aIi blue text in the f nal praject document.] PART1- GENERAL 1.1 SUMMARY A. Section lncludes: Lead-free 1-inch to 2-inch watez' sezvice lines from tl�e water main to t�e right-of way, �ittings and watex nneker boxes complete in place, as shown on the Drawings, directed by the Engineer, and speci�ed herein for: a. New Water 5ervice b. New Water 5ervice {Bored} c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Siandard S.peeification 1. None. C. Products Installed but not Furnisheci Under this 5ection 1. Water meiers for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Divis.ion 0— Bidding Requirements, Contract Fozx�ns and Conditians of the Cantrac.t 2. Division I— General Requirements 3. Section 33 Q4 4Q — Cleaning and Acceptance Tasting of Water Mains 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill S. Section 33 12 25 — Conne¢tion to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment New Water Service a. Measurement 1) Measurement for this Iteaa7. shall be per each new "Wat�r Service" camplete in place from the tap of the main to the installation of the meier box and associated appurtenances where the service line is instailed by open cut construction. b. Payment 1) The work performed and materials fiarnished in accordance with this �tem and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a} Varivus sizes c. "I'he p�ice bid shall include: 1) Furnishing and installing.New Service Line as specified by the Drawings 2) SuhmitEing product data 3) Tapping saddle C1TX QF FQRT W�QRTH Water & 5anitary 5ewer Replacemenl STAN�ARD CONST[tUCTI�I*I SPECIFICATION DOCUMENTS CanFract 2D18, WSM-M Revised February i4, 2017 City Pmjeci Plo. 10168$ 33 iz ta-z WATER SERVICEB 1-INCIi TO 2-1NCEi Page 2 of l7 2. 4} Carporation stop 5) Curb stop 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9} Meter Box and Lid 10) Pavement rernovai 11) Excavation 12) Hauling 13) Disposal of excess material 14) Sur�ace Restoration assaciated with Meter Box installation and conneciion, excluding grass (seediz�g, soddiztg oz' hydra-mulch paid separately) 15) Clean-up 16) Disinfectian 17) Testing New Bored WaYer Ser�ice a. Measurement 1) Measurement for this Item sha11 be per each new Watier Service cou�plete in place from the tap af the main to the installation of the meter bax and assoc�ated ap�urtenaz�ces where the ser�ice line is installed 6y trenchless method. b. Payment 1) The work performed and materials furnished in accor�ance with this Ifem and zxieasured as provided under "Measurement" will be paid fnr at the unit price hid per each "Bqred Watez' Sezvi.c�" installed for: a) Vari�us sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Ser�ice line installed by tranchl�ss method 7) Connection to meter 8) Meter Box and Lid 9) Pavem�nt removal 14) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connectipn, excluding �rass (se�ding, sodding or hydro-mulch paid separately) 14) Clean-up 15) Disinfection 16) Tes.ting 3. Water Meter Se�vice Reconnect a. Measurement 1) Measuretnent far this Tt�m shaIl be per each Water Meier 5ervice Reconnect camplete in place from public service line cflnnectian to private service line connection. CITY OP FORT WORTH Water & 3anitary Sewe�• Replacement STA1+fdARD C�NSTKCJCTIQN SPECIFICATIpN DpCUNI$NT5 Contract 2018, WSM-M Revised February V 4, Zp l7 City Pmj cct No. 101688 33 12 lfl - 3 WA1'ER 5ERVICES 1-TNCH Td 2-1NC}I Page 3 af 17 b. Yayment 1} The wark pexforrned in conjunction with relncation of the meter, associa#ed private service line, fiitings and meter box S feet or less in any directioa from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price hid per eac� "Water Meter Servicc, Reconnection" inskalled fox: a) Various size of services c. The priee bid shall include: 1) Private servi�e line 2) Fittings 3) Private connection to water meter 4) Connection ta existing private service line �} Cut a�d crimp of e�cisting service 6} Remo�al and Disposal or Salvage of e�cisting 2-inch or smaller water meter, as directed by City 7) Pa�ement removal 8) Exeat�ation 9) Hauling 10) Disposal of excess material l 1) Surfac� reskoration fox az'ea disturbed far installation of ineter box, excluding grass {seeding, spdding or hydro-mulch paid separately} 12} Clean-up 13) Cleaning 14) Disinfectian 15} Testing 4. Private Water Service Aelocation a. Measurera�nt I} Measurement for this Item shall be per linear foot af Private Service relacatzan complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The wvorK performed in conjuriction with Private Serviee Line znstallation where the meter and meter �oxes ara mdved more than 5%et in any direction irom cenieriin� of exisiing meter lncatiqn and materials furnished in accaxdanee wi#h the Item and measured as provided under "Measurement" vuill be paid for at the unit price hid per linear faot of "Private Water Service" per%rmed far: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate pernut 2) Obtaining Righ� of Entry 3) Submitting product data 4) Private s�rvice line 5) Fittings b) Backflow preventer, check valve, and isolation valve reloeation, if applicable 7} Connection to existing private service line S} Pavement removal and reQlacement 9} Excavation 10) Hauling GITY OF FORT WORTH Watar & Sanitary Sewer Replacemenl STANDA.ItIa CdIYSTRUCTION SPECIFICATION DOCLJMENTS Contract 2D16, WSM-M Revised Fe6mary 14, 2017 City Project No. V O1688 33 12 1D - 4 WATER SERi7IG�S l-[ivCIITQ 2-II�CH Page 4 aF l7 11) Disposal of excess rnateriaf 12) SurFace restoration, excl�ding grass (seeding, sodding ar hydro-muich paid separateIy) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitians 1. New Service a, Installation of new l-ineh to 2-inch Water Service Line hy open cut cpnstruction from the watez' tx�aizz tn the right-of-way, inclnding corpotation stap, eurb stap, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New 5ervice (Bored) a. Installation of new 1-inch to 2-inch Water Service Line hy trenchless construction method from the water rnain to the right-of way, iucluding carporation stop, curb stop, fittings and water meter hoa�es cnmplete in place, as shqwn qn the Drawings. 3. Meter �erviee Reconnection a. Relocation and reconn�ction pf the private service lzne from an existing meter to he abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Pri�ate Service Relpcation a. Relocation and recanneciion of private service line behind the water metcr where tl�e existing meter to be abandoned and the new meter installed is greater than 5 feet of �he existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and pIumbing ftttings and fixtures shall contain less than 0.25 percent Iead in accordance with the reduction of Lead in Drinking Water Act (P.L. 1 i 1-�80}, B. Reference 5tandards 1. Reference standards cited in this Specification refer to the current reference star�dard published at the time of the latest revision date logged ai the end of this Speci#'icatipn, unless a date is speciiieally cited. 2. ASTM International (ASTMJ; a. A48, Standard Speciiication for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specifica#ion for Seamless Copper Water Tube. d. B98, Standard Specifica4�on For Capper-Silicon Alloy Rad, Bar and 5hapes. e. C 131, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machis�e. f. C150, Standard 5pecification for Portland Cement. g. C.33Q, Standard Speci�cation for Li�htweight Aggregates for Structural Concrete. C17`Y OP FORT WORTH Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION 5PEC [FICATI07+! DOCUMENTS Cantract 2018, W SM-M Revised February 14, 2D 17 Gity Ptnject No. 10:1688 33 12 l0 - 5 WATER SERVICES 1-INCH TO Z-INCH Page S of 17 h. C$57 (RL), 5tandard Fractice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures i. D883, 5tandard Ternainology Relating to Plastics. j. D1C93, Standard Test Method for Environmental Stress-Craeking af Ethylene Plastics 3. American Water Works Associatian (AWWA): a. C700, Cold-Water Meters - DispIacement Type, Branze Main Case. b. C800, i7nderground Service Line Val�es and Fittings. 4. NSF International (NS�'j: a. 61, Drinking Water �ystem Camponents - Health EfFects. 5. Reduc�ion of Lead in Drinking Water Act a. Puhlic Law 1 l i-380 (P.L. 11 L-38D) 6. General5ervices Administration (GSA): a. RR-F-621E, Frames, Covers, Gratings, 5teps, Sump and Catch Basin, Manhole 1.4 ADMIlVISTRATIVE REQUIREMENTS A. ScheduIing 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division I . 1.5 SUBMITTALS A. Submittals shall be in aceordance with Section O 1 33 00. B. All subxinii�als shall be approved by the City prior to delivery. 1.6 ACTI�N SUBMITTALSIINFORMATIONAL SUBMITTALS A_ Produet Data, if applicable: 1. Tapping Saddie 2. Corporation stop 3. Curb Stop 4. Service �,ine 5. Meter Box G. Meter Box Lid �. Certi�cates and Test Reports 1. Prior ta shipmer�t of any Water Sez�ice companents, the z�:�az�ufacturer shall subnnit the following: a. A Certiiicate of Adequacy of Design stating that the components to be iurnished comply with all regulatory requirements identified in this Section including: l) The Reduction of Lead in Dz-irilcing Water Act (P.I.. 1! 1-38a) 2} AWWA C800 3) NSF 61 CITY 4F FORT WORTH Water & Sanitary 5ewer Rep3acerctent STANDARp CONSTRLFCTIOIV SP�CIPICATIDN DOCUM6NT5 Contract 2018, WSM-M Aevised February l4, 2017 City Pmject No, tD1688 33 12 la - 6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 17 l.i CLOSEOUT Si1BMITTALS [NOT USED] 1.8 NIAINTENANCE MATERIAL SUBMITTAL� [NOT USED] 1.9 QLTALITY ASSURANCE A. Qualificati.ons 1. Manufacturexs a. Water Services shall meet or exceed the Iatest revisions of AWWA C80Q, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet ar exceed the requirements of this 5pecification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect �11 parts such that no damage or deteriaration will occur during a proionged delay from the time of shipment until installation is completed and the units and equipm�nt are ready for operafiion. 2. Pratect all equipment and parts against any damage during a proionged period at the site. 3. Preaent plastic and similar brittl� i#ems from being directly exposed to sunlight or extrenaes in teznperatuxe. 4. 5ecure and maintain a location Yo store the material in accardance vvith Sectipn Q1 66 00. 1.l I �'IELD [SITEj CONDITIONS [NOT IISED� 1.1� WARRANTY [NOT USED] PART2- PRQDUCTS �.1 OWNER-FURNISHED PRODUCTS A, Water meters far varipus sizes 2.2 EQLTIPMENT, PRODUCT TYPES, AND MATERIAI.S A. Manufacturers 1. Only the manufacturers as listed Qn t�e City's Standard Products List will be considered as shawn. in Sectian Q 1 60 OQ. a. The manufacturer must comply with this Specification and related Sections. 2. Any praduet that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The Water ��rvices and appurt�nanees shall be z�ew and the product of a manuFacturer regularly engaged in the manufacturing of Water Ser�vices and appur�enances having similar service and size. B. Description I. ReguIatory Requirements CTTY OF FDItT WdRTT-I Water & 5anitary Sewar Reglacemen[ STANDARD CONSTRUCTION SPECIFICATION DOCUM�dYTS Cantract2Q18, WSM-M Revised Fabruary 14, 26[7 City 1'mject No. 101G88 33 l2 l0 - 7 WATER SERVICES 1-I�#CI-I TO 2-INCH Page 7 oP l7 a. Ail materia�s shall conform ia the 12eduction nf Lead in Drinking Water Act (P.L. I11-380}. This Act defines "Lead-free" for pipes and ather appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest xevisians of AWWA CS00 and sha11 meek nr exceed the requirements of this Specification. e. All Water Services companents in contact with potable water shall canform to the requirements of NSF 61. C. MaterialslDesign Criteria. 1. Ser�ice Lines a. Provide Ty�e K Capper Tubing per ASTM B88. b. Furnish in the anaealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1} Flared Capper Tubing with thread dimensions per AWWA CS00 2} Provide caupling nuts with a rnachined bearing skirt of a iength equal ta the tubing outar rliam�ter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. e. Provide lead-free service couplings in accordance wiEh the Reductian of Lead in Drinking Water Act. 3. Corporation stops a. Provide hrass castings p.er AWWA C800 far: 1) Badies 2) Plugs 3) D washers 4) Battom nuts b. Machin.ing and Finishing of Surfaces 1) Provide 1'/a inch per foot or 0.1458 inch per inch � 0.007 inch per inch taper ofthe seating surfaces for the key and body. 2) R�duce larg� end af the tapered surface of the key in diameter by chamfer or turning for a distanc� that will bring the largest end of the seating surface of the key i.nto the largesr diameter of the seating surface of the body. 3} Relieve taper seat in the body on the small end. 4} Exiend small end of the key there-through to prevent the wearing of a shoulder and faeilitate proper seating of key. S) Design key, �Cey nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Desi�n nut and stern ta withsta�td a turning force on the nuk of at least 3 times the necessary effart to properly seat ihe key without failure in any rnanner, 7) Pflrt thxough corporation stap shali be full size �o eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 718-inch for 1-inch corporation stops b} Four 15/16-inch for I'/z -inch and 2-inch corporation stops Provide lead-free corpQratian stops in accordaince with the Reductian of �,ead in Drinking Water Act. CTTY OF FORT W QRTI-I I�Vater & Saaitary Sewer Replacement �TANDARD CONSTRUCTION SP�CIP`ICATION DDCLIM�NTS CorttracC 2018, WSM-M Revised Febmary l4, 2017 City Project No. 101688 331210-B WATER 5ERVICES 3-]NCH TO 2-TNCFI Page 8 of l7 4. C�zrb Stops a. Provide brass castings per AWWA CS00. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. In.earparate fu11 flow porting. d. Pro�ide for fu11360 degree plug rotation clockwise or counter-clockwise. e. Overall Length 1) 3-Sllb inch ± 1/8 inch for 1-inch diameter 2) 4-I132 inch ± 9.32 for I-inch diameter f. Cylindrica� Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottQm of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall suzround the outlet port of the curb stop and act to effecti�ely seaI in the closecl position. 4) The port in the plug shall provide a straight ihrough, full size flow vvay, so shaped as to eliminate turbulence. 5) All waterways shall b� smooth and �'rea of bures or rough ar�as. 5) Design the curb stnp to provide ease az�d accuracy of operatian and positive shut-off of water. g. Tapered Plag Type 1) Provide O-ring seal at tog and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal r�ngs hacked with O-rings. 4) The port in th� plug shall provide a straight fhraugh, full size flow way, so shaped as ta eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. b) Design the curb stop to pravide ease and accuracy of operation and positive s�►ut-off of water. h. Ball Piug Type 1) Provide double �-ring seals on the stem. 2) The ball sha�E seal against rubber rings rnounted in the valve body at the inlet and outlet ports, 3) The ball shall b� bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size �ow vvay, so shaped as tQ eliminate turbulence. 5} All waterways shall be smooth and free af burrs or rough areas, i. Provide fcad-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a, Brass casti�gs and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction af Lead in Drinking Wat�r A:ct. 6. Three Part Gopper Unions a. Brass castings and threads per AWWA CS00 CTTY OF FORT WORTH Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATIOl� pOCUMENTS Cantract 2018, WSM-1VI Revised FeY�ruary 14, 2D17 City PrQject No. 101688 33 12 lU - 9 WA'1'EA SERVICES 1-INCH TO 2-INCH Pgge 9 of I7 b. Provide lead-�ree Three Part Copper Unions in accordance with the Reduction df Lead in Drinktng Water Act. 7. Straight Meter Couplings a. Brass caskirzgs per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with autside iron pipe thread d. Chamfer corners on threaded end of ineter nut. e. Machine inside and outside of tailpiece. £ Frovide lead-free Straight Meter Couplings in accordance with tbe Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 6. InIet and outlet connections per AWWA C$a0 c. Provide lead-free branch connections in accorclance with the Aeductian af Lead in Drinking Water Act. - 9. Service Saddles a. Castings 1} Brass or Nyion coated ductile iron castings per AWWA CS00 2) Free of parasity wi� sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximakely 18Q degrees wrap around. 4) Outlet a) D�sign outlet boss for no thread distortion by bending moments. b) Tapped far taper threaded corporation stop conforming to AWV�A CS00. L c. d. Straps 1) Confarm to ASTM B98. 2} Farm flat to �t uniformly against the wall of the water main. 3} Shall be double straps 4} Rod diameter not less than 5/8 inch. flattened to 1 inch on one side. 5} Straps shall be t�'eaded 5/8 inch (11-NC-2A) for a distance such that'/2 inch reznains after clamp is fully tightened on the pipe. b) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Sectian 33 12 25, Nuts 1) Bronze �aterial a) Same material as straps 2) Diznensions equal to or larger than hea.�y hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) Gaskets 1) Neoprene rub�er material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 t/z-inch and 2-inch services b. Brass castangs per AWWA C804 c. Valve Hody with integral autlet flange and inlet wrenching flat d. Fit together key and body by turning key and reatning body CITY OF FORT WORTH Water & Sanitary 5ewer [Zeplacement STANDAAD CONST1il1CT10IV SPECIFICATLON DOCUMENTS Cqntract201$, WSM-M Revised February 14, 2017 City Pcojcct 1\0. 101688 33 12 l0 - 10 WATER SERVICES 1-INCH TQ Z-INCH Page !0 of t7 1) Key with O-ring seal seat at the upper end 2) I,ap key and body seat are to conform to corparation stop requirements of this Specification, 3) The outlet flange shall contain an 4-ring seat oz' a un.iform flat drop-in flange gasket surface. 4) Drop-in flange gaske# surface shall contain gasket retaining grooves �nilled circular about th� axis of the flange. 5) The size of the outlet flange and the dianaetex and spacing of the holt holes shall canform to AWWA C700. . 6) The flan�e on 2-inch angle valves sha11 be douhle drilled to permit connection to L %3 -ineh meters. 7) The inlet port of the valve shall be tapered to canform to AWWA C.800 taper pipe thread. 8) The key cap sha11 inelude a wrenching tee rnarked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Ass.embly {main body, key, key cap) a) B�ass material per AWWA G800 b) O-ring seal on the iop of the key bet�reen the key and body seat c) Key cap shall complete the assembly by attaching to the key by means a� a strong bronzc pin with phosphor hronae spring washer{s} depressed between the key cap and the top of the val�e main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease betrveen the body and the key. f� The �alve shall be capable of beirtg easily opened and stopping lugs. g) The waterway through the valve shall be snnoath and rounded for minimum pressure Ioss, and shall be free of burrs or fins. h) The �alve shall be strong, well designed, neat in appearance, water- tight and en�irely adequate for the intended purpose. i) Pravide v�rith either a high quality rubbez' drop-in gasket or an O-ring sea[ depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: I) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 318-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of rnanufacture, and shaII have a molded recycled emblem with a minimutn of 35 percent Past Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch {psi). d) Smooth edges and corners and be ftee from sharp edges so the unit can be handled safeIy vvithout giaves. e) Exteriar free from seams or parting lines. #} Have crush resistant ribbing along the outside of the box. g) Ha�e a ilange around the ]id opening to help pre�+ent settling and aide in adjustment to grade. CI'TY OF FORT WOATH Water & Sanitary Sewer Replacemenl STANDARD CON5TRUCTION SPECIFTCATION DOCUMENTS Coniract 20S$, WSM-M Revised February 14, 2p 17 City Pmjxt No. 1Q! 688 3312]0-11 WATER SERVICES 1-INCH TO 2-1NCH Page 11 of 17 �. c. d. e. f. g• h) Not to be installed in roadway — designed to wifihstan.d loading in non- deliberate and incidental traffic only. 2} Concrete a} Frame of No. 6 gauge wire welded closed b} Type I or Type TI Portland cement, in accordance with ASTM C 150, portioned wi#h lightweight.aggregate, in accordance with ASTM C330 {]} Percentage o�wear not to exceed 40 per ASTM C131 (2} Minirnum 28 day compressive strength af 3,000 psi Be able to withstand a minimum 15,p00 pounds vertical load Withstand a minimum 400 pounds sidewall load. Have pipe holes measuring a minimum of 2-112" x 3-1/4". 1-inch Sta�dard Meter Box (Class A) 1) For use with services utilizing 518-inch x 3/a-inch, 3/a-inch ar 1-inch meter Singl� or Dual service zneter. 2) Polymer a} 5ize: vvorking af not less than 1Q inches x 16 inches, 12 inches high 3} Conerete a) Size: working area not less than 10-inches x 16-inches, 12 inches high 2-inch Standard Meter Box (Class C) 1) �'oruse with services utilizing 1-1/2-ineh or 2-iz�ch Single serdtce m�ter. 2) PaIyrr�ar a) Size: warking area not l�ss than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-112-inahes, 12 inches high Bullhead Standard Meter Box (Class B) 1) For use with services utiii�ing two 5/$-iz�ch x'1a-inch or 3!a-inch or 1-ir�ch Single service meter. �) Palyxner a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a} 5ize: working area not less than 15-inches x 18-inches, 12 inches high i 2. Meter Box Lid a. Meter Box Lids Shall: i} Be solid throughout with r�inforcing ribs. 2} Have City of Fort Worth `Molly' ingo molded into fhe lid. 3} Bear the Manufacturer's IS (name ar loga) and Country nf Origin. 4} Be desagned both with and without AMI receptac�es 5} Have a molded tread-plate 6} Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastrueture (AMi) snap locking slide mounis for aumber of ineters/endpoints associated with me#er bax 9) Have an opening to accept the AMI end-point, Opening shall accomrnodate an endpoint with a 1-718 inches diameter. 10) Have recessed AMI end point area, ta alIeviate a trip haaard, centered over A1VII slide mount. Recess area should be 4-112 inches in diameter and 3f8" deep. 11) Have built-in anti�flotation devices. CTTY i)F FORT WORTH Water 8c 5anitaty Sewe� Replacxment 5'fANDARD CONSTRUCTIdAf SPECIFICATION DOCUMENTS ContraCt 2018, WSM-M Renised Fe6ruary l4, 2017 City Project No. 101688 33 12 1n-12 �YATER SERVICES l-�fGH Tp 2-INCH Pagc 12 of i7 b. Cast Iron or Ductil� Iron 1} Lids for Concrete Meter Boxes shall be constxucted out of a cast iron and meet RRF-621 speeif"icahion, 2} Sha11 withstand a minimum vertical load of 15,000 pounds 3} Coat castings with a bituminous emulsified asphalt unless otherwi�e specified in the Contract Documents, ground smaoth, and cleaned with sho# blasting, to get a unifbrm quality free frotn strength defecks and distartions. 4} Dimensions shall bc within industry standards of �l/lb inch per foot. S} Shall ha�e a plug inserted in ta the AMI receptacle to avoid water entering through apening until the AMI receptaele is used 6} Be a minimum of 1-3/4 in.ches thick at reinforcing ribs. 7} Casting weights may vary �5 percent from drawiz�g weight per industry standards. c. Plastic(Composite) I} The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 {1) Have a molded recycled emblem with a minimum of 50 percent Post Cor�sumer Recycled and 50 percent Post industrial/ Pre Cansumer Recycled Content- verified with a Leed Product Documenfation. {2) Be designed ta fit a concrete bo�cast irqn bax in retrofit installations. {3) Have a tensile strength greater than 1700 psi. {4) Have a`knock-aut" plug to accept khe AMI end- point. Knock-out diameter shall he 1-7/8 inch diameter. A r�mavable plug may be substituted for the knock-aut plug. {S) Be constructed out of a composite material blend for maximutn durabiIity and corrosion resistance. {6) Be black throughout with na hlowing agents or foaming plastics {7) Smooth edges and corners and be free frpm sharp edges so the unit can be handled safely �ithout gloves. {S.) Exterior free fram seams or parting lines. {9) Have a molded tread-pattern- tread dimensions shall be .188-inch x 938-inch x .15Q-inch deep. {14) Ha�e "City of ForE Worth" rno�ded intq the lid, {11) Have "Water Meter" molded into the 1id- Font shall be standard Fadal CNC fon.t with 1-inch characters x.150-inch deep. (12) Have a moided pick hole pocket- dimensions shall be 3-inch x 9116-inch x Thru Hole witE� 3/16-inch 304 stainless steel rod. {13) Have 2 pieces of %2-inch rebar Ioca�ed in lid pockets for locatability as shown in Drawings. {14) Have location capability using metal detector. b) Domestic Manufacture Os�ly-Made zn i7SA molded an Lid. c) Not ta be iristalled in roadway or pa:rking area d) Be designed to withstand H-10 loa�ing far non-deliberate and incidental traffic only as . e) Have ultraviolet protccrion. 2} 1-inch �tandard f Iastic Meter Box Lid (Class A) CITY (lF PORT WORTH Water & Sanitary Sewer Acpiacement STANDARD CONSTlZllCT10N SPSCIFICATION DOCUM$NTS Contract 2D1$, WS1Wf-M Revised February l4, 2U 17 Giiy Prajcct No. l D 1 G88 33 12 10 - 13 R'ATBR SERVICES ]-INCH TD 2-IIVCIi Page 13 of 17 3) 4) a) For use with services utilizing 51$-inch x 3/4-inch, 3/4-inch or I-inch metex Single or Dual service meter. b) Size: 11-718-inch x 17-718-inch, 1-1/2 iuxches high c} For use wsth Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 2-inch Sta�dard Plastic Meter Box Lid (C1ass C) a} �'or use with serviees utilizing 1-1/2-inch ar 2-inch Single servic� meter. b} Size 27-inches x 15-114-inohes, 1-718 inohes high c) For use with Class C Standard Meter Box. d) Folymer tid shall seat evenly inside meter hox and shall not overlap the top edge af the meter box. Bullhead Standard Flastic Meter Box Lid (Class B) a) Por use with services utilizing two 5/8�inch x 3/-inch or 3/a-inch or 1- ittch Single service rneter: h) Size: 16-5/8-inch x 14—S18-inch, 1-3/4 inches �iigh c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Va1ve a. Equip 1'/z-inch and 2-inch Water Services with a horiza�ntaL check valve, with pipe plug, only if specif ed in the Drawings. b. If an existing backflaw preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal cbeok valve. c. Prnvide lead-free horizontal check vaIves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORTES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspeetions 1. At the City's option, the rnanufacturer shall be req�aired to prnvide certificatian recards showing confortnance of materials, design and testing to these Specifications. 2. The test procedures shall confor�n to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of t�e remainder of the valves shatt b.e at the cost and responsibility of the supplier, c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select praducts at random for testing. The failure of materials to conform to the applicable 5pecification may result in the rej ection of the entire shipment. B. Marlcing CITY QF FORT WQRTH Water & 5anitary Sevwer Replacement STANDARD CONSTRUCTION SPEGII'ICATION DOCUIv1ENT5 Coniract 201$, W51V1-M Revised Pebruary l4, 2017 Ciiy Project hio, Ifl1688 331210-i4 WATER SERVICES L-INCH TO 2-lNCH Page l4 af 17 1. 5ervice saddie eastings shalj be clearly marked by letters and numerals cast thereon showing: a. IVlanufacturer's natne b. Type c. Siza of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A iicensed plumber is required for instaliations on the outlet side of the service meter. 3.� EXAMINATIDN [NOT USED] 3.3 PREPARAT�ON [NOT LTSED] 3A INSTALLATFON A. General 1. Install Water Services and appurt�nances in aecordance with AWWA C80a. 2. Install Water Service Lines 5 feet north or east aicenter oFlot fronta�e on lots 75 feet ar wider, or where shown on Drawings. 3. Install Water Service Lines on �ot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. �. Insfall services at a minirnum depth af 36 inches below final gzade/proposed tap of curb, unless otherwise specified in the Cantract Doeuments. 5. Perfarm leak tests in accordance with Section 33 04 40. 6. Replace e�i�ting'/4-inch 5ervice Lines with 1-inch new Service Line, tap, and carparation. 7. Install replaced or relocated services with the service nnain. tap and service line being in line with khe service metcr, unless o#herwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 OS 10. B. Handling 1. Haul and distY-ibute Service Lines fittings at the project site and handle with. care to a�oid damage. a. Inspect eaeh segment of Service Line and reject ar repair any damaged pipe prior to low�ring into the trench. b. Do not handle the pipe in sueh a way that r�ill damage the pipe. 2. At the close af each operating day: a. Keep the pipe clean and free of debris, dirt, an�mals anci trash — during and after the laying operation. b. Effeeti�ely seal the open end of the pipe using a gasketed night cap. C. Service Line installatzon 1. Service '�aps a. On1y ductile iron pipe may be directly tapped. b. Install service taps andlor tap assemblies of the specified size as indicated on the Drawings, or as speei�'ied by the �n.gineer. c. Perform taps on a water system thaf is either uncharged or undcr pr�ssure. GITY OF PpRT WORTH Water & Sanitary Sewer Replacemant STANDA.R.D CONSTRi�iCTION 3PECIFJCATEQN DQ.CUME%IT5 Confract 2018, WSIvI-M Revis.ed February l4, 2017 City Pxoject iVo, LO1688 33 12 10 - I S WATER SERVIGES 1-INCH TO 2-[NCFT Page l5 of 17 d. Taps consist of 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in tl�e pipe walls {I) Made during pipe fabricatian {2) Provide tapered threaded outlet with cc fik�reads %r up to 2-inch. (3} Provide flange autlet with flange to thread insulator adaptor lcits for 4-inch and Iarger taps, 2) Other pipe materials a) Bronze service clamp with a sealed, thresded port through which the pipe wall is drilled to complete a service port e. Tap Assetniblies I} Cansist of carporation stop witk� iron to copper connection atkached to: a) Copper tubing terminating as shawn on the City's Standard Detai! bJ May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlozination and testing purposes a) No separate payment will be made %r taps required for testing and ehlorination. 2. Installation of Water 5ervices a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment af the Service Line to proper meter placement height shall be considered as part of the Met�r Box insiallatiQn. 3. Trench.ing a. Provide a trench width sufficiently wide to aIlow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter % inch ta'/4 inches larger than the �en+ice Line. 5. Arrangem�nt a. Arrange corporation stops, hranches, curb stops, meter spuds, meter baxes and other associate appurtenances as sha�vn i:a the Ciry Detail, and to the approval of ihe Engineer. 6. 5ervice Marker a. When Meter Box is not installed immediately subsequent to service installatian: 1} Mark Curb 5top wiih a strip of blue vinyl tape fastened to the end of the service and extending through the backf'ill approximately 6 inches above graund at th� Meter Box location. b. Installarian of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main thraugh the baclsfill at the �dj acent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters CiTY OF FORT WORTH Water & Sanitary 5ewer Replacement STANDAf� CONSTK[JC7'TON SP�CIFICATION DOC.UMENT3 Contract2018, WSM-M Revised Fehruary l4, 2017 City Prujcct No. tD1688 331210-]b WATBR SERVICES 1-INCII T02-1NCFI Page l6 of l7 I, Remove, tag and collect existing Water Service meter for pickup by the City for zeconditioning ar replacexnent. 2. After installation of the Water Service in the propased location and z'eceipt af a meter from the City inspec#or, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the autlet side of the service meter shall be pezfozmed by a licensed plumber. 3.5 REPAIR 1 RESTURATIflN [NOT USED] 3.6 RE-1NSTALLATTON [NOT USED] 3.7 FI�LD [aRJ SiTE QUALITY CONTROL A. Field Tests and Inspectians 1. Check each Water Service instailation for leaks and full flow through the curb stop at the time the main is testcd in accordanc� with Section 33 04 4Q. 3.8 SYSTEM STARTUP [NOT USEDj 3.9 ADJUST�NG [NOT USED] 3.10 CLEANING �NOT USED] 3.11 CLOSEOUT AC'I`IVITIES [NOT USED] 3.12 PROTECTION [NOT LTSED] 3.13 MAINTENANCE ENOT USED] 3.14 ATTACHMENTS �NOT USED� END OF SECTION CI'TY OP FORT W�RTH Waier & Sanitary 5ewer Replacement STANDARD CONSTRUC7'lON SPECIFICAT[ON DDCUNIENTS Cnntrart 2018, W'SM-M RaVised February 14, 2Q l 7 City Project Na. l tl 1688 s3 i2 ta- �7 WATER SERVIGES 1-INCH TO 2-INCH Page I7 of l7 l�evision Lag DATE NAME SUMMARY OF CHANGE Added Blue Text far clarification f.2 A. — Revision to items included in price bid Specif catian madiFied to be in accordance with the Aeduction of Lead in Drinking 12/2p12p12 D. 7ahnson Water Act— AIl materials shall be lead free in accordance with this Ack 1.2.A,3 — Water Meter Service Relocafe was renamed Water Meter Service Reconnect 1.6.B. — added cartification submittais for compliance with regulatary requirements Added the phrase `, including grass' to lines; Part 1, 1.2.A,1.c.I4, Partl, 1.2.A,.2.e.13, Pa�t 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, 2/13/2013 F. Griffin Partl, 1,2.A4,c.11 Added the phrase `and replacement' to line Part 1,1.2.A.4.c.7 Revised lines with `including grass' replacing wfth `excluding grass (seeding, 4/26/2013 F. Gri�n sadding or hydromulching paid separately)' Included in Part 1, 1.2, A, i, c, l4; Part t, 1.2, A, 2, c, 13; Part I, i.2, A, 3, c, I l; Part 1, 1.2, A, 4, 2, 11 6/19/2013 D. 7ohnson 1.2.A.4.c — Addition of private water service appurtenances reloeacion to being included in the linear faat rice of rivate water services 11121f201b W.1�Iorwood Require meter bnx suitable for AMI meter. 2.2,C, 11 & 2.2,C,12 11/21/201G W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14117 W. Narwood Z•z, C, 9.a.3 Remove table "Fit Cont�ur ofpipe,,." 2114117 W. Norwood 3.4, C, l.d.(2) Rernove nylon sleeve inserts, require cc threads, CI1'Y dF FO1tT WOKTEI Water & 3anitary 5ewer Replacement STANUAftD CONSi'RUCTION SPECII�ICATION DOCUIvIENTS Contract 2D18, W5M-M Revised Fehruary 14, 20 E 7 City Projcct No. 10 { 688 331211-1 LARGE WATER METERS Page l of A SECT�ON 33 12 11 LARGE WATER METERS PART1- GENERAL 1.1 SUMMARY A. ,5ection Includes: 1. Large Water Meter, Vault, Bypass and Appurt�nances (3-inch and larger) B. Products Installed buk Not Furnished Under This Sectian 1. Water Meter and 5trainer C. Deviations from this City of Fort Worth Standard Specification 1. None. D. Related 5pecificatian Sections include, bnt are nat neeessatily limited ko: 1. Division 0— Bidding Requirements, Contract Forms, and Conditians of the Contract 2. Divisiozz 1— Genaral Aequirements 3. Sect�on Q3 SO 00 — Modifications to E�sting Cancrete Structures 4. 5ection 33 06 16 — Concrete Water Vaults 5. Seetion 33 1 l 10 -- Ductile Iron Pipe 6. Section 33 11 11 —Ductile Iron �ittings 7. 5ection 33 12 10 — VWater 5ervices 1-inch to 2-inch 8. Section 33 12 20 — Resilient Seated Gate VaI�e 9. Section 33 12 50 -- Water Sample Stations 1.2 PRICE AND PAYMENT PROCEDU[ZES A. Measurement and Payment 1. MEasurement a. Measurement for t�is Ite:m shal.l ba per each. b. Measuz'e�en.t includes meter, vault, piping, appurtenances, and bypass line (from upstream tee to downstream tee). 1) Piping upstream of bypass line tee is measured and paid separatcly as water pipe, by size. 2) }'iping dow�nstrea:m of bypass lin.e tee is measured and paid separately as water pipe, by size. a} Any licensing requirements fQr plumbing installation are included in this item's measureffient, 2, Payment a, The wor� perfoz�ed and the materials furnish�d in accardance with this Item shall be paid for at the unit price bid per each "Water Meter and Vaulr" installed for; 1} Various meter sizes CtT'Y O�' FORT WORTH STtI]VDARD CQNSTRIICTIOI�! SPECIFICATION DQGL3MENT5 Water & Sanitary Sewer Replacement Revised Ilccember 20, 2012 Contract2U1R, WSM-11�E CiryPxnjectNn, 1U1688 3312�1-2 LARGE WAT�R METERS Page 2 of 4 3. Tb.e price bid shall incIude: a. Excavation b. Fre-cast concrete vault and appurtenan�es c. Crushed rock foundation d. Ac�ess hatch �. Pip.ing and appurtenances f. Fittings g. Horizantal thrust blocking h. Sample atation and appurtenances i. Flushing points and appurtenances j. Installation of Compound Water Meter with 5trainer k. Aeinforced Concrete Pipe Sump l. Aecannection of Service rin. Backfill n. Pavement removal o. Hauling p. Dispasal of excess material q. Placement and compaction of backfill r. Plumbing Licensing requirements s. Clea�n-up t. Concrete Filled Steel Pipe Bollards as required u. Surface restorarian around perirneter nf water meter vault and piping as required. L3 REFERENCES [NOT USEDJ 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED� 1.5 SIISMITTAL� A. All submittals shaII be in accordance with Section 01 33 0�. B. All submittals shall be approved by tI�e City p�ior to delivery. 1.6 ACTION SIIBMITTALS/INF�RMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Piping 3. Sample Station 4. Isolation Valves 5. Sample 7'ap and agpurtenances b. Hatch 1.� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAI. SUSMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT USEDJ l.lp DELI�ERY, STORAGE, A.ND FIANDLING [NOT iT�ED� CITY OF FOKT WOiZTH Water & Sanitary 5cwer Rep[accmcnt STANDARD CONSTKi]CTION SPECIFICATION I)OCUMBN"I'S Revised Decem6cr 20, 2012 Contract 201$, W5M-M City Projec! No. 101668 33 !2 11 - 3 LARGE �`ATElt METERS Page 3 of 4 1.11 FIELD [�ITE] CQNDITIONS [NOT �(TSED] 1.1� WARRANTY A. Man►�facturer Warranty 1, Manufaciurar's warranty shall be in accordance with Divisioa� 1. PART � - PRODUCTS 2.] OI�NER-FURNISHED [ax] OWNER-SUPPLIEDPRODUCTS [NOT USED� 2.2 EQUIPMENT, PRODUCT TYPES, MATERYALS A. 1VIaterials 1. Pr�c�st Concrete VauIt — Confot�nn to Section 33 05 16 2. Gate V�lves — Conforim ta Section 33 12 20 3. Ductile Iron Fipe — Conform to Section 33 11 ] 4 4. Ductile Iran Fittings — Conform to 5ection 33 11 11 S. SampLe Station — Confarm to Sec�ion 33 l2 50 6. Sample and flushing paint taps — Conform to Section 33 12 10 7. Hatch — Conform to Section 33 05 16 B. Meker and Strainer 1. Fumished by City Z.3 ACCESSORI�S [NOT USED] 2.4 SOiTRCE QUALITY C�NTItOL [NOT USED] PART 3 - EXECIITION 3.1 INSTALLERS [lYOT USED] 3.2 EXA.MINATxQN A. Evaluation and Assessment 1. Verify lin�,s and grades are in accardance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install vault in accordance with manufacturer's recommendatioas and in ac�ardance with Sec�io:� 33 O5 16. B. Pipe Penetrations 1. Conform to Section Q3 80 00. C. Meter 1. Obtain mctcr and straincr from City Field Operations Warehause. c�TY aF �o�T woxTx STANDARD CONSTRUCTION SPEC�ICATION DOCiINIENTS Water & 3anitary Sewer Replacement Revised Decembcr 20, 2012 Contract 2018, WSh�I-M City Project �Io. 101688 33 12 11 -4 LARGE WATER METERS Page 4 af 4 3.� RE�AIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLA"tTON �NOT USED] 3.7 FIELD Qi1ALiTY CONTROL [NOT USED] 3.8 SYSTEM STARTLTP [NOT I1SED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.l l CLOSEOUT ACTIVITIES [NOT USED] 312 PR�TECTION [NOT [JSED] 3.13 MAINTENANCE �NOT USED] 3.14 ATTACHMENTS [NOT USED] END QF SECT�ON Revision Log DATE. NAME SUMMARY OF CHANGE Ctl`Y OF FORT WDRTH 3TANDARll COI�TSTRL3CTiON 3PECIFTCATTON DOCUMelVTS Water & Sanitary Sewer Replacement Revised Deccmber 20, 2012 Gantract 2018, W5M-M City Project Aio.. 1U1b88 33 12 zn - t RESILIENT SEATED (WEdGE) GATE VALVE Page 1 nf 10 1 2 3 SECTION 33 1� ZO RESILIENT SEATED (WEDGE) GATE VALVE 4 FART1- �ENERAL 5 1.1 SUMMARY 6 A. �ection Includes: 7 1. Resilient Seated (Wedge} Gate Valves 4-inch through 48-inch for use with potable 8 water mains 9 a. 24-inch and larger valves may require an integral bypass 10 B. Deviations fram this City af Fort Worth Standard Specification 1 I 1. None. 12 l3 14 i5 i6 l7 �8 1.2 19 �n zi 22 23 24 2S 25 27 28 Z9 3Q 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, hut are not necessarily Iimited to: 1, Division 0-- Bidding Reyuirements, Contract Fotms, and Conditions of t�e Contract 2. Division 1— General Requirements 3. Section 33 I 1 OS -- Bolts, NLits, and Gaskets 4. Section �3 I 1 10 — Ductile Iron �'ip� PRICE AND PAYMENT PR�CEDURES A. Measurement and Payment 1. Gate Valve �. �t��S����,t 1) 1Vleasurement for this Item shall be per each, b. Paym�nt i) The rrrortc performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid �Zer eac� "Gate Valve" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing Gate Valves with cannections as specifed in the Drawings 2) Valve box 3) Extension 4) Extensions foe �alves in vaults 5) Valve vault and appurtenances (%r ] 6-inch and larger gate �alves) 6) Pettolatum tape %r cot�rzections to steel flanges 7) 2-inch risers (for 16-inch and larger gate valves} 8) Isolation icits when installed with flanged connectians 9) Polyethylene encasement 10) Pa�ement removal 11 } Excavatian CITY OF F�AT WORTH Watcr � Sanitary Sewer Replacemenl STANDARL7 CONS'CRUCTION SP�CII'ICATION DDCUM�NTS Contraet2tllB, WSM-M Revised Dcec�nher 20, 2D 12 City Pmjc:et Na. 101.688 331220-2 RESIL�NT SEATE� (V�DGE) GATE VALVE Page 2 of ] 0 I 2 3 4 5 6 7 8 9 10. 11 F2 13 14 15 l6 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2 12) Hauling I3) Disposal of excess material 14) Furnishing, placement and eompaction of embedment l 5) Furnishing, placament and compaction of backftll 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing Cut-in Gate Valve a. Measurement 1) Measurement far this Itern shall be per each. b. Payment 1) The work perfot�.ed and the zz�atexials fiirnzshed in accordance with thzs Item shall be paid for at the unit price bid per each "Cut-in Gate Valve" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing atxd installing Gate Valves with connectians as specifi�d in the Drawings 2) System devvatering 3) Conneetions to existing pipe materials 4) Val�e box 5) Extensian 6) Extensions %r valves in vaults 7) Valve vault and appurtenances {for 16-inch and larger gate valves} 8) Petrolatum tape for connections ta steel flanges 9) 2-inch risers (for l 6-inch and largcr gate valves) 10) Isolation kits when installed with flanged connections 11) Valve vault and appurtenances (fo� 16-incl� and laz-ger gate valves) 12) Folyethylene encasement 13) Pavement removal 14) Excavation 15) Hauling l�) Disposal pf excess material 17) Furnishing, placament and connpactinn of em.bedment 18) Furnishing, plaeement and compaciion of baekfill 19) Clean-up 20} Cleaning 21) Disinfectian 22} T�sting 41 1.3 REFERENCES 42 A. Abbreviatians and Acronyms 43 1. NRS — Non Rising Stem 44 2. 05&Y — Outside Screw and Yoke �45 B. Reference Standards CPTY OF FOAT WORTH Water & 5anitary 3ewer Replace¢ient 57'ANDt�tD CONSTlZ[JCTION SP�Cix'1CA`i'ION ➢�CUMEI�'TS Contract 2018, WSM-fvl Revised December 24, 20 [ 2 City Pmyect No, 101688 33 iz zn - 3 RESIL]EN'[' SEATF?B (WEDGE) GATE VALVE Page 3 of i0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3a 31 Reference standards cited in this Specification refer ta the current reference standard published at the time of the latest re�ision date logged at the end of this 5peci�cation, unless a date is specifically cited. American Association of State Highway and Transportation Ofiieials {AASHTO). American Sociery of MechanicaI Engineers (ASME}: a. B I6.I, Gray Iron Fipe Flanges and Flanged Fittings (Classes 25, 125, and 250). Arz�.erican Iron and Steel Institute (AISI}. ASTIVI International {ASTM): a. A48, 5tandard Specification for Gray Iran Castings. b. A242, Standard Specification for High-Strength Lbw-Alloy Structural Steel. c. A307, Standard Specification fbr Carbon Steel Bolts and Studs, 60,OD4 psi Tensile Strength, d. A536, Standard Specification for Ductile Iron Castings. e. B I 17, Standard Practice for Operating 5alt Spray (Fog) Apparatus. % B633, Standard Specification for Electrodegosited Coatings of Zinc on Iron and Ste�l. 6. American Water Works Association (AWWA}: a. C509, Resilient-5eated Gate Vaives for Water 5upply Service. b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. c. C550, Pratective Interior Coatings for Valves and Hydrants. d. C90�, Foly�inyl Chloride (PVC} Pressure Pipe and Fabricated Fittings, � IN through 12 IN, for Water Transmission and Distri6ution. 7. American Water Warks AssociationlAmerican National Standards institute {AWWAIANSI): a. C105/A21.S, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe asid Fittings, c. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges, 8. N5F International {NSF): a. 61, Drinkin� Water 5yste�n Components - Healfh. Effects. 32 1,4 ADMINISTRATIV� REQUXREMENTS [NUT USEDj 33 1.5 SUB11u'T'TAL� 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior tn delivery. 36 1.6 ACTIQN SiTBMITTALSIINFORMATIONAL SUBMITTALS 37 3$ 39 4Q 41 42 43 2. 3. 4. 5. A. Product Data 1. Resilient Seated (Wedge} Gate Valve nating the pressure rating and coating sys.tem supplied, inciuding: a. Dirnensinns, weights, material list, and detazled drawings b. doint type c. Maximum tarque recommended by the manufacturer for the valve size 2. Po�yethylene encasemeni and tape C17'Y OF FORT WOItTH Water & Sanitary Sewer Replacement STANDARII CONSTRUC.TION SPGCIPICATION DOCUM�NTS Contract2flI8, WSM-R2 EZevised December 20, 2012 Cicy Praject No, 1Q l68 B 33 12 2U -4 RESILIENT SEATED (WEDGE) GATE VAI.VE Page 4 nF 1 U 1 2 3 4 5 6 7 8 3 4. 5. a. Whether the film is linear low density or high density cross linked pplyethylene b. The thicluiess af the film provided Thrust Restraint, if required by contract Documents a. Retainer glands b. Thrust harnesses c. Any other means Instructions for t"ield repasr of fusion bonded epoxy coating Gaskets 9 10 11 12 13 1 �- 15 16 17 18 19 2D 21 B. Certificates. 2. 3. 4. 1. F��rnish an affidavit certifying that ali Resilient Seated (Wedge) Gate Valves meet the provisions of this Seciion, each valve meets Specifieaiions, all inspeetions have been made and that all tests have been performed in accordance with AV�WA C509 or AWWA C515. Furnish a certif cate skating khat buried balts and nuts conform to ASTM B 117. Furnish affidavit ihat Resilient 5eated (Wedge) Gate Va1ve manufacturer has five years experience manufacturing Resilient Seated Gate VaIves of siEnilar service and size with experience record. Fuzx�ish affidavit that Resilient Seaied (Wedge) Gate Valve manufacturer owns or cant�als any foreign factory/foundry that s�xpplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 22 l.i CLOSEOUT SUBM�TTALS [NOT USED� 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT i15ED] 24 1.9 Q[7ALITY AS�URANCE 2S 26 27 28 29 3Q 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 A. Quaii�ca�ions I. Manufacturers a. Valves 16-inch and larger shall be the pz'oduct of 1 mnanuiacturer for each prnj ect. 1) Change orders, specials and field changes rnay 6e pravided by a different manufacturer upon City appraval. b. For val�es less than 16-inch, va�ves of each size shall be the product of 1 manufacturer, unless apgroved hy the City. 1} Change ardez's, specials and fi�ld changes may be provided by a different manufacturer upon City appxoval, c. Valves shall meet ar exceed AWWA C509 pr AWWA C515. d. Far val�+es equippe� with a bypass, the bypass valve must ba of the satne �nanufacturer as the main valve. e. Resilient 5eated Gate Valves shall be new. £ Resilient Seated Gate Valve Manufacturer shall not have less than S years nf successful experience nnanufacturing of Resalient Seated Gate Val�es of similar serviee and size, and indicated or demonstz'ate an experience recard that is satisfactory to the Enginesr and City, This experienc�; record will he thoraugkly investigated by the Engineer, and acceptance vt�ill be at the sole discretion of the Engineer and City. CITY OF FORT WOIZTFi Water & Sanitary Sewer Replacement STANDARD CONSTRUCTTDN SPECII'ICATION DOCUMENTS Cnntract 2018, WSM-M Revised Deaember 2D, 2012 City Project No. I61688 33 1220-5 ItESILIBNT 5EA'I`BD (WEDGE) GAT� VALV� Page 5 of l0 I g. Casings for Resilient Seated Gate Valv�, such as valve body, wedge, and 2 bypass; that are nat manufactured within the United States of Ameriea, shall be 3 manufactured by factorias/foundries that are owned or controlled (partial 4 awnership) such that the Resilient 5eated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factorylfoundry. b 1.10 DEL�VERY, STORAGE, AND HANDLING 7 S 9 ]0 11 12 13 14 15 16 17 18 19 A. Storage and Handling Requirernents 1. Protect all parts so that no damage or deterioration will occur during a prolonged d�lay from the time of sk�ipment uniil installation is connpleted and the units and equipment are ready for aperation. Z. Pro.tect a11 equipment and parts against any damage �iuring a prolanged period at the site. 3. Pz-otect the finished surfaces of all �xposed flanges by rWooden blank flanges, strangly built and secuz'ely bol�ed thereto. 4. Protect finished iron or steel surfaces not painted to pre�ent rust and corrasion. 5. Prevent plastic and similar brittle items fram being directly exposeci ta sunlight or extremss in temperatura. 6. Secure and maintain a locatian to store th� material in accordance with Section Ol 65 00. 20 1.11 RIELD jSITE] CONDITIDNS [NO'T USED� 21 112 WARRAN'1`Y 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shaIl be in accordance with Division I. 2�4 PART 3� - PRODUCTS 2S 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLI�D PRODIICTS [N�T USED] 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. �nly the manufacturers as listed on the City's Standard Products List will be considered as si�nwn in Section i� 1 60 00. a. The manufaoturcr must comply with this 5pecification and related Sectinns. 2. Any product that is not listed on the Standard Products Lisr is considered a substitution and shall be submitted in accordance with Section O 1 25 00. B. Descriptian 1, Re�ulatory Requirements a, Valves shall be new and meet or exceed AWWA C509 or AWWA CS I S and shall meet or exceed the requiremeats of'this 5pecification. b. All valve components in contact with potable water shall conform to the requirements of NSF bl. C. Materials CTTY QF PORT WOKTH Watcr � Sanitary Sewer Replacement STANDARB CQNS't'RUCTION SPECIFICATION DOCUMENTS Cantract 2018, WSM-M [icvised December 20, 2012 City Projoct No. 161688 33122D-6 AE5ILIENT SEATEl? (WEDGE) GATE t/ALVE Page 6 af 10 3 4 ia 1. Val�e Body a. Valve body: ductile iron per ASTM A536 h. Flanged ends: Furnish in aceordance with AVVWA/ANSI C 115/A21.15. c. Mechanical Jaints: Fumish with outlets which confarm to AWWAIANSI C1111A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimurn 5 mils, meeting AWWA C550 rec�uiremenfs e. Buried valves: Frovide with palyethylene encase�nent in accordance with AWWA/ANSI C105/A21.5. 1) Poly�thylene encasernent: Furnish in accordance wit4� �ection 33 11 1 Q. 11 2. Wedge (Gate} 12 a. ResiIient wedge: rated at 250 psig cold water warking pressure 13 b. The wedge (gate) fqr all valve sizes shall be I piece, fully encapsulated with a 14 perntanen[ly bonded EPDM rubber. l5 16 17 l8 19 20 21 22 z� 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3.9 40 41 42 43 4�4 45 46 47 48 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required, 1} Orient the bypass on the same side ofthe gate valve as the spur gear to allow operation af both valves from the manhole opening. 2} The bypass shall be a mi:ninnum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuf�"mg Box and Gear Box - H�x head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 far non-buried service (4-inch through 12-inch valves) or as speci�ed in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and %r valves 16-inch thzough 36�inch (non-buried service) 5. Bolts and Nuts a. Mechanical Joints a) Provide baIts and nuts in accordance with Section 33 1 l O5. b. Flanged Ends 1) Meet requirements of AWWA CI15 or AWWA C207 depending on pipe material. 2) �'xavide bolts and nuts in accordanee witl� Section 33 11 O5. 3) Flanged isolation kit�5 sha116� �z'ovided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, Qr mechanical joint or atay combination of these as speciiied on the Drawings or in the project Specifications 1) Flanged joints: AWWA/ANSI C115/A21.1S, ASME B16.1, Class 12S a) Flange 6olt circles and bolt holes shall match those afASIVIE B16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concret� pressure pipe a) Use flange-joints unless otherwise specifed in the Coatract Documents. 3) Ductile Iron Qr PVC pressure pipe a) Us.e mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contracf Dacuments. CITY OF FORT WORTH Water & Sanitary Sewer Replacement STANDARI) CON5TRUC'I'ION 51'�Cl�'ICATIOI�! DOC1IMENTS Contract 2018, WSNf-M I2evised Decemher 20, 2012 Cily Project No, 101688 331220-7 RESTLIEIVT SEATED (WEDGE) GATE VALVE E'age 7 of l0 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15116-inch square at the top, 2�inch at the base, and 1-3/4-ineh high � c. Cast an arrow showing the directian of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be tumed to the RIGHT (CLOCKWxSE) 7 direction. Nut shall he painted red per AWWA specificatians S e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring tarque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 f Furnish handwheel pperatqrs for non-b�xried service, or vvhen shawn in the 12 Drawir�gs. 13 $. Gearing 14 a. Gate valves that are 24 inch and larger: Eqvip with a spur gear. 15 b. Bevel g�ars %r hozizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied hy the manufacturer of the valve 17 as an integral part of the gate valve. 1 S 9. Gaskets l9 a. Provide gaskets in accordance with Section 33 1 S O5, 20 2.3 ACCESSORiE� 21 A. All gate valves shall have the following accessories provided as part of the gate �alve 22 installation: 23 I. A keyed solid ext�nsion stem of sufficient length to bring the operating nut up to 24 vrithin 1 foot of the surface of the ground, when the operating nut an the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 h. Not to be bolted or aitached to the va��e-ogerating nut 28 c. To �e of cold rplIed steel �wifh a cross-sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 34 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Z. Furnish joint camponents such as gaskets, glands, lubricant, hoIts, and nuts in sufficient quantity for assemb�y of each joznt. 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and cavers a. Each �al�e box €or 4-inch through 12-inch valves shall be 2-piece, 5%a-inch shafis, screw type, consisting of a tflp section and a battom section. b. Valve boxes shall bc as listed in the Gity of Fort Wortt� Sta�ndard Products List in attached in Section O 1 60 00. c. Valve hax co�vers shall be so designed thai they can be easily removed ta provide access to valve operating nut. d. Valve box covers must be designed to stay in positian and resist damage under AASHTO HS 20 trafiic loads. e. Each cover shall be casted wiih t.�te ward "WATER" br "RECLATMED" in raised letters on the upper surface. f. Cast iron valve boxes and covers shalI confortn to ASTM AA�8, Class 35B. 1) Valve box coaers shall be round for pota6le water applications and square far reclaimed water applicatzons. C1TX OF FORT WORTH Watet & 5anitary Sewer Replacement STANDARD C4I�'STRUCTIQN SPECIFICAT1qN DOCUMEIVTS Contract 2018, WS1bI-M Revised Decemher 20, 2012 City Project No. 1�1688 33 1220-8 RESILIENT SEATEI] (Vi'�DGE) GATE VALVE Yage 8 of 10 1 g. Box extension rziaterial shall be AWWA C900 PVC or ductile iron. 2 �.4 SOURCE QUALITY CQNTROL [NOT USEDj 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED� S 3.2 EXA.M�NATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be insta.11ed in. vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated an the Drawings. 12 3. Palyethyl�;ne �ncasement installatian shall be in accordance vviih Section 33 l 1 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.b RE-INSTALLATI�N [NOT USED] 15 3.7 FIELD �ox] SITE QUALxTY CONTROL lb A. Field inspeetions 17 1. Before acceptanee of the installed. valve, the City Field Operations Staff shall have 18 the oppartunity to operate the valve. 19 2. T'he City shall be given the opportunity to inspect aII buried flanges befpre they are 20 COV�XBa. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease af operating the valve from a fully closed to fully opened 23 posi�ion_ 2�4 4. If access and operation of the valve meet the City's cr�teria, then the valve will be 25 accepted as installed. 26 B. Non-Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contracior wilI remedy the situation until it meets the City's criteria, at 29 the Contractor's s�pense. CTT`Y dF FORT WORTH Water & Sanilary 5ewer Replacement 5TA3YDARD CONSTRUC'I'ION SPECIF'ICATION DQCUMENTS Contract2018, W53v1-M Revised Decemher 2p, 2412 City Prnjcct lVo. f D1688 33 12 20 - 9 RESIE,IEIVT SEATED (WEDGE} GATE VAi.VE Page 9 of 36 1 2 3 4 5 6 7 8 3.8 SYSTEM STARTLTP [NOT USED] �.� An�rvsrrNG �NOT �sEn� 3.I0 CLEANIlVG [NOT USED] 3.11 CL05EOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE jNOT USED] 3.14 ATTACHMENTS [NOT USED] CITY QF FORT WORTH STANDARD CDNSTRUCTION SPECfF1CATIQN DOCUNICNTS Revised December 2D, 2012 Water & Sanitary Sewer Raplacement Contract2018, WSM-M City Project No. ] O 1688 33122U-iQ RESII.IENT SEATEI} (WEUGE) GATE VALVE Page i 6 nF 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1,1,A — MadiFed acceptable size range and added requirement For bypass in 30-inch gate valves, Blue text added for exceptions 1.2 l�rIeasurement and Payment—Added Cut-In Gate Valve 1.2.A.l.c and 1.2.A.2.c — added additional items to 6e included in price bid 1.6.A — rernoved requirement for product data far bolts and nuts heeause it is to be iucluded under 5eclion 33 11 O5. 1 2120/20 1 2 D. 3ohnsan 1.9.A. I— Added requirement for bypass valve manufacturing 2.2.C. —�dded requ'iremenE for 30-inah gate valves to have a hypass and 6ypass material reGuirements; Addad reference to 5ection 33 1 I 05 and removed material specification for bolts, nu#s and gaskets; Added requirernent far flanged isolation kits; Added restraint requirements for mechanieal joint connections with ducli[e iron or PVC pressure pipe. 23.3 — Modiiied accepta6le cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 1.1.A.2 Revision - Gate �alves iarger than 24-inches may be apgroved by the Gity on a ease-by-case basis 1.6.B3 Added Section. Requires Affidavit fnr 5 years of experience in manufacturing 12S Gate val�es of similar size and type. 1.6.B.4 Added Section — Requires Affidavit on Gate Valve manufacturcrs ownership 512412014 D. Townsend in foreign factorieslfnundries providing campnnents to certify on-site quality control. 1.9.A.l.f Added 3ection. Requiremen� for 5 years of experience in manufacturing li5 Gate valves of simi[ar size and t}rpe. 1.9.A.l.g Added 5ection. Requirement for Gate Valve manufacturers ownership {or cantrol) in foreign factories/foundries providing components to certify on-site quality aantral 1.1.A.1 Re�ised maximum allowable Resilient 5eated (Wedgej Gate Valve from 30-inch to 4R-inch 1.1.A.1.a Revised minimum size gate valve requiring hypass from 30-inch to 24- inch, 5l�12fl15 D. Townsend 2,2,C.3. Changed requirement for an integrally casE bypass fram 3Q-ineh and above resilient seated gata valves to all double mller, tracEc and scrapper system resilient seated �ate valves 2.2.C.3.2 Added the minimuGn size bypass shall be 4-inchas. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WdRTfi Waier Bz Sanitary 5ewer Replacement S'1'ANT?AI2D CONSTRUCTION SPECIFICATIOI� DOCi3M�NT3 Cnnhxs:t 2018, 1'V5M-M Revised December Z0, 2012 City Project No. t 61688 33 12 24 - 1 AVJWA Ru6ber-5eated Rultertiy Valves Page i nf l ] 1 2 3 SECTION 33 1� 21 A1h�WA RUBBER-SEATED BUTTERFLY VALVES 4 PART1- GENERAL S 1.1 SUMMARY 6 A, Section Includes: 7 1. AWWA Ruhber-5eated Butterfly Valves 30-inch through 72-inch far transmission, 8 distribution system and plant applications (huried or above ground installation} as 9 specified herein and shown on the Drawings 10 B. Deviations fram this City of Fort Worth Standard Specification 11 1. None. 12 13 14 15 16 17 18 C. Related S.pecificatian Sections inciude, but are not necessarily li.mited to: 1. Division 0— Bidding Requirements, Contract Forms and Canditions af the C.ontract 2. Division 1-- Gencral Requiremeats 3. S�ction 03 30 00 — Cast-�n-Place Con.crete 4. �ectian 33 �4 IQ —Joint Bo�ding and Electrical Isolation 5. Section 33 OS 16 — Concrete Water Vaults b. 5ectian 33 11 OS — Bolts, Nuts, and Gaskets 19 1.2 PRICE AND PAYMENT PROCEDURES za 2i 22 23 24 25 25 27 2$ 29 30 31 32 33 34 35 36 37 3$ 39 40 A. Measurement and Payment 1. Measurement a. Measurement for this Ttern shall be per each. 2. Payment a. The work perfarmed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "AWWA ButterfJy Valve" installed for: 1) Various sizes 3. The prioe bid shall 'rnclude: a. Furnishing and installing AWWA Butierfly Valves as specified in the Drawings b. AWWAButterfly Valve vauli and appurtenances c. Pa�ement removal d. Exca�atian e. Hauling f. Dispoaal of excess material g. Furnishing, placing and campaetion of embedment h. Fumishing, placing and campaction of back�ll i. Clean-up j. Cleaning _ k. Disinfeetion l. Tes�ing CITY OF FORT WORTH Water & Sanitary 5ewar Replacement STANDARD CONSTRiTCTIDN SPECIFI�ATI(]N D�CUMBNTS Contract 2018, WSM-M Kavised December 2d, 2QI2 City Project No. l01 G88 33 12 21 - 2 AWWA Rubber-5eated Butterfly Valves Page 2 of 11 l.3 REFERENCES 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Reference Standards 3 !� 5. 6. 1. Reference standards cited in this Specification refer to the curren.t reference standard published at the time of the latest revision date logged at the end af khis Speeification, unless a date is specifically cited. 2. American National Standards [nstitttte (ANSI); a. B1.1, Unified Inch Screw Thread Series A�erican Society of Mechanical Engineers (ASME): a. B16.1, Gra� Iron Pipe Flanges and Flan�ec� Fittings (Classes 25, 125 and 250). ASTM Int�rnational {ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High-Strength Low-Alloy Structuxal Steel. c. A536, Standard Specification for Ductile Iran Castings. d. BI 17, Standard Practice for Operating Salt 5pray (Fog) Apparatus. American Water Works AssociationlAmerican National5tandards Institute {AWWA/ANSI): a. C1 l 11A21.11, Rubber-Gasket .[oints for Ductile-�ron Pressure Pipe and Fittings. American Water Works Associaiion (AWWA): a, C504, Rubber-Seated Butterfly Valves. b. CSSfl, PrQtective Interior Coatings for Valves and Hydrants. 22 7. NSF International (NSF}: 23 a. 61, Drinking Water System Camponents - Healtla Effect5. 24 $. Society for Protective Coatings/NACE Internatianal {SSPC/NACE): 2S a. SP 10/NACE No. 2, Near-White Blast Cfeaning. 2b 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27 1,� SUBMITTALS 28 A. Submittals shall be in accordance with Section 01 33 40. 29 B. All submit�als shall be approv�d by the City prior to deli�ery. 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 32 33 34 35 36 37 38 39 40 41 42 43 A�4 A. Product Data 1. Rubber-Seated Butterfly Valves stating: a. Material b. Val�e anci Actuator Coating System c. Warking pressure rating d. Test gressure ra�ing e. Valve classi�eatiorz f. Valve Seat Type and bonding method to disc or body g. Valve-port diameter h. Valve Torque required i. Actuator Type and maximum torque j. Total net assembled weight k. Valve operatar and extension stems 1. Opening di�ectian CITY QF FORT WORTH ' Water & Sanitary Sewer Iteplaeemenc STANDARD CONSTRUC'I'ION SP�CIFICATION I]OCUMENTS Contract 2018, W5M-M Reviscd Decem6er 20, 2012 City Pro}ect No. 101688 33 l2 21 - 3 AWWA Ru6ber-5eated Butterfly Val�es Page 3 ai 11 1 2. Con�irm �valve seat type for sp�ci�c pro�ect application with the City prior t� 2 ardering Rubber-Seated Butterfly Valve. 3 B. Shop Drawi�n�s 4 1. For below grade applications: 5 a. Cast-in-place concrete vault it� accordance with shop drawing requirements set 6 forth in Section 03 3fl 00. 7 h. Vault agpurtenances in accordance with shop drawing requirements s:et forth in 8 Section 33 05 16. 9 10 11 12 13 14 15 16 17 18 19 C. Certifications 1. Furnish an af#idavit certifying that all AWWA Rubber-Seated Butterfly Valves zneet the provisioas of this 5peciiication and have been hydrostatically tiested at the factory ayad zneet the requiremants of AW�VA C504. 2. Furnish an af#idavi.t certifying that the coating for all AWWA Rubber-Seated Butterfly Valves meets the provisions of this Spe�ificatinn and me�ts the requirements of AV4rWA C504. 3. Furnish affida�it t1�,at AWWA Rubbcr-Seated Butterfly Valve manufacturer owns ar controls any foreign factory/foundry that supplies valv� casings and can certify that the Resilient 5eated (Wedge) Gate Valve manufacturer is in contra[ of quality contx-o! at the foreign factorylfoundry. 2D 1.7 CLOSEOUT S[JBMITTALS [NOT USED] 21 L8 MAINTENANCE MATEIt1AI., SUBMITTALS 22 A. Ogeration and Ma�nienance 1Vlanual 23 1, k'unrtish Op�zatian and Maintenance Manual in accordance with Di�ision 1. 24 1.9 QUALITY ASSLiRANCE 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 4l 42 43 44 A. Qualifications 1. Manufacturers a. Rubber-S�ated Butterfly Valves and manual actuators of the same size shal.l be the product of 1 manufacturer far each prflject. 1) Change orders, s:pecials and field changes may be provided by a different manufacturer upon City approval. b. Rubber-Seated Butterfly Valves shall be in conformance with AWWA C504. c. Casirtgs for Rubbez--Seated Butterfly'Valves; that are not manufactured within the United States of America, sl�all l�� rz�anufactured by factories/foundries that are owned or controlled (partial ownership) such thai the Rubher-Seated Butterfly Valve Manufacturer can control and guarantee quality at the fareign factary/foundry. d. Worm-gear type actuator m�etin� the requirements of this specification shall be 1) Rotork Gears IW S�ries AWWA C504 & CSPV-3 Quarter-turn Warm Gear Operator, 2) AUWA GS Part-Turn Gearbox, 3) Limitarque HBC War�aa Cieax'box series �4) EIM WO series for non-burier applications or WB �eries for direct-buried applications CTTY QF FORT WORTfi Water &. 5anitary Sewer Replacemeat STANDARD CONSTRUCTION SYECI�'ICATTON DOCC1IvIENTS Contract 201.8, WSM-M Iteuised C]ecem6er 20, 2012 C'sty Project �Io. i 0168$ 33 12 21 - 4 AWWA C�ubher-5eated �utterfly Valves Pagc4ofll 2 3 4 5 6 7 8 9 10 11 12 13 !4 1S 15 17 18 19 20 21 22 23 24 25 26 27 28 29 3a 5) Or Engineer appraved equal 2. The AWWA Rubber-Seated Butterfly Valve shall ba the product of a rnanufacturar regulaxly engaged in the manufacturing of AWWA Rubber-Scated Butterfly Valves having similar service and size. 3. Unit Responsibility a. All equipment speciiied under this Section is to be furnished by the valve manufacturer wl�o shall be responsible for the adequacy and compatibility of all unit components including, but not limited to, the valve, actuator and extensian stems. b. Any cornponent af each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested and installed by factory-authorized representatives experienced in the design and manufacture of the equipment. 1) This includes, but is not limited to, coordination of the torque required to properly operate the vaive. 2) This does not relieve the Contractor of the overall responsibility for this portion af the work. 1.10 DELIVERY, STORAGE, AND HANDLiNG A. Storage and Handling Requirements 1. Protect aIl parts suGh that no damage or deterioration will oceur durin� a prolonged delay from the tinae of shipxnent until installatinn is completed and the ►xnits atxd equipment are ready for operation. 2. Protect all equipment and parts again�t any damage during a prolonged period at the sike. 3. Proteet the finished surfaces of a11 exposed flanges by waoden blank flanges, strongly built and securely boltad thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. S. Preveni plastic and similar brittle items fronn being directly exposed to sunliglzt or extremes in temperature. 6. Secure and maintain a location to store the material in accorciance with Section Q1 66 00. 31 l.11 FIELD [SITE] CONDITIONS [NOT USED� 32 1.1�. �'VARRANTY 33 A. Manufacturer Warranty 34 I. Manufacturer's Warranty shall be in accardartce with Di�ision 1. 35 PART 2 - PRODUCTS 36 2.1 OWNER-FURNISHED [oR] OWN�R-SUPPLIED PRODUCTS [NOT USED] 37 38 39 40 41 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers l. Only the manufacturers as listed on the City's Standard Products List will be considered as shawn in Section Ol 60 00. a. The rnanufacturer must comply with this Specification and reiated sections. CITY OF FORT WOR'1`fI STANDARD CONS'L'RUCTION SPECIFICATION DOCUMENTS Revised Deeember20, 2a12 Water & 5anitary Sewer iteplacement Cantract 2D 18, W 5M-M City Projcct Na, 101688 33122I-5 AWWA Rubber-Seated ButYerfly Val�es Page 5 of 11 1 2 3 4 5 5 T 8 4 10 11 12 13 1 A� 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 �z 33 34 35 36 37 38 39 4D 4l 42 43 44 45 46 47 2. Any product that is not listed on the 5tandard Product List or listed in this specification is considered a substitution and sha11 be submitted in accordance with Section O1 25 00. B, Description Regulatory Requirements a. AWWA Rubber-Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AW�VA C504 and sha�l meet ar exceed the requirements of this Sp�cifcation. b. AI1 AW'LrVA Rubber-5eated Butteefly Valve components in contact with potahle water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Vatve badies shall be of ductile iron per ASTM A536 Grade 65-45-f 2 ar fabricated steel ASTM A36. b. Val�e bodies shall be shart body type. 2. Joints a. Fiange end valves shall be: 1) Class 125 Standar.d flanged ends faced. �) Drilled per ASME B I6. I standard for cast iron flax�ges 3} Flanges shall be designed for the test pressure of the valve, b. Mechanical joint end valves shall meet the rcquirements ofAWWA/ANSI C111/A21.11. c. Flanged ends shall be used with Steel ar�oncrete Cylinder pipe unless oth.erwise noted in the Contract Documents. 1) Flange isolation lcits shall be provided in accordance with 5ectian 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contraet Dacuments. 3. Balts and Nuts a. Flang�d Ends 1} Meet requirements of AWWA C115 or AWWA C207 depending an pipe material 2) Provide bolts and nuts in accordance with Section 33 1 Z OS. b. Tapped Bolts 1) Butterfly Valve man�facturer to provide tapped bolts with ANSI B1.1 i]NC thread. 4. Gaskets 1) Provide gaskets in. accordance with Section 33 11 O5. 5. Discs a. Discs sk��.11 be ductile iron AS�'M A53b Grade or fab�icated steel ASTM A36. 1} Disc and shaft conneetion shall be made with tapered pins of either monel ar stainless steel 6. Valve Shaft a. Valve shaft shall be: 1) Type 304 stainless steel vr equal 2) 1-piece unit or skub-shai� type a) Stub shaft shall be inserted into th� valve disc hubs for distance of 1'/z times shaft diameter CI'I'Y OF F'�RT VJORTH STANDARD CONSTEtUCT1�N SYEC[FICATION DOCLTMEN'C5 Revised �]ecember 2.0, 2fl12 Water d� Sauitar�r Sewer It�placement i Contmct201$, WSM,M City Projact No, 1016�8 33 12 21 - 6 AWWA Ttuhheo-5eated Butterfly Valves Page 6 of 1 l 3) Minimurn diaxneter per AWWA CSO4 4) Horizontal orientation 3 7. S.haf� Seals 4 a. Valve shaft seals shaI1 be self-compensating V-type packing with a minizzautn 5 of 4 sealing rings. 6 b. Design shall allow adjustment or replac�ment without removing the val�e shaft. 7 8. Valve Bearings $ a. Valve shai bearings shall be non-metallic and permanently lubricated. 9 9. Valve Seat t0 a. Seats on Body {for transmission projects only) 11 1) The seat shall be a Buna-N ar EPDM for water and shall he molded in and 12 bonded to the valve body. 13 2) Provide a 36Q degree continuous, uninterrupted seating surface. 14 3) Field adjustable around the fu11360 dagrees circurnference and replaceable 15 without dismantling the actuator, disc or shaft and �vithout removing the 16 t�alve from the line. 17 4) The seat shall be retained in the valve body by mechanical means without 1 S retaining rings, segments, screws or hardware of any kind in th,s flow 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 41 42 43 44 45 46 47 stream. 5) The seat shall contain an integral shaft sea3 protecting the �alve hearings and pac�Cing from any line debris, 6) Rubber seats shall be field adjustable and replaceable. b. Seats oz� Disc {for transmission or water facility) 1} The seat shall be a Buna-N or EPDM for water and shall be m.olded in and bonded ta the disc. 2) Resilient 5eats shall he located on the valve d'zsc and shall provide a 360 degree contsnuous, nninterrupteci seating surface. 3) Seats shall be mechanically retained with a stainless steel retaining ring and stainless s�eel cap screws which shall pass through both the resilient seat and �e retaining ring. 4) The resilient seat's mating surface shaIl he to a 360 e�egree continuous txninterrupted stainless steel body seat ring. 5) Rubber seats shall be field adjustable attd replaceable. 1Q. Periormance 1 Design Criteria a. Valve Classification shall be Class 250B D. Finishes 1. Unless otherwise specif�ed in the Contract Documents, exterior and interiar metallic surfaces of each valve shall be shop fusion bflnded epoxy coated meeting per the iatest revision ofAWWA C550. 2. Painting and Coatings a. A�1 s�xrfaces of the valve shall be elean, dry and free from grease before applying paint or coating. b. The valve interior and extsrior surfaces, except for the seating surfaees, shall be provided with the manufacturer's standard coating or as specified in the Cantx'act Docurrients. c. A11 internal exposed surfaces that are susceptible to corrnsion shall he coated with a Polymide cured, rust inhibiting epoxy. CITY OB FOAT WORTH Water & Saaitary Sewer Iteplacement 5TA]VIIARD CONSTIZ[]CTIpN SPECIFICAT{ON DOCUMEIVT5 Contract 2618, W3M-M ltevised Decemher 24, 2012 Ciry Projcct lYo. Y U1688 33 l2 21 - 7 AW'4YA Rubber-Seated Butterpy Valves Pa�e 7 af l ] 1 d. SurFaces to be caated shall be prepared and sand-blasted per SSPC SP 2 1 D/NACE No. 2. 3 e. FinaI coating thickness shall be lb mils minimum. 4 £ All surfac�s shall be inspected for proper dry film thickness using a magnetic 5 dry fijm thickness gauge. 6 g. Tests for invisible holidays shall he conducted using a low voltage, wet sponge 7 holiday or lcak detector. S E, Marking for ldentification 9 1, For each Rub�er-5eated Butterfly Valve, caeazly mark with the following 1 � info�-tnat�on: 1 l a_ Yalve size 12 b. Class for r�vhich it is designated 13 c. Name of manufacturer 14 d. Date of manufacturer 15 �.3 ACCESSORIES 16 A. Rubber-Seaied Butterfly Valves shall ha�e the fallflwing aecessories providad as �art of 17 #he vaIve installation: 18 1. Belovtr grade Rubber-5eated Butterfl�r Valves shall be placed within a cancrete I9 vault in accordance with Section 03 30 00, or as shawn nn Yhe Drawings. All vault 20 appurtenances shall be in accordanee with Saction 33 OS 16. 21 2. Manual Actuators 22 a. Valves shall be provided with manual actuatars, unless otherwise specified in 23 ttie Drawings. 24 b. Valves shalI be opened by turning the actuator clockwise and close counter 25 clockwise. 26 c. Manual actuators shall be fially greased, packed and have adjustable stops in the 27 apen and closed.position. 28 1) The actuator sl�all have a adjustable mechanical stop which will withstand 29 an ingut torque af 450 faot-pounds against the stop. 30 2) The actuator shall have a built in packing leak bypass to elimiz�ate possible 31 packing leakage into the actuatar houszng, 32 d. Buiterfly valves in a �2�ult shall be furnished with a 2-inch operating nut. 33 1) The actuator sha�l be placed in a vault as indicated on the Drawings and 34 have extension to t�� top of the vault. 35 e. Butterfly vaIves in plant, purnp station or tanic service applications loeated 35 above ground shall he pro�ided with a 16 inch txzinimurn diameter handwheel 37 oparator. 38 1) Handwheels shall be paint�d red. 39 f. Valve Position Indicator 40 1) Pro�ide position indicator with mechanical dial indicator as follows: 41 a) Highly visible 42 b) Containing "Open" and "Closed" legend at the end of a 90 degree arc 43 c} Pointer to show the disc positton {Closed-0 degree and Open-90 44 degree) 45 d} Arc graduated in degrees 46 g. Aotuator shall be worm-gear type, as follows: 47 1} Warm gear rnanual operator shall comply fully v,rith AWWA C504, latest 48 edition. CITY OF �'�RT WORTH Watcr & 5anitary SewerReplacement STANI]ARD CONS'TRIICTlON SPECIF'IGAT[�IV DOCUIv1ENT5 Conh�act 2018, WSM-M Itevised Decemher 20, 2012 City Fmject IVa. 101688 33 l Z Z] - 8 AW WA Rubber-SeaYeci Sutterfly Va]ves Page 8 of l I 1 2) Worm gear drive sleeue and wozm shaft shalt be of solid, 1 piece design; 2 bolted segments or pinned warms will not be acceptable. Dri�e sleeve shall 3 includa an integral spline ta accept a removable bottotn-entry spline 4 bushing far valve shaft connection. 5 3) If required for torque purposes, spur gear z'educers may be provided for 6 increased torque outputs and to reduce handwheel dia�neter. Worm gear 7 operator shall include handwheel with. maximum 80 povnd rim pull or a 2- S inch AWWA Nut with a znaximum iS0 f�. lbs required input torque 9 4) Materials of Construction 10 a) Housing: Ductile Iron 11 b) Drive sleeve: Branze I2 c) Worm: Alloy s�eeS with splined input drive cannection 13 d) Bearings: Heavy duty tapered roller bearings 14 e} Fuush: Thermostatieally Applied �'olyester Powdercoat 15 � Fasteners: Stainless steel 16 5} Manual gears shall be capable of being field retrofit with an elec#ric motor 17 operator in the future without major modifications. 18 a) With spur gear removed, splined worm gear input shaft and motor 19 adapter flange shall be easily added to accept a rnulti-tw-n "torque- 20 only" electric valve actuator. 21 (1) Supplier shall include the Number of Turns required to complete on 22 Qpen-to-Clase stroke in the Equipment Submittal. 23 3. Extension 5tem 24 a. Keyed solid extension stem of suf�cient length to bring the aperating nut up to 25 within 1 foot of the surface af the ground, when the operating n�t on the valve 26 is 3 feet nr more beneath the surfaee of the gxvund 27 1) Not required for City stock orders. 28 2) Extensio� stems shall not be bolted or atta.ched tn the valve-operating nui. 29 3) Extension stems shall be of cold rolled steel with a cross-sectional area of 1 3q square inch, fitting loosely enough ta allow defiection. 31 32 33 3 �F 35 36 37 �F. 2-inch Taps a. Provide two �-inch taps on each side of the valve, 12 iz�ches from the �alve body. I} Taps shaIl be C.C. thread with flare, with insulated adaptor l�it. 2) Provide copper riser between corporation stop and curb stop. 3) Install curb stop 12 inches from the vault top a) Reachable by hand from the vault lid 38 5. Joint components such as gaskets, glands, iubricant, bolts and nuts, shall be 39 furnished in sufficient qr�antiry for assembly af each joint. 40 �.4 SOURCE QUALITY CONTROL 41 A. Tes�s and Inspections 42 l. Each valve shall be shop tested for leaks in the clnsed position with the valve 43 horizontal. 44 a. The upper surface of the valve disc shall be visible and covered with a pool of 4S water at 0 psi pressure. 46 b. Aiz' pressure equivalent to the design rating of the vaive shall be applied to the 47 lower face of the disc for at least 5 minutes with na indication of Ieakage (i.e. �18 bubbles in the water pool) during the test periad. CiTY OF FORT WORTFI 'UVater 8c Sanitary 5ewer Replacement STANDARD CONS'1'RUCTIQN SPECIFZCATIOA' �OCUlU[ENTS Contract 2D16, WSM-11h Revised December 20, 2012 City Praject No. I D1688 33 1221 -9 AW4VA Rubher-Seated ButEerfEy �/a[ves Page 4 of l 1 1 2 3 4 2. The valve body sktall be hydrostaticaIIy tested at twice the rated pressure for 10 minutes with the valve in the slightly open position. a. During this test, there shall he no leakage or seeping through the va�ve bady, weld or ualve trunnions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.� EXAMINATION [NQT USED] 8 3.3 PREPARATION [N�T USED] 9 3.4 INSTALLATION 10 ll 12 13 1� 15 I6 A. General 1. AlI Ruhber-�eated Butterfly Valves shall be installed in accordance with the instructions of the manufacturer and as shovvn on the Drawings. 2. For buried applications, Rubber-Sea�ed ButterfTy Valves shall be placed in a concrete vault and installed in accordance with Section 03 30 00, All vault appurtenances shall be installed in accardance with Section 33 OS 16. 3. All excavations shall b� backiilled in accordance with Section 33 OS 10. 17 3.� REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USEDj I9 3.7 FIELD [oa] SXTE QUALITY CONTROL 20 A. Field Inspections 21 1. Before acceptance of the installed Rubber-Seated Butterfly �alve, the City Field 22 Operations and/or Production 5taff sh�ll have the opportunity to operate tt�e valve, 23 a. The operator will be assessing the ease of aceess to the aperating nut within the � 24 valve box and eas� af operating the valve from a fiilly closed to fully opened 25 position. 26 b, If access and operatian of the Rubber-S�ated Butterfly Value meet the City's 27 criteria, then the valve will he accepted as installed. 28 B. Nan-Conforming Wark 29 1. If access and a.peratian qfthe valve or its appurtenances does not meet the City's 30 crit�ria, the Contractor will retnedy the situation until it meets the Gity's criteria, at 3I f.�ie Contractor's expense. CITY OF FORT WpR1'FI Water & Sanitary Server Replacement STANDARD CQMSTRUCTION Sl'�C1F'ICATIDN DOC[JIVIEAiT$ Contract 2018, WSM-M Revised December 2U, 2012 Ciry Pmject Na. 101688 33 12 2l - 10 AWWA tiub6er-5eated Butterk�y Valves Page l0 of l l 1 2 3 �F 5 6 7 8 9 3,$ SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT IISED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION CTI'Y OF FORT WORTH 5'TANDARD C�NSTRUGTdQ1�F SP�CIFICATIdN DOCUMENTS Revised Decemher 2Q, 2D12 Water & Sanitary Sewer Replaceme�t Cantract2D18, WSM-M CityProjcclNo, 10[b88 33]221-1i AWVJA Rubber-Seated Butterfly Vatves Rage 11 of l l R0V151Ot1 �.Og DATE I N�ME SUMMARY OF CIiANGE 1,1.A — Acceptable size range was modified to incEude butterfly vales from 36-inc6e ta 72-inches; Blue text included for exceptions 1 212 012 0 1 2 D. Fohnson 2.2.C.3 and 4— Added Sectinn 33 11 OS reference and removed material specificatio� for holts, ne�ts and gaslcets, Added materisl specificaUon far tapped bolts. Modified Vault and Appurtenance Specifications thraughout 6/24/2014 1.1.A Acceptable size range was modifaed to include butterfly �ales from 3�-inches to 72-inches; Blue Yext included for exceptions 1.6.C.3 Added Section, .4ffidavit required that manufacturer ovc�nsfconh-ol foreign factory/foundry that supplies valve castings 1.9.A.1.o Added 5ection. Requirement that manufacturer owns/control %reign factory/foundry that supplies valve castings D. Townsend 1.9.A.l,d Added Section. Acceptal�le worm gear type ackuators. 2.2.A.2. Added Clarification. Accepted product can bs ]isted in this speeifica#ion 2.3.A.2.g. 3&4. Format Change. Added Item 4 to item 3. 2.3.AQ.2.g.3. Addition: "or 2-inch AWWA Nut with a maximum 1S� f� ]hs required inputlorque 2.32.g Chan�ed Item 4.a fo Item 4 2.3.A.2.0 & 2.3.A.2.c. l Modification. Manual actuator to have adjustable sfops C1TY OF FORT WORTH Water & 5anitary Server Replacement 5TANDARD CON9TRUCTI�N 5PECIFICATION DOCUMENTS CnnkrxcC 2018, WSM-M Re�iscd Decem6er 2a, 2012 City Projcct [Yo. l O1688 33 i225- 1 CqNNECTION TD EXL51'ING WATER MAINS Page 1 of 8 �ECTION 33 12 ti� CONNECTIQN TO EXISTING WATER MA1NS PAAT1- GENERAL 1.1 3UMMARY A. 5eetian Ir�cludes: i. Cannection to existing water mains to include, but nat limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tappzng s.leeve and �alve B. Deviations from this City of Fort Warth Standard Sp�cification 1. None. C. Relaied Specification Sections include, but are not necessarily limited to: 1, Division 0— Bidding Requirannents, Cantract Forms, and Cvnditions of the Cantract 2. Division 1-- General Requirements 3. Section 33 04 40 — Cleaning and Acceptaiice Testing af Water Mains �4. 5ection 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Seckion 33 OS 30 — Lacation of Ex�sting Utilities 6. Section 33 11 US — Bolts, Nuts, and Gaskets 7. Section 33 11 la — Ductile �ron Pipe L2 PRICE AlVD PAYMENT PROCEDURE� A. Measurament and Pay�nent 1. Connection to an existing unpressurized Fort Worth water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement ij This Item is consid�red subsidiary tp the water pipe bein� instaIled b, �ayrr�ent 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bi�l per linear foot of water pipe compiete in place, and no other compensation will be allowed. 2. Connection ta an existing pressurized �ort Worth Waier Distribution System Main that requires a 5hutdown of some part of the water system a. Measurement 1) Measurement for this Itena shall be per each connection campleted. 'b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price 6id per each "Connection to Existing Water Main" installed for: a} Various sizes of existing water distribution �nain ci� oe �ox�r wax� STAN➢ARD CON3TRlICTIQN SPECIFICAT[DN IlOCUMENTS Water & Sanitary Sewer Aeplacement Revised Februaty 6, 20L3 Contrect 2018, WSM-M Ciry Project No. l O 1688 331225-2 CO]VNEGTIOA' TO H3C15TING WATER MAINS Page 2 of 8 e. The price bid shalt include all aspects af malcing the connection including, but not limited ta: 1) Preparing subrnittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Caordination and notification 5) Remobilization C} Temporary lighting 7} Polyethytene encasement 8} Make-up pieces 9} , Linings 10} Pavernent removal I1} Exca�ation 12} Hauling 13) Disposal of excess materi�al 14) Clean-up 15) Cleaning 15) Disinfection 17) Testing Connectioq tn an existing pressurized Fort Worth Water Distribution System Main by Tapping Slee�ve and Vatve: a. Measurement 1) Measurement for this Item shalE be ger each cannec�ion completed. b. Payment 1) The wark performed and the materials furnished in accordance with this Item shall be paid for at the unit grice bid per each "Tapping S�eeve az�d Valve" installed for: a) Various sizes af cont�ecting main b) Vat�nus sizes of existing water di�tribution main c. The price hid sha].1 include aIl aspects of zxraking the connectian including, but t�ot limited to: 1} Preparing submittals 2} De�vatering 3} Exploratory excavation (as needed) 4) Coordination and notiiication 5) Tapping Slee�e and Tapping Valve 6) Remobilizatian 7) Temporary li�hting 8) PoIyethylene encascment 9) Make-up pieces 10) Linings 11) I'avement remaval 12) Excavatian 13) Hauling 14) Disposal of excess material 15} Clean-up 16) Cleaning I7) Disinfectzon 18) Testing CTI'Y OP FORT VIWORTH STANDARA CONS'PRllCTION SPEC[FICATION DOCCIMENTS Water & Sanitary Sewer R�p]acement Revised February 5, 2fl l3 C:onhact 20 ] B, WSM-M City I'mjcct No. L01688 33 k225-3 CONNECTION TO EXISTII�'G WATER MAINS Page 3 af 8 l.3 REFERENCES A. Reference Standards 1. Reference standards cited in this 5peci�ication refer to the current reference standard published at the time of the latest revision datc lagged at the end af this Speci�ication, unless a date is s�eci�ically cited. 2. American 5ociety of Mechanical Engineers (ASMEj: x. B 16.1, Gray Iron Pipe Fianges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Stanciard Specifcation for Carbon �tructural Steei. b. A� 93, Standard Specification for Alloy-5tee1 and Stainless Steel Balting for High Temperature or High Pressure 5ervice and Othc�r Special Puipose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bvlts for High Pressure or High Temperature Service, or Both d. A24Z, Standard Specif catian for High-Strength Law-Alioy Structural Steel. e. A283, Standard Specification for Low and Intermediate Ten�ile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon 5tee1, Low- and Intermediate-Tensile �trength. g. B 117, Standard Practice foz' Operating Salt Sp�-ay (Fog) Apparaius. h. D2000, Stanc�ard Classification 5ystem for Rubber Pr�ducts in Autarnative Applicatians, 4. American Water Wqrks Association (AWWA): a. C200, Steel Water Pipe - 6 IN and I..arger. b. C207, 5tee1 Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Stee1 Waier Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. S. American Water Works AssociationlAmerican Na�ional Standards Institute (AW WAIANSI�: a. C105/A21.5, Polyethylene Encasernent for Ductile-Iron Pipe Systems. b. Cll i1A21.1 l, Rubber-Gas�C�t Joints for Ductile-Iron Pressure Pipe and Fittings. c. Cl 15A21115, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Tenn T�readed Flang�s. 6. NSF InternationaI (NSF): a. 61, Dz'inking Water System Components — Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. {MSS}: a. SP-60, Connecting flange roint B�t�uveen Tapping Sleeves and Tappin� Valv�s.. 1.4 ADMINISTRATI�E REQUIREMENTS A, Pre-installation Meetings 1. Required for �n}r connections to an existing, pressurized I 6-iztch or larger City water distribution system main that requires a st�utdawzz af some part of the water system C[TY QF FORT WORTH STANDARD COAiSTRUCTION 5YECIFICATION DDCUMEN'TS Revised �ebruary 6, 2013 Watnr & 5anitary Scwer Replaccmc�t Contract 2� 18, Vi'SM-M City Fmjest 11io. 101688 33 l2 25 - 4 CONNECTION TO PXISTING WATER MAI[YS Page 4 of B 2. May also be required for connectians that involve shutting water service off to eer�ain critical businesses 3. Schedule a pr�-installation meeting a minirn�un of 3 weeks prior to propnsed time far ihe work to occur. 4. The meeting shall include the Contractar, City Inspector and City Valve Crew. 5, Revi�w work procedures as subamitted and �ny adjustrnents rnade for curtent iield conditions. 6. Verify that aIl valves and plugs to be used have adequate thrust restraint ar blocking. Schedule a test shutdor`rn with the City, S. 5chedule the date for the connectian to the existing system. B. Scheduling 1. Sch�dule work to make aIl connec�ions to existing 16-ineh and larger mains: a. During the period from November �-ough April, unless otk►crvvise appxoved by the City b. During normal business hours from Monday through �'riday, unless otherwise approved by the City 2. Sched�le City Valve Crew hy 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system acYivities do not aIIow the existing main to be dewatered at the requested time, schedu�e wark to allow the cannection at an alternate time acceptable ta the City. 1} If water main cannot be taken out of service at the originalIy requested tirne, coprdination will be required with the City to discuss rescheduling and eompensation %z' mobilizatian. 2) No additional paytnent will be provided if the schedule was altered at the Contractor"s request. 1.5 $UBMI'TTALS A, Subtnittals shall be in accordance wifih Section O1 33 00. B. All subznittals shalE be approv�d by the City prior to delivery and/or fab�cation far specials. I.6 ACTION SUSMITTALS/INFORMATiONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressnre rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Ma�cimum tnrque rccommended by the rnanufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work %r f 6-inch, ar Iarger, connectians if required by Ci�}r that includes: a. Results of exploratory excavation h. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTI-[ STANDARD CONSTRUCTIt}N SP�CIPiCAT1t7N DOCUM�NT5 Water & Sanitary Sewer Replacement Revised February b, 2D13 Conttact 2018, V�7SM-M City Project Np. T01 G68 33 ]225-5 C�NNECTiDN TO SXI5TING WATER MAINS Psge 5 of 8 d_ Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressur'szation procedures 2. Welders that are assigned to wark on connection to concret� c�lsncier or steel pipe rriust be cerii�'ied and provide Welding Certifcates; upan xequest, in accardance with AWWA C2ao. 1.7 CLOSEOUT SUBMITTALS [NOT USED� 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiTRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND FIANDL�NG A. 5torage and Handling Requirernenis 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from t11e time of shipment until insiallat�on is comple�ed. 2. Pratect all equipment and parts against any damage during a prolonged period at the site. 3. Pratect the finished surfaces of all exposed flanges using waaden flanges, strongly built and secuxely bolted thereto. 4. Prfltect itnished iran ar steel surfaces not painted to prevent rust and corrosion. 5. Pre�ent plastic and similar brittle items fronn bei�ag exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accotdance witl� �aection O I 66 00. 1.11 FIELD �SITE] CONDITIONS [NOT USED] 1.1� WARI�ANTY A. Manufactur�r Warranty Manufacitzrer's warranty shall be in accordance with Division I. PART 2 - PRODUCTS 2.1 OVWNER-PURNISHED [oR] OWNER SiTPPLIED PRODUCT� [NOT IISED] �.� EQLTIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Producis List will be coasidered as 5hown i.n Section � 1 b0 00. a. The manufacturer must compIy with this Specification and related SectioQs. 2. Any product that is not listed on the Standard Products List is cansidered a substitution and shall be suhmitted in accordance with 5ec�ion 01 25 00. B, Description 1. Regulatory Requiretnents CITY QF F012T WOIiTH STAIYDARD CONSTRUCTION SPECIEICATIpN DOCUMENT5 Watet & Sunitary Sewer Replxcement Revised Fehniary 6, 2013 Cantraet 2018, WSM-M City Project ]�ia. l O 1b88 33 l2 25 - 6 CONl�'�CTION T� EXIS'1'1NG WATER MA11VS Page 6 of 8 a. Tapping Sleeves shalT meet ar exceed AWWA C223 and the requirements of this Specification. b. AIl valve cnmponen�s in contact with potable water sha11 canform to th� requirements of NSF bl . C. Tapping Sl�e�e Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Crrade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 tz�il thicicness. Fusion applied per A�WWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AW WA/ANSI C l O5/A21.5. 1) Polyethylene encasement shall be in accordar�ce with Section 33 11 10. 2. Flange a. Carboz� Steel per ASTM A35 in accordance with AWWA C20'1 and ASI�E B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. �'langed Ends 1) Meet requirements of AWWA C 115 or AW WA C207 depending on pipe material. 2) Pm�ide bolts and nuts in accordance with Seciion 33 11 O5. 4. Gaskets a. Pro�ide gaskets in accordance with Sec#z�n 33 1 l O5. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT i15ED] �.4 SOL-RCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTIDN 3.] iNSTALLERS [NOT iTSED] 3.� EXAMIIVATION A, Verification of Conditions I. Verify by explaratory excavation, if needed, that existing �ater rnain is as depicted in the Drawings and that tke lacation is suitable for a connec#ion to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 33 OS 10. 2. Verify that a11 equipment and rrzateria�s are available on—site prior to the shutdown of the o�cistin� main. 3. Pipe lines shall he completed, tested and authorized far connection to the existing system in accordance with Sectian 33 04 4d. crrY oF �oRT wo�tmx STAi�lDA1ZD C(3NSTRUCTION SPECIP'ICATION DOCC7MENT5 Water & Sanitary Sewer Replacement Revised Febmary 6, 2013 Contract 2018, WSM-M City Praject No. tQ168fl 33 12 25 - 7 COi�INECTION TO EXIS`CilrfG VJATER MA1N5 Page 7 of $ 3.3 PREPARATION [NUT USED] 3.4 INSTALLATlON A. General 1. Upon disruption of the existing water main, continue wark until the caz�ection is compiete and the existing water main is back in service. H. Pracedure I . 2. 3. 4. S. 6. 7. 8. 9. 10 11 Expose the propased connection point in accordance with Section 33 OS l0. Dewater the existing water line so the chlorinated vcrater is nat unlawfully discharged. Maintain the water that may bleed by e�cisting valves or plugs during installation within the work area to a reasanable level. a. Control the water in such a way that it daes not intez'fere with the proper installatian of the connection �r create a d'tscharge of chlorinated water. If any discharge of chlorinated water occurs, discharged water sha13 be de- chlarinated in accordance with Section 33 04 40 Cut and remove existing watez' main in order kv ma�Ce the connectian. Verify thai the existing pipe line is suitable for the proposed conn�ction. Place trench foundation and bedding in aceordance with 33 OS 10. In the event that a tapping sleeve and valve is us�d, the coupon from the existing water main shall be submitted ta the City. Prevent embedment, backfill, soil, watez' or other debris form entering the pipeiine. Establish thrust res�raint as provided far in the Drawings. Clean and disinfect the pipeline assdciated with the connection in accordance with Sectian 33 04 40. 12. Plaee embedment to the top of khe pipe zone. 13. Request thafi the City Valvc Crew re-pressurize the pipeline. 14. Directianally flush the connection in accordance with Sectian 33 D� 4�. 15. Reques�t that City Valve Crew open all remaining valves. 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USEDj 3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED� 3.9 AD,�USTING [NOT USED] 3.1Q CLEANiNG [NOT II�ED] 3.I1 CL05EOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USEDj CITY OF FOTiT Vi'OT�TH 5TANDARD CONSTRUCTIOIV SFEC�FICATIQN DOCUMENTS Water 8c 5anitary Sewer Replacement Revised February 6, 2013 Contraet 201 S, WSM-M City Project No. 1016$8 3� iz zs - s CONNEC`f1ON TO �7CISTING 1�VA'tER MAIrlS Page 8 of 8 3.I4 ATTACRMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johns�n Z•2•C.3 and 4—Added reference to 5ection 33 11 OS and removed balt, nut and gasket material specification 2/612a13 D. Townsend 3.4.B.4 Madifted to refer ta Section 33 0404D CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF'1CATION �OC[JMENTS Watar & Sanitaty &ewer Rapl�cement Revised Febmary 6, 2a13 Cantract 20l $, hVSM-M CityPrajectNa, 1O1688 . s3 iz 3n - i COMBINATIOTi AIR VALVE ASSE�vll3L1E5 FRR POTABLB WATER SYSTEMS Page l of 8 SECTIDN 3� 12 30 COMBINATIDN AIR VALVE ASSEMBLIES FOR �OTABLE WATER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 2-inch thraugh 8-inch Combination Air-Release and AirlV�cuum Valve Assemblies {Combination Air Valves) for potable water systems including: a. Comhination air-release and airlvacuum valve b. Tap to water main c. Lead-free Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and appurtenances B. Deviations from this City of Fort Worth 5tandard Speciiication l. None. C. Related Speci�"ication Sections include, but are z�ot necessarily limited to: 1, Di�visian 0— Bidding Requiret�n�nts, Cantract Forms, and Condiiiorts of the Contract 2. Division 1— Genera� Requirements 3. 5ection 33 05 13 — Frame, Cover and Grade Rings �. Section 33 1 I 10 — Ductile Iron Pipe 5. Section 33 1 I 11 — Ductile Iron Fittings 6. Section 33 11 14 — Buried Steel Pipe and Fittings 7. Section 33 1210 — Water Services 1-Inch to 2-Inch 8. Section 33 12 20 — Res�lient Seated (Wedge) Gate Valve 9. 5ection 33 39 20 — Precast Concrete Manholes 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Measurem.ent a. Measurement for this Item shal] be par each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Air ReSease Va1ve 8i VaulY' installed for: 1) Various inlet sizes 3. Th� price bid shall include: a. Furnislvng and installing Combirzation Air Valves with appurtenances as specified in the Drawings 6. Air valve vault and appurtenances e. Tapping the main d. Isolaiion valves CITX QF FORT WORT.H S'FANdAI2D CDNSTRUCI'ION 5PfiCI�'ICATION DOCUMEIVTS Waler& Sanilary 5ewer Replucement Revised Decembec 20, 2D12 Contract 2018, W5M-M City Praject Na. 10! 688 33 l2 30 - 2 COMHINATION AIR VALV� ASSEMBGIES FOA PO'FABLE WATER SYSTF?MS Page 2 af 8 e. Fiitings f. Vent piping g. Vent cover and/or enclosure h. Vent enclosure and/or pipe boilard prat�ction, if required i. Sxcavatian azzd bacicf'ill i.3 REFERENCES A. Definitions 1. Combination Air Valve: A de�ice having �e f�atures of both an air-release valve and an airlvacuum va�ve 2. Inlet: The opening at the base of the Co�nbination Air Valve mechanism througl� which aiz and water from the pipeline enters 3. Inlet Piping: "Z'he giping and appurtenances between the pipeline and thc valve inlet 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain Iess than U.25 percent lead in accordance with ihe reduction of Lead in Drinlung Water Act (P.L. I 11-380). 5. Orifice: The opening in the Combination Air Valve mechanism thrpttgh which air is expelled from or admitted into the pipeline or piping system. Some valves may have multiple orifces. 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the oriiice, thraugh which air enters or exits the Air Va3�e 7. Vent Piping: The pipirag and appurtenances from the Combination Air Valve outlet io its termination point outside th� vault B. Reference Standards 1. Reference standaxds cited in this 3pec'r�cation refer to the current referenee standard published at the tim� af the latest revision date logged at the end af tk�is Specification, unless a date is speciiically cited, 2. A�erican Iron ancf Steel Institute (ATST}. 3. ASTM Internationa] (ASTM): a. A536, Standard Specification for Duetile Iron Gastings. 4. American Water Warks Association (AWWA): a. C512, Air-Release, AirNacuum, and Cornbination Air Valves for Waterwarks Service. b. M51, Air-Release, Air/Vacuum, and Combination Air Valves. S. N5F International (NSF): a. 61, Drinking Water Systern Components - Health Effeets. 6. Reduetion oi Lead in Drinking Wafer Act a. Public Law I 11-380 (P.L. 111-380} 1.4 ADMINISTRATIVE REQUIREMENTS jNOT USED] ].5 SUBMTTTALS �i. �ubmittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the City prior to delivery. CITY DF FORT WDRTH STANbARD CONSTRUCT30N SPECIFICATION DOCUMENTS WaYar & Sanitary 5ewer Replaeement Revised December 20, 2012 Coniract 2U 18, WSM-M City ProjectNa. 101688 33 12 3Q - 3 COMHINAi'IdN AIR VALVE ASSEMSLIES FQR POTAgLL' WATCR $YSTEMS Page 3 0£ S 1.6 ACTION SUBMITTALSIINFORMATiONAL SUBMITTALS A. Product Data 1. Combination Air Valves a. Application type h_ Working pressure rating c. Test pressure rating d. Surge pressure rating e. Inlet size i. Small orif ce size g. Laxge ori�ce size 2. Valve vault and appurtenances 3. Tapping appurtenances 4. isolation �alves 5. Fittings 6. �ent piping 7. Vent cover andlor enclosure 8. Vent enc[osure ar►d/or pipe bollard prntection 1."� CLOSEDX]T SUBMITTALS [NOT USEDJ 1.$ MAINTENANCE MATERIAL SUBIVMITTALS [NOT USED] f.9 Q[1ALITY ASSURANCE A. Qualificatians 1. Manufacturers a. Combination Air Valves of the sam� size shalI be the product of 1 rnanufacturer, unless approved by the City. b. Combination air valves shall be in conformance with AWWA C512. B. Certifications 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance witl� AWWA C512. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirernents 1. Protect all parts such that no damage or deterioration will occur during a proionged deiay from the time of shipment until ir�stallation is cornpleted and the units and equipment are ready for aperatian. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prntect the finished surfaces of all exposed flanges by wooden hiank flanges, strongly buzlt and securely bolted thereto. 4. Pratect �nished iron or steel surfaces not painted to prevent rust and corro�ion. S. Prevent plastic and similar brittle items from h�ir�g directly exposed to sunlight or extremes in t�nnperature. CITY OF FORT WORTH Watcr & 5anitary 5ewer Replaccment STANDAItD CONSTRUCTION SP�CIFICATION DOCUMFNTS Contract 201$, WSM-M Revised December 20, 2012 Gity Project No. 1016B8 33 tz 3a-a COMBII�IATiOlV AIR VAL�7E A55EMBLIBS FOR POTABLE WATER SYSTEMS Page 4 of 8 6. Secure and tnaintain a locati.on to store �e material in accordanee with Section O1 bb 00. 1.11 �'IELD CONDITION� [NOT USED] 1.12 WAI7RANTY A. Manufaeturer Warranty 1. Manufacturer's Warranty shall be in accordance with Divi�ion 1, PART 2 - PRODi1CT� �.1 UWNER-FURNYSHED [o�] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES,. AND MATERIALS A. Manufac.turers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must camply with this Speci�cation and related sections. 2. Any product that is rtot listed on the Standard Products List is considered a suhstitu�ion and shall be submitt�d in accordance with Section O 1 25 00. 3. The Combina�ion 1��r Valve shall be new and tl�e product of a manufacturer regularly engaged in the manufacturing oi air release/air vac.uum valves ha�ving sinnilar service and size. B. Descriptian Regulatory Requirements a. Combination Air Valves shall meet or �xceed the latest revisions of AWWA C51� and shall meet or exceed the xequi�ements of this Specificatian. b. All Combination Air Valve components an cantact wit}� potable water shall confortn to the requirements of NS�' bl. c, All materials shall conform to the Reduction of Lcad in Drinking Wat�r Act (P,L, ll1-380). This Act de�ines "Leaci-free" for pipes a�d other appurtenances to be less than 0.�5 p�rcent lead. C. Performance / Desigr� Criteria Capacities a. Water Applicatipn = Potable Water b. Working Pressure Fram I Q psi to 150 psi c. Test Pressure — 225 psi d. Surge Pr�ssure = 100 psi minimurn, unl�ss stated otherwise in the Cantract Documents e. Size 1) Each orifiee size must be sufficient to meet the requirements set forth in AW WA MS 1 and indicatad an the Drawings, 2. Function a. High volume discharge during pipeline filling b. High volume intake thzough the large orifice c. Pressurized air discharge d. Surge DampeninglControlled discharge rates CITY OF FORT WORTH STANQAItI] CON3TRUCTION SPECIFICATION dQCUM�NTS Water & Sanitary Sewer Replacement Revised December 20, 2012 Conb�act 2Q18, WSM-M City Project Nv. ]O1686 331230-5 COMSINA'I'ION AIR VALVE ASSC]VII3LIES FOR POTRHLE WATEK SYS'I'S1Vi5 Eage 5 of $ 1) The valv� shall have an integral sur�e alleviation mechanism which shall operate autamatically to Iimit transient pressure rise or shock induced by ciosure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise sha�l be achieved by decelerating the ap�roaching water priox to valve clQsure. D, Makerial� Combination Air Valve a. internal parts 1} Non-corrodsng material such as stainless steel or high density polyethylene b. Vaive body ]) AISI 304 stainless steel or ASTM A536 ductile iron 2) Equipped with intake and di.scharge flanges c. In1et/Discharge ori�ce area l} Equal to the notninal size of the valve E. Finishes 1. Finish Materials a. Suppl.y all ductiie iron Combination Air Valves with a factory applied fizsion bonded epoxy coating witl� a final coating thicl�ess of 16 mils minimum. 2.3 ACCESSORIES A. For 2-inch Camhination Air Valve Assemblies: Tap a. Tapping saddle and 2-inch corporation valve (C.C. thread with �larej in accordatace with Sectian 33 12 l0 2. Inlet Piping a. 2-inch outlet between the tap and the isolation valve with the following: 1) Threaded, lead-iree brass piping 2) Threaded, lead-£ree brass tee 3) Threaded, lead-free brass hand wheel valves 3. Vent Piping a. 4-inch minimum diameter, in accardance with the Drawings 4. Vent Screen a. Stainlesa Steel (AISI 304) 5. Dra�o�ver Enclosure a. Channell SPH-14�� thermoplastic enclosur�, or approved equal Vault a. Pravide a flaf tap 4-foot diameier concrete manhole in accordance with Section 33 39 20. b. Provide a 32-inch hinged cover with frame and grade ring in accordance with Sectian 33 05 13. c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured hy Gz'inell, or equal, in accordance with the Dra�vings B. For 3-inch to S-inch Connbination Air Valve Assemblies: Tap a. For 24-inch diameter mains: 1) Provide 24-inch blind flange outlet CITY OF FORT WQR'CI-E STA3VD/iRD COI�STRUCTION SPECI�'iCATION AOCUMENT'S Watcr & Sanitary Sewer Rcplacement Revised Decem6er 2Q 2012 Contract 2D l8, W 5M-M City Project No. lO 1688 3� iz aa-6 COMHIIYAT�ON AIR VALV� ASS$MBLIES FOR POTABL� WATER SY51'EMS Pagebof8 b. �or mains with 30-inch and greater diameter; 1) Provide 30-inch hiind fla�.ge outlet c. For ductile iron and PVC mains, provide mechanical jaint x flange tee with tapped flange. Inlet Piping a. Flanged ductile iron ar steel, depending on main tnaterial, in aecardance with Drawings b. Corporation stops shail be in accordance with Section 33 12 10 and with Drawings. Isolation Valves a. Gate val�e (flanged) in accordance with Section 33 12 20 with: 1) 2-inclz operating nut, non-rising stem with enclosed mitez- gearing for 3- inch and larger gate valves �. Venf Piping a. 4-inch. minimum, ductile iron pipe, in accordance with Drawings 5. Vent Screen a. Stainless 5tee1 (AISI 304) 6. Dropover Enclosure a. C.hannell SPH-1420 therm�plastic enclosure, or approved equal 7. Vault a. Pravide a flat tap, concrete manhole in accordance with Section 33 39 20. b. Manhale dimensions shall he in accordance with Drawings. c_ Provide a 32-inch hinged cover r�rith frame and grade ring in accordance with 5ection 33 OS 13. d. Secure Air Valve ta �ault wa11 using a galt�anized or stainless steel hracket manufactured by Grineli, or equal, in accordance with the Drawings C. Finishes 1. Primer Materials a. Prime Vent Piping within �ault, as well as above ground, for finish witk a procfuct Iisted in on f,he City's 5tandard Products List in Section 01 60 00, unless otherwise stated in the Drawings, 2. Finish Maferials a. Paint Vent Piping within �sulk, as well as above ground, with a produet Iisted in on the City's Standard Products List in Section O1 60 00, unless otherwise stated in the Drawings, b, Color to be selected by tkae City. 2.4 SOURCE QiIALITY CONTROL A, Tests and Inspeetions L Testing and inspection of Combination Air Valvas shall he in accordance with AWWA C512. B. Markings l. Eaeh Combination Air Valve shall be tnarked in accordance with AWWA C512. Cl'I"Y OF FOitT WQRTfI STANDAR.D CON3TItUCTION SPECIFICATION DOCUMENTS Water & 5anitary Sewer Replacement Aevised penembeT 20, 2012 ContraCt 2018, WSM-M City Pxnject No. l Ol6$S 33 l2 34 - 7 COMBINATION AIR VALVE ASSEMBLIES FOR PpTASLE WA1'�R 5Y5T�M8 Page 7 of 8 PART 3 - �XECi]TION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT CISED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General I. Install in accordance with manufacturer's recommendations and as shown on th� Drawings. 2. Abave ground and vault interior ductile iron piping and valves shall be painted in accordance with City requirements, unless ntherwise statec3 in the Drawings. 3. Wrap all bux'ied duotile iron pipe and fittings with polyet�.ylene encasement in accordance with Section 33 1 I 10 and Section 33 11 i 1 respectivety. 3.� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'� �'LELD QUALITY CONTROL A. Field Inspections 1. Pip� the large and small ori�ices directly to the vent piping. There direct discharge of an arifice to an undergraund vault. 2. The valve sha11 perfortn as intended with na defi�rmation, le,aking or damage of any kind for the pressnre ranges indicated. 3. Befoxe acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve. �. The City will assess the ease of access Co the apeeating nut and ease of operating the corparation stop. 5. If acc�ess and oparation of the �alve and its appurtenances meet the City Standard Detail, then the valve will bc accepted as installed. 6. The Combination Air Valve assenr�bly shall be free from any leaks. B. Non-Confarming Work 1. If access and operation of the valve or its appurtenances does nat meet the City's criteria, the Cantz'actor will remedy the situation until it meets the City's criteria, at the Contractor's expense. 3.$ SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED� 3.10 CLEANING [N�T L1SED] 3.11 CLOSEOUT ACTIVITIES [N�T USED] 3.1� PROT�CTIdN [NOT USED] 3.13 MAINTENANCE [NOT USED� CITY QF FOIiT W4RTIi 5TANDAR� CQN5TRUCTION SPECIFICATIOIV DOCUMENTS Waker & 5anitary 5cwer Replaccment Revised December 20, 20i2 Contract 2018, WSM-M Cify Project Na. 1QL688 33 l2 3D - $ COMBINATION A�1� VALVF A55EMBLIES FOR YOTABLE W,4TER ST'STEMS Page 8 of 8 3.14 ATTACHMENTS [NOT USEDJ END OF SECTION Revision Lag DATE NAME SUIVIMARY OF CHANG� 12/2�12012 D. loiinsqn General: 11�odi€ied specifieation to reflect materials and equipment in City 5tandard Detail; Removed �ask-in-pkaca manhole references Water & Sanilary Sewer Replanem�nt CCl'Y OF'�'nRT WORTH Contract2018, W5M-M STtLNDARD CONSTRUGTi01� SPECIF CCATIOI�1 DOCUIVIENTS City Project No. l O168$ Revised Decembar 20, 2412 331240-] FLIiE HYDRANTS Pagc 1 of 7 SECTION 33 1� 40 FIRE HYDRANTS PART1- GENERAL 1.1 SL]1VIMARY A. Sectian Includes: Dry-barrel fre hydrants with 5'la-inch main valve for use with potable water mains B. Deviations from titis City of Fort Worth Standard Specification 1, None. C. Aelated Specification Sections include, hut are not necessarily Iimited ko: 1. Division 0— Bic�ding Requirements, Contract Fortns and Conditions of the Cantract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Exca�ation, Embedment and Backfill 4. Section 33 Q4 40 — Cleaning and Acceptance Testing of Water Mains 5. S.ection 33 11 1Q —Ductile Iran Pipe 6. Sectian 33 11 11— Ductile Iron Fit�ings 7. Section 33 11 14 — Buried 5tee1 Pipe and Fittings $. 5ection 33 12 2,0 — Resiiient Seafed (Wedge) Gate Valve 1.� PRICE A.ND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. Fire Hydrant and Extension 1) Measureme�zt far t.his item shall be by the each hydraztt, complete in place. 2. Paytnent a. The work performed and matexials furnished in accoz'dance with this Item and measured under "Measurezzaent" will be paid foz at the unit prices bid per each "Fu-e Hydrant" installed. 3. The price bid shail include: a. Fuz nishing and installzng Fire Hydrants with appurtenances �s specified in the Drawings b. Dry-Barrel Fire Hydrant assembly from base to aperating nut c, Extension barrel arid stem d. Adjusting hydrant to t�e appropriate height c. Painting f. Pavement Removal g. Excavatian h. �`reight, loading, unloading and hanciling i. Di�posal oF excess material j. Furnish, placement and cosnpactian ofembedment k. Furnish, placement and compaction of backf'ill 1. Slocking, Braces and Rest m. Clean ttp CITY UF FORT WQItTFI STANDARD CONSTRiTCTiDN SPECFFICPiTiON DQCUMElVTB yVater & Sanitary 5ewer Replacnment Revised 3anu:uy 3, 2Q14 Cantract 2UIS, WSM-M City Projcct No. 1U1G8$ 3s �zaa-z PIAE HYDRANTS Page 2 of 7 n. Disinfection a. Testing 1.3 REFERENCEB 1-1. Definitions 1, Base: The lateral cannection to the fire hydrant lead; also called a shoe B. Refexence Standards 1. Reference st�ndards cited in this Specificatian refer to th� current reference standard published at the time of the latest revision date logged at the end of this Speei�cation, un.less a date is speczfically cited. 2. American Water Wprks Association (AW�VA}: a. CSD2, Dry-Barrel Fire Hydrants b. Ma.nual af Water Snpply Practices M17 (AWWA Manual M17) — Installatipn, Field 7'esting, and Maintenance of Fire Hydratits 3. NSF International a. 6 t, Drinking Water System Components — Health Effects 4. NationaZ �ire Protectton Association (NFPA) a. 1963, Standard for Fire Hose Connections 5, Underwriters Laboratories, Ina (UT.) a. 246, Hydrants for Fire-Protection Ser�ice 6. Facfory 1Vlutuai (FM) a. Class Number 15I D, Approval 5tandard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USED� l.5 SUBMITTALS A, Submittals shall be in accordanCe with Section 01 33 00. B, All su�mittals shall bc approved by the City prior to consfiruction. L6 AC'�'ION ,5i7BMITTALS/INFORMATIONAL SUBMITTALS A. Product Data Dry-Barrel k'ire Hydrant stating: a. Main valve opening size b. Nozzle arrangerz�ent and sizes c. Operating nut size d. Qpez'ating nut aperating direction e. Working pressure rating f. Camponent assembly and tnaterials g. Coatings and Finishes I,'� CLOSEQUT SUBMITTALS [NDT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QLTALITY ASSURANCE A. Qualifcations l. Manufacturers a. Dry-Barrel Fire Hydrants shau be the product of 1 manufacturer. CTl'Y OF FORT WORTH STANDARD CONSTRUCTIQN 5PECiF[CATIQN DOCUMSIITS 'Water & Sanitary Sewer Replacement Revised 7anuary 3, 2014 Confract 2018, W3M-M City ProjcctNo. 102688 331240-3 FIRE HYI]LiANTS Page 3 of 7 1) Change orders, specials and field chang.es may be provided by a different manufacturer upon City a�proval. Dry-Barrcl Fire Hydrants shall be in conformance with AWWA C5�2, UL 246 and FM 1510. 1.10 DELIVERY, STQRAGE, AND HANDLING A. Stor�ge and Handling Requiz'ements 1. Store and handle in accardance with the guidelines as stated in AWW'A C5d2 and AWWA Manual M17. 2. Protect all parts so that no damage ar deterioration will occur during a prolonged deiay from the t�me of shipment uniil installation is compleTed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a proionged period at the sits. 4. Protect the finished surfaces of all exposed flang�s by wooden blank flanges, stron�Iy builk and securely bolted thereto. 5. Protect finisl�ed iron or steel surfaces not painted to prevent rust and eorrosion. b. Prevent plastie and simiiar brittle items from being directly exposed to sunlight or extrernes in temperature. 7. 5ecure and maintain a lncation to siore the material in accardance with Section O1 66 04. 1.11 F[ELD C�NDITIONS [NOT USED] 1. i 2 WARRANTY A. Manufacturer Warranty Manufacturer's Warranty shall be in accordance with Divisian 1. PART�- PR�DUCTS 2.j OWNER-FURNISHED [oRy OWNER SUPPLIEDPRODIICTS [NOT USED] 2.� EQUIPMENT, PRODUCT TYPES, AND MATERTALS A. Manufacturers 1. Only the manufacturers as listed an the City's Standard Products List wil] be considered as shown in Section O1 6Q Q0. a. The manufacturer must comply with this Specification and related Sectians. Z, Any product that is not listed an the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The Dry-Barrel Fire Hydrant shall he new and the product of a manufacturer regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements a. Dry-Barrel Fire Hydran� si�all meet or exceed the iatest revisions of AWWA CSU2 and shall meet or exceed the requirements of t3us Speci�ication. CITY OF FQRT WORTH STANDARD CONSTRUCTION 5PECLFiCATiON DOCUMENTS Water & Sanilary Sewer Replacement Revised 3anuary 3, 2D14 Contract 2018, W'SM-Ivt City Project ]Vo. 101688 33 l2 40 - 4 FIRE HY'DAANTS Page4af7 b. All Dry-Barrcl Fire Hydrant corz�ponents in contact wrth potable water shall conform to tE�e requirements of NSF 61. C. Ferforrnanee / Design Criteria Capacities a. Rated working pressure of 250 psi ar greater 2. Design Crit�ria a. Operating nut f} Uniformly tapered square nut measuring: a) 1 inch at the base b) '/� inch at the top 2) Dpen by turning the operating nut to the right (clockwise) a) Provi�e operating d'uectiot� clearly zz�arked with an arrovsr and the word "OFEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 5'/q-inch opening 2) Compression type a) Opening against pressure h) Closing with pressure c. Nozzles 1) `T' shape, 3 nazzle arrangement 2) Nozzle sizes, threads and coniiguration in accardance with NFPA i963 a) Hose nozzles ( I) 2 x 2'Iz�inch (nominal size oi cnr�nection) (a) 180 degrees apart (b} Thread Desi�nation 2.5-7.5 NH {NFPA 1963} b} Pump nozzle (1) 4-inch (nominal size of ennnection) (a) `I'hr�ad Designation 4-4 NH {NFPA 1963) d. Hydrant Barre2 Conftguration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the ugper baxrel 3j Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch incrcments e, Drai�z Valve I} Non-corrodible material 2} Spring operated drain valves are not allowed. D. Function 1. Drain Val�e a. Drain fire �ydrant batrels when main valve is closed. E. Mateiials 1. Furnish materials in accordance with AWWA CS02. 2. Dry-Bari-el Fire Hydrant Assennbly a. Internal parts 1) Thread� CTl'1' DF FORT WOR'CH STANDA$D CONSTRUCTION SPECIi'ICATION ]]dCiJME1VTS Water & 5anitary Sawer Rcplacement Rcvised Ianuary 3, 2Q14 Contract 2p18, WSM-M City Projecl No. ] O1688 �3 izao-s F1RE HYDRAN'CS Page 5 of 7 a) Provide operating tltread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Skem Nuts (1) Provida brozize stem nuts. (a) Grades per AWWA C502 b} Where needed, stem shall be grooved and sealed with O�rings. 3. Provide crushed roek for placement around base conforming to Sec�ion 33 05 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry-Barrel Fire Hydrant 1) Exterior a} Above grade (1) Furnish exterior coating far abave grade Dry�Barrel Fire Hydrant assembly companents in accordance with AWWA CSQ2. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (I) �urnssh exterior caating for below grade Dry-Barrel Fir� Hydrant assembly components in accoz'dance with AWWA C502. 2) Tnterior a) Interior coating for ➢ry-Barrel Fire Hydrants assemblies in �ce.ordance with AWWA C502 2.3 ACCESSOR�ES A. Polyethylene Encasement I. Provide polyethylene encasement in accordance with Seetion 33 1 I 10. B. Embedment 1. Provide crush�d rock and filter fabric in accordance with 5ection 33 05 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. 'I'esting and inspection of Dry-Sarrel Fire Hydrants in accordance with AWWA CS02. S. Markings 1. Prouide each Dry-Barrel Fire Hydrant marked in accordance with AW WA C502. PART 3 - EXECi1TION [NOT USED� 3.1 INSTALLERS [NOT USED� 3.� EXAMINATION [NOT USED] 3,3 PREFARAT70N [NOT USED� 3.4 INSTALLATION A. Genera� CITY QF FORT WbRTH Water & 5anitary Sewer Replacement 5TANDAIiU CONSTRUCTIdN SPECTFICATIQIV UQCUMENTS Coniract 2018, WSM-M Revised January 3, 2014 City Praject No. t DI6$& 3312q0-6 FIRE I�[YDIZMITS Page 6 of7 7 8. l. Install in accordance wit$ AWWA Manual of Water Supply Practice M17, manufaeturer's reeommendations and as shown on the Drawings. 2. Pravide vertical installation with braces, rest and blocking in accordance with City Standard Deta�ls. 3. Excavate and backfill trenches in accardance with 33 OS 10. 4. �mbed Dry-Barrel Fire Hydrant assemblies in accorclance with 33 OS 10. a. At the location af the weep holes, wrap barrel vtirith polyet�ylene encasement and crushed rock vvith f Iter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encaseEnent installation shall be in accordance with the applicable portian of Se.ction 33 l 1 li}. 6. Install concrefe blacking and rest in aecordance with 5ection 03 30 00 as indicated in the Drawit�gs. A minimum 113 cubic yard of crushed rock sha11 he placed around the base, in accordance with AWWA Manual of Water 5upply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain nutlets and a minimum of 1�oot on all sides af the �'ire hydra.nt hase. Fire hydrant lead line shall be installed with a maximuzn cover of 7 feet. a. Cnvez' is rneasured from the invert at the fire hydrant base, vertical to ground elevation. h. Fittings may be used along fire lead line to ensure minim�m and zxzaximum eover requirements are met. 3.5 REPAIR 1 RESTORATION [NOT USEDj 3.6 RE-INSTALLATiON [NOT [ISED] 3.'� FIELD CONTROL A. Field Insgections 1. The Dty-Barre[ Fire Hydrant and assembly shalI perforrn as intended with no deformation, IEaking or damage of any kind far the pressure ranges indicated. 2. City inspector will issua final inspeetion nptice to City. staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to �;nsure that the fire hydrant was instaIled in accordance with AWWA Manual of Water Supply Pra.ctice MI7. This includes but is not limited to: a. Operation of Nozzles and operating nut are not nbstructed. b. Drain valve is not obstzucted or plugged 4. Keep f re hydrar�t wrapped or covered to identify that it is out of ser�ice until the water line it's connected to is put in service. B. Non-Conforming Work 1. If access and operation of the Dry-Barrel F�xe Hydrant or its appurtenances do not zxre�t the criteria of the AWWA Manual of Water Supply Practice M17, the Contract�r will remedy the situation criteria, at th� Cantractor's expense. CI7'Y OF FORT WORTH Water � Sanitary Sewer Replacemenl 51`ANDARI� CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2Q l$, W5M-M Revised Januaty 3, 2Qlq City Projeet hlo. 141b88 331240-7 FIRE HYDKAiVTS Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED� 3.10 CLEANING [NOT [TSED] 3.11 CLOSEOUT ACTIVITIES [NOT USED� 3.12 FROTECTIQN [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS END OF S�CTION Revision Log DATE NAME SUMMARY OE CHANGE 2.2.�'.2.a. I}.a).(2) Added paint manufacturer speciiicatian 12/20I2D 12 D. .Tohnson 2.2.C.2.c Revised Qumper nozzle nominal diameter and added NF'i'A 1963 Thread Designations Specificatinn Modified to be in aceordance with the Reduction of Lead in Drinking Water Act {P.L. ! 11-380) — All material s to bc lead-free in �ccordance with this act. 11127/20i3 d. Townsend Sections modified are I.1.A..1, ].9.A.2, and 2.2.E,1 Seatians added are 1.3.A.2, 1.3.5.7, 1.6.B.1, 2.2.B.1.c, 2.4.B,2 H,R. 3588 (E'.L. 113-6�) sig�ed into law 1/2/2014 waived Reduction of Lead in Drinking �'Uater A�t (P.L, 111-38Q) requirement for fire hydrant. All previous revisions related to "lead-free" requirement are naw deleted including thase revisions 113120i4 D. Townsend made 1112712013, those being: 5ectians madified are 1.1.A.1, 1.9.A.2, and 2.2.E. l Seciions added are 1.3.A.2, I.3.B_7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2 CITY OF FORT WORTH STA[YDARD CONSTRUCTION SPECIFICATION �OCUMENTS Revised January 3, 2U14 Water & Sanitary Sewer Keplacement Cnntract 2D l S, W5M-M City Project Na. 101688 3312SD-I WATER $AMPLING STA'C[ONS Page 1 of 5 SECTION 33 12 �0 WATER SAMPLING STATIQNS PART 1 - GEIVERAL 11 SUMMARY A. Section Includes: 1. Water sampling statiqns for potable water mains B. Deviatians from this City of Fort Worth Standard Sp�cification 1, None. C. Praducts Installed But Not Fuinished Under This Section 1. 1-inch water service Izne a. From water main to curb stQp (including tapj D. Related Specificatio:n Sectians include, but are nat necessatily limited to: 1. Di�ision 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Divisian 1— Genera] Requirerz��nts 3. Section 03 3Q 40 — Cast-In-P�ace Concrete 4. Section 33 04 40 — Cleaning and Acceptance Testing af Water Mains 5. Scctioz� 33 OS 10 — i7tility Trench Excavation, Embedment and Backfill 6. 5ection 33 I2 14— Water Services 1-inch to 2-inch 7. Section 33 12 25 — Conneetions to Bxisting Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Fayrnent 1. Water Sampling Station a. Measurement 1) Measurement for this ltem shall ba per each. b. Payment 1) The work performed and the materials �rnished in accordance with this Item shaIl be paid far at the unit price bid per each "Water Sannpling Station" completed in place. c.. The price bid includes: 1) Furnishing and instalIing Sampling Stataon with appurtezaances as specified in the Drawings 2} Meter box and Lid 3} Concrete support block 4) Curb stop 5) Fittings 6) Incidental S feet of service line 7) Pavement Removal 8) Exc.avation 9) Hauling CITY OF FORT WORTH Water & Sanitary $ewer Replacement STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENT$ Cantxact 20I8 (W5M-M) Revised December 20, 2012 City Contract �Vo, 101688 33 L250-2 WAT`�R SAMYLIl�lCs STATIONS Page 2 of 5 10) Disposal of exeess material 11) Clean up 12} Disinfection 13} Testing 2, Water Sampling Statian installed per City Standat'd Details. a. Measurement 1) Tl�is Item is considered subsidiary to Water Meter Vault. b. Payment 1) The woric perfarnned and the materials furnished in accordance with this Item ara subsidiary to the unit price per each Water Meter Vault (with Sampling Station) instajlet� and no other compensatian will be allowed. 1.3 REFERENCE5 A. Reference Stat�dards 1. R�ference standards cited in tk�is Specification refer to the current reference standard published at ihe time of the latest revision date logged at the end of this Specification, uniess a date is specifically cited. 2. NSF international a. 61, Drinking Water Sy�tem Companents — Health Effects 1.4 ADiVIINISTRATIVE REQLIIREMENTS [N�T USED] 1,5 SUBMITTALS A. Submittals shall be in accordance with 5ection O1 33 00. B. All submittals shall be approved by the City prior ta canstruction. 1.6 ACTTON SiIBMITTALS/INFORMATIONAL SUBMTTTALS A. Prodrzet Data 1. Product Data submitted in accordance with Sectian 33 12 10. 2. 5ampling SYation L7 CLOSEOUT SUBMXTTALS [NOT USEDj I,8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USEDj 1.10 DELTVERY, STQRAGE, AND HANDLING A. Starage and Handling Requirements 1. Protect all parts suah that no da�nage or deterioration will occut' duxing a prolonged delay from the time of snip�ne�nt nntil installation is completed and the units and equipment are ready for aperation. 2. Protect all equipment and pac-�s against any damage during a pro�onged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. 5ecure and maintain a location to store the material in accordance with Section Ol 66 dD. C1T7' OF FORT WORTH Watcr & 5anitary Sewcr [Zeplacement STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Contract 201 R{WSM-M) Revised I�acember 20, 2012 City Cantract Na. I D1688 331250-3 WA1'LE2 SAMPLING 5TATIONS Fag� 3 of S �.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PR�DUCTS 2.1 OWNER-FjTRNISHED PRODUCTS A. Water s.ampling station 1. Eciipse �M Number 88 Sampling Station, or approv�d equal, with 1 Z-ir�ch de.pth of bury 2. Lockable, alurninum weather shield enclosure 3. Brass internal piping and appurtenances 4. Galvanized riser pipe 5. Brass isolation valve with'/�-inch famale iron pipe inlet 6. Removable parts that require no excavation �.2, EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section U 1 60 p0. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitutian and shall be submitted in accordance with Section 01 25 Oq. 3. The Water Services and appurtenances �hall be new and the product of a manufac.turer regularly engaged in tk�e manufacturing of Water Services and appurtenances having similar service and size. B. Description. 1. Regulatory Requirements a. All Watex Saznpling Station componeats in contact wi� potable water sl�all conform ta the requirements of NSF 6 �. C. Materials / Design Cr�teria Water Service a. In accordance with Section 33 12 lfl include: Z) 1-inch Watez� Ser�ice 2) '/4-inch Water Service 3) 1 �inch Corporatian Stap �) 1-inch Curh Stop 5) Fittings 6) 1-inch standard plastic meter box 2. Concrete Pad a. ln accordance with Section. 03 30 00 b. Dimensions 1} 2 feet x 2 feet 2) 6 inches thick c. Design CI1'Y QF F'ORT WORTH Water& Sanitary SewerReplacement STAl�i}ARD C�N�TRUCTION SP�CIFICATIdN E}OCUMENTS Contract 2018 (WSM-iVl) Revised December 2fl, 2012 City Contract No. 101688 331250-4 WATER SAMPLING 5TAT10I�IS Page 4 of 5 I} Class `B' Concrete (2500 psi} 2) Reinforced wiih #4 Rebar �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL A. Tests, Tnspections and Markings 1. Conform to Section 33 l2 10. PART 3 - EXECUTION 3.1 INSTALLERS �NOT [TSED] 3.� EXAMINATION (NOT USED] 3.3 PREPARATION [NOT i15EDJ 3.4 INSTALLATION A. General z. � 1. Instail Sampling Station in accordance wiih City Standard Detail5 and Section 33 12 10 Vilater to inclt�de: a. 1-inch Corporation Stop b, 1-inch Water 5ervice c. 1-inch Curh Stop d. 1-inch 90 Degree �lbow e. 1 inch x'/ inch Reducer f. 3/a-inch Water 5ervice g. Sampling Station h. 1-ineh standard plastic meter box i. Cancrete Pad Where appropriate, piace samplzng station adj acent to power pole, ele�ated tank, street sign, tree or fire hydrant a. Typical instalIation an �hort side of street b. When placing adjacent to fire hydrant: 1) Maitztarn 4-foot offset from fire hydrant and lead. 2) Do not tap fire hydrant lead iine, c, �or installations adjacent to valves along lar.ge water mains, connect ta e�sting large valve copper riser. 1) Do noi tap main, unless approved by City. Excavate, embed and backfill trenehes in accordance with 33 OS 10. 3.� REPAIIt / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT U�ED] 3.7 FIELD QUALITY CUNTRQL A. Fiejd Tests and Inspections 1. See Section 33 12 1�. C1TY OF FDRT WORTH Water & 5anitary 5ewer Replacement STANDARD eO[YSTRUCTIOI�t SPECIFiCATI07+I QOCUMENTS Conirsct 2U18 (W�M-ivI) Revesed Decem6er 20, 2012 City Contract No. 1O1fi88 33 12 SO - 5 WATER SAMPI,[NG STA'TI�NS Page 5 of 5 3.8 SY,STEM STARTUP [NOT [JSED] 3.9 ADJUSTIlVG (NOT USED] 3.10 CLEAI�ING [NOT i7SED] 3.11 CI.USEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED� 3.13 MAiNTENANC� [NOT USED] 3.14 ATTACFiMENTS [NOT USED] END OT" SECTION Revision Log I7ATE NAME SUMMARY QF CHANGE 1.2.A.I .c — I-inch standard meter hax added ta price bid 12120/2D12 D. .{ohnson 2.2,C.I.a - I-inch standard meter hox added to materials list 3.4.A.1 - 1-inch standard meter box added to installation CTI'Y OF FpRT WQRTH Water & Sanitary Sewar Replacement STANDARD CONSTltUCTTDN SPHCIFICATIpN IaOC[]MENTS Cantract 2018 (WSM-M} Re�ised December 20, 2012 City Contract No. 101686 331250-i WAT�R SAMPLING 5TATIQIVS Page 1 of 5 SECTION 33 12 50 WATER SAMPLING STATiONS PART1- GENERAL 1.1 SUMMARY A. Section Inciudes: 1. Water sampling stations for potable water mains B. Deviations frnm this City of Fort Wort� Standard Specification 1. None. C. Producis Tn.stalled But Not Fur�tisl�ed Under This Section 1. 1-inch v�+ater serviee line a. From water main to curb stap (including tap) D. Related Speeiiication 5ections include, hut are not necessarily lirnited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions af the Contract 2. Division I— General Requixements 3. Section 03 30 00 — Cast-In-Place ConcreYe 4. Sectian 33 04 40 — C�eaning and Acceptance Testing of Water Mains 5. Section 33 05 10 —17tility Trench Excavatian, Embedment and Backfill 6. Section 33 12 10 — Water Services 1-snch ta 2-inch 7. 5ection 33 12 25 — Connect�ons ko Existing Water Mains 1.� PRIGE AND PAYMENT PROCEDURES A. Measarernent and Payment 1. Water Sampling Stakion a, Measurernent 1) Measurement for this Item shall be per each. b. Paymes�t i) The wark perforrned and the materials fi�rnished in accordat�ce with this Item shall he pazd for at the unit price i�id per each "Water Sampling Station" campleted in place. c, The price bid includes: 1) Furnist�ing and installing Sampling Station witla appurtenances as specified in the Drawings 2) Meter box and Lid 3) Concrete support �lack 4} Curb stop 5} Fittings 6) Incidental5 feet of service line 7) Favement Removal 8) Excavation 9) Hauling CE`I'1C dF FORT WORTH Water & Sanitary Sewer Replacement STANDARD COIQSTRUCTIdN SPECIFICATIpN DOCUMENTS Contract 24k8, WSM-M Revised December 20, 2012 City Project YYo. 1.01688 33 l2 SQ - 2 WATER SAMPLING STATiQNS Page 2. of 5 10) Disp�sal of excess material 11) Clean up I2) Disinfection 13} Testing 2. Water Sampling Station installed per City Standard Details. a. Measurement 1) This Item is considered subsidiary to Water Meter Vault. b. Fayment 1) The work pez%rmed and Yhe m.aferials furnished in accordance with this Item are sutasidzary to the unit pric� per each Water Meter Vauft (with Sampling Station} installed and na other compensation will be allowed. 1.3 REFERENCE� A. Referenee Standards Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revisian date logged at the end of khis Specification, unless a date is specifcally cited. NSk' International a. 61, Drinking Water System Components — Health Effects 1.4 ADMII�ISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submitEals shall be approved by #he City prior ta constructipn, 1.6 ACTiON SUBMITTALSIINFORMATIONAL SUSMTTTALS A. Praduct Data 1. Praduct Data subrnitted in accordance wz#h Section 33 12 10. 2. Sampling Statian I.7 CLOSEOUT SUBMiTTALS [NOT USED] 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QIIALITY AS�IIRANCE jNOT USED] 110 DELIYERY, STORAGE, AND HANDLING A. Starage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready far aperatian. 2. Protect aII equipment and parts against any damage during a prolonged period at the sit0. 3. Prevent plastic and sirn.ilar brittle items from being directly exposed to sunlight ar extremes in temperature. 4. Secure and maiutain a location tn store the material in accordance with Section O1 66 00. CLTY OF FORT WORTH Wa[er & Sanitary 5ewer Replacement 5'L�ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cnntract 2018, WSM-M Revised Decemb.ei 20, 2012 City I'roject No. ]OtbB$ 33 l2 50 - 3 WATER SAMPLING STATIONS Page 3 of 5 1.11 FLELD [SITEj CONDITIONS [N�T USED] t.12 WARRANTY [NOT USED] PART2- PRODUCTS �.1 DWIYER-FIIRNISHED PRODUCTS A. Water saxz�.pling station L Eclipse TM Number $$ Sampling 5tation, oz' approved equal, with I2-inch depih of bury 2. Lackable, aluminum weather shield enclasure 3. Brass intemal piping and appurtenances 4. Galvani�ed riser pipe S. Brass isolation valve with'/a-inch female iron pipe inlet 6. Remo�ahle parts that require no excavatian 2.2 EQ[JiPMENT, PRODUCT TYPE, AND MATERIALS A. Manufaeturers 1. 2.. 3, Only the manufacturers as listed on the City's Standard Products List will be considered as shQwn in Sectian O1 60 00. a. The manufacturer must comply with this 5pe.cif cation and related Sections. Any product that is not listed an khe 5tandard Products List is considez'ed a substitution and shall be subrnitted in accordance with 5ection O1 25 00. The Water 5ervices and appurtena�ces shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having simiIar service and size. B. Deseription 1. Regulatary Requirements a. All Water Sampling Station components in contact with potable water shall canform to the requirements of N5F 61. C. Materials / Design Criteria 1. Water Service a. In accardance with Section 33 12 14 include: 1) 1-inch Water Service 2) '/n-inch Water Service 3} 1-inch Corporation Stop 4} 1-inch Curb Stop 5) Fittings 6) 1-inch standard plastic meter b�x 2. Concrete Pad a. In accordance with Section 03 30 �0 b. Dit�ensions 1) 2 f�et x 2 feet 2} 6 inches thick c. Design CITY OF' FORT WaLZTH Waler & 5anitary Sewer Reglacement STANBARD CON5T7tUCT10N SPGCIF'iCATION QOCLfMENTS Conlract 2fl18, W5M-M Revise.d December 2Q Z012 City Project No. l D1688 331250-4 WATER SAIvIPLII+lG STATIONS Pagc 4 a£ 5 1) Class `B' Concrete (2500 psi) 2) Reinforced with #4 Reba:r �.3 ACCESSORIES [NOT USED] 3�.4 50URCE QUALITY C�NTROL A, Tests, Inspections and Markings 1. Conform to Section 33 12 10. PART 3 - EXECUTION 3.1 IN�TALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREP,,4RATION [NOT USEDj 3.4 INSTALLATION A. G�neral 2. t Install 5ampling Station in accordance with City Standard Details and 5ection 33 12 10 Water to include: a. 1-inch Corparatinn Stop h. 1-inch Water Service a 1-inch Curb Stop d. l-inch 90 Degree Elbov� e. 1 inch x 3/4 inch Reducer f. 3/a-inch Water 5ervice g. Sampling Station h. I-inch standard plastic meter bax i. Concrete Fad Where appropriate, placa sampling statio� adjacent to power pale, elevated tank, street sign, tree or fire hydrant a. Typical inskallation on short side of street b. When placing adjacent to fire hydrant: l) Maintain 4-foot offset from fire hydrant and lead. 2} Do not tap fire hydrant lea� line. c. For installations adjacent ta valves along large water mains, connect to existing large valve copper riser. 1) Do no# tap main, unless approved by City, Exca�ate, embed and hackf Il trenches in accordance with 33 05 1 �. 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QLIALITY CONTROL A. Field Tests and Tns{�ectians 1. See ��ctian 33 12 10. CITY dF FORT WOIZTI� STANDARD CpNSTRUCTION SFECIFICATION llOCL1MENTS Water & Sanit�ry Server Replacement Revised December 20, 2U12 Conlract 2D1Y�, WSM-M City Praject Na. 1016i38 331250-5 WATERSAMPL[NG S`I'ATI03�lS Page 5 of 5 3.8 SYSTEM STARTUP [NOT USEDJ 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CL05EOUT ACTIVITIES [NOT USED] 3.1� PR.(3TECTION [NOT U�ED� 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT LT5ED] END O� SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1,2.A,l.c —1-inch standard meter 6ox added to price bid 12/2D12412 D. Johnson 2,2,C.l.a - L-inch standard meYer box added to materials list 3.4.A.1 - 1-inch standard meter hox added to installatian W ater & Sanitary 5ewer Rep{acement CPI'X OE FORT WQRTI-I Cantract 20i8, W5M-ivI STANI]ARD CONS'IItlICTION SPEGIFICAT[QN DOCUMENTS City Project No. 1p1688 I�evised Decemher Z0, 2012 33 l2 6D - 1 STANDAKD BLOW-OFF A55EMBLY Page [ of 4 SECTION 33 1� 60 STANDARD BLOW-0FF ASSEMBLY PART1- GENERAL 2.1 SUMMARY A. 5ection Includes: 1. Standard Blow-off Assemh�y (6-inch thru 12-inch) S. Prod�cts Installed but Nat F'urnished Under This Section 1. None C. Deviations from this City of Fort Worth Sta.ndaxd Speciftcation 1. None. D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Di�+ision 1— General Requirer�ents 3. Section 03 30 00 — Gast-in-Place Concrete 4. SecYion 03 80 00 — Modifications to Existing Concrete 5tructur�s 5. 5ection 33 OS 10 — Utility Trer�ch Exca�akion, �mbedment, and Back�ll 6. Section 33 OS 13 — Frame, Cover and Grade Rings 7. Section 33 11 10 — Ductile Iron Pipe 8. Section 33 11 11 — Ductile Iron Fittings 9, 5ection 33 11 13 — Concretie Pressure Pipe, Sar-Wrapped, 5tee1 Cylinder Type 1p, Section 33 l 1 14—Buried Steel Pipe and Fittings 11. Section 33 I2 20 — Resilient Sea�ed Gate Valve 12. Section 33 39 10 — Cast-in-Place Concrete Manholes 13. Section 33 39 20 -- Precast Cancrete Manholes 1.2 PRICE AND YAYMENT PROC�DURES A. Measurement and Payment 1. Measurezxient a. M�asurement for this Item shall be per eackc. b. Measurement inc[ucles gate valves, pipi.ng, appurtenances, manhole and cast-in- place conerete bases. I) Tee or outIet frorn water main is zneasured and paid for separately. 2. Payment a. The work performed and the materials furnished in accordanCe with this Item shall be paid for at the unit pxice bid per each "Blow Off Valve" installed far: 1) Various sizes 3. The price bid shall include: CITY OF FORT WpRTH 5TANDABD CONSTRUCI'{ON SPECIFICATI(7N DOCiIM$NTS WaYer & 5anifary Sewer Rcplacement Re�ised 7une 19, 2013 Contraet 2a18, WSM-M City Prnject No. 10 i 688 33 i260-2 5TANDARD BLOW-OFF AS5EMBLY Page 2 of4 a. Excavation b. Pre-cast or cast-in-place conerete manhole and appurtenances c. Cast-in-place concrete gate valve bases d. Crushed rock foundation e. Hznged frame and cave:r f. Piping, valves and appurtenances g. Fittings (excluding tee or outlet on watez' main) h. Horizontal thrust blocking i. Backfill j. Pavement removal k. Hauling l. Disposal of exc�ss material m, Plaeement and connpaction of baciciill n. Clean-�p o. Surface restoration associated with blow-off vaive manhole and piping 1.3 RE�'ERENCES [N�T U�ED] 1.4 ADMINISTRA'I`��E REQUIREMENTS [NOT LTSED] 1.� SUBIVIITTALS A. AlI submittals shall be in accordance with Sectann O1 33 00. B. All submittals shall be appro�ed by the City prior to delivery. 1.6 ACTjON SUBMITTAL5IINFORMATIONAL SUBMITTALS A. Product Data 1. PreGast Concrete Manhole 2. Piping 3. Isolation Valves 4. Frame and Cover 5. Concrete mix design for gate valve bases 1.7 CLOSEOUT SUSMITTALS [NOT U5ED] 1.� MAINTENANCE MATERIAL 5UBMITTALS [NOT U5EDj 1.9 QUALITY ASSURANCE [NOT USED] I.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USEDS i.12 WARRANTY A. Manufacturer Watxanty I. Manufacturer's warranty shall be �n accordance with Divisian 1. CITY QF FORT WORTH 5TANDARD CONSTRUCTION SPECIF'ICATION DOCUMENTS Water & Sanitary 5ewer Replacement Revised ]une 19, 2013 Conlract 2018, WSM-M City ProjecE Na. 10 f 688 3312b0-3 STANpARll BLdW-OFF ASSENIBI.,Y Page 3 of 4 PART Z - PRODi1CTS �.1 OWNER-FURNISAED �oR] OWNER-SUP�LIEDPRODUCT'S [NOT USED] 2.2 EQUIPMENT, �RODUCT TYPES, MATERIALS A. Materials Z. Cast-in-Place or Precast Concrete Manholes -- Conform ta Sections 33 39 1D or 33 39 20 2. Gate Valves -- Conforrtt to Section 33 12 2Q 3. Ducfile Iron Pipe — Conform to 5ection 33 11 1 � 4. Ductile Iron Fittings — Conform to Sectioan 33 11 11 5. Hinged Frame and Cover— Confarm to Section 33 OS 13 6. Concrete Mix Design — Conform to 5ection 03 30 00 2.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NUT USED] 3.� EXAMINATION A. Evaluation and Assessment 1. Verify Iines and gzades are in accordance to the Drawings. 3.3 PREPA[t�TION [NOT US�D1 3.4 INSTALLATION A. InstaIl blaw-off assernbly in accaxdance with re�pective manufacturer's racornmendations. B. Pipe Penetrations 1. Confarm to 5ection 03 80 00. C1TY OF FQRT WpRTH Water & Sanitary Sewer Replacernent STANDARI] CON3'I'1ZUCTION SPECIFICATION DOCUIVIE1dTS Contract 201$, WSM-M Revised dune 14, 20I3 Ciry Project No. L01688 33 12 GO - 4 STANDARll SLOW-OFF A5S�MSLY Page 4 of 4 3.� REPAIR / RESTORATION [NOT USED] 3.G RE-INSTALLATION [NOT USED� 3.7 FIELD QUAG�TY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES jNOT USED] 3.12 PROTECTTON [NOT USED] 313 MAINTENANCE [NOT USEDj 314 ATTAC.HMENTS [NOT USED] END OF SECTION CfTY dF FORT WQRTH Wster & Sanitary Sewer Replacement 5TA]V17ARD CONS'�RUCTION SPECTFICATION DOG�JMEN'TS Contract2018, WSM-M Revised June l9, 2013 City Projeet No. l01 G88 3331 12-1 CURED IN PLACE PIPE (CIPP) Page 1 0£ 7 SECTION 33 31 13� CURED IN PLACE PIPE (CIPP) PART1� GENERAL 1.1 SUMMARY A. Section Tncludes: 1. Cured in Place Pipe (CIPP) 6-inch thraugh 60-inch fot gravity sani#ary sewer rehabilitation S. Deviations from this City of Fort Worth Standard 5pecification 1. None, C. ReIat�d SpecificatiQn Sections include, but are not necessa.rily limited to: 1. Division Q— Bidding Requirements, Contract �orms and Conditions af the Contract 2. Divisian 1— General Requirements 3. Section 33 O1 3Q — Sewer and Manhole Testing 4. Sectian 33 O1 31 — Closec� Circuit Television (CCTV) Inspection 5. 5ection 33 03 10 — Bypass Pumping of Existing Sewer Systems 6, Section 33 04 SO — Cleaning of Sewer Mains 7. SeeEion 33 31 50 — Sanitary Sew�r Ser�ice Connections and Service Line 1.2 PRICE AND PAYMENT PR�CEDURES A. Measurement and Payment Cured in Place Pipe (CIFP) a, Measurement 1) Measured horizon�ally along th� surface frorn cEnter line to center line of the manhole or appurtenance b. Paymant 1) The work perforrr�ed and materials furnished in accorclanc� with this Item and measu�ed as provided under "Measurement" will be paid for at the unit price bid per ltnear %ot far "CIP�'" installed fax: a) Various sizes c. The price bxd shall include: 1) Mobilization 2) �urr►ishing and installing CIPP as specified by the Drawings 3} Hauling 4} DisposaI of excess material 5) Clean-up 6) Cleaning 7) �'esting 2. Service Reconnection, CIl'P a. Measurement 1) Measuremeni for this Item shall be per each serviee reeonnected. b. Payment CITY OF F012T WORTH STANIfAIZD CONS7'EtUCT10N SPL�GIFICATIOn' Bf]CUMENT5 Water & 5anitary Sewer I2eplacement Revised December20, 2012 Contract 2018, WSM-11�i City Projcct No, 10I688 3sai iz-z CUREI? lIV PLACE PIPE (C1PP) Page 2 nf 7 1) The work perfozmed and materials furnished in aecordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Service Recannection, CIPP°'. c. The price bid sha11 include; 1) Mobilization 2) Furnishing and installing CIPP as specified by the Drawings 3) Hauling 4) Disposal oi excess material S) Clean-up 6) Clean.ing 7) Testiing I.3 REFERENCE5 A. Reference Standards 1, Reference siandxrtis cited in this �pecificatiot� refer to the eurrent refex'ence standard pu6lished at the time of the lat�st revision date logged at the end of this 5pecification, un3ess a date is specif caily cited. 2. Ameriean Association of 5tate Highway and Transportation Official5 (I�SHTO). 3. ASTM International (ASTM): a. D5813, Standard Specification for Cured-In-Place Thermosetting Aesin Sewer Piping Systems. b. F1216, Stand�rd Practice for Rehabilitation of Existing Pip�lines and C.onduits by the Inversian and Curing of a Resin-Impregnaied Tube. c. F 1743, Standard Practice for Rehabilitation af Existing Pipelines and Canduits by Pulled-in-Place Installation of Cured-in-Place Thernsosetting Resin Pipe (CIPP}. 4. International Organizakion for 5tandardizaiion (I50): a. 9D00, Quality Man.agement System - F'undamentals and Vocabulary. 5. Occ�pational Safety and Healtit Administration (�SHA). 1.4 ADNiINISTRATIVE REQLTIREMENTS jNOT USEDj 1.� SUBMITTALS A. 5ubmittals shal� be in aecordance with Sectian O1 33 OQ. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTAL5IINFORMATIONAL SLIBMITTALS A. Product Data 1. Flexible Liner (tube} a. Tabular suznmary by sewer segrnent noting required CLPP thicicness per section 2_ Resin a. Technicaj data sheet showing physical and chetnical properties - b. `I'est results of chemical resisting testing performed by resin manufacturer B. Shop Drar�vings �. Provide calculations to support CIPP design thickness after euring. List tha following criteria used for the calculations: a. Assumed host pipe condition CITY OF FORT WORTH Water & Sanitary Scwcr Repkaccment STANDARD CON5TRl3CTION SPEC3rICATION DOCUMENTS Contra�t 20iS, WSIvI-M Revised TJecember 20, 2012 City Project No, 101688 33 3I l2 - 3 CiIRED IN PLACTi PIPE (CIPP) Page 3 of 7 b. Ground water table elevation c. Depth of cover at deepest location d. Modu�us of soil stiffiness e. Long term madulus of elasticity £ Live 1pading g. Factor of safety against buckling h. Assumed pipe nvality C. Certificates 1. Furnish an affidavii certifying that all CI�P meets the pravisions nf this Sectian and meets the requirements of above referenced ASTM standards. D. 5ource Quality Control Submittals 1. Manufacturer ta provide third party tast results supporting ihe long term perFormance and structural strength nf tkie pipe being manufactured 1.7 CLOSEOUT SCIBMITTALS [N�T USED] 1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT USED] x.9 QUALITY ASSURANCE A. Qualafications I. 1Vlanufacturing and Installatian a. Finished pipe shall be the produ.ct of 1 manufapturer. b. Liner manufacturing operations shall be perfornied at S loeation. c. The pipe manufacturer shall: 1) Have performed a nrxinimum of 50,000 feet of successful installation in the United States 2. All pipe furnished and installed shall be in conformance with and ASTM F1216 (�- inch through 6Q-i�ch}. B, Certifications Manufacturing and Installation a. O�aerate pipe manufacturing and installation under a quality management system certified by third party i80 5�000. Provide praof of certification u.pon request. b. If Installer is different eornpany than Manufacfurer, then installer rr�ust provide certi6cation from the manufacturer that he/she is iicensed and fully trained as an installer of the product upon request. 1.1Q DELIV�RY, STORAGE, AND HANDLING A. 5torage and Handling Requiretxzents 1. Follow manufacturer's recolnmen.dation on all storage and handling requirements. C1TY OF FORT WORTH Wa#er & Sanitary 5ewer Replacement 9TAIYDARD C�NSTRUCTION SPECIFICATIDN DpCUM�NTS Contraet20I8, WSM-M ltevised Decerraber 2D, 2012 City Pr4ject No. 1016�6 a3�i �z-a CURED IN PLACE P1I'E (CIPP) Yage 4 af 7 111 FIELD �SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 �WNER FLTRNISHED [ae} pWNER-SUPPLIEDPRODUCTS [NOT USED] �,� EQUIPMENT, PRODUCT TYPES AND MATERIALS A. General 1. A11 pipe furnished and installed shal� bs in conformance with and ASTM F 1216 (6- inch through 60-inch}. B. Manufacturer and Installers I. Only the ManufacturerlInstallers as listed in the City's Standard �'roducts List will be considered as shown in Section O1 60 00. a. The ManufacturerlInstaller must compiy with this Speci�ication and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 Q0. C. Perfotmance / Design Criteria Liner {tube) a. Dasign iiner for a 50-year service iife under continuous loading conditions. b. Consider no banding to the original pipe wall. c, Base design on a fully deteriorated host pipe con.dition as de�ned in ASTM F1216. d. Calculate wall thickness per ASTM F1216 Appendix XI. 1) Assume the followizzg values for the design: a) Safety Factor (N� = 2.0 b) Ovality (C) = S percent c) Enha.rycement Factor (K) = ?.0 d) Graundwater Depth (Hw) = per Drawings, feet e} Soil Dep�h (H) _�er Drawings, feet � 5oi1 Modulus (E') = 1,OOQ, psi g} Sail Density {w} = l30 pounds per cubic foot h) Live Load = ASSHTO HS 20 2) The rninimum allowable wall thickness �or fiberglass liner is 2.8 millimeters and can be increased as necessary to meet ASTM Fl2l 6 Appendix X1 design formula. 3) The minimutn allowable wall thickness for felt liner is 6.0 millimeters and can be inereased as necessary to meet ASTM F1216 Appendix Xl design formula. 4) FibergIass or felt products below the stated minitnum wall thickness will not be allowed under any circumstances. D. Materials l. Lirier (tube) a. The liner consists of absorbent na�-woven felt or seamless spually wound glass fiber. CITY OF FOKT WORTH STANDA1tD CONSTRUCTION SP�CIFICATIOIJ pOCUMEdYTS Water & Sanitary Sewer Rcplacement itevised Becetnber 20, 2612 Contract 20 f 8, WSM-1V1 City Praject No. 101688 3331 12-5 CliR$D [N PLACE PIPE (CIPP} Page 5 af 7 b. Construct liner to withstand installation pressures, have su�'ficient strength to bridge missing pipe and stretch to fit irregular pipe sections. c. The wet out Iiner sh.all have a relatively uniform �hickness that when compressed at installation pres.sures �vill equal or exceed the calcuIated mininum design CIPP walI thickness. d. Manufacture (iner to a size that when instalJ�d will tightly �t the internal circumference and length of the oziginal pipe. Mak� allowance for circumferential stretching during cpnstruction. e. Man�facture to length necessary to fully span the distance between manholes. Include s�fficient amount nf material for sealzng at manholes and product sample, if required. f. The wall coIar of the interior pipe su�rface of CIPP after instaTlation shall be a Iight reflective color sq that a clear, detailed examination. with CCTV inspec�ian per Section 33 O 1 31 can be mad�. Resin a. The resin systern will he manufactured by an appro�ed company selected by the CIPP liner manufacturer. Provide dncumentation of approval, if requested. b. The resin system shall be corrosion resis�ant polyester ar vinyl ester systenrz including a11 raquired catalysts and initiators that create a composite that satisfies the require�nents of ASTM F 1216, ASTM DSS 13 and ASTM F 1743. c. The resin used shall produce a prqper CIPF system, which wi11 be resistant to abrasipn caused hy solid, grit or sand, �.3 ACCESSORIES [NOT USED] �.� SOiTRCE QIIALITY CONTROL [NDT iJSED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 FREPARATION [NOT USED] A. Inspection l. Prior to instaIlation, conduct an inspection of the existing pipe identi#"ied for rehabilitation alang with the surrqunding j ob site canditions. 2. Complete a Pre-CCTV inspection per ,�ectian 33 O1 31. 3. Obsei-�ve flows at dif�erent times of the date to determine pz' verify flow conditions in preparation for bypass pumpin,g, 4. Veriiy accessibility conditions and coordinate with eity regarding easemeni access and limitations. 5. Canfirm full circumference of the host pip� prior to lining �o ensure tne pip� can be rehabilitated without compromising the Cll'P system. B. Host Pipe Preparation 1. Clean the pipe per Section 33 Q4 5Q. 2. Inspect pipe as required by this Specification. CITY OF FQRT WORTH Water & Sanitary Sewer Reptacement STAIVIaAIi� CO3vSTRUCrION SPBCI[']CATION DOCL1IvIENT5 Cootract 2018, WSM-M Ra�ised IJecember 20, 2Q12 City Project Na. IOlG88 33 31 l2 - 5 CURED IN PLACE P1FE {CIPPj Page G of 7 3. Prepa�re for bypass pumping per Section 33 03 10. C. Liner (tube) Preparation l . Resin Impregnation a. Impregnate the liner in a sahzrarion faciliiy where tha er�vironment can be consistently controlled. b. Use sufficient quantity of resin to fill t�►e valume of air voids in the tube with additional allowances for polymerization shrinka,ge and the potential loss of resin during installation through cracks and irregularities in the original pipe wall. c. Vacuum impregnate the resin uti3izing a motorized pinch roller to set proper thickncss. 2. If transported to the site, refrigerate as necessary to maiz�tain stable environment for the impregnated liner. 3.4 INSTALLATION A. Safety S. Carry out operation in accardance with all OSHA and manuiacturer's safety requirements including, hut not limited to, safety requir�ments invoi�ing confined space entry. B. Liner installatian 1. The impregnated liner can be placed in the pipe by either direct inversion or the pull in place method. 2. Fo.11ow AS�M F1216 Speciiicatian far direct inversion installakion. 3. �'ollaw ASTM F 3 743 Specification for pulled in place installation. 4. The finished CIPP should be continuous over the entire length of the run and be smooth and free frorn substantial wrinkles, as well as de%cts and improper service connections. C. Curing 1. Curing of the CIPP may be done by water, steam or Ultra Viol�t (U�J) light saurce, d�p�ending on the liner type and zesin. Each method must foilovv the recommendation of the rnanufacturer. 2. Place a sufficient amount of temperature anci/ar monitoring gauges within tk�e system to insure curing khroughout the lin.er is consistettt and uniform. A minimum of 2 gaug�s is reguired, 1 at each end of the liner. 3. Upon completion of the auring process provic3e the City with the monitoring data. D. Reinstatement of lateral connections 1. After the liner pipe is cured in place have the lakeral connections reinstated within 18 haurs. 2. Reinstate t1�e service by cutting the liner from the inside of the pipe. For srnall diameter pipe a remote opez'ated cutting device may be used, For Iarger pipe the liner may be cut by hand. 3. An internal cut is considered aceeptable ifthe hottam 113 ofthe apening �natchEs the existing tap invert, there are no �i agged edges anci a minimum af 95 percent af the tap opening is restored. CITY' OF FQRT WURTH Water cf� 5anitary Sewer lieplacement STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Connact 20I S, VJS11�-M Revised December 20, 2012 Ciry Praject No. 101688 33 31 l2 - 7 CLIRED IN PLACE PIPE (C1PP} Page 7 of 7 4. Blind holes, over cutting and holes fhat miss the tap tnust be repaired to the satisfaction of the City. 5. If additional work is required to restore. the �ateral connection outside of tt�e pipe follow the requirements of 5ection 33 31 50. 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATIQN [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTRdL A. Field Tests and [nspections 1. Closed Circuit T'ele�ision {CCTV} Inspection a. Perform a Pre-CCTV and a Poat-CCTV It�spection in accordance with 5ection 33 O1 31. 2. The inspection must be completed and the quality of installation must be acceptable to the City prior to restoring scrvices. 3. If fhe CIPP is deemed unacceptable by the City, provide a method oFrepair or replacem�nt for review and approval by the City. 3.S SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT I1SED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NQT L15ED] DATE I NAME END OF SECTION Revision Log SUMMARY OF CHANGE C1TY OF FORT WORTf-1 Water & 5anitary Sewer Replaccment STANDAItp COI�iSTl�LIGTIpN SPECIFICATI01�' DDCl1MENT5 Can�act 2D l8, WSM-M Revised December 20, 2p12 City Projeet No. ]O1686 333113-1 FIB�EtGLASS E�EINFORCED Pll'E FOR GRAVITY SANETARY SEW�RS Page 1 of 7 SECTi�N 33 31 13 FIBERGLASS REINFORCED PIPE FOA GRAVITY SANITARY SEWERS PARTI- GENERAL 11 5i1MMARY A. Section Includes: 1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer applications B. Deviations from this City of Fort Wort�i 5tandaxd Specificatian 1. None. C. Related Speciiication Sectians include, but are not necessarily limited to: 1. DivisiQn D— Bidding Requiret�nents, Contract Fonms, and Conditians of the Contract 2. Division 1— General Requirements 3. Section 33 O1 30 — Sewer and Manhole "Testing 4. Sectian 33 O1 31— Gloseci Circuit Television (CCTV) Irnspection 5. Section 33 OS 1 Q— Utility Trench Excavation, Embedment and Backfill 6. 5ection 33 05 2b — Utility Markers/Locators 7. 5ec#ion 33 31 50 — Saniiary Sewer Ser�ice Connections and Setvice Line 1.� PRICE AND PAYMENT PROCEDURES A. Measuretnent and Payment 2 3. 1. Measurement a. MeasLued horizontajly along the surface from center line to center line of the manhole, or appurtenance Payment a. The work perFormed and materials furnished in accordanc� with this Item and �neasured as provided under "Measurement" will be paid for at the unit grice bid per linear foot for "Fiberglass Sewer Pipe" installed for: 1) Various sizes 2) Various backfiIIs The price bid shall inclUde: a. Furnishing and installing Fiberglass gravity pipe with �oints as specified by the Drawings b. Mobilizatian c. Pavement rema�al d. Excavation e. Hauling f. Disposal of excess material g. Gaskets h. Fuz�nishing, piacem�nt and compaction of embedment i. Furnishing, placement and com�ac�ion of backfill CITY OF FORT WORTH Water & 5anitary 5ewer Rcplaccment 5TANDAliD CONSTRUCTlON SPECIFICAT[ON DOC[TMEIVT'S Contract 2418, WSM-M Revised 17ecemher 20, 2U12 City Project I�o. 101688 33 3 l 13 - 2 FJSGRGLASS R�INFORCED 1'iPE FOR GRAVITY 5.4Iv1TARY SEWEAS Page 2 pf 7 j. Trenck� water staps k. Clean-up l. CIeaning m. Testing 1.3 REF'ERENCES A, Reference Standards 1. Re%rence standards eited in this Specification refer to the current reference standard published at the time of the latest revision date lagged at the end o� this Specificatio�, unless a date ts specificaliy cited. 2. ASTM International (ASTM): a. D3236, Standard Test Meth�d fpr Apparent Viscoscity of Hot Melt Atihesives a.r�d Coating Materials. b. D3262, Standard Specification far "Fiberglass" {Glass-Fiber-lZeinfarced Thermosetting-Resin) Sewer Pipe. c. D3681, 5tandarci Test Method foz Chemical Resistance of "Fibergla�s" (Glass- Fzber-Reinforced Thermosetting-Resiz�} Fipe in a Deflected Conditiou, d. D4161, Standard 5peciizcation far "Fiherglass" (G1ass-Fiber-Reinforced '£herxnosetting-Resin) Pipe Jnints Using F1e�cible Elastameric Seals. e. F477, Stan�ard Specification for Elastom�riG Seals (Gaskets) fox .�oining Plastic 1'ipe. 1.9 ADMINISTRATIVE REQITIREMENTS [NOT [T,SED] 1.5 Si7BMITTALB A. Submittals shall be in accordance wiih Section 01 33 Op. B. All submittals shall he apprnved by the City prior to delivery. 1.6 ACTION SLIBMITTAL5/INk'ORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer 2. Manufacturer Number {identifies factory, location, and date ruanufactured.) 3. Nominal Diazz�eter 4. Beam load 5. Laying lengths 6. ASTM designation B. Shap Drawings 1, Pipe details 2. Jaint details 3. Miscellaneous items to be fiimished and fabz-tcated for the pipe 4. Dimensions 5, ToIerances 6. Wall thickness 7. Prapezties and strengths 8. Fipe calculations C1TY OP FORT WORTH Water & Sanitary Sewer I�placement STANDARD COIV5TRiJCTIOIV 5P�CIFICATION I70CUi+/IENTS Cantract 2018, W5M-M Re�ised Decsmher 20, zaia City Project No. ]01686 3331 13-3 F'IBERGLASS REIN�'O�iC�p P1PE FOR GRAVi'I"Y SAIVITARY 5EWER5 Page 3 af 7 a. Calculations confirrning the pipe w�ll handle anticipated loading signed and sealed by a Licensed Professional Engineer in Texas C. Certificates 1. Furnish an afiidavit certifying that all Fiberglass Reinforced Pipe meets the provisions of this Sectian and has been te�ted and meets the requirements of ASTM D3262. 1.'� CLOSEOUT SUEMITTALS [NOT U�ED] 1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED] 1.9 QUALITY ASSLJRANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per projec�. b, Pipe manufacturing operations shall be performed under the control of the manufackurer. c. A.II pipe furnished shall be in conformance with this specification and ASTM D3262. 1.10 DELIVERY, STORAGE, AND H�iDLING A. Delivery 1. Pro�ide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. B. Staz-age and Handiing Requirements 1. Gravity pipe shall be stored and handled in accnrdance with the ma�ufacturer's guidelines. 2. Secure and maurtain a location to store the material in accordanee with Seetion O1 66 00_ 1.11 FIELD [SITE] CONDITIQNS [NOT iISED] 1.12 WARRANTY [NUT USED] �ART � - PRODUCTS 21 OV�NER-FURNISHED [ax] OWN�R SUPPLI�DPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufaeturers 1. Only the manufacturers as listed in the City's 5tandard Products List will be considered as shown in Section O 1 60 00. a. The nnanufacturer must comply with t4�is 5pecificaYion and related Sections. 2. Any product that is not listed on t�e 5tandard Products Lsst is considered a substitution and shall be submitted in accardance with Section O1 25 00. B. Performance 1 Design Criteria 1. Pipe CfTY QF FORT WORTIi Water & Sanitary Sewer Rep[acement ST:�NDAfLIa CaNSTRUCT[QN 5PECII'1CATION DOCUMENTS Contraet 20L8, WSM-M Revised Dacember 2Q, 2012 City Project No. lU 1668 33 31 13 - 4 FIBERGL:�SS I�IIYFORCED PIPE FOR G1iAV1TY SANITARY SL�WERS Page 4 of 7 a. Desigz� in accordance with AS�M D3262 b. Design pipe for service loads that include: 1) External groundwater and earth lnads 2) Jacking/pushing loads a) The allowable jaeking/pushing capacity shall not exceed 4� percent of th� ultimate compressive strength or the ma�mum allowable compressi�e strength recon�.mended by the manufacturer, whichever is less. 3} Traff'ic loads 4) Practical considerations for handling, shipping and other con�truction aperat�ons c. Design is to be coqducted under the supervision of a Professional Engineer licensed in the Statc qf Texas, who shal.l seal and sign the design,. d. Standard lay length of 24 feet, except for special fttings or closure pi�ces necessary ta comply with the Drawings. e. Stiffness class that satisfies design requirement on the Drawings, but not less than 46 psi when used in direct bury operations. £ Accommodate vartical alignment chang�s required because of existing utility or other conflicts hy an apprqpriate change in pipe design depth. g. In na case shall pipe be installed deeper t�an its design allows. 2. Dimensional Tolerances a. Inside diameter 1) Pipe shall not �ary mpre than I/8 inch fram the aominaI inside diameter. b. Roundness 1} The difference between the major and minar outside diazneters shall not exce.ed 0.1 percent of the nominal outside ar �/a inch, vahichever is Iess. c. Wall thiekness 1) Provide minimum single point thiclrness np less than 98 percent of stated design khi.ckness. d. End Squareness 1) Provide pipe ends square to pipe axis wi.th maximum toleranee of 1/8 inch. e. Fittings 1) Provid� toIerance of angle of elhow and angle between main and leg of wye or tee to �2 degrees. 2} Provide talerance of laying Eength of fittin� to t2 inches. C. Materials 1, Resin Systems a. Only use polyestcr resin systetia with proven history of performance in this particular applicatian. 2. Glass Reinforcements a. Use reinforcing glass fibers of highest quality commercial grade E-glass filaments with binder and sizing comgatible with impregnated resins to manufacture components. 3. Fill�rs a. Silica sand or other suitable materi�ls may be used. b. Use 9$ percent silica with z�nalcimum moisture contest of 0.2 perce�zt. 4. Add�tives CITY OP FORT WdRTH Water & Sanitary 5ewet Rep[acement S'I'ANDARD CONSTRUCTION SPECIFICATIpN DOCUMENTS Contra�t 20i8, WSIV!-M Revised Decemher 20, 2012 City Project No. 101688 33 31 13 - 5 FIBERGLASS REINFOEtCBD PiPE FOK GRAVITY SANITARY SEWERS Page 5 nf 7 a. Resia additives, such as curing agents, pig�ents, dyes, fillers, thixott'opic agents,. etc., when used, shall not detrimentally affect the p�rfor�nance of the product. 5. internal linex resin a. Suitable for ser�ice as sewer pipe b. Highly resistant to exposure to sulfuric acid c. Produced by biological activity from hydrogen sulfide gases d. Meet or exceed requirements of ASTM D3681 6. Gaskets a. Supply from approved gasket manufacturer in accordance with ASTM F477 and suitable for service inten�ed. b. Affix gaskets to pipe by means oi suitable adhesive or install in a manner so as to prevent gasket fxom rolling out af pre-cut groove in pipe or sleeve coupling. c. Provide tiie following gaskets in potentialIy contaminated areas. 1) Petroleum (diesel, gasoline) — Viton 2) Other cantaminants — Manufacturer recommendation 7. Couplings a. Fie1d connect pipe with fiberglass sieeve couplings that utilize elastomeric sealing gaskets as 5ale means to mazntain joint water rightness. Joints a. Joints must meet requirements of ASTM D4161. 9. Pipe markis�gs shall meet the minimum requirements of ASTM D323b. Minimum pipe markirtgs shall be as follows: a. ManuFacturer b. Manufacturer Number (identifies iactary, location, dat� manufactured, shift and sequence) c, Nominal diameter d. Beam lo.ad e. Laying length f. ASTM designation 1 Q. Connectioz�s a. Use only manufactured fittings. b. See SectiQn 33 31 54. 11. Detectable Metallic Tape a. 5ee Section 33 OS 26. 2.3 ACCESSORiES [NOT LTSEDS 2A SaURCE QUALITY CONTROL �NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USEDj 3.� EXAMINATIDN [NOT L15ED� 3.3 PREPARATION [NOT USED� C1TY OF FORT WDItTH STANDARD CONSTRUCTION SPECIFICATIDN DOCUM�NTS Water & Sanitary 5ewer Keplacament Revised ilecember 20, 2012 Conlract 2D18, W3M-M Ciry Project No. 101686 33 31 13 - 5 F1f3ERGLA55 REINFORCED PIYE FDR GRAVITY SANITARY SEWERS Page 6 of 7 3.4 INSTALLATIUN A. G�nera� 1. Install pipe, #ittings, specials and appurtenances as specifted herein, as speci�ed in Section 33 DS 10 and in aecordance with the pipe manufachxrer's recommendations. 2. Lay pipe to t1Ye Iines and grades as indicated in the Drawings. 3. Excavate a�d backfill trenches in accordance vc+ith Section 33 OS 1D. 4. Embed pipe in acaordancc with 5ection 33 OS 10. S. For installation of carrier pipe within casing, see Section 33 QS 24. B. Pipe Hanaling I. Haul and distribute pipe and fitkin�;� at the project site. 2. Handl� pipit�g with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior tn lowering into the trench. b. Use only nylo.n ropes, slings ox ather lifting devices that will nat damage the snrface af the pipe for handling pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and a�ter the laying operation. b. Effectively seal #he open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint i�y slidin� the lubricated spigot end into the gaslceted bell end to the reference mark. c. Install such that identii�cation marking an each joint ate oriented upward toward the trench opening. d. When rnaking cannection to manhole, use an elastomeric seal or flexible boot to facilitate a s�al. D. Connection Installation 1. See Section 33 31 50. E. Detectable Metallic Tape InstaIIation 1. Sec 5ection 33 OS 26. 3.� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-iNS'TALLATION [NOT USED] 3.7 FIELD [oR] SITE QIIALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Telavision (CCTV) Inspection a. I'rovide a CCTV insp�ctian in accorda�ee with 5�ctiotz 33 O1 31. 2, Air Test and Deflection {Mandrel) Test a. Perform test in accordance vvith Section 33 p� 30. C17'Y qF FO12T WORTH STANDAiiD CONSTRUCTION SPECII'ICAT103V DdCL1MENT5 Water & Sanitary 5ewer Replacement Re�ised December 20, 2D12 ConU•act 2018, WSM-M Cify Project No. ]U1b8$ 3331 13-7 FIBEAGLASS REINFOEZCED PIPE FOit GRAVLTY 5A3VITARY SEW�RS Page 7 of 7 3,$ SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDj 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTNiTIES [NOT USED] 3.1� PROTECTIDN (NOT USED� 3.13 MAINTENANCE [NOT USED] 3.1�4 ATTACHMENTS jNOT USEDr END O� SECTION Water & Sanitary Sewer Replacement CTI`Y OFFQRT WORTH Contrxct 201&, WSNi-M STA3VDAIiD C�h�STRUCTION SPECIFICATION DOCUMEiYTS Ciry Froject No. 1016B8 Revised Deeember 2D, 2012 3331 LS-1 HIGH DEN5ITY POLY�THYL�.NE (HDPE) P1PE FpR 5AN1TAItY 5E15�ER Page 1 of 5 SECTION 33 31 la HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER PART1- GENERAL 1.1 SUMMARY A. Section Includes: High Density Polyethylene {HDPE) pipe 8-inch and larger far the use in sanitary sewer rehabilitation by pipe enlargement per Section 33 31 23 B. Deviations fram this City of Fort Worth Standazd Specification 1. None. C. Related 5peci�cation Sections include, but are not necessari�y Iimited to: 1. Divisian 0— Bidding Requirements, Contract �`orms, and Canditions of the Contract 2. Division I— General Requixements 3. Section 33 O1 30 — Sewer and Manhole Testing 4. Section 33 O1 31 — CIosed Circuit Televisian (CCTV) Inspecnnn 5. Section 33 05 14 — Utility Trencla �xcavation, Ernbedment and Backf'iIl 6. Section 33 OS 26 — Utility MarkerslLocators 7. Section 33 31 21 — Sanitary Sewer Pipe Enlargement 8. Seciion 33 31 50 -- Sanitary Sewar Ser�ice Connections and Service Line 1.� PRICE AND PAYMENT PROCEDURES A. Measurament az�d Payment 1. Measurement a. This item is considered subsidiary to 5anitary Sewer Pipe �nlargement per Section 33 31 21. 2. Payment a. The work g�erformed and znaterials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot oi Pipe Enlargement per Section 33 31 21, and no other cvmpensa#ion will be aIInwed. 1.3 REFERENCES A. R�ference �tandards 1. Reference standards cited in this Specification refer to the current reference standard published at fhe time of the latest revision date logged at th� end of this Specification, unless a date is specifically cited. 2. ASTM Internatianal(ASTM): a. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings Materials. b. �'2620, Standard Yractice for Heat Fusion Joining of PolyethyIene Pipe and Fittings. Cl'I`Y OF FQRT WORTH STANDARD CONSTRUCT[QN SPECIFICATION �OCUMENT5 Revised April23, 2019 Water & Sanitary Sew�r Reptacernent ContraCt 2018, WSM-M City Project No, 1q7668 33 31 l5 - 2 HIGH D�NSfTY POLYETHYLENE (HDPE) PIPE FOIZ SANITARY SEWER Page 2 of 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED� i.5 SUBMITTALS A. Submittals shall be in accordance with Section Ol 33 00. B. All submittals shall be approved by the City prior to de1ivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMiTTALS A. Product Data 1. Gravity pipe 2. Manufacturer 3. Nominal pipe diameter 4. Pressure Rating S. Standard Dimension ratio (SDR) 6. Cell classification 7. Laying lengths B. Certificates I. Furnish an affida�it certifying that all HDPE gravity pipe meets the prov'tsians of this 5ection and has been tested and meets t]ie requirements of ASTM standards as listed hera�n. l.y CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the pz'oduct of 1 manufacturer for each siz�, unless athenvise specified hy the City. 1) Change orders, specials and field changes may be pravided by a different manufacturer upon City approval. b. Pipe manufacturing operations shail be performeci u�der the control of the manufacturer. c, AIl pipe furnished sha11 be in canformance with and ASTM D3350. 1.1p DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Pipe and fittings shall be tt'ansported, stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to stare the material in accordance with Sectzan O1 66 00. Cl'T`Y OF FQRT WORTH 1'VaEer & Sanitary Sewer iteplacement STAI*[DAIZD COR'STRUCTLON 5PGCIFICATION DOCUME,NTS Contract 201 B, WSM-ivl Revised Ap�il 23, 2U l9 Cify Project No. 141688 a331 ls-3 HIGH DL�NS�TY POLYBTHYLErlE (IiDPE) PIPE FOR SANITAEtY SEWER Page 3 of 5 1.11 FIELll [SITE] CONDITIONS jNOT USED] 112 WARR�NTY [NOT LTSED] PART 2 - PRODUCTS �.1 OWNER-FURNISHED �ot�] OWNER-SUPPLIED PR�DUCTS [NOT USED] 2,2 EQUIPMENT, PRODUCT TYPES AND MAT�RIALS A. Manufacturers 1. Only the manufacturers as listecf in the Ciiy's 5tandaxd Products List will �e consider�d as shown in Section O 1 60 Q0. a. The manufacturar m,ust comply with tkiis Speeification and related Sections. 2. Any groduct that is not listed on the S#andard prodnets List is considered a substitution and shall be subcnitted in accordance with 5ection 01 25 00. B. Materials Pipe and Fittings a. Material shall be minimu:nn DR-17 Extra High Molecular Weight, High Density Polyethylene PE 3408, Cell Class PE345464D or E(inner wall shall be white or light in colar) pez' ASTIVI D335i?. b. Material shall be no:tr�ogeneous throughout and free of: 1) Abrasion, cutting ar gouging of the outside surface extending to more ihan 1Q p�rcent of the wall thickness in dept$ 2) Cracks 3) Kinking {generally due to excessive or abrupt bending) 4} Flattes�ing 5) Holes 6) Blisters 7) �iher defects c. Pipe with gashes, nicks, abrasions or any such ph�sical damage which may have occurred during stoz'age andJor handling, which are largerideeper than 10 percent of the wall thickness shall not be u�ed and shall be rexnoved from the consiruction site. d. Pipe and fitti.ngs shatl �e uniform in eolor, opacity, density and other physical properties. 1) Pipe and fittings nof ineeting these cri#eria will be rejected. e. Pipe Markings 1) Meet the minimR.Grn requir�ments of ASTM D3350. 2) Minimum pipe markings shall be as follows: a} Marking intervals shall be at 6-inch intervals b) Manufacturer's Name or Trademark and production record c) Nominal pipe size d) ASTM ar Standard Dimension Ratio (SDR) designation e) Cell ctassif cation � Seal of testing agency that verlf ed the suitability of the pipe 2. Connections a. Z1se only manufactured fittings. b. See Scction 33 31 50. C[TY OF FOR7' WpRTI-[ STANDAR.� CONSTItIICTION 8P&CIFICATIDN DOC[JMEN"['S Water & 5anita .ry Sewcr Rnplacemcnt Revised Apri l 23, 2619 Contract ZD l$, W 5M-M CityFtojectNo. ]Q16.86 3331 i5-4 HIGH DBIVSITY P�LYETHYL�IYE (TiDPE) FIPE Et}R SANiTAItY SEVI�ER Page 4 af 5 3. Detectable Metallic Tape a. See Section 33 05 26. 4. Polyethylene Repair Clamp a. Smith-Blair Full Circle Clamp Style 228 or 263. 2.3 ACCESS�RIES [NOT USED� �.4 SOiTRCE QUALITY C(}NTROL [NOT USED] PART 3 - EXECUTI(]N 31 INSTALLERS [NOT USED� 3.2 EXAll�IINATI�N [NOT USED] 3.3 PREPARATIDN [NOT USED] 3.4 INSTALLATIQN A. General 1. Install pige, fittings, spacials and appurtenances as specifted herein, as speeified in Section 33 31 21, and iu accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. If applicable excavate and bac�ciill trenchas in accordance with Section 33 05 1 a. B. Pipe Handling Hau] and diatribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. I:nsp�ct each joint of pipe arid reject or repair any damaged pipe prior to lowering intn the trench. b, Use only nylon ropes, slings or other lifting devices that will not damage tha surFace of the pipe for handling the pipe. 3. At the close of each ogerating day: a. Keep the pipe clean and free of debris, dirt, an�mals and trash — during and after the laying operation. b. Effectively seal thc open end of the pipe using a gasketed night cap. C. Pipe Joining a. Join gipe in accardance with ASTM F2620. b. Operators must he certiiied by the manufacturer to use the fusion equipment. c. Follow the time and temperature recommendations of the manufacturer. d. Joints shall be stronger than the pipe i#self, be properly aligned and eantain no gaps or voids. e. Remove bead projectian on the outside of Yhe pipe to reducc drag during pipe installation process. D. Connection Installation 1. See 8ectian 33 31 50. E. Detectable 1Vletallic Tape Installation CITY OF FORT WORTFi Water & Sanitary Sewcr Replancment STANDARA COIdSTRUCT�ON SPECIFICATIDN DOCi1[VIENTS Cantract 2018, W3M-M Revised Apri123, 2019 City Praject [Ya. ] 01688 3331 i5-S HIGH DENS]TY POLYET[iYLEIVT: (HDPE) P[PE FOIi SANITARY SL�WEIt Page 5 of 5 1. See Section 33 OS 26, 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ot�] STTE QUALITY CONTROL A. Field Tesis and Inspections 1. Closed Circuit Te�evision {CCTV) lnspeetion a. Provide a I'ost-CCTV inspection in accordance with Section 33 O1 31. 2. Air Test a. Provide an Air Test in accardance wiYh Sectian 33 O1 3p. 3.8 �SYSTEM STARTIIP [NOT USED] 3,9 ADJUSTING [NOT USED] 3.10 CLEANING jNOT US�D� 3.11 CLOSEQUT ACTIVITIES [NOT USEDJ 312 PROTECTION [NOT USED] 3.13 MAINTENANCE jNOT i18EDj 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION Revisiatt Log DATE NAME 3UM.MARY OF CHANG� �4123/2019 Walter Nnrwood !.1.A referanced 5ection 33 3l 21 and was corrected to reflect Section 33 31 23. Water & 5anitary Sewer Replacement CITY OF FDRT WORTH Contract 2018, W5M-M STAND11.Rp CDA'STRilCT10N 5P�CIFICATION �DCUl1I�NTS City Projeci Nn. 10[ 688 Revised Apri123, 2019 33312fl-1 POLYVINYL CEif.OR1D8 (PVC) GKAVIi'Y SANITA4ZY SEWERPll'E Page I nf 6 SECTION 33 31 20 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY Sfi`]i�ER PIP�, PART1- GENERAL 1.1 SUMMARY A. Section Includes: Polyvinyl Chlaride (PVC) pipe 4-inch thraugh 27-inch for gravity sanitary sewer applications B. De�iatians irom this City of �'ort Worth Standard Specification 1. None. C. Related Specification Sections include, but are nat necessarily limited to: 1. Division 0— Bidd�ng Requiremen.ts, Contract Forms, and Conditions of the Contract 2. Division 1— General Reyu{rements 3. Section 33 O1 30 — Sewer and Manhole Testing 4. 5ection 33 O 1 31 — Clpsed Circuit Teievisinn (CCTV) Inspection S. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 2b — Utility MarkerslLocators 7. Section 33 31 SU — 5anitary Sewer Service Connections and Ser�+ice Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measur$ment and Fayment 2 3. 1. Measurement a. Measured horizontatly along the surface from center line to center line of the manhole ox' appurtenance Payment a. The wark perfarmed and materials furnished in accardance with ti�is Item and measured as provid�d under "Measurement" will be paid for at the unit price hid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratips 3) Various embedments 4) Vaxious depths, for miscellaneous projects on�y The priee bid shall include: a. Furnishing and installing PVC gravity pipe with joints as speciiied hy the Drawings b. Pavement removal c. Excavation d. Haul.ing e. Disposal of e�cess material f. Furnishing, placement and compaetion of emb�dment g. �'uxnishing, placement and compaction of backfill CITY OF FDRT WORTf� STANDARD CONSTRUCTTON SPECIFiCATTON ➢OCUM�'NT5 Water & Sanitary Sewer Replacemenl Revised 3une 14, 2D13 Contract 2018, W5M-M City Prajcct No. I01688 333120-2 POLYVINYI, CI-II,ORII]E (PVC) GRAVIT}' SA1�IITARY 5EWER PIPE Page 2 of 6 h. Trench water stops i. Clean-up j. C.leaning k. Testing 1.3 REFERENCES A. Referenca Standards 2. 4 Reference standards cited in thzs Specification refer to the current refer�nce standard puhlished at the time of the latest re�+ision date logged at the end of this Speeification, unless a date is speeifically cited. American Association of Stxte Highway and Transportation {AASHTO). AST14+I Intet�n.ational (ASTM): a. D178�#, Standard Specificatian %r Rigid Poly(Vinyl ChIoride) (PVC) Componnds and Chlorinated Paly(Vinyl Chloride) (CPVCj Compounds. b. D2412, �tandard Test Mcthod for Deterzxzination of Extertzal Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. c. D3034, Stanaard Speci�cation %r Type PSM Paly(Vinyl Chlgride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Speci�cation for Joints for Drain and Sewer Plastie Pip�s Usuzg Flexible Elastorneric Seals. e. F679, Standard ,5pecification for Poly (�Iinyl Chlaride) (PVC} Large-Diameter Plastic Gra�ity Scwer Pipe and Fittings. 'I'e�s Commission on Envirot�nental Qualzty (TCEQ): a. Title 30, Part i, Chapter 217, Subc�hapter C, Rule 217.53 — Pipe D�sign. 6. Tit1e 3p, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria far Laying Pipe. c. Title 30, Fart I, Chapter 217, Subchaptex C, Rule 217.57 — Testing Requirements for installation of Gra�vity Collection Systern Pipes. Undervvriters Laboratories, Inc. {UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1S SUBMITTALS A. Submittals shall be in accordance with �ection 41 33 00. B. AIl submittals slaall be approved by tl�e City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATXONAL SUBMITTALS A. Prod�ct Data 1. Product data sheet 2. Manufacturer 3. Nominal pip� diameter 4, Standard dimension raiio {SDR) 5. Cel] classifcxtion 6. Laying lengtl�s B. Ce�rtificates CCI'Y OF FQRT W012'TH STA1�'DARD CON5TRUCTEON SPCCIFTCATION DOCLIMENTS 4Vater & Sanitary 5ewer Replacement Revised 7une l4, 2013 Cnntract 2U18, WSM-M City Project No. 1p1688 333120-3 POLYVINYL CHLORIDE {PVC) GRAVITY SANITARY SEWER PIPE Page 3 nf 6 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets th� provisions of this Section and has been air and deflecti�n tested and meets the requirements of ASTM D3034 and ASTM F679. i.9 C�.�SEOUT SUBIVIITTALS [NOT USED� 1.8 MAINTENANCE 1VIATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A35[TRANCE A. Qualiiications 1. Ma.nufacturers a. Finished pipe shall be the product of 1 manufaeturer for each size per project, unless otherwise approved by the City. �) Change arder5, specials and field changes may ba provided by a different manufacturer upon City appro�al. b. Pipe manufaeturing operations shall be performed under the co:ntral of the mranufacturer. c, All pipe fu�nished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch tk;rough z7-inch). 1.10 DELIVERY, STORAGE, AND HANDLING A. Starage and Han.dling Requirements 1. Gravity pipe shall be s�ored and handled in accordance with the manufacturer's guidelines, 2. Secure and rnaintair� a location to store the material in accordance with Section O1 66 00. 1.11 FIE�LD [SITE] CONDITIONS �NOT USED� 1.1� WARKANTY [NOT USED] PART 2 - PRODUCTS 2.1 OVVN�R-FURNISHED [oR] OWNER-�UPPLIEDPRODi1CTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufaafurers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shor� in Sectinn O1 b0 D0. a. The manufacturer must comply with this Specification and relatcd Sections. 2. Any product that is not listed on the Standard Products List is considexed a substitution anc� shall be submitted i�a accordance with Section Ol 25 00. B. Ferforrnance 1 Design C�iteria 1. Pipe a. Meet all requirenrients of TCEQ. b. Design in accorclance with ASTM D3�34 for 4-inch through 15-inch SDR 26 and ASTM Fb79 for 18-inch through 27-inch 46PSI115P5. c. PVC Gravity Sanitary Sewer Pipe sha11 he approved by the UC.. CITY OF FORT WOCtTH 5TAM3ARD CONSTRUCTION SPECI�ICATfON DOCUMENTS Water & Sanitary Scwer iZeplacemcnt Revised June 19, 2013 Gontract 20l B, Vi�SM-M Ciry Project No. i O l 6$B 33 31 2� - 4 PQI,YVINYL CHLORIDB (PVC) GRAVITY 5ANITARY SEWER PEPE Page 4 of fi d. Assume a standard lay length of 14 feet and 2D feet except far special fittings or closure pieces necessary to comply with the Drawings. e. Usa green ooloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D1784, with a cell cla�siiicatzon of 12454 or 1236� g. Deflcction Design 1) Base pipc design on pipe stifftiess, soil stiffness and lnad on the pipe. 2} Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbaok oiPVC Pipe, using the following parameters; a) Unit VVeight of Fill (w) = 130 pounds per cubic foat b) Live �,oad = AA5HT0 HS 2Q c) Trench Depth = 12 feet minimum, nr as indicated in Drawira.gs d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) � 1.� fl B�dding Factor constant (K) = 0,1 g} Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's laad per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Mp�x�.ent of inertia of pipe watl per unit length, (I} = t3/12, (in4/in), per pipe type and �ize (1) V�here {t) = pipa thickness, inches k) Maximum Calculated De�lection � 5 percent h. Pipe Flatation: If the pipe is buried in cotnmon saturated soil (about 12� paunds per cubic foot) with, at least 1'/a p�pe diatneters of cover, pipe is generally not subjec# to flotation. IFshallnwer, check groundwate�r flotation poiential. Flotation will occur if: Fb�Wp�'Wf��d t. J� k. Wher�: Fe = buoyant force, pound per foot Wp = empty pipe wei�ht, po�znd per foot �e— weight of flooded soil, pound per faat Wd = weight of dry soil, pound per foot Values and formulas far the above variables can be obtained from tl�e pipe manufacturer and site specific soil conditions. Verify treneh depths after existing utilities ase located. Accommodate vertical alignment changes rec]uired because of existing utility or oiher eonflicts by an appropriate change in pipe design depth. In no case sha11 pipe be in�talled deeper than its design allows. 2. Niinimum pipe stiffness of 4b psi at S pez'cent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. M�eet ihe minimum requucements of ASTIVI D3D34 and ASTM Fb79. b. Mir►i,mum pipe markings sha11 be as follor�s: 1) Manufactuz'cr's Name or Trademat'k and production record 2) No.minal pipc size CITY OF FOItT WORTH 3TANDARD CON5TRUCTION SFECtFICAT[dN DOCCJMENTS Water & Sanitary 5ewer Replacement Aevised Juue 39, 2(113 Contract 2015, WSM-M C€ty Project Nn. l O1b88 33 31 20 - 5 POLYVINXL CHLORIDE (L'VC) GRAViTY SANI`CARY SEWER PiPE Page 5 of 6 3) PVC cell classifcation 4) ASTM or Standard Dimension Ratio {�DR) designation 5) SeaI of testin.g agency that verified the suitability of the pipe 4. Jaints a. Joints shall be gasket, bell and spigot, push-on type conforming to ASTM D3212. b. Since each pipe manufacturer has a�ifferent design for push-on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Conrtections a. On1y use manuiackured fittings. b, See Section 33 31 50. 6. Detectab3e Metallic Tape a. 5ee Sectian 33 OS 2&. 2.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NUT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION �NOT USEDj 3.4 INSTALLATION A. General 1. Install pipe, specials atzd appurtenances as specified herein, as specified in Section 33 OS 10, and in accordance with ihe pipe manufacturer's reenmmendations. Lay p�pe to fhe lines and grades as indicated in the Ih'awings. Excavate and backfill trenches itt accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 OS 1Q. B. Pipe Handling 1. Haul and distribute pipe a�d fittings at the project site. 2. Handle pipir�g with care to avaid damage. a. Inspect each j oint of pipe and rej ect or repair any datnaged pipe prior tn lawer.ing into the trench. b. Use only nylon rapes, slings ar other lifting devices that will not darnage the su�'ace of the pipe far handiing th� pipe. 3. At the close of each operating day: a. Keep the pipe ciean and free af debris, dirt, animals and trasb — during and a$er the laying operatiorz. b. Effectively seal the open end af the pipe using a gas�Ceted night cap. C. Pipe Joint Installation a. Clean dirt and foreign material frorn the gas�eted socket and the spigot end. C1TY OF hQRT WOR'i'H WaEer d. Sanitary Sewcr Replacement STANDARI.7 COI�ISTRiTCTION SPECIFICATIOI�' DOC[IMEN'i'S Contract ZOlB, W5M-M Revised June 19, 2013 City Praject No. 10158& 3�3� za-6 POLYVINYL CHLOAIDE (P�C) GRAYITY SANITARY SEWER P1PE Page 6 of b b. Assemble pipe joint by sliding the lubricated spigot end inta the gasketed bell end to the reference mark. c. Install such that identifieation marking on each joint are ariented upward toward the trench opening. d. When making connection to znanhole, use an e�astomeric seal or flexible bnot to facilitate a seal, D, Connection Installation 1. See Section 33 31 50. E. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 3.S REPAIR 1 RESTORATIQN [I�iOT USED] 3.6 RE-INSTALLATION [NOT USEDJ 3.'� FIELD [ox] SITE QUALI'TY CONTR�L A. Field Tests and Inspectians 1. Video Inspection a. Provide a Post-CCTV ins�ection in accnrdanc� with Seetion 33 Q1 31. 2. Air Test and Dcfiection (Mandre!) Test a. Perform in accardance with Section 33 O1 30. 3.& SYSTEM STARTUP [NOT U,SED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLUSEOUT ACTIVITXES [NOT USED] 312 PROTECTION [NOT iTSED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT L]SED] END OT SECTION C1TY OF FORT VsrORTH Water fic Sanitary Sewer 1Zeplacement STANDARD COIVSTRUCTION SPHCIFTCATiON �OCUMENT5 Gontract 2018, WSM-M Re�ised dune t9, 2013 City Project No. I01688 333121-1 POLYVINYI, CHLORiDE (PVC) CLOSED PROFILE GRAVITY SAIVITARY SEWER PINB Page i of 6 SECTION 33 31 �1 POLYVINYL CHLORiDE (PVC} CLOSED PROFILE GRAVITY SANITARY SEWER PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Folyvinyl Chloride (PVC) pipe 18-inch through 48-inch for grauity sanitaty sewer applications B. Deviations fronn this City of Fort Worth Standard Specification 1. Non�. C. Related Specification Sections include, but are not necessarily limuted to: 1. Division 0— Bidding Requiremenfs, Contract Forms, and Conditions of the Contract 2. Division 1— Generai Requirements 3. Secfion 33 OI 30 — Sewer and Manlzale Testing 4. Sectipn 33 O1 31 — Closed Circuif Televisian (CCTV) Inspectian 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and BackfiIl 6. Section 33 OS 26 — Utility MarkerslLacators 7. Section 33 31 50 — Sanitary Sewer 5er�ice Cannectians and 5ervice Line 1.� PRICE AND PAYIVIENT PROCEDURES A. Measureffient and Payment 1. Measurement a. Measure horizontally along khe surface from center line to center line af the manhole or appurtenance Z. Payment a. 'The work perfprmed and materials furnished in aceordance with this item and measured as provided under "Measurement" wi1l be paid for at the unit price bid per li�ear foot for "PVC ASTM F 1803 Sewer Pipe" installed for: 1) Various sizes 3. The price bid shall incl�de: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement rem�ova.l c. Excavation d. Hauling e. Dispasal of excess material f. Furnishing, piacement and compaction of embedment g. Furnishing, placemen.t and compacfion of backfiIl h. Trench water stops i. Clean-up j. Cleaning CITY OF FORT WOR'{'H Watcr & 9anitary 5ewcr Rcp3acement STANDA1iD CONSTRUCTION SP�CIFICATION DOCUMENT5 Contract 2D l S, WSM-M Revised december 24, 2012 City Project No, ID1688 33 31 21 - 2 POLXVINYL CHLOR[DL� {YVC) CLpSEI] PROFILE GRAVI'I'Y SAAIITARY S�WER P[PE Page 2 of 6 k. Testing 1.3 RE�'ERENCES A. Reference Standards �. Reference standards cited in this Sp�cification refer to the eurrent reference standard published at the time of the �atest x'e�+ision date logged at the end af this Specification, unless a dat� is specifically cited. 2. Azr�erican Association af State Highway and Transportation (AA5HT0}. 3. ASTM International (ASTM}: a. D1784, Standard Specification for Rigid Poly{Vinyl Chlaride) {PVC) +Compounds and Chloz-inated PoIy{Vinyl Chlot-ide) (CPVC) Campounds. b. D24I2, Standard Test MeChod for Determination of �xternal Loading Characteristics af Plastic Pipe by Parallel-Piate Loading, c. D32I2, Standard 5pecification fpr Joints for Drain and Sewer Plasiic Pipes Using Flexible �lastomeric Sea1s. d. F1803, Standard Specification for Poly(Viny1 Chloride} (PVC) Closed Profle Gravity Pipe antI Fittings Based on Controlled inside Diameter. 4. Underwriters Laboratories, Ine, (iJL). 1.4 ADMINISTRATIVE REQi1IREMENTS [NOT USEDJ 1.5 SUBMITTALS A. Submiitals shall be in accordance with Section O1 33 00. B. All submittals shall be appro�ed by the City prior to delivery. l.b ACTION SUBMITTALSJXNFORMATIONAL SUBIVIITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Norr�inal pipe diameter �. Cell classification 5. Laying Iengths 6. Field sealant and sealant procedures B. Certificates 1. Furnish an aifidavit certifying tl�at ail PVC Gravity Pipe mee�s the provisions of this Section and has been air and de�lectian tested and meets the requirements of ASTM F 1803. 1,7 CLOSEOUT SUBMITTALS [NOT USED] I.S MA�NTENANCE MATERIAL SUBMITTALS [NOT USED] 1.4 QUALITY ASBURANCE A. Qualifications 1, Manufacturers CI1'Y OF FORT WORTH Watcr &. $anitary 5ewer Iteplacement 5TANQARQ CON3'PRUCTiON SPECiFICATION DQCUMEI�ITS Contract 2U 18, WSM-M Revised Decemher 20, 2012 City Projeet Na, 10168� 33 31 21- 3 POLYVINYL CHLORIDE (PVC) CLOSED PROFiLG GRAVITY SANLTAFtY SEWER PIPE Page 3 of 6 b. C. Finished pipe shall be the product of 1 znanufacturer for eack� siz�, unless otherwise appro�ved by the City. 1) Change orders, specials, and field changes may be provided hy a different manufacturer upon City approval. Pipe znanufacturin� operations sha11 be performed under the control of the manufacturer. All pipe furnished shall be in confarmance with ASTM F 1803. 1.10 DELYV�RY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shal.l he stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the snaterial in accordance with Section O1 66 OQ. 1.11 FIELD [SITE] CONDITIONS [NOT i]SED] l.la WARRANTY [NOT USED] PART2- PRODUCTS �.1 OWNER-FURNISHED {oR] OWNER-SUPPLIEDPRODUCTS [NOT L1SED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1, On1y the manufacturers as listed in tlae City's Standard Products List vs�ill be consic�ered as shown in �eetion Q1 60 40. a. The matiufactiu�er must cozz�ply with tlus Specificatinn and related Sections. 2, Any product that is not listed on the Standard Praducts I,ist is considereci a subsiitution and shall be submitted sn accordance with Sectio.n 01 25 00. B. Ferforrr�ance 1 Design Criteria Pipe a. Meet all requirements of TCEQ. b. All pipe fui-n.ished shall be in confvrmanee with ASTM F1803 for I8-ineh through 48-inch. c. PVC Clqsed Profile Gravity Sa�itary Sewer Pipe and Fittings shall be appraved by the UL. d. Assume a standard lay length af 14 feet except for special fi�tings or closure pieces necessary to comply with the Dravi+ings. e. Use green or white coloring for in graund identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D1784, with a cell classi�cation of 12364 g. Deflection Design I) Base pipe design on pipe stiffness, soil stif#'ness and load on the pipe. 2) Design pipe according to the Modiiied Iowa Formula as detai�ed by the Uni-Bell PVC Pipe Association in tk�e Handbaok af PVC Pipe, using the fvIlowing parameters: a) Unit Weight of Fill {w) = 130 pounds per cubic faot CTTY OF FOIiT WORTFi S'�ANDARD CQNSTRUETION SPECIFICATiON I]OCUME3YT5 Water & Sanitaty Sewer Replacement Ravised Decamber 2Q, 2U12 Contract 2018, r7V3IVd-M City Project Na. 101688 33 31 21 - 4 PqLYVINXL CIELORIQE {PVG) CL05ED PROFILE GRAVITY SAIVITARY 3EW�.R P1YE Page 4 of 6 b) Live Load = AASHTd HS 20 c) Trench Depth = I2 feet mini.mum, or as indicated in Drawings d) Maximum (E') < I,000 max e) Deflection Lag Factor (DL) = 1.i1 � Bedding Factflr constarxt (K) = 0.1 g) Mean radius af the pipe (r), inches, as indicatad in Drawings h) Marston's load per unit length (W}, pounds per i.ncla, ca�culate pex Drawings i) PVC modulus of slasticity (E) = 400,D0� psi j) Moment nf inertia of pzpe wall per unit Iength, (I) = t�/12, (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated De�Iection = 5 percent h. Pipe Flotation; If the pipe is buried in cflmmon saturated soil (about 120 pouuds per cubic fooY) with at least 1'/a pipe diameters of cover, gipe is generally not subject to flotation. If shallor�ver, check groundwater flotation potential. Flotation will occur ii: �b > Wp+ We-� Wa i. 1• k. Where: F� = buoyant force, pounds per foot Wp = empty pipe weight, paunds per %ot Wf= weight of flooded soil, gounds per fqot W� = weight of dry soil, ppunc�s per foot Values and foz-mulas for the a.bave variables can be obtained from the pipe nnanufacturer and site specific soil canditions. Verify trench depths after existing utilities are iocated. Accommodate vertical alignment changes required because of existing utility or other con�ic�s by an a:ppropriate change in pipe design depth. In no case shall pipe be installed deeper than its desi�n allaws. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. Pipe markings a. Meet the minimum requirements of ASTM F 1803. b. Minimurn pipe markings sha11 be a� follows: 1} Manufacturer's Name or Trademark and praduction record 2) Nominal pipe size 3) ASTM Standard 4) Ce12 Classification 5) Seal of testing agency that verified the suitability of the pipe Joints a. Joint� shall be gasket, bell and spigot, push-on iype conforming to ASTM D3212. b. Since each pipe znanufacturer has a different design for push-on joints; gaskets shall6e part of a compiete pipe section and purchased as such. S. Connections a. Use o�Iy manufactured fittings. b. See Section 33 31 50. CITY DF FORT WOA"PH STAN�l�RD CONSTRUCT10i+I SP�CIFICATIOIV DOCUMI;N'TS Water & Sa�itary 5ewer Replacement Revised Deeember 20, 2012 Contract 2018, WSM-M City Project I�do, 101688 33 31 21 - 5 PDi.YVINYL CHLOI2ID[? (PVC) CLOS�D PROFILE GItAVITY 5ANITARY SEWER PIPE Page 5 of 6 6. �'ield 5ealant a.. Use urethane adhesive {3M Scotch-Weld DP6Q5) for sealing connections and �eld cuts. 7. Deteeta6le Metallic Tape a. See Section 33 OS 26. �.3 ACCESSORIES [NOT USED] 2.4 �OURCE QUALXTY CONTROL [NOT IISED] PART 3 - EXECi7TIOlV 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION 4NOT USEDj 3.3 PRE�'ARATION [NOT USED� 3.4 INSTALLATION A. Genera! 1. Install pipe, fittings, specials and appurtenances as specified �erein, as speci�led in Section 33 OS I 0 at�d in accordanee with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawi.ngs. 3. Excavate and backfill trenches in accordance r�+ith 33 OS 10. 4. Embed 1'VC Pressure Pip� in accordance with 33 OS 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the pxoject site. 2. HandIe piping with care to avoid damage. a, Inspect each joint of pipe and reject or repair any damaged pipe prior to lawering into the trench. b. Use anly ny�an ropes, slings or other lifting devices that wi11 not damage tha surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clea�n at�d free of debris, dirt, animals and trash — during and after the laying operation. b. Effectiveiy seal the open end of the pipe using a gasket�d nig�t cap. C. Pipe Joint Installation 1. Clean dirt and foreign material from the gasketed socket and the spigot end. 2. Assemble pipe joint by sliding rhe lu6ricated spignt end into the gasketed bell end to tke reference mark. 3. Install such that identiiicatian marking on each jaint are oriented upward toward the trench opening. 4. When making connection to manhole, use an e1astomeric seal or flexible boot to facilitate a seal. D. Field Cutting 1. Make pipe cuts before placing pipe in ditch when possihle. Cl'fX OF FOR'1' WORTH STANDABI] CONSTKIJCTION SPECIFICAI`IO1V 170CUMHNTS Water & 5anitary Sewer Replacement Itevised Decem6er 20, 20L2 Contract 2018, WSM-M City Prajent No. l O1G88 33 31 21 - b PDLYV[N7'L CHLOItIDE (YVC) CG05EI) PROFILE GRAVITY 5AN[TARY SEVJER PIPE Page 6 of 6 2. Cut pipe with disc blaet� or eircular saw for best results. 3. Do not follow the spiral barrel weld as a cutting guide. 4. Use field sealant on cut locations per the manufactur�r's recommenc�ation. E. Connection Insiallatio❑ 1. See 5ection 33 31 S0, F. Datectable Metallic Tape Installation 1. See Section 33 OS 26. 3.5 RE�AIR / RESTORATION [NOT iISEDj 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD [oR] SITE QUALITY CONTROL A. Field Tests and �spections 1. Video Inspection a. Provide a Post-CCTV Tnspection in accordance with Section 33 O1 31. 2. Air Test azid Def�ection (Mandrel) Test a. Perfarm test in accordance with Section 33 O1 30, 3.� SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [N�T USED] 3.11 CLOSEOLTT ACTIVITIES [NOT USED] 3.1� PRQTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACIIM.�NTS [NOT i1SED] END OF SECTION CTTY OF FpRT WDR7'H STANI3ARU CONSTRi]CTIOiV 5PECIFICATION DOCllMP.NTS Water & Sa�itary 8ewer Replacement Revised Decemher 20, 2012 Contract 2018, WSM-M City Project No. l D 1688 333122-1 SANITARY SCWER SLIPLINING Page 1 of 10 SECTXON 33 31 �2 5ANITARY SEWER SLu' LINING PARTi- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requiremenis to rehabilitate e7cisting sanitary sewers by Slip Lining with golyethylene pipe B. Deviations fram this City of k'ort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily lizz�ited to: 1_ Divisian �J — Bidding Requirements, Contract Forms, and Conditians oi the Contract 2. Divisinn 1— General Requirernents 3. Sectian 03 80 00 -- Modifications to Existing Concrete Struct�,ues 4. Section 33 O1 3U — Sewer and Manhole 'Testing 5, Section 33 OI 31— Closed C�rcurt Television (CCTV) In�pectian 6. Section 33 03 IO — Bypass Pumping of Existing Sewer Systems 7. Section 33 OS 3 0— Utility Trench Excavation, �mbedment and Backfill 8. 5eciian 33 31 15 -- High Der►sity. Polyethylene (HDPE) Pipe for Sanitary 5ewer 9. Sectiat► 33 31 50 -- San.itary Sewer Service Cannections and Service Line 10. Section 33 39 10 — Cast-in-Place Concret� Manholes 1.2 PRICE AND PAYMENT PROCEDIIRES A. Measurement and �'ayment 1. Pipe Installatian by Slip Lining a. Measureme.nt 1) Measured horizontally along the surface from center line to center line of the manhole, ar appurtenance b c. Payment 1) The work performed and materials furnished in accordance with this Itezn and measured as provided under "Measurement" vvill be paid for at the unit price bid per linear foot far "5ewer Pipe, Slzp Lining" installed for: a) Various sizes The price bid shall include: 1) FurniShing and installing pipe as specifad by the L]rawings 2) Pre-CCTV Inspectian 3) Pavement removal 4} Excavation 5) Hauling 6) Launching pit 7) Recsiving pit CI't'Y aF FORT WORTIi Water & 5anitary Sawer Replacement STANDARD CONSTRUCTION SPBCIFICATION DOCUMGNTS Contraet 261 B, WSM-M Revised December 2Q, 2012 Ciiy Project No. 1 D1686 333�zz-z SAF�IITARY SE�YER BLIPLININU Page 2 of 10 S} Sypass Pumping for pipes smalter than 18-inches 4) Disposal of excess material 10} Furnishing, placement and cdmpaction of backf ll 11} Clean-up 12) Clearung 13) Testing 2. Point Repair a. Measurement 1) Measurement for this Item shall be by the linear foot measured harizontally alang the surface following the pipe centerline for the length identified during the Pre-CCTV inspection and directed by the City. b. Payment 1) The work perfaz'med and materials furnished in accardance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot far "Sewer Pipe, Point Repair" installed for: a) Variaus sizes c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2j Coupling 3) Pavement removal 4) Excavation 5} Hauling 6} Bypa�s Pumping for pipes srnaIler than 18-inches 7j Disposal af excess material 8) Furnishing, placement and compaction of backfill 9) Clean-up 10) Cleaning 11) Tesking 1.3 REFERENCES A, Abbreviations and Acronyrris HDPE — High Densit� Polyethylene CCTV — Closed Circuit Television B. Defi�itions Slip Lining a. Rel�abilitation of existing sanitary sewer pipe by puIling ar pushing liner pipe into the existing sewer pipe by use of inechanical andlar hydraulic equipment b. Once in place, th� liner pipe is allowed time to relax (return to original shape a�ter elongation due to pulling farees) anc� is then cut to fit between manholes. c. Annular spaces between the liners and existing sewer pipes are sealed at each manhale. d. Manh�ole inverts and benches are reworked and reshaped. e. Existing sewers not immediately affected by the slip lining process remain in operation during the sli.p lining process, �with sewage diverted around the opez'ations in progress. C. Reference Standards GiTY OF PORT WORTH Water & Sanitesy Sewer ReplaeemenY STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Coniract2p16, W5M-M Revised �ecember 20, 2012 City Praject No. 101688 333k 22-3 SAIVITARY 5EWEii SLIPLIIVING Page 3 of i0 l. R�ference standards cited in thrs Specificatian refer to the current reference standard published at the time of the latest revision date laggad at th� end of this 5peeification, unless a date is specifically eited. 2. American Society for Testing and Materials (ASTM}: a. D1248 Specificatlons for Polyethylene Plastic Molding and Extensio� Materials h. D1693 Test for Environmental Stx'Bss-Cracking of Bthylene Plastics c. D2122 Determining Dimensions of Thermaplastic Pipe and Fittings d. D2412 Det�rmination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading e. D2657 Standard Practiee for Heat-Joining �olyolefin Pipe and Fittings £ D2837 Standard Test Meihod for Obtaining Hydrostatic Design Basis fo:r Thermoplastic Pipe Materials g. D3262 Standard Specifcation for "Fiberglass" (Glass-Fiber-Reinforced Thermosettzng-Resin) Sewer Pipe h. D3350 Specifcation%r Polyethylene Plastic Yipe and Fittings Materials i. F477 Elastameric Gaskets (Seals) for ]aining Plastic Pipe j. F585 Standard Practice for Insertion of F'lexib�e Polyethylene Pipe Into Existing Sewers k. F7 l4 Specification for Polyethylene (PE) Plasiic Pipe (SDR-PR) Based on Outside Diameter {3" IPS and Larger) 3. City of Fort Vi�orth Cod� of Ordinances a. Fart II, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 1.4 ADMINISTRATIVE REQCJ�REMENTS A. Coorciinati.an 1. Coardinate with City, Engineer, franchise utilities, etc. as described in the Drawings. 2. Pro�ide advanced notic� prior to epmmencing actual pipe slip lining activities as described in the Drawings in order to allow the City to provide appropriate advanced nokice to affected residents. 3. Review the location and number of insertion or access pits with the City lnspector priar to excavation. B. Sequ�ncing 1. Prnvide a bypass pumping plan detailing collection and discharge loeations and method oi bypass pumping prior to the start nf construction. 2, Provide a phasing plan with Y1�e sequence of construction parioz' to Yhe start of construction. 1.5 SUBMITTAL5 A. Suhmittals shall be in accordance with Section Oi 33 Op. B. All submittals shall be approved by the City prior to delivery. l.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Inclucie manufactuz'ex's technical data showing camplete information on material composition and physical properties. CITY OF FORT WORTH STANT3ARI] CONSTRUCTIQIV SPECIFICATION DOCU1VfENTS Water 8c Sanitary Sewer Replacemene Revised December 20, 2012 Cantract 2018, WSM-M City Project No. 101688 as�izz-a SANITARY SEWER SL]PLINING 1'age 4 of 10 B. Shop Drawings 1. Include dimensioz� of new pipe and fittings. C. Certificates I. I'rovide a certificate of cnmpliance with this Specificatian, upon request, by the manufacturer for all material furnished under this Specification. a. The Contractor will be res.ponsible for �ll damage caused by and the replacement of failed, unspecified or �nappraved materials. D. Manufaciurers' Instructions 1. Include manufacturer's recornmendatian for handling, storage and repair of pipe and fittings if damaged. E. Special Procedure Submittals 1. Provide a bypass pumping plan in accordar�ce with Section 33 03 I0. 2. Provide a phasing plan with the sequence af construction prior to the start of constructian. 1.7 CLOSEOUT SLIBMITTALS A. Recard Docuxneritation I. Provide Post-Construction Closed Circuit Television inspection repacts in accordance with Sen�ion 33 O1 31. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 1.9 QUALXTY ASSIIRANCE A. Quali�cations The Contractor shall be certiiied by the particular Slip �,�ning system manufacturer that such firm is a Iicensed installer of their system, No ather 91ip Lining system other Y�an those listed in these Specifications is acceptabl�. Personnel directly involved with installing fihe new liner pipe shall receive training in the proper methods for joint fusing, handling, and instalIing the palyethylen� pipe. Training shalI be performed by a qualified representakiv� as determine.d by the pipe manufacturer. B. Certifications 1. Provide certificatian frozn the pipe manufacturer that samples of the produetion product meet these Speeifications. The certificatinn shall state that the production prot�uct has been tested in aceordance with ASTM D2$37 atid validated in accordance with the latest revision of PPI `I'R-3. 2. Provide certification from the manufacturer that str�ss regression testing has been performed an the specific product. Certifica#ion shall include a stress Eife curve per ASTM D2$37 and testing shall �rav� been perfarmed in accordance with ASTM D2837. C. Pre-construction and Post-constructiQn Te�ting Provide Pre-constructzon and Post-canstruction Clased Circuit Television {CCTV) Inspeetion of the pipeline to be replaced and/or enlarged in accordance with Sectinn 33 O1 31. CITY OF FORT WORTH Water & Sanitary Sewer Replacement STANID�IRI� CONSTitUCTION SPEC1FiCATIQN pOCUMENTS Contract 2018, W5M-M Revised December 20, 2012 City Presject ]Va. l O1fi88 33 3l 22-5 SANITARY S�WER S�.IPLINING Page S o[ ! Q I.10 DELNERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Transport, handle and store pipe and fittings as recommanded by manu�acturer. 2. If new pipe and fittings became damaged before or duri�g installation, repaiar as recommended by the manufacturer or raplace as required by the City at t�e Contractor's expense, before proceeding futther. 3. Deliver, stare and handle other materials as racommended by the manufaeturer to prevent damage. l.l l FIELD [SITEj CONDITIONS (NOT USED] Llti WARRANTY A. Manufacturer Warranty 1. ManuFacYurer's Warranty shall be in accordance with Division 1. PART2- FRODUCTS 2.1 OWNER-FUIZNISHED �oR] OWNER-�UPPLIED�'RODUCTS [NOT USED] 2..Z EQUIPMENT, PRODi1CT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed an the City's Standard Peoducts List will be considered as shown in Section O1 60 00. a. The manufaciurer must comply with this Specification and related Sections. I. Any product that is npt listed Qn the 5tandard. Products List is considered a subsfitution and shall b� submitted in accordance with Section D1 25 00. B. Materials 1. HDPE Pipe a. The pipe and fitting material shall eonfflrm to Section 33 31 15. 2. 5ervice Sadc�les a. Con.form to Section 33 31 S0. 3. Repair Ciamp a. Conform to Secfiion 33 31 15. 4. Man4iole Inverts and Benches a. Inverts and benches requiring re�lacement•shall conform to Section 33 39 10. 5. Repair Mortar (Gr�ut) a. Conform to Section 03 &Q 04. C. Dimensions and Tolerances Supply liner pipe in nominal �engths of 40 feet. a. Obtain Engineer's approval before using shorter lengtlts. 2. The liner pipe shall have the maacimur�a. outside diameter indicated on the Drawings. a. Nominal size and actual outside diameter shall cotnply with Table 3 of ASTM D3262. CITX QF FORT WORTH Water & Sanitary 5ewer Replacement S`f'AAiDARD CONSTRUCTIOtV SPECIFI�ATION DOCUMENTS Coniract 2015, W3M-M Revised 1]e�em6er 20, 2012 City Praject No. I01688 333122-6 SAIYITARY 5EW�K 5LlPLINING Page 6 of ] 0 3. The mini.rz�um walI thickness shall the indicated thickness or the thickness r�commended by the manufactwrer to �vithstand pushing forces with, a safety factor of 2.5, whichever is greater. a. The actual thicfcness measured at any single point on the pipe shall not be less than 90 pereent of th� minimum thickness. 4. Stiffness of the liner pipe shall satisfy desigrz requirements far dead, live and hydrostatic loads and maximum grout pressure (with a safety factor no less than 2), 2.3 ACCESSORIES [NOT USED] 2A SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECi1TION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verifcation of Conditions �. 1'rovide Pre-construction Ciosed Circuit Television (CCTV) Inspection of the pipeline to be replaced/enlarged in conformance with 5ection 33 O1 31. a. Inspection of the pipelines shall be perfortned by experienced personnel trained in 2o�atin,g breaks, obstacles and service cont�ections liy Closed Circuit Color Television, S. Evaluation and Assessment 1. Identify, by location, the presence of line obstructions in the existing sewer (heavy salids, dropped joints, protruding sezvice #aps or eqllapsed pipe) which will prevent completion of the pipe burstingleru�shing �racess, and which eannot be r�moved by conventional sewer cleaning eqnipment. 2. Identify, by location, the pr�sence of sags in the sewer line(s} by the following pracedure: a. Perform CCTV inspection. 6. Provide CCTV inspectian results to the City. c. The City Tnspe�tor will review the Pre-CCTV tapes to determine if any excessive sags exist and will inforrn the Contractor which segments af pipe ar� ta be replaced by point repair. 3.3 PREPARATION A. Bypassing S�wage 1. Bypass putnp sewage in accordance with Section 33 03 10. B. Lin� Qhstructi�ns 1. If identified in the CCTV inspec�ion, remove line obstruction. a. Removal of abstruction is considered subsidiary to CCTV inspectzon. C. Point Repairs 1, Perform point repair as identifi�d on the Drawings or at the discretion of the City. This may include: 1) Fipe replacement C1TY OF FORT WpRTH STANI7ARD CONSTRUCTI011� SPECIFICATION DOCLIMENTS Water & Sanitary Sewer Replacement Revised December 20, 21D12 Contract 20S 8, WSM-M City Project Na. 1Q168$ 333122-7 SANITARY S�WER SLiPLIIVING Page 7 of l0 2) Digging a sag elimination pit and bringing the bottom af th� pzpe trench to a uniform �x'ade in line with the existing pipe invert D. New pipe installation preparation 1. Furnish a rigid, solid wall cylindrica� mandrel with maxzmum length Qf 2 times the host se�ver inside diarneter and with outer diameter equal to the outside diameter of the propased liner pipe. 2. Pull the mandrel through the entire length of sewer to be sliplined. 3. If the manc�irel will not pass the entire length, nate the location and pull the. mandrel from the ot�.er �nd to de�ne the entire length of the unders�ze pipe ar abstruction. 4. Excavate the undersize pipe, remove the crown down to the springline on both sid�s, and enIarge the host pipe suificiently that the �iner pipe wiil reside in the lower half (in�ert to springline} after insertion. 5. Remove or repair obstructions such as roots, large joint offsets, rocks or other debris, etc., that wauld prevent passage of, or danaage to, the liner prior to installing the liner. 6. After eo�pleting the insertion pit excavation, remo�e the top of the existing sanitary sewer line, where r�quired, do�n to khe sprin� line. 3.4 INSTALLATION A, Site Organization 1. Locate inserCion or access pits such that their total number will be minixzxized and the length of replace�nent pipe installed in a single puli shall be maxixnized. 2. Manhole inverts and bottams may be removed to pernut access for instaliation equipment. 3. Locate equipment used to perform the vvarlc away from buildings so as not to create a noise impact. Conform to City of Fort Warth Code of Ordinances, Part II, Sec�ion 23-$. a. Provide siiencers ar other devises to reduce machine noise as needed to meet requirements. B. ScheduIe 1. Upon commencement of the actual slip lining, da nat begin a segment of wark that cannot be completed before the end of the work day. C, �inished Pipe l. 2. 3. The installed replacement pipe shall be eantinuous over tl�e �ntire length of each pipe segment from manhole to manhole and shall be free from visual defec#s such as foreign inclusions, cancentrated ridges, discoloratian, pitting, varying �vall thickness, pipe separation and other deformities. Carefully cut out the replacement pipe passing through or terrninating in a manhole in a shape and manner approved by the Engineer. 5treamiine and improve the manhale invert and benches to ensure smooth flow. The installed pipe shall meet the Leakage requirements af the pressure test sp�cified herein. D. Fipe Jointing Assemble and join sections of HDPE liner pipe on the job site above ground. crry o� FoxT woxrx STANDARD CONSTIL[JCTfON 5P$CIFICAT10lV 170CUNEENTS Water & 3anitary Sewer Repl�cement Revised Decemher 20, 2Q12 Cantract 2618, WSM-IvI City Praject lVo. Ipib.88 333122-8 SANITARY SEWER SI�[PLINING Page 6 of 10 2. Use the heating and butt-fusion system for jointing in strict conformance with the manufaeturer's printed instructians and in accordance to Section 33 31 Z5, 3. Ensure that the butt-fusion joints hsve a smooth, uniform, dauble rolled back bead made while applying the pz'oper melt, pressuxe and alignment. 4. It shall be the sole responsibility o.f the Contractar to provide an acceptable butt- fnsion joint, 5. Make all jaints available for inspection by the Engineer before insertion, 6. After th� butt jaints have been inspected, rempve fhe exterior joint bead in accordance with manufacturer's recommendatipns and without damaging or weakening the pipe arpipe joint. 7. 7oin the replacement pipe on site in appropriate warl�ing lengths near the insertian pit. a. The t�r�aximum length of continuous replacem�n� pipe which shall be assembled above ground and pulled on the job site at any 1 time shall be 6001inear feet. 8. For situations vvhere the liner pipe is not pulled a11 the way ta the manhole or if it is impassible to pull thc liner pipe ali tt�e way thraugh, tha follawing shall apply: a. At the direction of the Engineer, a full circle steel clamp shall be utilized to connect segments of ttle HDPE pipe. E. New Pipe Installatian I. Connect a pawer winch cable to the end of the liner by use of a suitable pulling head, equal to the ourside diiameter af the liner. 2. Secure the pulling head to the liner and then attach the head to the pov�rer wineh cable so that the �iner can be. satisfactorily fed and pulled through the sa.tutary sewer main. 3. Provide proger bumpers in the insertian pit in order to prevent the ragged edges of the existing pipe from scarring the outside of the liner as it is pulled into the existing sewer, 4. Take appropriate precautians to not damage the liner or break or separate any of the butt-fused joints. a. Limit the length of the liner pulled in any 1 segiment as necessary to grevent any backup of service Iines which may resulti du� to restricted flow through the annular space. 5. In order to ensure the inCegrity of the polyethylene liner, limit the pulling force exez�ted on the liner �o ttzat recommended by the liner manufacturer. 6. Use a suitabl� pulling hea�i such that the pulling head and liner will separate from each other when the pulling force �xerted on the liner reaches the maximum force recammended by the manufacturer. a. The p�lling head design {including calculations} shall be approved by the Engineer prior ta its use. 7. As an alternative, use a measuring device (spring, gauge, etc.) cannected to the pulling cable whieh shall register the pulling force being exerted on the liner. a. The pulling force shalI not exceed the maximum force recommended by the manufacturer. 1) The measuring device sha11 be approved by t3�e Engineer pnior to its use. S. Thc Cantrackor may be aIlowec� to push the liner subje�t to the Engineer's approval. CITY QF F'ORT WORTH STANDARD CpNSTREICTION 5P�CINICATION DOCUMENTS VJatcr & Sanitarq Sewer Replacement Revise� December 20, 2012 ConlQact 2D18, WSM-M Ciry Praject Na. l 0] 688 333122-9 5A1V1TARY SEWER SLIPLIIVING Page 9 of 10 a. Use care to avoid any buckling of the liner by limiting the stroke of the bacld'ioe. b. Any portion of the liner damagad during this insertion pracess shall be cut out and the liner rejected. 9. In certain cases, thE Cannactar may be permitted to use a carnbination �f pulling anef pusiung to enhance the insertion of the ]iner, a. A liner that is permitted to be pushed shall noi have an open end which can allow sand ar other debris to be pushed into the li.ner. 10. In all exca�ations where the liner is not within the existing sanitary sewer line (catrier pipe), install cement-stabilized sand bedding per Section 33 OS 10. F. Anchoring New Liner and Sealing Manholes 2. � 4. 'I'he new liner shall prvlrude in the manholes for enaugh distance to allow sealing and trimming (but not less than �4 inches). Wait a minirnum of 10 hours after installation for the liner to reach equilibriuzn before sealing the new liner at manholes. 5ea1 the annul�' space hetween tlie liner and the e�sisting sanitary sewer main at each manhole with a chemical seal and nonshrinkrepair mortar {grout). a. Place Oakum soaked in Scotchseal 5600 or equal in a band to form an effecti�e water-tight gasket in the annular space between the Iiner and tbe existing piges in the manholes. b. The width o£ the band shall be a rnini�num of 12 inches or %2 the diameter af the pipe, whichever is greatet-. c. Finish off �vith non-shri�.k repair mortar (grout) placed araund the annu�ar space from insid� the manho�e to a width vf not less than 6 inches. d. The chosen method, including chemical� and materials, must be appro�cd by khe Engineer. Cut the liner sa that it extends a minirnum of 4 inches into the manhole. a. Make a smontli, vertical cut and s�ope the azea over the top af the exposed liner using nQn-shrink repair mortar (grout). b. Use repair rnortar to Forrn a smooth Lransition with a reshaped invert and a raised manhole bench such that the shape edges of the liner pipe, the concrete bench ar the chaz�eled invert s�all not ca#ch debris or create a stop�age. c. Rework t�e invert af the manhole to match the flaw line of t�e new liner. G. Sewer �ervice Connectians 1. Ins�all service connections in accnrdance with Section 33 31 50. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-TNSTALLATION [NOT USED� 3. 7 PIELD tox] 5ITE QUALITY C.ONTROL A. Field Tests and inspections Post-Construetion Closed Circuit Tel�vision {CCTV) Inspection a. Condnct a Post-Construction CCTV Inspection in aecordance with Section 33 az �i. CITY OF FORT WORTF3 STANDARD CONSTRUCTION 5PECIFICATION DOCUMEN"i'S Water & Sanitary Sewer Replacement Revised December 20, 2012 ConlracE 2018, WSdvl-Ivl CityProjectNo. LD158R 33 31 22- 10 3AN['I'ARY 5EWER 3LIPLINING Page 1 fJ of 10 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJLTSTING [NOT USED� 3.1Q CLEANING [N�T USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USEDJ 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FOR7' WORTH STANI}ARp CONSTRUCTION SP�CIFICATION DOCUML�NTS Water & SaniCary 5ewer Rep[acement Revised December 2Q, 2012 Contract 20L 8, WSM-M City Project No. 1�{688 333123-1 SANiTARY SEWCR PIP� BNLARGEMENT Page ! of $ SECTION 33 3123 SANITAIZY SEWER PIPE ENLARGEMENT PART1- GENERAL 1.1 SUM.MARY A. Section Includes: l. Requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crus�ing (Pipe BurstinglCrushing} a. This system includes splitting ar bursting the existing pipe to i�stall a new polyethylene pipe and reconnect existing sewer service connecti4ns. B, Deviations from this City of Fort Warth Standard Specification I. Nonc. C. Related Specification Sections include, but are nat necessarily limited to: 1. Division 0— Biddin� Requirements, Contract Forms, and Conditions of the Contract 2. Di�ision 1-�- General Requirements 3. Section 33 Ol 30 — Sewer and Manhole Testing 4. 5ection 33 O1 31 — Closed Circuit Televisinn (CCTV) Inspection 5. Sectinn 33 03 10 — Bypass Purnping af Existing Sewer Systems 6. Section 33 OS 1 D— Utility Trench Excavation, Embedment and Backfill 7. Section 33 31 15 — High Density Palyet�ylene {HD�E) Pipe for 5anitary Sewer 8. Section 33 31 50 — SaniYary Sewer Service Cannections and Service Line 9. 5ection 33 39 10 — Cast-in-Place Concrete Manholes 1.� PRICE AND PAYMENT PR�CEDiTRES A. Measurement and Payment 1. Pipe Installation by Pipe Enlargament a. Measurement 1) Measured horizontally along the surface from center line to center line of the manhole or appurtenance b. Payment 1) The wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the un�t price bid per linear foot for "Pipe Enlargement" installed far: a) Various sizes c. The price bid shail include: 1) Furnishing and installing pipe as specified by the Drawings 2} Favement removal 3) Excavation 4) Hauling 5) Launching pit b) Receiving pit GITY OF FOAT WOR'L'H Water & Sanitary 3ewer Replacement STANDARD CON5TRUCTIOIJ SPECIFICATIOiY DDCUMENTS Contract 2018, WSM-M Re�ised December 20, 2012 City Project No. I 61688 333123-2 SA1ViTARY 5EWER PIFE ENLAIZGEMENT Yage 2 of 8 7} Bypass �'umping for pipes smaller than 18-inches 8) Disposal of excess material 4} F�rnishing, placement and compaction af back�ll IO) Glean�up 1 L) Cleaning 12) Tes�ing 2. Point Repair a. Measur�ment 1) Measurement for this Item shaII be by the Iincar foot measured horizontally along khe surfac� following the pipe centerline for the length identified during the Pre-CC`I'V inspeetion and directed by the City. b. Paym�nt 1) The worlc perfarmed and zuaterials f�rriishcd in accnrdance with this Item and measurcd as provided under "Measurement" wzll be paid for at the unit price bid per linear foot for "5ewer Pipe, Point Repair" installed for: a} Various sizes c. The price bid. shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Coupling 3) Pavement removal 4) �xcavation 5) Hauling 6) Bypass Pumping for pipes smaller than 18-inches 7) Disposal of excess material 8} Fumishing, placernent and compacGion of ba�kfill 9} Clean-up 10} Cleaning 11) Testing 3. Service Reinstatement, Pipe Enlargement a. Measuremeni 1) Measurement for this Item shall be per each service tn be reinstated, b. Payment 1) The work perfnrm�d and materials furnished in accordance with this Itern and measured as provided under "Measurement" shall be paid for at the unit price bid per eac� "Service Reinstatement, Pipe Enlargement". c. The price bid shall include: I} Furnishing and instailing pipe as speeified by Ehe Drawings 2) Pavement rernoval 3) Exc�vatian �) Hauling 5) Launching p.it 6) Receiving pit 7) Bypass Pumping for pipes smaller than 18-inches 8) Disposal of excess material 9) Furnishing, placement and cnmgaetion of backfill 10) CIean-up �1) Cleaning I2) Testing CITY OF FORT WORTH STAIYDARD CONSTRUCTI�N SPECIFICATION DOCUMENTS Water & SaniYary 5ewer Replacement Revised �ecemher 20, 2D12 Conlracl 2018, WSM-M City Psoject No, 10] 668 333123-3 SANITARY SEWEILYIPE CNLARGEMENT Paga 3 of 8 i.3 RE�ERENCES A. Abbreviations and Acronyms 1. HDPE — High Density Polyethytene 2. CCTV — Closed Circ.uit Television B. Defnitions 1. Pipe Bursting/Crushing a. The reconstruction of gravity sewer pipe by installing an approved pipe materiai hy use af a static, hydraulic or pn�umatic hammer "moling" device, suitably sized to break out the old pipe ar by using a modified boring "knife" with a flared plug that implodes and crushes th� existing sewer pxpe. b. Forward progress af the °mole" or the "knife" may be aided by the use af hydrau�ic equip�nent or other apparatus. c. The replacement pipe is either pulled or pushed into the bore. d_ The method allows %r replacement of pipe sizes fram 8-inches through 2I- inches andlar upsizing in varying �ncrements up to 21-inches. C. Reference Standards l. Reference standards cited in this Specification refer to the cutrent reference standard published at the time af the lakest revision date lagged at t�ie end of this Specification, unless a date is specifically cited. 2. American Soeiety for Testing and Materia�s (ASTMj: a. D1248 Specifications for Polyethylane Plastic Molding and Exter�sion Materials h. D1693 Test for Environ�ental Stress-Cracking ofEthylene Piastics c. D2122 Deternuning Dinr�ensions af Thermoplastic Pipe and Fittings d. D2837 Obtaining Hydrostatic Design Basis for Thermaplastic Pipe Materials e. D335Q Specification for Polyethylene Plastie Pipe and Firtings 1Vlaterials f, F714 5pecification for Polyethylene (PE) Plastic Pipe (SDR-FR) Based on Outside Diazz�eter (3'" IPS and Larger) 3. City of Part Wortl� Code af Ordinances a. Part II, Chapter 23 Offenses and Mi�cellaneous Pro�isions, Sectitin $ Naise 1.4 ADMIN15T1ZATIVE REQi1IREMENTS A. Coordinatio� Cpordinate with Csty, Engineer, franchise utilities, etc. as described in the Dravwings. 2. Provide advanced nfltice prior to commencing actual pipe enlargement acti�ities, as flescribed in the Drawings, in order to allow the City to provide appropriate advanceci noYice to affected r�sidents. 3. Revie�n+ the location and number pf insertion or access pits with the City Inspector prior ta excavation. B. Sequencing I. Provide a bypass punaping plan, when required, dctailing callection and discharge �ocations and naethod of bypass pumping in accordance with Section 33 03 lQ, prior to the start of consfruction. C1TY OF F012T WORTH STANDAR� CONSTRUCTION SPECIFICATION DOCUMENTS Water & Sanitary 5ewer Replaeement Revised December 2Q 2012 Contract 20i8, WSM-M City Project No. 101668 333123-9 SANTI'ARY SEWHR PIPE ENLARGL�MENT Pago 4 of 8 2. Provide a phasing plan with the sequence of construction przoz' to the start �f constn.iction. 1.g SUBMITTALS A. Submittals sh.all be in aceordance v�rith Seetion O1 33 00. B. AlI submittals shall be approved by the City prior to delivery. 1.6 ACTiON SUSMITTAL5/�NFORMATIONAL SUBMITTALS A. 5pecial Procedure Submit�als 1. Fro�ide a bypass puznping plan when required by Coniract Documents in accordance with Section 33 03 10. 2. Provide a phasing plan vvith the sequence of constz-uction prior to ti�e start of canstructian. 1.'� CLOSEOUT SUBMITfALS A. Recard Documentation 1. Provide Closed Circuit Television inspection reports in accordance with Section 33 41 31. 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE A. Qualificatians 1. The Contractor shall be eertified by the particular Pipe Enlargement system manufacturer that such firm is a licensed installer of their system. No other Pipe Enlatgement system other than thase listed in th�se Specifications is acceptabl�. 2. The Cantractor shall be able Co show that the personnel directly invol�ed with the Aipe Enlargennent ha�e adequate experience with similar wark. B, Pr�-construction and Post-constructian Teatir�g 1. Provid� Pre-canstructian and Post-construction CIosed Circuit Tele�ision (CCTV) inspection af fhe pipeIine to be replaced and/or enlarged in accordance with �ection 33 O1 3i. 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITI�NS [NOT USED] 1.1Z WARRANTY [NOT USEDj PART 2 - PRODUCTS 2.1 QWNER-FURNISHED [o�� OWNER-SUPPLIED PRODIICTS (NOT USED] �.� EQUIpMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the C.ity's Standard Products List will be considered as shown in Section O1 60 00. CITX OF FORT WORTH STANDt1RD COi�[STRUGTION SPECCFT�AT[QN DOCUMENTS Weter 8c Sanitxry Sewer Replacernar�t lte�ised December 2Q, 2412 Contract 201 B, W SM-M City Project No. 101688 333f 23-5 SANLTARY 5EWER PIPE E3vLARGEMENT Page 5 of S a. The manufacturer must comply witls tlzis Specification and �elated 5ections. 1. Any product that is not listed an tlxe Standard Products List is considered a suhatitution and shall be submitted in accordance wiih Section Ol 25 00. B. Materials 1. HDPE Pipe a. The pige and fitting material shall conform to Section 33 31 15. 2. Sexvice Saddles a. Canform to Section 33 31 50. 3. Repair C1amp a. Conform to Section 33 31 15. 4. Manhole Inverts and Bencb.es a. Inverts and bet�ches requiring replacement shall coz�.forxn to Section 33 39 10. 2.3 ACCESSORIES [NOT USED� 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.I INSTALLE1tS [NOT USED] 3.2 EXAMINATION A. Verificatian of Conditions 1. Provide Pre-Construction Closed Circuit Television (GCT� Inspeetion of the pipeline ta be replacedlenlarged in canformance with Section 33 4I 31. a. Inspection of the pipelines shall be performed by experienc�d personnel trained in locating breaks, obstacles and service connectians by Closed Circurt Color Television. B. EvaIuatian and Assessment ]. Identify, by 1pcation; the presence of line obstructions in the existing sewer (heavy solzds, dropped join#s, protruding. service taps or collapsed pipe) which will prevent completion of ihe pipe burstir�g/crushin.g process and vvhich cannot be removed by conventional sewer cleaning equipment, 2. Identify, Uy loeation, the presence of sags in the sewer line(s) by the follpwing procedure: a. Perform CC'I'V inspection. b. Provide CCTV inspeetion results to the City. c. The City Inspector will review the Pre-CCTV tapes to determine if any excessive sags exist and will inform the Contractor which segments of pipe are to he replaced by point repair. 3.3 PREPARA'ITON A. Bypassing Sewage 1. Bypass pump s�wage in accordance with 5ectian 33 03 10. S. Line Obstructions 1. If identifzed in the CCTV inspection, r�move l:u�e absnuction. CITY OF FORT W�DiiTl{ STANDARD CC?NSTIZUC'TIOI�I SF&C[FICATIOAI DDCUMENTS Water & Sanitary Sewer Replacetttent Revised Dacember 20, 2fl12 Contract2018, WSIvI-ivI City Ptoject Nn. 101688 333123-b SANITARY SEWER P1P� �NLARGEMENT 1'age 6 of 8 a. Removal of obstruction is considered subsidiary to CCTV inspection. C. Point Repairs �. Perfonm point repair as identified on the Drawings ar at the discretian o� the Gity. This may include: 1) Pipe repIac�ment 2) I]igging a sag eIimination pit and bringing the botto�n of the pipe trencla to a uniform grade in line witl� the existing gipe invert 3.4 INSTALI,ATI�N A. Site Organization l. Locate insertion or access piYs such that their total number will be minimized and the length of replacement pipe in:stalled in a single pull shall be maximized. 2. Use existing manhales where�er practical. a, Manhole inverts and bottoms may be removed to permit access for installation equipment. 3. L.ocate equipment used to perform the work away frQm buildings so as not to create a noise iz-npact. Conform to City of Fart Worth Code of Ordinances, Part II, Section 23-8. a. Provide silencers or other devices to reduce machin� noise as needed to meet requirements. B. Schedule 1. Upan comimence�nent of the actual pipe enlargement, do not begin a segtnent of work that c�nnot be completed before the end of the work day. C. Finished Pipe 1. The installed replacement pipa shall be continuous aver the entire length of each plpe segmen.t from manhole to manhole and shall be free fram visual defects such as foreign inclusions, concentrated ridges, discaloration, pitting, �arying wall thickness, pipe separation and other deformities. 2. Carefully cut out the replacem�nt pipe passing through or ternainating in a manhole in a shape and manner approved by the Engineer. 3. Streamline and impxove the manhole invert and benches to ensure smooth flow. 4. The inatalled pipe shall meet the leakage requirements of nc� pressure test specified h�rein. D. Pipe Jointing. 1. Assemble and join sections of HDPE replacetnent pipe on the job site ahove ground. .2. Use the heating and but�-fusion system for jointing in strict conformance with the manufacturer's printed instructions and in accordance to 5ectinn 33 3 I l S. 3. Ensure that the butt-fiision joints kava a snnooth, unifarm, dauble ralled back bead rnade while apptying the proper melt, pressure and alignment. 4. lt shall be the sole responsibiiity of the Contractor tn pravide an acceptable butt- fusion joint. 5, Make all joint5 available far inspeetion by the Engineer beforE inserkion. C1TY bF FORT V�DRTH Water & Sanitary $ewcr Repl¢aement STAN�ARD CONSTRUCTION SPECIFlCATION dOCi1M$NTS Con�act 201$, W5M-M Rev9sed pecember 20, 2412 City Project No, 1016$$ 33a� z3-� SA1�fITARY 5EWER PIPE L�NLARGLMCNT Page 7 of 8 6. doin the replacement pipe on site in appropriate working lengths near th.e insertion pit. a. The maximum length of continuous replacement pip.e which shall be assembled above ground and pul1ed on the job site at any 1 time shall be 6001inear feet. 7. For situations where the replacement pipe is not pulled all the way to the manhole, a repair clamp shall be utilized to connect se�nents of the HDPE pipe, as approved by the Engineer. E. New Pipe Installation Install new pipe in accordance with the manufacturer's reeommendations. F. Ancharing New Pipe and Sealing Manholes 1. A$er the new pipe has been installed in the entire len�th of ttze sewer section, anchor the pipe at manholes. a. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming (but not Iess than 4 inches). 2. Wait a minimurti of 10 hours after installation before seaiing the new pipe at manholes. 3. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. 4. Graut flexible connector in the manhole, filling all voids the full thickness of the manhole wa11. 5, Restore manhole bottam and invert. G_ Sewer Service Connections 1. Install service cannections in accordance with �ection 33 31 �0. H. Rescu� i. The cost for rescue of static, hydraulic or pneumatic hammer "moling" devices or madif'ied boring "knsves" that became stuck or �xcessively buried and require additional excavation to retrieve shall be the sple responsibility of the Contractar. I. Surface Restoration I. Any damage caused to paving struetures or any other surface fracture resulting from the pipe enlargement shall be repaired or rep�aced to the same condition, or better, at the expense of the Contractor. 3.5 REPAIR IRESTORATION [NOT LISED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QIIALITY CONTROL A. Past-Construction Closed Cireuit Television (CCTV) Inspection 1. Video Inspeetion a. Conduet a Post-Construction CCTV Inspection in accordance with Section 33 01 3I. Cl'I'Y OP FORT WORTH Water 8c Sanitary Sewer Repiacement STANDARD CDNSTRUCTION SPECIFICATION DDCUMENTS Cantract 2018, WSihrl-M Revised December 20, 2012 City Projaet ls[o, 1U1b8R 333123-5 SANITARY SEWEk PIP� ENLARGEM�NT Page 8 af 8 3.8 �YSTEM STARTUP [NOT i1SED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANIIVG [NOT USED] 3.11 CLOSE�UT ACTIVITIES jNOT i1SED] 3.13 PROTECTION [NOT USED1 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT iTSED] END O� SECTION CiTY gF FOIZT WORTH STANf3AIZp CONSTRUCTIOIV SPEC3FICATION DOCUMEI�IT5 Water & Sanitary Sewer Replacement Revised Decem6er 20, 20[2 Contract 2U18,1'VSM-M CityProjectNa. ]01688 333150-I SAri'1TARY SEWER SERVICS CQAINECTIQNS AND SERVICE LINE Page [ af 9 � SECTION 33 31 50 SANITARY SEWER SERVICE CONNECTION� AND SERVIC� LINE 3 PART1- GENERAL �Iif �.Yi1��L�I � i�'1 5 A. 5ection Includes: 6 1. 5anitary sewer serviee connection, service Iine and 2-way cleanout fr�m the main 7 to the right-of-way, as ahown on the Drawings, directed hy the Engineer and 8 specsfied herein for: 9 a. New Ser�ice 10 b. New Service (Bored} 11 c. Private Service Relocatior� 12 d. �ervice Reinstatement 13 B. Deviaiions from this City of Fart Worth Standard Specification 14 1. None. 15 16 17 18 19 20 21 22 1.� 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 C. Related Specification SeGtiQns include, but are not necessarily limited ta: 1. Division 0-- Bidding Requirem�nts, Cantract Forms and Conditions of the Contract 2. Division 1— General Requzrem�nts 3. Section 33 05 10 — Utility Trench Excavation, Emhedment and Backf 11 4. Section 33 11 I O— Ductile Iron Pipe 5. Section 33 11 11— Ductile Iron Fittings 6. Section 33 31 ZO — Polyviny� Chloride (PVC) C"'iravity Sanitary Sewer Pipe PRTCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Sewer Service a. Measurement 1) Measuz'enaent for this Item shall be per each "Sewer Service" complete in place. b. Payment 1) The work performed and materials fur�ished in accordance with this Item will be paid for at the unit price bid per each "Sewer Service" installed for: a) Various sizes c. The price bid shall include; 1) Furnzshing and inst�lling New Sanitary Sewer Service Line as specificd by the Drawings 2} Pavement removal 3) Excavation 4} Hauling 5) Disposal of ex.cess material 6) Tee connection to main 7) FitYings 8) 2-way cleanout and cap with concrete pad CITX OF F�RT WORTFI 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 201 � Water & Sanitary Sewar Replacement Contraet2U16., W5M-M CityProjectNo. ]016$8 3a3� sa-z 5ANITARY 5E4VER SERVICE CONNECTIDNS ANL] SERVICE LTi�f� Yage 2 of 9 I 2 3 4 5 6 7 $ 9 10 11 12 13 14 i5 l6 17 I8 I9 Za 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4'7 4$ 49 � 3 9} Surface restoration, excluding grass (seeding, sodding or byd�ro-mulch paid separately) 10) Furnishing, placing and co�npaction of embedment I 1) Furnishing, placing and compaction af backfill 12) Clean-up New Ductile Iron Sewer �.ervice a. Measurement 1) Measureuzent for t�iis Item shal.l be per each Ductile Iron Sewer Service complete in place. b. Paym.ent 1) The wark performed and materials furnished in accordance with this Item will he paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizcs c. The p�ice bid shall include: 1) Furnishi�g and installing New DIP Sanitary Sevver Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hattling 5) Disposal af excess material C) Tee connection to main 7) Fittings , 8} 2-way cleanout and cap with concrete pad 9} Surface restoratiqn, excluding grass (seeding, sodding or hydro-mulch paid separately) 10) Fumishing, placing and carnpaction of �mbedment 11) Furnishing, placing and compaction of backfill 12) Clean-up New Bored Sewer Ser�ic� a. Measurement 1) Measurement fnr this Item shall be per each Bored 5ewer 5ervice complet� in place. b. Payment 1) The work perfarmed and materials furnished in aecordance with this Item and measured as provided under "I�+leasurcment" will be paid far at the unit priee hid per each "Bored Sewer Service" installed for; a) Various sizes b} Various inatarials c. Th� price shall include: 1) �urnishing anrl installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement rerno�al 3} Faccavation 4} Hauling 5) Disposal of excess material 6) Tee conneCtion to main 7) Service Line 8) Fittings CITY DF FORT WORTH STAi�lBARD C�NSTR[fC'F[ON 9PGCIFICA'1'lON DOCUMElVTS Revised April 26, 2013 Waten� & 5anitary Sewer Replacement Contract2018, WSM-M City Proj cct No. 101688 333150-3 SANITARY SEWER SSRVICE CONNECTIONS ANI3 SERVICE LINE Page 3 of 9 l 9) 2-way cleanout and cap with concrete pad 2 10) �urface restoration surrounding 2-way cleanout 3 11) Furnishing, placir�g and compaction of embedr�ent and backfill 4 12) C�ean up 7 8 ia 11 12 13 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 4. Private 5erviee Relocation a. Measurement I) Measured horizontally along the surface from center line to center l.ine of the �tting, manhole or appurtenance b. Payment 1) The work p�rfozxned and the maierials furnished in accordance with tivs Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per linear foot for "Private 5ewer Service" ianstaiied for: a) Various sizes b) Various materiais c. The price shall include: 1) Obtaining appropriate Permit 2) Obtaining Right of Eniry 3) Performing relocatian as specified in the Drawings 4} Excavatian 5) Hauling 6) Dispasal of excess material 7) Ser�ice Line - private side by plumb�r $) Fittings 9) Furz�ishing, piacing and compaction of embedment 10) Furnishing, placing and cnmpaction of backf'ill l 1) Clean-up — surface restoration, excIuding grass (see.ding, sodding or hydro- mulch paid separately) 28 5. Sewer Service Reconnection 23 a. Measurernent 30 1) Measurement for this Item shall be per eacia "Sewer Service Reconnection" 31 connplete in place from public service line conneetion ta private service line 32 cnnnection. 33 b. �'ayment 34 1) The work per%rmed iq cQnjunctian wittt the xelocation of a sewer se�'vice, �5 associated vvith private service line, fittings and cleanout S feet or l�ss in 36 any directian from the centerline of tY�e existing service line and the 37 materiais furnished in accordance with this Item will be paid fnr at ihe unit 38 price per each "5ewer 5ervice, Reconnection" performed for: 39 a) VariQus service sizes 40 c. The price bid shall include: 41 1) Private servic� line 42 2) Fittings 43 3) Private connectipn to sewer service 44 �) Pavetnent removal 45 Sj �xcavation 4b 6} Hauling 47 7} Disposa3 of excess material 48 8) 5urface restoration, excluding grass (seeding, sodding or hydro-mulch paid 49 separately} CITX OF FORT WOIZTH Water & Sanitary 3ewer Replacement STA�IDARD CQNS'i'RUCTLON SPCCIFICATION DOCUM�NTS Contract 201 S, WSM-M Revised April 2fi, 2013 City Project No. 1 D1688 3331 SO-4 SANITARY SEWER SERV[CE CONNECTIpIVS AND 5El2VICE LINE Page 4 of 9 1 2 3 a 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22� 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4� 4S 46 47 48 49 C 7 9) 10) 11) Clean-ug 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a"2-way Cleanout" is installed. b. Payment 1) The work performed and the materi�ls furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" iz�s�alled for: a} Vanious sizes b) Various znaterials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout and cap as specifi.ed in the Drawings 2) Pavement xemoval 3) Concrete �aad 4) Suziace restoratian, excluding grass (seedin�, sodding or hydro-mulch paid separaiely) 5} Hauling 6} DisposaI of excess material 7) Funushing, plaqing and compaction af backfill 8) Cl�an-up Service Reinstateraent a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Serviae associated with the se�rer main being rehabilitated by a trenchless method. h. Payment 1} The wark pezformed and materials furnished in accardanee with this item and measured as provided under "iWleasurement" will be paid far at the unit price bid per each "Sewer Service, Rein�taterz�ent" for: a} Various sizes c. The price bid shall include: 1) Tap to existing main (ifrequired) 2) Pavement removal 3) Excavation 4) Ha�ling 5) Disposal of excess material 6) Tee cannectian to main 7} Service line (ifrequired} 8} Fittings 9) Furnishing, placing and compaction of embedment and backfill 10} Clean-up — suriace restoration, excluding grass (seeding, sodding or hydra- mulch paid separately)references B. De�nitions 1. New Service a. New service appiies to the instalIation of a ser�ice with connection to a new or existing sewer main. CITY OF FORT WOATH STANDARD CONSTRUGTIDN SPECIPICATION DDCUMENT5 [Zevised April 26, 2OI3 Water & Sanitary Server Replaeement Contract20l$, WSM-M City Project No, 1 D 1686 3331 SU-5 SANITARY SEWER SERVICE CONNECTIpNS AND SERVECE LINE Page 5 of 9 1 b. The service materia�s would inelude service iine, �ittings an� cleanout. 2 2. Bored Service 3 �. Sored sexvice applies to the installation of a servsce vvith conneciion to a new or 4 existing sewer main including a hore und�r an e�t�isting road. 5 b. The service materials would include service line, �'ittings and cleanout. 5 � S 9 LO il 12 ia 14 15 l6 17 18 19 20 2I 22 23 2� 25 26 27 28 29 30 31 32 33 34 3_ Private Service Relocation a. Private serviee relocation applies ta the replacement of the existing sewer service line on pri�ate property typically associated with the relocation of the existing main. b. Typieal main relocation wi11 be from a rear lo� easerzxent ar alley io the streei. 4. Service Rainstatement a. 5ervice reinstatement agplies to the rec.annection of an existing service to an existing main that has been rehabilitated by trenchless methods such as pipe enlargement (pipe bursting), slip lining or CIPP. C. Reference Standards 2 3 R�ference standards cited in this Speeification refer to th� cu�-rent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. ASTM Intematio�al (ASTM): a. ASTM D3D34 Standat'd Specification far Type F5M Poly (Vinyl Chloride) (PVC) �aewer Pipe and Fittings b. ASTM D1785 Standard 5peciiicakion for Poly (Vinyl Chlaride) (PVC} Plastic Pipe, Schedules 40, 80 and 120. c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe fflr 5ewers and Other Gra�ity-Flow Applications d. ASTM D2412 Standard Test Me�hod for Determuiation of �xternal Loading Charact�ristics Qf Plastic Pipe by Parallel-Plate Loading e. ASTM D3212 Standard Specifcation for �oints for Drain and Sewer Flastic Pipes Using Fiexible Elastomeric Seals Texas Commission on Environmental Quality a. Tit1e 30, Fart I, Chapter z17, Subchapter C, Rule 217.54 — Criteria for �.ayi_ng Pipe and Rule b. Title 30, Part T, Chapter 217, 5ubchapter C, 217.55 -- Maziholes and Related 5tructures 35 1.3 ADMINISTRATIVE REQUIREIVIENT� 36 A. 5chedujing 37 1. Provide advance notice for s�rvice intemtpYion to properry owner and meet 38 requirements of Division 0. ��� 40 41 1.4 �UBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shalI be approved hy the City prior ta delivery. 42 1,5 ACTION SUBNCITTALS/[NFORMATIONAL SUBMITT,ALS 43 A. Praduct data sl�all ineIude, if applicable: 44 1. Tee connectian or saddle CITY OF FORT WORTH STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS ftevised April 26, 2413 Waier & Sanitary Sewer Replacemeni Conhact 2018, W5M-M City Project No. 10168$ 33 31 50 - b SANPCARY SSWER SE]iVICE Cd�INECTION5 AND SERVIC� LINE Page b of 9 1 2 3 4 5 2. Fittings (including type of cleanout) 3. Ser�ice line B. Certificates I. Furnish an afiidavit certifying that serviee line and �ittings meet the provisions of this 5ection, 6 1.6 CLOSEOUT SUBMITTALS [NOT USED] 7 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.8 QUALITY AS�URANCE [NOT USED] 9 1.9 DELIVERY, STORAGE, AND HANDLING 10 11 12 13 14 15 15 17 18 19 20 2� 22 23 A. 5tara�e and. Handling Requirements 1. Gra�ity pipe shall be stored and haz�,dled in accardance with the manttfacturer's guid�lines. 2. Protect a2I parts such that no damage or deterioration will occur during a prolanged delay from the time of shipment until installatian is completec3 and the units and equipment are ready for operation. 3. Protect all equipment and parts against any d�age during a pralonged period at the site. 4. Prevent plastic and similar brittle items from being directly e�pased to sunlight or extz�emes in temperature. 5. Secure and maintain a location to stare the material in aceordance with Section O1 66 00. 1.1p FIELD �SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] 24 PART � - PRODIICTS 25 21 OWNER-FURNISHED [N�T" USED] 26 �.� EQUIPMENT, PRODUCT TYPES, MATERIALS 27 28 29 30 31 32 33 34 35 3b 37 A. Manufacturers I. Only the manufacturers as listed on the City's Standard Products List will be considered as shvwn in Sectian Ol 60 OQ. a. Thc manufacturer rnust opmply with this Specification and related Sections. 2. Any prqduct that is not listed on the Stanclard Products List is eansidered a substitution and shall be submitted in accordance with Section O1 25 40. 3. The services and appu�rtenances shali be new and the product of a mat�ufacturer regularly engaged in the manufacturing of services and appurteaaances having similar service and size. B. Materials/Design Criteria 1. Service Line and Fittings (including tee connections} CITY OF PORT WORTH Water & Sanitaty 5ewer Replacement STANDA.Rp CON5TTtUCT10N SPECIFFCA'I'ION DOCUM�I�TS Cvntract2U18, W5M-M Revised April 26, 2013 City Pro}ect No. 10] 688 aa a� so - � SANiTARY 3EWER S�RVTCE CONI�ECTIONS ANL] SEIiVICE L1NE Page 7 of 9 1 2 3 4 5 6 7 8 9 10 1] l2 13 14 15 a. QVC pipe and fittings on public property shall be in accordance wit�i Section 33 31 2a. b. PVC pipe and fittings an pri�ate property shall be Schedule 40 in accordance with ASTM D1785. c. Duetile iron pipe and fittings shall be coated wit� ceramic epoxy in accordance with Section 33 I 1 10 and 5ection 33 11 11. 2. Sez�vice saddle a. Service saddles shall only be allawed vvhen connecting a new service to an existing sanitary sewer main and slaall: 1) Be a 1-piece prefabricated saddle, e.ither polyethylene or PVC, with naoprene gasket for seal against main 2) Use saddle to iit outside diameter af main 3) Use saddle with groo�es to retain band clamps 4) Use at Ieast 2 st�inless steel band claxinps for securing saddles ro the main b. Insert a tees s�rvice connections may not be used. 16 3. Cleanout 17 a. Cleanout stack material should be in accordance witkz City Standard Details or 18 as shown on Drawings. �9 b. For paved areas, pravide a cast iran cleanout and cast iron lid. 20 c. For unpaved areas, provide PVC cleanout and polyethylenc lid. 2I 4. Coupling 22 a. For connections between new PVC pipe stub out and existing service line, us.e 23 rubber sleeve cauplings with stainless steel doubl�-band repair slee�es to 24 connect to the Iine. 25 2.3 ACCES50R�ES [NOT USED] Z6 2.4 SOURCE QUALITY CONTROL [NOT USEDj 27 PART 3- EXECUTION [NOT USED] 28 3.1 INSTALLERS 29 A. A iicensed plumber is required for installations of the service line an private property. 30 3.� EXAMINATION {NOT USED] 31 3.3 32 3.4 33 34 35 36 37 38 39 40 41 PREPARATION [NOT USED] INSTALLATION A. General Install service line, fittings and eleanout as speciiied herein, as speci�'ieci in Section 33 QS l0 and in accordance �vith the pipe manufacturer's recammendatians. B. Hazidling 1. Haul and distribute service lines, fttings and cieanouts at the project site and handle with care to avoid damage. a. Inspect each segment of service line and reject or repair any damaged pipe prior to lowering into the trench. 2. Do nat handle the pipe in such a way that will damage the pipe. CITY O� FORT WORTFI Water & Sanitary Sewer Replacement 3TANDARD CONSTRUCTiQN SPECIFICATION DOCUMENT5 Cnntract20I8, W51Vf-M Revised ApriE 26, 2013 City Project No. l D 16$8 33 31 50 - 8 SANiTARY SHWER SERVICE C�NNECTIONS AND SERVICE I,INE Pape 8 of 9 � C. �eTV10E I.lrie 2 1. Lay service line at a tz�inimurn grade of 2 percent, as shown on City Standard 3 detaiIs, ar at lines and grades as indicated in the Drawings. 4 2. If service line is installed by bore as an alternative to open cut, the cost associated � with open cut installation, such as pave�zzent remaval, trenChing, embedment and 6 backfill and pavement patch will not be included as part of the bore installation. 7 3. Excavate and backfill trenches in accordance with 33 OS 14. 8 4. Embed PVC �ipe in accorda�ce �vith 33 OS 10. 4 D. Cle.anout 10 1. Install out af traff"ic areas such as driveways, streets and sidcwalks whenever 1 t possible, 12 a. When not possible, install cast iron cleanout stack and cap. 13 14 15 2. Insta112-way cleanout in non-paved areas in �ccardance with City Staridard Details. 3. Install2-way cleanaut in paved areas in accardance with City Standard Details. E, Service line connection to main 16 1. Nevu service on new or replacemernt main 17 a. Determina location of ser�ice connections before main installation so the 18 serviee �ttings can be installed during main instaIlation. 19 �. Connect service line to main with a molded or fabricated tee �tting. 20 21 22 23 24 25 26 27 28 2. Recannection to main aftcr pipe enlargement a. Tapping the existing rnain and installing a strap pn tee connection may be used. b. Allory the new naain to recover from iniposed stretch �efoxe tappirtg and service installatian. 1) �ollow manufacturer's recommendation for the length of time ne�ded. c. Tap main at 45 degree angle to horizontal when pqssible. 1) Avaid tappiag the iop of tnain. d. Extend ser�ice line from main to property line or easement line before connecting to the existing service line. 29 3. New service on existing main 30 a. Connect service line to main with a molded or fabricated tee fitting if possible. 31 b. Tapping the existing main and installing a strap on tee connection may be used. 32 F. Private Service Relocation 33 1. Requireznents far the relocatian of ser�iee line an, private property 34 a. A licensed pinrnber must be used to instaIl service line on private praperty. 35 b. O�tain permit from the Development Department for work on private propetty. 36 c. Pay for any inspect[on or permit fees assoeiated with work on private property, 37 d. Verify (by Exploratory �xcavation of Existing Utilities) the elevations at the 3 8 building cleanaut and compare to data an the Drawings befare beginning 39 service in�tallation. 40 e. Submit e�cvation informaiion to the City inspector, 41 f. Verify that the 2 percent slope insta�ation requiremenY can be met. 42 1) If the 2 percent sIap� cannot be met, verify with the Engir�eer that line may 43 be installed at the lessez' slope. C1TY OF FORT WORTH Water & Sanilary Sewer Replacerr3ent STANDAItD COFVSTRLlCTION 5AECIFICA"PIOIY DOC[7MENTS Contract201$, WSM-[wl Revised April2b, 2013 City Prnject Na. 10168$ a�3iso-9 SANITARY SE'qV�R SBRVICE CQNN�CT[ONS A1VD SERVICE LINE Page 9 of 9 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 3.5 REPAIR 1 RE�TORATION [NOT USED] 3.5 RE-INSTALLATION A. 5ervice Relocation 1. AL1 reloeations tk�at are not installed as desigs�ed or fail to meat the City code shaZl be reinstalled at the Contractor's expense. 3.7 FIELD QiIALITY CONTROL A. Inspectio�s 1. Private property se�vice line requires approval by ihe City plumbing inspector before final acceptance. 3.$ SYSTEM STARTUP [N�T USED] 3.9 A,DJUSTING [NOT i7SED] 31Q CLEANING [NO'C U�ED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE i�AME SUMMARY OF CHANGE Throughout — Deep Sewer Servicc was remo�ed i.2 — Measurement and Payment Items were revised to include ralocatiot► and 12/20/2012 D. Johnson reconnection; Blue kext was added for guidance in applying the bid Itezns; Price bid lists revised to i�clude clean-out caps, pads and surface restoration. Added the phrase `, including grass' to lines; Part 1, 1.2.A.l.c.9, T'artl, 1.2.A.2.c.9, Part 1,1.2.A.S.c.8, Partl, 1.2.A.6.c.4 Added the phrase `- surface restaration, including grass' to lines; 2/13/2013 F. Criffin Part ], 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phxase 'surrounding 2-way cleauaut' from lines; Part I, 1.2.A.1.c.9, Part l, 1.2.A,2.c.9, Part 1, I.2,A.6.c.4 Revised lines with `including grass' replacing with 'excluding grass {seeding, sodding or hydromulching paid separately)' 4l26f2Di3 F. Griffin Includcd in Part f, 1.2, A, l, c, 9; Part 1, 1,2, A, 2, c, 9; Part 1, 1.2, A, �}, c, 11; Part 1, 1.2, A, 5, c, 8; Park 1, 1.2, A, b, c, 4; Part 1, 1.2, A, 7, �, 10 19 CITY OF FORT WOIiTH STANDAR.� CONSTKUC`I'IOAi SP�CIFICAT1OAi DOCLlMENTS Revised Apri126, 2D13 Water & Sanitary Sewer Replacement Cnntract2R18, WSM-M City Project Na. 14 k 688 33317fl-1 COMBI3VAT1pN A1R VALVE FOR SAIVITARY SEWER FOKCE MAINS Page 1 of 6 SECTION 33 31 7p COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS PART�- GENERAL 1.1 SUMMA.I�Y A. Section Includes: 1. 3-inch th.rough 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies (Combination Air Valves) for sanitary sewer force mains to include: a. Combination air-release and air/vacuum valve b. Tap to force main c. Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and agpurtenances B. Deviations from this City of Fort Worth Standard Specification 1. None. �. Related 5pecificarion 5ections include, but are not necessariIy Iimited to: I. Division 0- Bidding Requirements, Contract Forms, and Canditions of the Contract 2. Division I- Generat Raquirements 3. Section 33 pS 13 -Frame, Cover and Grade Rings 4. Section 33 p5 14 - Adjusiing Manholes, Tnlets, Valve Boxes, and Ofher 5tructures ta Grade 5. Section 33 1 i 10 - Ducti�e Tron Pipe 6. 5ection 33 11 11 - Ductile Iron Fittings 7. Section 33 12 20 - Resilient Seated (Wedge) Gate Valve 8. Section 33 39 20 - Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Measurement a. Measurement for Combination Air Valves sha116e per each. 2. Payment a. The work perfarmed and materials furnished in accnrdance with this Item shal3 be paid for at the unit price bid per each "Sewer Air Release Valve and Vault" insta�led for: 1) Various inlet size� 3. The price bid shall incIude: a. Furciishing and installing Cornbination Air Valves witYf appurtenancas as specified in the Drawings b. Air valve �ault and appurtenances c. 'I'apping the main d. Isolation valves C[TY OF FORT WORTH Water & 5enitary 5ewar Replaccment 3TA?YDARD CpIV5TRUCTION SPECIFICATlQN DOCUtVIENT5 Cantract 2018, WSM-M Revised Deeember 20, 2012 Ciry Project No. l 0158,5 333170-2 C�MSINATION AIR VALVE FDA SANITARY SEWER FORCE MAINS Page 2 af 6 e. Fittings f. Vent piping g. Vent cover andlor enclosure h. Vent enclosure andlor pipe bollard protection, if required i. Excavation and backf'il! 1.3 REFERENCES A. Defnitions 1. Combination Air Va.tve: A device having the features of hoth an air-release valve and an airlvacuum valve 2. Inlet: The opening at the base af the Combination Air Valve mechanism through which air from the force main enters 3. Inlet Piping: The piping and appurtenances between th� force main and the valve inlet 4. Orifice: The ogenin.g in th� Combinatian Air Valve rnechanism thro.u.gh which air is e�pelled from or adtnitted into the %rce main 5. Outlet: The opening at the top of Combination Air Valve mecbanism, including the ori�ce, through which air enters or exits the farce main 6. V�nt Piping: The piping and appurtena�ces from the Cnmbination Air Valve nutlet to its termination point outside the vault B. Reference 5tandards 1. Reference standarcis cited in this Specificataon refer to the current reference standard published at the tune of the latest revisinn date loggeci at the end of t1�is Specificatipn, unIess a date is specifically cited. 2. A�tz�erican Iron and Steel J.t�stitute (AISI). 3. Arnerican National Stazzdards Institute (ANSI)/American Water Works Association (AwwAj: a. ANSIIAWWA C512 — Air-Release, Air/`/acuum Valves, and Combination Air Valves for Waterworks Service. b. AWWA Manual af `,Vater Supply Practiees M51 (AWWA Manual M51) — Air- Release, Air/Vacuum, and Cambination Air Valves 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] L� SUBMITTALS A. Submittals shall be in accordance with �ection O1 33 00. B. AIl subinittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFQRMATIONAL SUBMITTALS A. Produet Data Combination Air Vaives, air/vacu�m valves, or combination air valves stating: a. Application type b. Warking pressure rating e. Test pressure rating d. 5urgs pressure rating e. Inlet size CIT'Y OF FOiYT WORTH WaY�r & Sanitazy Sewer Keplacemenl STANDARI] CON3TRUCTIpN SPECiFICATION DOCUMENTS Cantract 201$, WSM-M Revised December 20, 20 f2 City Project [Yo, 101668 333170-3 COMB1NATlON AIR VALVE FOR SANITA[tY SEWER FORCE MAINS Page 3 of 6 f. Sma11 orifice size g. Large orifice size h. Cleaning ports 2. Valve vault and appurtenances 3, Tapping appurtenances 4. Isolatioz� vaIves 5. Fittings 6. Verii piping 7. Vent cover and/or enclosure 8. Vent enclosure and/or pipe ballard protection l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] I.9 QUALITY ASSURANCE A. Q�alifications 1. Manufacturcrs a. Combination Air Valves of the same size shall be the product af 1 manufacturer. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Prot�ct aIl parts such that no damage or deterioration wiIf occur during a prolonged de�ay from the time of shipment until installation is completed and the units and equipment are ready for aperation. 2. Proteet all equipment and parts against any damage during a prolonged period at the sitc. 3. Protect the finished surfaces af all exp�sed flanges by wooden blank f�anges, stroz�gIy built and securely bolted thereto. 4. Protect �nished iran or steel suriace5 not painted to prevent rust and corrosian, S. �tevent plast�c and similar brittle items fram being directly expased to sunlight or extremes in temperature. 6. Secuxe and maintain a locatian to store thc material in accordance �vith Section OI 66 00. 1.11 FXELD CONDITIONS [NOT IISED] 1.12 WARRANTY A. Manufact�rer Warranty 1. Manufaciurer's Warranty shall be in accordance with Dzvis.ion 1. CITY OF FORT WORTH Water & SxniFary Sewer Aeplacament 5TAIVDARI7 CONSTRUCTION 3PECIFTCAT[ON ETOCUMENTS Contract 2U18, WSM-M Revised Decem6er 20, 2012 City Project l�'o. LOIb88 33 31 7D - 4 CQMSIN�.i'lON AIR VALVE ROR SANITARY S�WER FORCE MAINS Page 4 af 6 PART2- PRODUCTS 2.1 OWNER-FURNISHED (ox] OWNER SUPPLIED PR�DIICTS [NOT iTSED] Z.2 EQUIPMENT, PRODUCT TYP�S, AND MATERIAI,S A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 Od. a. The manufacturer z�.ust camply with this 5pecification and reiate� Sections. 2. Any product that is not listed on the Standard Products List is eonsidered a substitutian and shall be submitted in accordanee with Section Q1 25 00. 3. 'Che Combinakion Air Valve shali be new and the product of a manufacturez' regularly engaged in the manufaeturing of air release/air vacuum val�es having siznilar ser�ice and size. B. Periarmance 1 Design Criteria 1. Capacities a. Appiicatian = Sanitary Se�ver b. Woz'king Pressure fram 10 psi to 15Q psi c. Test Pressure = 225 psi ci. Surge Pressure � 100 psi minimum, unless stated otherwise in the Contract Documents e. Size 1) Each ori�'ice size must be sufficient to meet th� requirements set forth in AWWA Manual M51 and indicated on the Drawings. 2. Fut►etion a. High volume discharge during force main filling b. Higl� �oiume intake through the large orifice c. Pressurized air discharge d. 5urge DampeninglCantrolled discharge rates 1) The valve shall l�ave an intagral surge alle�iation mechanism which shall operate aufomatically to limit transient prassure rise or shock induced by clasure due to high velocity air discharge or the subsequent rejoining of the s�parated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. e. Must operate effectively with the presence of solids encountered in sanitary sewer C. Materials Combination Air Valve a. Internal parts 1) Non-carroding material such as staznless steel or high density polyethylene b. Valve body 1) SAE 30� or SAE 316 stainless steel 2} Equipped with intake and discharge flanges c. Inlet/Discharge arifice area 1) Equal to the nqminal size of tl�e valve ar greater CITY OF FORT WORTH STAND[�ill CONSTItUCTION 5FECIFICATION DOCUMEI�'I'3 Water &$anitary Sewer Replacemeat Revised December 20, 2012 Contract 201 S, WSM-Nl City Projeat Na. 101688 33 31 70 - 5 CONlBINATfON ATlt VALVE FOR SANI7'ARY SEWER FDRCE MAiNS Page 5 af6 2.� ACCESSORIES Inlet Piping a. 5ha11 be in accordance with Drawtngs 2. Isolation VaIves a. Gate vatve (flanged) in accardance with Sectioni 33 l2 20 with: 1) 2�inch qperating nut, non-rising stem with enclqsed miter gearing for 3- inch and larger gate valves 3. Vent Piping a. 4-inch minimum Ductile Iron Pipe in accordance with Drawings b. No galvanized piping allowed. �. Vent Scz'een a. Stainless Steel (AISI 304) S. Dropover Enclosure a. ChannelI 5PH-142Q th�rmaplastic enclosure, �r approved equal 6. Vault a. Provide a flat top, concrete manhole in accordance with Seetion. 33 39 20. h. Manhole dimensions shail be in accordance with Drawings. c. Pra�ide a 32-inch hinged eover with frame and grade ring in accordance with Section 33 OS I3. d. Secure Air Valve to va�lt wall using a galvanized or stair�less steel hracket manufactured by Grinell, or approved equal, in accordance with the Drawings 2.4 SOiTRCE QUALITY C�NTROL A_ Tests and Inspeetions 1. Testing and inspection of Combination Air Valves shaIl be in accordance with AViIWA C412. PART 3 - EXECUTION 3.1 INSTALLERS [NOT U�ED� 3.2 EXAMINATXON [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. InstaIl in accardanc� with manufacturer's recommendations and as shown on the Drawings. 2. All ductile iron piping and valves above ground or within the vault interior shall be painted Yn accordance wit.h City requirernents, unless otherwise stated in the Drawings. C[TY OF F�RT WORTH STAF�DAIZD CQNSTRUCTION SPECIFICATION DDCUMENTS Watcr & Sanitary Sewer Replacemnni 12eviscd December 20, 2012 Confract 2018, W3Iv7-M' City Project No. 1016B8 33 31 70 - 6 COMBWATIOIV AIR VALVS FQIt SAIVITARY SEWECt FDRCH MAINS Page 6 af 6 3.� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTAI.LATION [NOT USED� 3.7 FIELD Qi7AL1TY CONTROL A. Fieid Inspections 2. 3. 4. 5. The valve shall perform as intendeci vaith no deformation, leaking or damage of any kind iar the pressure ranges indicated. Before acceptance of th� insialled valve, the City Pield Operations Staff shall have the opportunity to inspect and operate the valve. The City will assess the ease of access to the operating s�ut atad ease of operating the corporation stop. If access and operation of the valvc and its appurtenances meei the City Standard Detail, fhen the valve will be accepted as installed. The Combinaiion Air Valve assembly shall be free from any leaks. B. Non-Conforming Work I. If access and operation of the valve or its appurtenances do�s not meet the City's criteria, the Confiractor wilj remedy the situatian until it me�ts the City's cri�eria, at the Cantractor's expense. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADdUSTING [NOT U'SED] 3.10 CLEANING [NOT USED] 3.11 CL05EOiJT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USEDJ 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revisian Log DATS NAME SUtVIl1�fARY OF CHANG� 12120/20l2 D. Johnsan General: Modified specificataon to reflect materials and equipmeflt in City 5tandard Delail; Removed cast-in-place manhole references C1TY OF FORT WOATH Water & 5anitary 5ewer Replacement STANDAR.D CON3TRUCI`I01�i 5P�CIFICATIOI�' DOCiJMENTS Conhact 2018, W3M-M Re�+ised December 20, 2D12 Ciry Project [�io. 1O1688 33 39 10 - l CA$T-1N-PLAC� CONc:Et�TE MANHOLE Page 1 of 7 SECTION 33 3910 CAST-IN-PLACE CONCRETE MANHOLE PART1- GENERAL 1.� SUMMARY A. 5ection Includes: 1. 5anitary Sewer Cast-in-Place Concrete Manboles B. Deviations from this City of Fort Worth Standard Specification 1. Nane. C. Related Specifcation Sections inclu�e but are not necessarily l�mited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Sectian. 03 30 00 — Cast-Ln-Place Concrete A. Section 03 SO 00 — Modif cations to Existing Co.ncrete Structures 5, Section 33 OI. 30 — 5ewer and Manhole Testing 6. Saction 33 OS 13 —�'rarne, Cover, an� Grade Rings 7. Section 33 39 60 — Epaxy Liners for Sanitary Sewer Strucfuras 1.� PRICE AND PAYMENT PROCEDi1RES A. Measurement and Payment ManhoIe a. Measurement 1) Measurement for this Item shalI be per each. b. Paytnent 1) Thc workperformed and the materials furnished in accardance with this Item shall he paid for at the unit price bid per each "Manhole" insialled for: a) Various sizes b) Various types c. The price 6id will include: I} IVlanhole sYructure complete in place 2) Excavation 3) Forxns 4) Concrete 5) Backfill 6) Foundation 7} Drop pipe 8} Stubs 4) Frame 10) Cover 1 I } Grade rings 12) Pipe connections 13) Pavement removal CTI'Y OF FORT WORTH Water �r. Sanitary Sewer Replacem�nt STANDARI? CpNSTItUCT10N SPECIFICATIQN I]OCUMENTS Conttact 2016, WSM-M Revised December 20, 2012 City Project No, 101688 33 39 10 - 2 CAST-IN-PLACE CONCRET� MAIVHOLE Page 2 ai7 I4) Hauling 15) Disposal of excess material 16) Plaeement and compaction af l�ackfill 17} C�ean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet vvill be per vertical foot, measured tfl the nearest 1110 foof. b. Payment 1) The work performed and the makerials furnished in accordance with this Item and measured as pro�vided under ``Measurerr�ent" will be paid for at the unit price bid per vertical foot for "Extra Deptl� 11+Iasihole" specified for: a} Various sizes c. The ptice bid wi1S include: 1) Manho�e structure camplete in place 2) Excavation 3) Forms 4) Reinforcing steel (if require�) 5} Cancrete f) Backfill 7) Foundation $) Drop pipe 9) 5tubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16} Disposa3 oi excess material 17} Flacement and compaction of bacl�ill 18) Clean up 3. 3anitary Sewer Junction 5tructure a. Measnrement 1) Measurement for this Item vvill be per each Sewer Junctian Structure being installed. b. Payment 1) The work perfarmed and materials fumished in accordance with this Item and measured as provided under "Measuretx�ent" s�all be paid for at the lurrsp sum bid per each "Sewer Junction S.Yructure" location. c. Price bid wi11 include: 1} Junction 5tructure complete in place 2j Excavation 3) Forms A) Reinforcin.g steel (if required) 5) Cancrete 6) Backf'xll 7) Foundation S) Drop pipe C1TY OF .FDRT VV�RTH Water & 5anitary Sewer Repiacement STANpARR CONSTRUC'I'ION SPECIFICATION DOCIIMENTS Conlracf 2018, WSM-M Revised December 20, 2U12 City Project 1Vo. l Q168$ aaa9 �0-3 CAST-IN-PLAC$ CQNCRG'fE MANHOL� Yage 3 of 7 9) Stubs 10} FraLne 11} Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaetion af backfill I8) Clean-up 1.3 REFERENCES A. D�finitions Manhale Type a. 5tandard ManhoIe (See City 5tandard Details) 1) Greater than 4 feet deep up ta 6 feet deep h. Standard Drop Manhole (See City Standard Details) 1) Saxne as 5tandard Manhole with external drop connection {s) c. Type "A" Manh�le (See City Standard Details) 1) Manhnle set on a reinforeed concrete block placed araund 39-inch and larger sewer pipe d, Shallow Manhole (Sea City Standard Details) Z} Less than 4 feet deep with formed in�ert for sewer pipe diarneters smaller than 39-inch. Manhole Size a. 4 faot diameter 1) L1sed with pipe ranging from 8-inch ta IS-inch b. 5 foot diameter 1) Used v�rith pipe ranging fram 18-inch ta 36-inch c. See specific manhole design. on Drawings for pipes larger than 36-inch. B. Reference Stat�dards 1. Reference standards cit�d in this 5pecification t'efer to the current reference standard published at the time of the latest revisipn date logged ai the end of th.is Specification, unless a date is specifically cited. 2, ASTM International (ASTM}: a. D4258, Standard Practice for 5urface Cleaning Concrete for Coating. b. D4259, Standard �ract�ce for Abrading Concrete. 1.� ADMINISTRATIVE REQUIREMENTS j1VOT USED] 1.5 SUBMITTALS A. 5ubmittals shall be in accordance with 5ection O1 33 Q0. B. All submittals shall be approved by the City priar to delivery. 1.6 ACTIDN SUBMITTALSIINk'ORMATIONAL S[1BMITTALS A. Product Data 1. Drop connec�ion materials CITY OF FORT WORTFI STA1�I]ARp CQ1V5T1tUCTEQN SPECIi�1CATIQN DOC[lI4I�NT5 Revised Decem6ar 20, 2012 Water 8c Sanitary Sewer [�eplacecaent Contract 2018, W 5 M-Nl City Pro� ecf Nv. 1 Ql b88 333910-4 CAST-I�V-PLACE CDNCRETE MAtYHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. S.tu6s and stub plugs 4. Admixtures 5. Concrete Mix Design 1.i CL�S�OUT SUBMITTALS [NOT USEDj 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] L9 QUALITY ASSURALVCE [NOT USE.D] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS 2.l OR'NER-RURNISHED [o�] OWNER SUPPL.lEDPRODUCTS [NOT USED] 2.2 EQ[TIPMENT, PRODUCT TYPES, MATERIAI,S A. Manufactur�rs 1. Only the manufaciurers as Iisted on the City's Standard Products List will be cansidered as shown in Section O 1 60 00. a. The manufacturer must comply with ttus �pecification and reiated Sectians. 2. Any product that is no� listed on the Standard Products List is considered a substitution and shall be submitted in accardanee wiih Section O1 ZS 00. B. Materials 1. Cancret� — Canforzn ta Section 03 30 00. 2. Reinforcing Steej — Conform tfl 5ection U3 21 04. 3. Frame and Cover — Conform to Seetior� 33 05 I 3. 4. Grade Ring — Conform to Sectian 33 O5 13. 5. Pipe Connections a. Pipe connections can be �remolded pipe adapter, flexible locked-in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. 7. Exter'ror Caating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less thanl2 rnils and no �reater than 30 mils. c, Solids canteni is 68 percent by volume � 2 percent. CITY OF FpRT WORTH 5TANDARD C�NSTRUCTION SPECTFICATIOI+I DOCi3MENT5 Water � Sanitary Sewer RaplacCmcnt Revised December 20, 2D12 Contract 2tl 18, WSM-M City Project IYo. lUi6B8 333910-5 CAST-II�-PLACE CONCRETE MANEiOLE Page 5 of 7 �.3 ACCESSORIES [NOT i1SED] 2.4 SOURCE QUALITY CONTROL [NOT [TSED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades arc in accardance to the Drawings. 3.3 PREPARAT�ON A. Foundation �reparation 1. �xcavate S inches below manhole fouttdation. 2. Replaca excavated soil with course aggregate, creating a stable base for the manhoIe canstructipn. a. If soil conditions or ground water pre�ent use of course aggregate base a 2-inch rnud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Coastruct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wali manolitl�ically. a. A cold joint with water stop is allawed wh�en the manhole depth exceeds 12 fee#. b. No other joints az�e allowed unless shown on Drawings. 3. PIace, finish and cure concrete accnrding to Section 03 3Q Q0. a. Manholes must cure 3 days before hackftlling around structure. B. Pipe connection at Manhole 1. Do not canstruct joints of sewer gipe within wall sections of manho�e. C, In�ert 1, Cqnstruct invert channels tq provide a srrxooth waterway with no disruption of flow at pipe-tnanhole connections. 2. For direction changes o�mains, construct channels tangent to �rziains with maximum possible radius of curvature. a. Frovide cnrves for side ir�lets. 3. Sewer pipe may be laid through the manhole azid the top %z of the �aipe rempr�ed to facilitate tnanhole cot�struction. 4. Far all standard manhales provide full depth invert. 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 inches in depth. D. Drop Manhole Connection CITY OF FORT W4RTH STANDAftD CONSTRUCTION SPEC[FICATION DOC[JMENTS Water & Sanitary SewerReptacement Revised Deaember20, 2012 Contract 2018, WSPvE-M City Project No. 101688 aa s9 ta - 6 CAST-IN-PLACB CONC1tE'fB MANHQLE Page 6 oF7 1. Install drop connection when sewer line enters mauhole higher than 2�k inches ahove the invert. E. Final Rim Elevation 1. Ynstall concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of rnanhole. b. Use �ealant between rings as shown on Drawings.. 2. Set frame on top of manhole or grade rings using continuaus water sealant. 3. Remo�e debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or ather unspecified material ta obtain the final surface eievation of the maniiole frame, F. Internal coating 1. Internal caating applic�tion �will con%rm to Section 33 39 60, if required by Drawings, G. External caating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion af the coating. 2. Gure for 3 days befare hackf�illing around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTNi D4258 and ASTM D4259. S. Application wilS follow manufacturer's recommendation. H. Madifications and Pipe Penetrations 1. Confarm to Section 03 $0 00. �. Junctian Structures 1. All structures shall he installed as specified in Drawings. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-IN3TALLATION [N(OT USEDj 3.7 FIELD QUALITY CDNTROL A. �`ield Tests and Inspections 1. Per%rm �acuum test in accordance with S�ctiaa 33 O1 30. 3.8 SYSTEM STARTUP [NOT USEDJ 3.9 ADJUSTING [NOT LFSED] 3.10 CLEANING [N�T USED] 3.11 CLOSEUUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED� 3.14 ATTACHMENTS [NOT i7SED] CITY OF F�RT WORTH STAN�ARD CONST�iUC'TIOi�[ SPECIFiCATIOIV DOCUMENTS Wafcr & 3anitary Scwcr Replacemcnt Revised December 20, 2012 Contract 2D18, WSM-M City Project No. 1U1668 33 39 10 - 7 CAS'I-1N-PLACE CONCRLT6 MANHOLE Aage 7 of 7 END OF SECTION Revision Log DATE NtS,ME 12/2�/2U12 D.Johnson SUMMARY OF CHANG� I.2.A.l.c. — reinforcing steel removed frnire items to be included in price 6id C1TY OF FORT WORTH Water & 5anitary Sewer Replacement STANDARD CONSTItUCTION SPCCIFICATIDN DOCUdvIENTS Contract 2D18, WSM-M Revised December 20, 20l2 City Project I�'o. 101688 33 34 20 - 1 PR�CAST CONCRETE MANHOLL� Page 1 of 6 SECTION 33 39 20 PRECAST COIVCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Se.ction Includes: 1. Sanitary Sevver, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manho[es B. Deviatians from this City of �'ort Worth Standard Specificatian 1. None, C. Related Specification Sections include, but are not necessarily liinited tQ: l. Division 0-- Bidding Requirements, Contract Farms, and Conditions of the Contract 2. Divisian 1— General Requirements 3. Sectian 03 30 00 — Cast in Place Concrete 4. Section 03 8fl 00 — Modifications to Existi.ng Concrete Structur�s 5. 5ection 33 O1 3U — Sevaer and Manhnle Testing 6. 5ection 33 05 13 —Frame, Gover, and Grade Rings 7. 5ection 33 39 60 — Epoxy Liners for 5anitary 5ewer Structures I.� PRICE AND PAYMENT PROCEDi1RES A. Measurernen.t and Payment 1. Manhole a. Measurement 1) Measurement for this Ttem shall be per each concrete manhole installed. b. Payment 1) The wark performed and the materials fumxshed in accordance with this Item s�all be paid for at the unit price bid per each "Manhole" installed for; a) Various sizes b) Various types c. The price bid will include: 1} Manhole structure eomplet� ir� place 2) E�ccavation 3) �orms 4) Reinforcing steel {i�reauired) 5) Concrete 6) Backfill 7} Foundation 8} Drop gipe 9) Stubs 10) Frame 11) Cover 12) Grade rings CTl'Y DF FORT WOR'CH STA?�IllAIiD CQNSTftUCTiOIV SPECIPICATIbiY DOCUMENT5 Watar & Sanitary Sewer Replacement itevised December 2D, 2012 Coniract 2018, W5M-M City Projee[ IVa, 101 G$8 333920-2 PRE.CAST CONCRETE MAbIHOLE Page 2 of 6 13) Pipe cannections 14) Pa�ement reznoval IS) Hauling 16) Disposal of excess mat�rial 17} Placemen# and compactian of backfill 18} Clean-up 2. Ex%'a Depth Manhole a. Measur�ment 1) IVleasurement far acfded depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot, b. Payment 1) The work perfor�ned and materials furnished in accorda�.ce with this Item and measured as provided uncEer "Measurement" will be paid for at the unit price bid per vertical faot far "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure co�np.lete in place 2} Excavation 3} Forms 4) Aeinforeing steel (if required} 5) Concrete 6) Backfill 7) Foundai�on S) Drop pipe 9) Stubs 10) Frarz�e � 1) Caver 12) Grade rings 13) Pige connections 14} Pavement remova! 15) Hauling 16) Disposal nf excess materiai 17) Placement and catz�.paction af hackfill 18) Clean-up 1.3 REFERENCES A. De�nitions 1. Manhole Type a. 5tandard Manhole (See Czty Standard Detai�s} 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (�ee City Standard Details) 1} Same as Standard Manhole with ex�ernal drop connection{s) c. Type "A" Manhole (See City 5tandard Details) 1) Manhole set on a reinforced conerete block placed around 39-inch and larger sewer pipe. d. ShaIIow Manhole (See City 5tandard Details) 1) Less than four 4 deep with formed invert far sewer pipe diameters srn.aller than 39-inch 2. Manhole Size CITY OF FORT' VJORTII Water & 5anitary Sewer Replacement 57'ANDARJ] CONSTRUCTION SPECTFICATION �OCUMEN9"S Contract 2Dl 8., WSM-M Re�ised December 2D, 2012 City Project No. ID [688 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 a. 4 foot diam�ter 1} Used with pipe ranging from 8-inch to 15-inch b. 5 faot diameter 1) Used with plpe ranging from 18-inch to 36-inch 2) 5ee specific manhole design on Drawings for pipes larger than 36-ineh. B. Referenee Standarc�s I. Reference stanc�ards cified in this Speci�cation refer to the current referenoe standard published at the tsme of the latest revision date logged at the end of this Speciiication, unless a date is specifically cited. 2. ASTM International (ASTM): a. C443, 5tandard Specificatian for �oint for Concrete Pipe and Manholes., Using Rubber Gaskets h. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specificatian for Resilicnt Connectors Between Reinforced Concrei� Manholes Structures, Pipes, and Laterals. d. D 1187, Standard Specification for Asphalt-Base Emulsion far ilse as Protective Coatings far Metal e. D I227, Standa�rd Specrfication far Emulsified Asphalt Used as a Proteetive Coating for Roofing 1.4 ADMINISTRATIVE REQUXREMENTS [NOT USED] 1.5 SUEMITTALS A. Submittals shall be in accordance with Section QI 33 00. B. All submittals shall be appro�ed by the Gity priar to delivery. 1.6 ACTION SUBMiTTAL5/IivFORMATXONAL �UBMI'I'TALS A. Praduct Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe cannections at manhole waljs 4. Stubs ar�d stub plugs 5. Admixtures 6. Concrete IVIix Design 1.7 CLOSEOIIT SUBMITTALS [NOT USED] 1.� MAINTENANCE MATE1tIAI. SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.i� WARRANTY A. Manufacturet Warranry CITY QF FOR'f WORTH Water & Sanit�ry 5ewer IteplacemenE STANDARD CQIVS'I'KUCTION SPECII']CATIdN DOCUMENTS Contiact 2D18, WSM-M Re�ised December 20, 2012 City Project Na. 101688 33 39 20 - 4 PRECAS'I' CONCRETL MANHOLE Page 4 af 6 1. Manufacturer's Wartanty shall be in accordance with Division 1. PART � - PRODUCTS 21 OWNER-FURNISHED �oK] OWNER �UPPLIED PRODUCTS [NOT USED� 2.2 EQUIPMENT, FRODLTCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufaeturers as listed an the City's Standard Products List will be consid�red as shown in Section p 1 60 00. a. The manufacturer must comply wi.th ihis Specifcation a.nd related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B, Materials 1. Precast Reinforced Concrete Sactions — Gqnfortn to ASTM C478. 2. Precast Jaints a. Pro�ide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c, LTse long joints at the bottom and sk�orter joints toward the top. d. Include manufacturer's stamp on each sectinn, 3. Lifting Devices a. Manhole sections and canes nnay be fumished with lift lugs or li$ holes. 1) Iilift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 deg�rees apart and groui during manhnle installation. 4. Frame and Cover — Confnrm to Section 33 05 13. 5. Grade Ring — Conform to Section 33 Q5 13 and ASTM C478. 6. Pipe Cannections a. Utilize eifher an integrally east embedded pipe connector or a boof-type connector installed in a eircular block out opening confc�rming to ASTM C923. '7. Steps a. No steps are allowed. �. Interiar Coating or Liner -- Confortn ta Section 33 39 60. 9. Exterior Coating a, Coat with non-fibered asphaltic emulsian in accordance with ASTM D1187 Type I and ASTM D 1227 Type ZT[ Class I. 2.3 ACC�SSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL �NQT I7SED� CT]'Y OF PQRT VirOIiTfI VHa;cr & Sanitary 5ewcr Replacement STANpARp CONSTRUCTION SP�CIFICAT[ON DOCLlMENTS Contract 2018, WSdvl-M Aevised Decem6er 2�, 2012 City Pmject Na. 1016$8 333920-5 P1�CAST CONGRETE MANHOLE Page 5 af 6 PART 3 - EXECUTION 3.l INSTALLERS [NOT USED] 3.2 EI�AMINATION A. Evaluation and Assessment 1. Verify lir�es and grades are in. accordance to the Drawings. 3.3 PREPARATXON A. Foundation Freparation 1. Excavate S inches below manhole foundatzan. 2. Replace excavated soil with course aggregate; creating a stable base for manhale construcUon. a. If soil conditions or ground water prevent use of course aggregate base a Z-inch mud slab may be suhstituted. 3.4 1NSTALLATTON A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast S�ctions a. Pro�ide hell-and-spigot design incorporating a premolded joint sealiz�g campound for wastewater use. b. Claan bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shortex joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at gige-imanhole connections. 2. Far directian changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Pro�ide curves for side inlets. 3. For all standard rnat�.holes provide full depth invert. 4. For example, if 8-inck� pipe in conneeted to mat�.ole eanstruct the in�ert to full 8 inches in depth. C. Drop Manhole Connection 1. TnstaJ.l drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Fiaal Rim Ele�ation 1. Install cancrete grade r�ings for height adjustment. a. Construct grade ring on ioad bearing shoulder af manhole. b. LTsc sealant betwean rings as shown on Drawings. 2. Set frame on top of manhole or grade rings ussng continuo�s water sealant. 3. Remove debris, stanes and ditt to ensure a watertight seal. CL7'Y OF FORT WORTH STANDARll CONSTRUCTIQN SPECIFICATTON DOCUMENT$ Watcr & Sanitary Sewer Kepl�cement Revised December 20, 2012 Contract 2018, WSM-M City Pra}ect No. ] 01688 333920-6 PRECA3T CpNCRB�'� MANHOL� Page 6 nf 5 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation pf the mani�ole frame. E. Internal coaiing 1. Internal coating applica�ian will canform to Section 33 39 60, if required by Drawings. k". External coating 1. Re�tnov� dirt, dust, oil and other contamTnants that could interfere with adhesion of the coating, 2. Cure manhale for 3 days before backfilling araund the structure. 3, Application will follow manufacturer's recommendation. G. Madifications and Pipe Penetrations l. Caniprnn to Section 03 8Q 00. 3.� REPAIR I RESTURATION [NOT i1SED] 3.6 RE-INSTALLATIQN [NOT LISED] 3.7 FIELD Q[�ALITY CONTROL A. Field Tests aad Inspections 1. PerForm �acuum test in aecordance with Section 33 O 1 30. 3.$ SYST�M STARTUP [NOT USED] 3.9 .ADJUSTING [NOT USED] 3.IU CLEANING [NOT iISED] 3.1I CLOSEOUT AC�`iVITIES [NOT USED] 3.12 PROTECTI.ON [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OT SECTION I�evisinn Log DATE NAME SUMMARY OF CHANGE ],1.A, l— Madified to include precast manholes for water a�d reclaimed water applications 12/20/20I2 D. ,Tohnson 1.3.B.2 — Mqdified to include ASTM C443, D 1187 and Y11227 as references 2.2.B,1-3 -- Mndified i� accordance with new ASTM references 2.2.8.1(1— Modified in eccordance with new ASTM references Cl'i Y OF FORT WORTH Water & 5anitary 5ewer Cieplacement STANDARD CONSTRUCTION SPECIFICAT[ON DQGLTMENTS Contract 20l S, WSA/[-1VI Keuised Dacemper 20, 2U12 City Project No. ] D16&8 33 39 30 - 1 F[gEAGLASS MANHOLES Page 1 of 7 SECTION 33 39 30 FIBERGLASS MANHOLES P�►RT I - GENERAL 1.1 SUMMARY A. 5ection Includes: Glass Fibet-Reinfarced Poiyester (Fiberglass) 5anitary Sewer Manholes B. Deuiations frotn this City of Fort Worth Standard 5peci�cation 1. Non�. C. Related Specification Sections i�clude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract Fortns, and Conditions of the Contract 2. Division 1— General Reqe�irements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 03 $0 DO — Modifications to Existing Concrete Structures 5. Section 33 Ol 30 — Sewer and Manhole '�esting 6. Sectian 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 7. 5ection 33 OS 13 —Frarne, Co'ver and Grade Rings 8. 5ectian 33 39 10 — Cast-In-Place Cancrete Manholes 9. Section 33 39 20 — Precast Conerete Manholes i0. 5.ection 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDIIRES A. Measurement and Fayrr►ent 1. Manhole a. Measurement 1) Measuz'ement far khis Item shall be pre each "Fiberglass ManhoIe" installed. b. Payrttent J.) The wark performed and the rn�terials furnished in accordance with this Item shall be paid far at the un.i.t price hid per each "Fiherglass Man�Zole" installed for: a} Various sizes b) VariQus typ�s c. The price bid shall include: 1) Manhole structure complet� in placa 2) Excavation 3) Furnishing, placing and compaction of backf'il1 4) Drop pipe 5) Stubs 6) Fram� 7) �aver C1TY OF FORT WORTH STANDA]tD C4IVSTRUCT�ON SPECIFICATE�N DOCLJMENTS Watar & Sar�itary Sewer RepEacemenY Revised December 20, 2Q12 Contract 2Q18, W5ivI-IvI City Praject7Yo. 1D1G88 33 39 30 - 2 FIBERULASS MANHDL�S Page 2 of 7 2. 8) Grade rings 9) Pipe cannections 10} Pavement removal 11} HauIing 12} Disposal of excess material 13) Clea�n-up 1) Measurement for addec� depth b�yond 6 feet shall be pex vertical foot, n:�easure� to t�e nearest 1/14 foot. b. Paym�nt 1) The wark perFormed and materials furnished in accordance with this Item and measured as pro�ided uz�der "Measurement" shall be paid for at the unit pz'ic� bid per �ertical foot far "�'iberglass Extra Depth Manhole" sp�cified far: a) Various Sizes c. The price bid shall ittclude: 1) Manhole structure complete in place 2) Exca�atian 3) Furnishing, placing and compaction of backfil] 4) Drop pipe 5) Stuhs 6) Frame 7) Cover 8) Grade rings 9) Pipe connections 14) Pa�ement removal 11) Hauling 12) D'tsposal of excess material 13) C1ean-up Extra Depth Manhole a. Measuremant 1,3 REFERENCES A. De�nitions l. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop cannection (s) c. Type "A" Manhole (See C�ty Standard Details) 1} Manhole set on a reinforced concrete black placed around 39-inci� and larger sewer pipe. 2. Manhole Size a. �4 foot diam�ter 1) Used with �aipe ranging from S-inch to 2l-incl� b. S foot diameter 1) Used with pipe ranging from 24-inch ta 36-inch c. See specific manhole design on Drawings for pipes larger than 36-ineh. B, Reference Standards C1TY OF FORT WORT�I STA,]VI7AIRU CON5TRLTCTION SPECIFICATI{}I� DOCiJMENT'5 Water & Sanitary 5ewer Repkacement lAevised December 2U, 2012 Contract 2D 18, WSM-M City Project No. 1016$$ 33 39 30 - 3 FIBERGLASS MAiVHOLES Page 3 of 7 1. Reference standards cited in this Specification refer to ihe current reference standard published at the time of the latest revision date logged at the end of this SpecificaYion, unless a date is speciiically cited. 2. ASTM International (ASTM): a. ASTM A307 — Standard Specificatian for Caz'bon Steel Bolts and Studs, b0,000 psi Tensile Strength. b. ASTM A615 -- Standard Speciiication for Deformed and Plain Carban�Steel Bars for Concz'ete Reinforcement. c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Se�uer Pipe. d. ASTM C270 — Standard Specif cation for Mortar for Unft Masonry. e. ASTM C478 —,�tandard Speci�ieaYian for Pr�cask Reinfarced Concrete Manhole Sections. f. ASTM C923 — Standard Specif'ication for Resi1ient Connectors B�tween Reinforced Concrete ManhoIes Structures, Pipes, and Laterals. g. ASTM C1107 — Standard 5pecii'ication for Packaged Dry, Hydraulio-Cement Groui (Non-Shrink). h. ASTM C1�44 — Standard Test Method for Concrete Sewer Manhales by the Negative Air Pressure (Vacuum) Test Prior to Backfill, i. ASTM C1628 - Standard Specification for Joints far Conerete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j, ASTM D698 - Standard Test Methads for Laboratory Co�tz�pactinn Characteristics of �oil Using Standard E#�ort {12 4b0 ft-lbflft3 {600 kN- mlm3)) • k. ASTM D2R96 — Standard Specification for Filament-Wound Fiberglass (Glass-Fibet-Reinfarced Thermasetting-Resin� Pipe. 1. ASTM D2997 — Standard Specification for Centrifugally-Cast Fiberglass {Glass-Fiber-Reinforced Thermosetting-Resin) Pipe. m. ASTM D3753 — Standard Speci�cation for Glass-Fiber Reinfoz'ced Palyester Manhales and Wetwells. n. ASTM D4258 -- Standard Yractice for StYrface Cleaning of Concrete. q. ASTM D4259 -- Sfandard Practice for Abrading Concrete. 1.4 ADMiNISTRATIVE REQUIREMENTS [NOT USED] 1.S SUSMITTALS A. .Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be appmved by the City prior to deliv�ry. 1.6 ACTION SUBMXTTALS/INFORMATIONAL SUBNIITTALS A. �roduct Data l. Design and fabrication details of Fiberglass Manhole cornponents 2. Installation instruc#�ons for Fiberglass ManhoIes Drop connection mat�rials Pipe connections at manhole walls �. Materials for stubs and stu6 plugs, if applicahle 6. Grade ring materials C13'Y OF FOR'f WORTFi Water & Sanitary 5ewer Replaeement STAhTDARD CQNSTRiiCTIQN SPF.CIFICATION I�OCUMEN'C5 Contract 2D1$, WS1V1-M Revised December 20, 2012 City Proje¢tNa. tO1688 333930-4 F[BEKGLA55 MANHOLES Page A af 7 7. Extemal coating materials S. Plugs for hydrostatic testing 1.7 CL05EOUT SUBMiTTAL5 [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMiTTALS [NOT C7SED] 1.9 QUALITY ASS�NCE [NOT USED] 1.�0 DELIVERY, STORAGE, AND HANDLING [NOT USED] I.11 FIELD [SITE] CONDITIDNS [NOT USED� 1.12 WARRANTY A. Manufacturer Warranty �. Manufacturer's VVazxanty shalI be in accordance �ith Division 1, �ART 3� - PRODUCTS z.1 OWNER-�'LTRNISHED �ouj OWNER-SUPPLIED PRODUCTS �NOT LTSED] 3�.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listad on the Gity's Stan:dard Products List will be considered as shown in Section D 1 b0 OQ. a. The manufacturer must comply with this Specifcatinn and r�lated Sectians. 2. Any product that is not listed Qn the Standard Products List is eonsidered a s�abstitution and shall be su6mitted in accordance with 5ection 41 2� 00. B. Materials 1. Fiberglass Manholes a. Provide Pr�fabricated Fiberglass Manholes eonforming in shape, size, dimensions and d�tails shown in the Drawings. b. Unless modified in the Drawings, use manhole sections eonforming to ASTM D3753. c. Mark date af manufacture and name or trademark af manufacturer in 1 inch tall stenciled letters on the inside of the barrel. d. Unless larger size is required, prnvzde 48-inch diameter barrel. e. 1'rovidc wall section thickness for depth of manhole aceording to ASTM D3753, but not less than 0.48 inches in thicicness. f. Provide fabricated reducer bonded at factory to form 1 continuous unit at top o#' manhole harrel to accept concxete grade tings and cast iron fratne and cover. 1} Aeducer design shall be af sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2. Concrete for Utiliiy Constrttction a. Conform to Section 43 30 00. Concrete Manhole Base a. Conform to Section 33 39 l0 or Section 33 39 20. b, Form base so that joint with �berglass manhale barrel is sealed against leakage. CiTY OF F4fiT WORTH STANDARD CONSTRUCTION SPEG[FICATIdN DOCUMENTS Water & 5anitary 3ewer Eieplaecmcnt Revised December 2D, 2p 12 Conlract 2018, WSM-M City Pra}ect tYo, l0] b68 33 34 3� - 5 FIBERGLASS MANHOLES Page 5 of 7 4. Reinforcing Steel a. Conform to Section 03 30 00. 5. Li�ing Devices a. Manhole bases may be furnished with lift lugs or lift holes. b. If lift lugs are provided, place 180 degrees apart. c. If lif� holes are provided, place 180 degrees apart and grout during manhoIe installation. 6. Grout a. Conform to Section 03 80 00 Articla 2.5 Repair Mortars or Article 2.6 Pipe Penetra#ions Sealants. 7. Frame and Co�ver a. Conform to Section 33 OS 13. 8. Grade Rings a. Conform to Section 33 OS 13 arid ASTM C 478. 9. Pipe Connections a. Confornz to ASTM C923 ox ASTM C1628. l 0. Tnteriar Coating ar Liner for concreke manhole bench and inwert a. Conform to Section 33 39 60. �.3 ACCESSOIZIES �NOT USEDJ 2.4 SOURCE QUALTTY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED� 3.2 EXAMINATION A. Evaluation and Assessment l. Verify lines and grades are in accordance to ihe Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate S inches below manhole fflundation. 2, Replace excavated soil witli cours� aggregate; creating a�table base for the manhole to be constructed an. a. If soil conditions or ground water prevent use of course aggregate base s 2-inch mud slab may he suhstituted. 3.4 INSTALLATION A. General 1. Manhole a. Construct manhole to dimensions shown on Drawin.gs. b. Construct manhole ba,se sect�an in accordance with Section 33 39 10 or Seetion 33 39 20. 1) �or a cast-in-place hase plaee, finish and cure concrete aceording to Section d3 30 Q0. CiTY pF FORT WORTH STANDAR[7 COIVSTRUCTIRN SPECIFICATION DOC[JMENTS VVatcr & Sanitary Sewer lZeplacement Reviseti December 20, 2012 Contract 2018, W5M-M City Project No. 101688 n 33 39 36 - 6 FIBERGLASB MAI�'H�L�S Page 6 nf 7 c. Lower manhole barrel onto base section. d. Seal with manufacturer's gasket or approved sealant. e. Wrap joint with ext�rnaI sealing materiat a minimum of 12 inches in width. f. Where cast-in-place base is used, support mat�ole barrel in place and hrace it from sides of excavatian to prevent any movernent of barte! during concrete placeznent and while concrete is set�ing. 1) Pro�ide minimurn clearance between reinforeing stee[ and manhole barrel bottom as shown on Drawings. 2) Do not support manhole barrel on reinfarcing steel. 3) Place bead oFwater swelling sealant around insidc of barrel near botfiom, as showr� on Drawings, to form seal. 2. Pipe connections at Manhole a. Construct pipe stubs for future connec�ions at locations and with materials indicated on Drawings. 1) Install stub plugs at interior of marthole and wood or plastic bulkkread at the end af the stnb. b. Cut manhole barrel for pipa penetrations following eun+ature of pipe and with ma�cimum of 1-inch clearance. 1) Seal cut cdges with re�in. 2) Hole may be circul�- or cutout with semi-circular tap, which extends to bottom of barrel. c. Pla�e continuous bead of water swelling sealant, as shown on Drawings, around pipe penetrations nn interior of manhole barrel, 1) Roughan surFace of �berglass prior to placemant to imprpve bond with sealant. 2) Allow sealant to completely cure before placing concrete against it. 3j T�st connections for watertight seal before backfilling. 3. Invert a, Consiruct invert ohannels to pro�ide a smooth waterway with na disruptinn qf flow at pipe-manhole connections, b. For direction changes of mains, construct channels tangent to mains with maximu�nn possible radius of curvature. 1) Frovide curves for side inlets. 4. Drop Manhole Connection a. Install drop eonnection when sewer line enters mazzhole higher than 24 inches abo�e the invert. b. At drop pipe connections through �berglass barrel, cut circula.r hnle sized to requirements af man.ufactured coruiector. 1) 5ea1 cut edge wiEh resin. 2) Install watertight connectar according to manufacturer's recommendations. 5. Final Rim Elevation a. Install cpncrete grade rings for height adjustment. 1) Constttxct grade ring on load bearing shoulder of manhole. 2) Use sealant between rings as shown an Drawings. b. Set frame on iap of manhole or grade rings using continuous water sealant. c. Remove debris, stones and dirt to ensure a watertight sea1. d. Do not use steel shitns, woad, stones or other unspecified material to obtain th� final surface elevatian of the manliole frame. CITY OF FORT WOIiTH Watcr & Sanitary 5awer Replacement 5TANDARD CaN5TRUCTIOPf SPECirICAT1DN DOCUMENT9 Contrnct2018, WSIVi-M Revised Deeemher 20, 2012 City Project I�o. 101688 3a3g3o-� FIBEKGLASS MANHOLES 1'age 7 of 7 3.5 REPAIR / RESTORATION [NOT USED] 3,6 RE-IN�TALLATIDN [NOT USED� 3.'1 FIELD QUALITY CONTROL A. Fzeld Tests and Inspections 1. Perform testing in accordance with Section 33 O1 3a. END QF SECTION Revision Log DATE NAME 5i7M1VIARY OF CHANGE CITY QF F�RT WQRTH Water & Sanitary 5ewer Replacement 5TANbARI) CON$TRllCTiON SPECTFLCATI�N DOCUMENTS Contract 201 &, WSM-M Revised Deeember 20, 2012 City Pro�ect Na. 10168.8 33 39 40 - i WASTEWATER ACCES5 CHAMB�R (WAL� Pagc l of 4 �ECT'ION 33 39 40 WASTEWATEK ACCESS CHAMBER (WAC) PART1- GENERAL 1.I SUMMARY A. Section Includes: 1. Wastewater Access Chambers (WAC) utilized ai the end af sanitary sewer mains rvhere it is irr►practicahle to build, ma.intain and access a standard or shalfow manhale a. Th�se �re insta2led as speciiically noted on the Drawings, not as an aption for ma�ole instalIation. B. Deviati.ons from this City of Fort Worth Standard Specification 1, None. C. Relat�d Specifieation Sections include, but are not necessarily lixnited to: 1. Division 0- Bidding Requirernent�, Contract Forms, and Conditions of the Conttact 2. Division 1- General Aequirements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 03 80 00 — Modifications to Existing Concre�e Structures 5. Section 33 O1 30 — 5ewer and Manhole Testing 6. 5ection 33 OS I3 — Frame, Cover, and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paytnent Measurement a. Measurement for this Item shall be per each. 2_ Paym�nt a. The work performed and materials furnished in accordatice with this Item and meas�tred as provided under "MeasurernenY' will be paid for at the unit price bid per each "Wastewater Access Chamber" camplete in pIace. 3. The price bid wiIl include: a. WAC complete in pIace b. Excavation c. Backfill d. Frame e. Cover f. Grade rings g. Pipe connections h, Pavement rezx�.oval i. Hauling j. Disposal of excess material 1c. Placement and compae�ion of backf'ill L Clean-up m. Testing CITY OF FO�RT WORTH Watar & Sanitary Sewer Replacement 5Tt1N17ARQ CONSTRUCTIflN SPECIF'iCATION DOCCIMCFV'I'S Cpntract 2018, WSM-M Re.iisedDecernber2Q,2p12 CityProjecti�fo, 1O1686 33394U-2 WASTEWAT�R ACC�SS CIIAMBER (WAC) Page 2 of 4 l.3 REFERENCES A. Reference Standards 1. Referenee standards cited i.n this Specif cation refer to the current referenc� stanc�ard published at ihe time of the latest revision date logged at the end of this Speciiication, unless a date is specifically cited. 2. ASTM Intemational (ASTM): a. C478, Standard Speciiication for Precast Reinfoxced Cnncrete Manhole Sections. b. C923, Standard Speeificatior� for Resilient Cannectors Between Reinforced Con.crete Manhole Structures, Pipes, and Laterals. 1.4 ADMINISTRATNE R.EQUIREMENTS [NOT USED] 1.� Si1BMITTALS A. Submii�als shall be in accordanc� with Section O1 33 Q0. B. All submittals shall be appxaved by the CiYy prior to delivery. 1.6 ACTI�N SUBMITTALSIINFORMATXONAL SUBNIITTALS A. Product Data 1. WAC 2. 5tubs and stub plugs 3. Grade ring 4. Plugs far air testing 1.7 CLOSEOTIT SiTBMITTALS [NOT USEDj I.8 MAINTENANCE MATERxAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiJRANCE [NOT USED� 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 �'�E�D [SITE] CONDITIONS [NOT USED] 11� WARRANTY A. Manufacturer Warranty 1. Manufacturer's 'USfarr'anty shall be in aecordance with Divisian 1. PART2- PRODUCTS �.1 OWNER-FURNXSHED [os] O�VNER-ST.TPPLIED PRODUCTS [NOT USED] Z.Z EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufaeturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Sectian O 1 6a dQ. a. The manufacturer must comply with this 5pecification and related Sections. CI7'Y OF FORT WORTI-I STANDARD CONSTRUCTIQN 3PECIFICATION BOCUIVfENT5 Water & Sanitary Sewer Replacement Revised December 20, 2012 Contract 2018, GVSM-M City Praject [Va. 101688 333990-3 WASTEWATER ACCE55 CHAMBER (WAC) Page 3 nf 4 2. Any product that is not listed an the Standard Products List is cansidered a substitution and shall be submitted in accordatxc� with Section O1 25 00. B. Materials 1. WAC structuz'e a. 318 inch thick I-piece cot►structian b. Large enough for inse�tion of Closed Cirouit Television (CCTV) equipment and high pressure cleaning equipment c. Light in calor d. 5urface construction to m.atch typical manhole design 2. Gast-in-place ca.ncrete — Conform to Saction 03 30 00. 3. �rame and Cover— CarLform to Section 33 pS 13, a. Because it is not made for persannel access, a standard 24-inch frame and cover asserr�bly may be used. 4. Grade Ring — ConfQrm to ASTM C478. 5. Pipe Connections — Conform to ASTM C923. 2.3 ACCESSORIES [NOT USED� �.4 S�URCE QUAL�TY CONTR�L [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS jNOT USED] 3.2 EXAMINATIQN A. Evaluation and Assessment 1. Verify lines and grades are in accardance to the Drawings. 3.3 PREPARATION A. Surface Preparation 1. Excavate 8 inches below manhole faundatzan. Replace excavated soil with course aggregate; creating a stable base for the manhole tn be constructed on. a. If sail conditions or ground water pre�tent us� of caurse aggregate base a 2-inch mud slab may be substit�ted. 3.4 IN5TALLATION A. WAC I. Constr�zct to dimensians shown on the Drawings. B. Pipe connection at WAC 1. Construet pipe stubs for future connections at Iocations and vvith materials indicated on the Drawings. 2. Tnstall shib plugs at interior of V4�AC and wood or plast�c bulkhead at ihe end of the stub. C. Final Rim El�vation 1. install concrete grade rings for height adjustment. Cl'I'Y OF FORT WORTH Water Bc$anitary Sewer Replacemcnt STANDARD CpNSTRUCTION SPECIPICATTON DOCUM�NT5 Contract 2U16, WSM-M Re�ised Decemher 20, 2�12 City Project No. 101588 333940-4 WASTEWATER ACC�SS CI-IAMSER (WAC} Page 4 af 4 2. 3. a. Construct grade ring an load bearing area outside of WAC structure. b. Use sealant between rings as shown on the Drawings. Set grade rings using c4ntinuo�s water sealant. a, Remave debris, stones and dirt to ensure a vvatertight seal. Db not use steel shims, waod, stones or other unspecified material to abta.in the iina! surfac.e ele�ation of the manh�le frame. D. Modifications and Pipe Penetrations 1. Confornz to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USEDj 3.6 RE-TNSTALLATION [NOT USED] 3.'� F].ELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordaz�ce with Section 33 O1 30. 3.8 51'STEM STARTUP [NOT [TSEDJ 3.4 ADNST�NG [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CL�SEOUT ACTIVITIES [N�T USED] 3.1� PROTECTION jNOT USED] 3.1.� MAINTENAI�TCE [NOT USED] 3.14 ATTACHMENTS [NOT USED� END OF SECTION Revision Log 1]ATE NAME SUMMARY OF CIiANGE W ater & Sanitary Sewer Replacemant CITY OF FORT WOKTI-L ConEract 2018, WSM-iYl STANDARD CONSTRUCTION SAECIFiCATION DOCUdv1El�[T5 City Projact No. L01688 Revised December 20, 2012 33 39 60 - l LIIVERS POR SANITARY SEWER STRUCTURES Pagc 1 nf 12 2 SECTION 33 39 60 LINERS �'QR SANITARY SEWER STRUCTiJR�S 3 PART 1 � GI+�IIIZAI, 4 1.1 5UNINIARY 5 6 7 8 9 1Q ii 12 13 I4 15 16 17 i$ 19 20 A. Section Includes: 1. Application of a hig�-build epoxy coating system {or modified polyrner lincr system, i. e. SpectraShieId) to concreta utility structures such as manholes, lift station wet walls, junction boxes ar other concrete faci]ities that may need protection from corrosive maferials, This co�ers rehabilitatian of existing sanitary sev+ier structures and newly installed sanitary sewer structures. 2. For sanitary sewer mains S-inch diameter and larger, use of a structural liner system, Warren Environmental System 301, ARC S 1 HB by A.W. Chesterton Company, is acceptable. 3. Por sanitary sewer mains 8-inch diameter and smaller, and less than 6�feet in depth, use of a liner system, 5pectraShield, ts acceptable. B. Deviations from this Czty of �ort Worth Standard Specification 1. None. C. Related Specification Sections includebut are not n�cessarily limited to: 1, Di�ision 0— Bidding Requir�ments, Contract Forms, and Conditions of the Contract 21 2. Division 1—Generai Requirements 22 3. Section 33 Q1 30 — Sewer and Manhole Testing 23 1.2 PRICE AND PAYII�IIIVT PROCIDURES 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 A. Meas�xrement az�d Payment 1. Manholes a Measurement 1} Measurement for this Itet�n. shall be per vertical foot of coa�ing as measured frort� 2-inches below the bottom af the removable cover (not frame} ta tha tnp of the bench. Zhis includes �ining of all expased concrete, the hench and inve�rt, thru the use of flaw cantrnl devices {i.e. tem}�arary plu�s, sand bags), to temporarily block flow. Hawever, as a last resort and with priar written approval from Water Faeld Operations, if the flnw can not be h[ocked tempnrarily, fhen the lining would stop 3-inches from the edge a� the water in Ehe pipe. This item covers the total vertieal Footage for the specif�c bid rtems of various manhole sizes (i, e. 4 foot diattzeter, 5 foot diameter, Specific Manhole Designs for lines larger fhan, 36-inch, etc.) and specif'ie typas (Standard Manhole, Drop Manhole, Type "A" Manhole, Shal�o� Manhole, including additionxl dcpth beyond 6 foot). b. Fayment CCfY QF FpRT V10RTH STANDARD CONSTRClCTIQN 5PECIFICATION DQCUNIENTS Watcr & Sanitary Scwcr Replacemcnt Revised Scptamber 23, 2020 C.antract 2418, WSM-M CiTy Yraj cat No. ] 01688 33 39 b0 - 2 LIAfERS FDR SAMTARY SEWER STAUCTURES Page 2 of 12 5 7 8 9 TO 11 12 I3 14 15 16 17 18 19 24 21 22 23 24 25 26 z� 28 29 3Q 3l 32 33 34 35 36 37 38 39 40 41 42 43 1) The wark performed, and materials furnished in accordance with this Item arid zneasured as pro�+ided ussder "Measurement" will be paid for at the unit pz'ice bid per vertic a1 faot of "Manhole Liner" applied. c. T�eprice bid shall include: 1) Removal ofronts 2) Removal of existing coatiz�gs 3) Elirninat�ng any �eaks 4) Aemoval of steps 5) Repair/seal connection of the existir�g frame to chimney 6} Repaits oiany cracks in the ex�sting structure chimney, corbel (cone), wall, bench, including any replaoement of daznaged rebar, pipe 7) Surface cleaning 8) Furnishing and installrng Liner as s�ecit"xed by the Drawings 9) Hauling 10} Disposal of excess material 11) Site Clean-up 1�) Manhole and Inveri Cleauing 13) Testmg 14) Re-Testing 2. Non-Manhnle Structures �. Measurenr�ent 1) Measuz'ezn.ent for this Item shall be per square foot af area where the coating is applied. b. Payment 1) The work performed, andmateriaLs furnished in accordance withthis Item and rneasured as provided under "Measurement" shall be paid for at the unit price bid per s.quare foot of "Stracture Liner" app�ied. c. The price bid sha11 include: 1} Removal ofroats 2) Removal of exi�ting coatings 3) Eliminating any Ieal�s 4) Removal of steps 5) Repairlseal connect�vn of the elcisting frame to chimney 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, bench, iricluding any replacement of damaged rebar, pipe 7) �urface cleaning 8) k'urnishing and installing L'uter as specif'ied by the Drawings 9) Hauling 10) Dispasal of excess material 11) Site Clean-up 1�) Manhole andInvert Clesning 13) Testing 14) Re-Testing A4 1.3 RF,k'ERF.1�iC ES 45 A. Re£erenee Standards 46 1. Reference staudarcis cited in this 5pecif'ication refer to the currera# reference 47 standard pubIished at the time of the latest revision data logged at Yhe end of th�s 48 Specif"ication, un�ess a date is specifically cited. CTTY OF FORT WDRTFI STANDARD CONSTRUCI'1DN SP�CIFICATION DOCUIhAENTS WatarBc Sanitary Sewer Replacement Contract 20l S, W SM-M Revised September 23, 2020 Ciry. PtojectNo. 1O1fi86 33 a9 60 -� LINERS FQR 3ANITARY SE�i'�it STRUCTURES Page 3 of 12 4 5 9 10 11 l2 13 �4 15 lb 17 18 ASTM International (ASTM}: a. D543, Standard Practices for Evaluating the Aesistance of Plastics to Chemieal Reagents. b. D638, 5tandard Test Meibad for Tensile PrQperties of Plastics. c. D695, Standard Test IVlethod for Cpmpressive Properties of Rigid Plastics. d. D790, 5tanda.rd Test Methods forFlexural Properties of Unreinforced and Reinforced Piastics and Elactrical Insulating Materials. e. D4060, Standard Test Methad for Abrasion Resistance of Organic Coatings by the Taber Abraser. f D4414, Standard Practice for Measurement of Wet Film Thickness by Noteh Gages. g. D7234, Stand Test Method for Pull-0ff Adhe�ion stz'ength of Coatings an Conerete Using Portable Pull-Off Adhesion Testers. 3. Environmentai Protection Agency {EPA). �l. NACE Internationa[ {NAC�). Pablished standards from the Natianal Association of Corrosion Engineers �. Oecupational Safety and Health Administration (OSHA). Employ a trench safety system in accordaz�ce with Seciinn 19 6. Resaurce Conservation and Recovery Act, (RCRA). 20 7. The Society for Protective CoatingslNACE International (SSPC/NACE); 21 a. SP �31NACE No. 6, Surface Preparaiiun of Concrete. This includes 22 monitoring far hydrogen sulfide, methane, ar low ox�gen. Also includes 23 flow control equipment. Surface preparation equipmenk may include higl� 24 pressure water cleaning (3500 psi) and shall he suited ta provide � surface 25 compatible far installation of the liner syste�n. Surface preparation ahall 26 produce a elean, abraded, �nd sound surface, with na evidence of loose 27 concrete, loose brick, loose mortar, oil, grease, rust, scale, other 28 cantaminants or de�ris, and shall display a surface profile sttitable f'or 29 application of the �iner system. 30 b. SPOl88, Discontinurty (Holiday) Testing of New Protective Coatings on 31 Conductive Substrates 32 1.4 ADNIIlVISTRATIVE REQUIREN�NTS [NOT USED] 33 l.a SUBNII'�TALS 34 A. Submittals shall be in accardanca with Se�tion O1 33 d0. 35 B. A11 submittals shall ba approved by the City priar to defivery. 36 1.6 ACT[�N SiJBMITTAL5/INFORMATIONAL SUBMITTALS 37 38 39 40 41 42 43 44 A. Praduct Data 1. Technical data sheet on each produetuscd 2. Material Safety Data Sheet (MSDS) far each product used 3. Copies of independent testut� perfarmed on the coaiing product indicatitxg the product meets the requ�rements as spee�ed herein 4. Technical data sheet and project specif'ic data for repair materials to be topcflated with the caating product including appIication, cure time and surface preparatio� procedures CITY OF FO1�T WORTFI Water & Sanitary Scrvcr iZeplacemenl STANDARD GONSTRUCI'!DN 51'�Ct�'TCATION DOCLlMENTS Contract2018, WSM-M Revised September 23, 2020 City Prpject 1�'a. 1016$$ 33 396D -4 L1N6R3 FOR SAMTARY 5EWER 5TRUCT[]RES Page 4 oF 12 1 s. Material and method for repa'rr af leaks or cracks in the structure. 'I�is 2 agplies to repair work on hoYh earisting structu�res, manholes and newinstalled 3 manholes (including Developew pwojects) that have �en identified with cracks, 4 vaids, signs of iniiltratiun, ather structural defects or other related 5 construction damagc. B. Contractor Data 10 lI 12 13 14 15 16 l7 18 19 20 z� zz 23 24 25 2G 27 28 29 34 1. Current do.cumentation from coatitig prodnct manufacturer certifying Contractor's training (and/or licensed) as an appraved installer and equipment camplies with the Quality Assurance requirexnents s�ecified herein 2. S recent references o�'Contractor indicating successful applicatian of coat'sng product{s) of the same material type as specif'ied herein, applied by spray application withiry the municipal wastewater environment. References shall inclttde at least the fol�owing: owner name, City �nspecior name and phone number, project name/number, size and linear footage of sanitary sewer main, manhale diameter, structure ciimensions and number of each, sqraare feet (or verticalfeet) of product instal�ec�, contract cast, a�d contract duraiion. Contractarmustdemonsh-ate a suecessful histary of installing the product in structures of similar size and scop� and updat� this each time the contractor applies for and renews its Prequalif'ication far the Water Department. 3. For Developer Prajects — at the time of Contractor selection, the Prequalification Statemenf, Section 00 4� 12 sha� be submitted to the City, clearly indicating the contraetor prequalifred %r installati.on af structurelmanhvle liner. Na ather bid sul�mittals shall be accepted that include lining contractbrs whose prequali�cation term has expired ar is not on the active contractar list at the time af Contractor selection. If the suUmitted forms far this projeet not acceptable, the Cify will refer to the current active contraetor prequali�ication lis� and the Cantractar ahall seiect the apprapriate manhole lining su6coniractor based on the project scope of work. Tfie Cantractor shall then provide the revised Prequali�cation Statement Sectxon 00 4512 far review and acceptance. 31 4. `Ihis Speci�cation {along with thQ CC1Y Specification} and the associated 32 submittals including the wark plan, QAIQC, testing, closeout documents, etc. 33 shall be discussed as part of the Pre-Construction Agenda for each project 34 (Developerprojects incIuded). 35 S. Far any project, Develaper projects included- If the Cantractor proceeds with 36 �pplication of an unapproved lining product and/or using a�n unquali�ed 37 subcontractor for linin�, the City shall recammend eit�er repair and/ar 38 removal of any defective lining material and have fhe Contraetotr select an 39 appraved subcantractor that can apply the approved lining materials. This 40 work shall be at no additional cost to the City. CTCY OF PORT W OltTH 4Vater & Sanitary Sewcr Replaecment S`fAND�iD CONSTRUGTIQN 5PECIF[CATION DOCUFv1ENT5 Cantract 2018, WSM-M Itevised SepYetnber23, 202D City Project No. lOf688 33 39 60 -5 Lll+IER5 FOR SANIT ARY 5 EW ER 5'CRUCTUL�E$ 1'age5oi12 � G. Schedule and Sequence of Coastt'uction— Considering this is a sgecialized 2 installa�ion performed by anly certifed applicators, the schedule for this work 3 has a lea.d time that shall be included in the Contractor's schedule. If ihe 4 C.ontractar does not pra�ide written notification and/or fails to schedu[� the 5 subcontractor in advance, the City shall notbe responsible for any additional 6 costs andlor delays caused by the Co�tractor. Contractor shall provide the 7 updated construction schedule and work plan (includiag manhole preparation, 8 repairs, lining, testing, etc.} in accordanee with Section 013� 16 at least 1 week 9 prior io start of lining activities to the City Inspector, City Project Manager, 10 Water Field Operatinns, and Water Capital Prajects. Equipment shall be un- 11 site and in working arder for tha Eesting. If the Contraetnr is una�le to have 12 equip�nent ready for testing, the test date shall he rescheduled accordingly 13 with the Inspectur. 'llie updat�dcanstructian scheduleshallclearlyindicate i4 all related constructian activities at the manholes before and after linin� All 15 pa�ving activities, including any �nal grade adjustments for manhales outsic3e 16 �avement, shall be campleted before Contractor begins lining work. After 1'7 liner installation, CanEractor shall wait a minim�m of 48 hours to allowthe 18 liner material to fully cure before returning the system to normal sear�+ice. I9 CCTV per Sectxon 33 0131 shall be scheduled after the lining has heen 20 completed to document and confirm the manholes have heen lined. 21 1.7 CLOSEOi]T SUBNIITTALS 22 A. Testing Dncumentatian 23 1. Pravide test results required in �ection 2.4 and Section �,7 to City. 24 a, Fnclude the following manhale or �tructure lo�atian information: 25 1) k`.xis#ing sanitary sewer mainllateral number. Far Develaper Prajects, 25 provide propased sanitary sewer line number as designatec! on the plans 27 and provide the existing sanitary se�ver main/lateral number at 28 connection to the e�dsting manhole (if �pplicable). 29 2) Statian nurr►ber 30 3) GIS �D nurnber (if pravided during constructian). 31 b. Inspection re�rt oi each manhole/structure tested (See attached sacnple 32 reports to be used iar Wet �ilm "Il�ickness, Manhole Holiday/Spark 33 Detection, and Manhale Adhesion Test). 34 1.$ MA�NTI+�ANCE MATERIAL 5UBIVIITTALS [NUT USED] 35 19 QIIALITY ASS[JRANCE 36 37 38 39 40 41 42 43 44 45 A. Quaiifications 1. Contractar a. Be trainet[ by, or have training approved and certi�ed by, the coating product manufacturer for the hazzdling, mixing, applicatian and inspection of the coating product(s) ta be used as speci�ed herein b. Initiate and enforee quality controiprocedures consistent with the coating product(s) manufae#urerrecommendations and applicable NACE or SSPC standards as refere�:ced harein 1.10 DELIVERY, ST'QRAGE, A1�ID HANDLING A. Keep materials dry, protected Ei-om weather and stored unde� cover. C[TY OF FORT WORTT-T STANI7ARD GQNSTRiJCI'ION SPGCIFICATION DOCUNCEIVTS Water & Sanitary 5ewer Replaceme�t Revised September 23, 2020 Co�tract 2018, WSM-M City Froject No. 10 ] 666 33396a-6 LINERS FOR SAMTARY SER'ER STRUCTURES Page b af 12 B. Store caating materials between 50 degrees F and 90 degrees F. 2 3 4 5 6 7 C. Do not store near flame, heat or strong oxidants. D. Handla coating materials according to their material safety data sheets. 1.11 FIELD [SITE] CO�iDITIONS A. Provide confined space entry, flow diversion and/or bypass pians as nacessary to perform the "sp�ciiied work. Active flows sh�llbe diverted with flow through plugs as required to �nsure that flow is maintained off ihe surfaces to he lined. 8 1.12 WARRANTY 9 A_ Contractor Wazranty 10 1. Contractar's Warranty shall be in accordance with Di�ision Q. 11 PART � - PRODUCTS 12 2.1 OWN�R-Fi]RNISIIED [oR] OWNER Si1PPLIID PRODUC'I5 [NaT USID] 13 ia 15 16 !7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q �.� EQUIPTViINT, �'RODUCT TYPES, 1VIATERIALS A Repair and Resurfacing Products 1. Compatible with the s�ecif"�ed caatis�g product(s) in order to bond �ffectively, thus farming a composite system 2. Used and applied 'u► accordance with the manufacturer's recommendations 3. The repair and resurfacing praducts mustmeet the foilowing: a. I00 percent solids, salvent-free epoxy grout specif'�cally foxmulatad for epox�+ topcoating compatibiiity b. Factnry b�ended, rapid sefting, high early strength, fiber rreinforced, non-shrink repair txzartar that canbetaweled or pneumatically spray applied and specif'�cally formulated to he suitable for topcoating with the spee�ed coating product us.ed B. Coating Product 1. Capab�e of being installed and curing properly within a manhole or concrete utility environment 2. ftasistant to all forms of chemioalox bacteriologicalattack found inmunicipal sanitary sewer systems; and, capable af adhering to typical manhale structure substrates 3. Th.e 100 percent solids, solvent-free u�tra high-build epoxy system sha�l exhbit the foIlowing characteristics: a. Applicatian Temperature— 50 deggees F, minunum b, 'Chickness —125 mils minimu�n for newly installed structures; 25U miis min�itt�um for rehabilitatian of existing structur�s {Warren Environmental System 301, ARC S 1 HB by A.VV. Chesterton Compauy) c. Colar — White, Lsght Blue, or Beige d. Co�pressive Strength (per ASTM D695) -- 8,$(}0 psi minimuxn e. Tensile Strength {per ASTM D638) — 7,500 psi minimum f. Hardness, S.hore D(per ASTM D4541) — 70 minimum CI'!'Y pF FpRT WQRTH STANDARD CONSTKUCI'ION SP�CIFICATION DQCUMENTS Water & Sanitary 3ewer Replaccment Revisad September 23, 2D20 Contcact 2018, WSM-M CityPrnjectNo, iplfi$8 33 39 60 -7 LRdER5 FOR 3ANI'CARY SEWER STRUCTURES Page 7 oF l2 ia 11 ]2 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 z� 28 29 g. Abrasion Resistance (per ASTM D4060 CS 17F Wk�eel} — 80 mg loss maximum h. FIexuz'aI Modulus (per A�TM D790) —�OO,OQO psi minirzium i. Flexural Stz�ength (per ASTM D794) — I2,OQ0 psi�nininnum j. Adhesion to Concrete, mode offailure (ASTM D4S41): Substrate (concrete) failure k. Chemical Resistance (ger ASTM D543/G20) all types oi service for: 1) Municipal s.anitary sewer enviranment 2} Sulfuric acid, 70 perccnt 3) 5odium hydraxide, 20 percent 4. Qr, the multi layer modiiied palyurea and polyurethane shall �xhibit the following characteristics: a. Applic ation Temperature — 50 degrees F, minimum b. Thiclrness — 500 mils mmimum (Spectra�hieId} c. Moisture Barriex and FinaI Corr�sion Barrier 1) Galor — Pinlc 2) Tansi�e S�rength {per ASTM D412) — 2550 psi minimum 3) Hardnass, Shore D(per A,STM D2240) — 56 minimum �) Abrasion Resistance (per A�TM D406Q} — 2Q mg loss maximum 5) Percent Elongation (per ASTM D412) — 259 d. �urfacer 1) Compressive Strength (per' ASTMD1621) —10� psiminimum 2) Density (per ASTM D1622) — 51bs�/cu ft minimum 3) 5hear Strength {per ASTM C273) — 230 psi minimum 4) Closed Cell Content {per ASTM D1940) —>95% C. Coating App3ication Ec�uiprnent 1. Manufacturer approved heated plural component spray equipm�nt 2. Hard to reach areas, primer application an.d touch-up may be performed using hand tno]s . 30 3. Applicator shall use approvad specialty equiQment that is adeq�ate in size, capacity, 31 and number s�zfficient to accomplish the work in a timely manner. 32 �.3 ACCFSSORIFS �NOT US�+D] 33 2.4 SOURCE QUALITY CONTROL 34 A Coating Thiclrness Testing 35 1. Film Thickness Testing far epoxy systerns 36 a. Take wet film thickness gauge measuz'ezn.ents per ASTM D4414 — 5tandard 37 Practice for Measurement of Wet Filrn Thickness by Notch Gages at 3 locations 38 within the manhole, 2 spaced equally apaz't along the wall and 1 on the bench. 39 I) Document and attest measurements and provide to the City. 40 2, Thickness Testing far madif�ied polyrner liner system 41 a, Upon installation of the Fuaal Corrosion Barrier insert probe into substrate %r 42 depth of systetn measurement at 3 locations within the manhole, 2 spaced 43 equally apart along the v�rall and 1 on tha bench. 44 45 3. Document aII testing results and provide to the City. B. Non-Conforming Work CI7'Y OF FORT W QRT3-I Water & 5anitary Sewer Replacement 5'1'ANI]ARD CONSTAUGTIQN SPECIFICATIQN DOCUMBNTS Contract 2U18, WSM-M Revised Septem6er23, 2020 City ProjeatNo. 10I688 33 39 6fl - S LII�SERS FO[� SAMTARY SEWER 5TRUCTURES Page 8 of 12 1 1. City reserves the right to requue additional testirig depe�nding on the rate of failure. 2 2. City will seIect testuig locat�ons. 3 C. Testing Frequency 4 1. Projects with ld or less manhales andlor structures testall. 5 2. Projects with greater than 10 manholes andlor structures, test at leas# 10 and test 25 6 percent of manholes andlor structux�es after the first 10. 7 3. City will select the manholes and/or structures to be tested. 8 PART 3 - EXECUTION 9 3.1 INSTALLERS 10 A_ All installers shall ba certifted applicators approved by the manufacturers. Applicator 11 shall use adequate nurnber of skilled warkmen #hat have been trained and experienced for 12 the approved product. 13 14 3.2 EXANIINATION [NOT USIDj 15 3.3 PREPARATiON 16 A. Manhole Preparation 17 1_ Stop active flows via dammix�g, plugging or diverting as required to ensure all 18 Siquids are maintained below or away from the surfaces ta be c oa#ed. 19 2. Maintain temperature of the surface to be coated between 44 and 120 degrees F. 20 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 21 s aurce. �2 a. Where varyin.g surface temperatures do exist, caating installatian should be 23 scheduled when the ternperature is fallmg versus risiug. 24 25 26 27 28 29 30 31 32 33 34 B. SurfacePrepaz-ation 1. Remave oils, roots, grease, u►campatible existing coatings, waxes, farmrelease, curin� compounds, efflorescence, sealsrs, salts ar other contaminants which may affect the pexformance and adhesion of the eoatsng tc� the substrate. Remove any steps found in. the struciure. 2. Remove concrete andlar tx�arfar damaged by cormsion, chernical attack or other means of degradation so that anly sounci substrate remains. 3.. Surfxce preparaiion method, or eoznhination of inethods, that may be used include high pressure water cleaning, high pressure water jettuig, abrasive blasting, sl�atblastir�g, grinding, scarifymg, deter�ent water cleaning, hot water blasting and others as described in SSPC SP 13/NACENa. 6. 35 4. A1] metliods used shall be performed in a manner that provides a uniform, sound, 36 clean, neutralized, surface suitable for the speciiied coating product. 37 5. After completion of surfaca preparatian, inspeet for leaks, cracks, holes, exposed 38 rebar, ring and couer cottditiar�, invert condition, and inlet/outlet pipe condition, CITY OF FORT WORTH Water & 5anitary Sewer Replacement STAIVDARD CdI�[3TRUGTION SPECIFICATI01�' DOCUMEN'i5 Contracf 2018, WSM-ivI ftevised September23, 2020 City ProjectNo, 101588 33 39 60 - 9 I.INERS FOit SAMTARY SHWER STRUCTURE3 Page 9 nf 12 ] 6. AfYer def�cts in the structure have b�en identified, seal cracks, repair exposed rebar 2 wit�. new rebar to match exi�ting, repair leaks and cracks with grout or nther 3 methods approved by the Manufacturer. Atl new rebar shal� be embedded iri 1'/� 4 inch epoxy mastic. Replace/seal cannectioa between existing frame arid chimnay if 5 it is found loose or not aCtached. 9 1Q 11 l2 13 14 15 16 17 18 !9 7. The repairmaterials shallbe trowel or spray a�pliedb� the lining Conh�actar utilizing proper equipment on to specified surfaces. 'Il�e equipment shall b� spaciall� designed to accurately ratio and apply the speci�ed materials and shall 6e regularly maintained and in proper working order. The repair mortar and epmxy tapcoat must share the same epoxy matriia� to ensure a bonded rveld. Na cementifious repair material, quick se#tinghigh strength concrete with latex ar curing agent additives, or quick set mortars will be ailowed. Proper surface prepsratxon pracedures must be followed tv ens�re adequate bond strength fa any surfaee ta k�e coated. New cement cure time is at least 34 days prior to coating. 'I7�e repair materials as s�cified in fhis Sectian shall apply to both existing struclures and newinstaped structures. 'liiis includes Developerprojects, in whieh newinstalledstructures/manholes have been identifiedwith either cracks, voi[fs, aigns of infiltration, other structural defects ar other related canstrnction dama�e. 20 3.4 iNSTALLA'1'�ON 21 22 23 24 25 26 A. General 1. PerfQrm coating after the se�er Iine z'eplacement/repairs, grade adjustments and grouting axe complete. 2. Perform applicationprocedures per recommendations ofthe coatingproduct manufacturer, uicluding environmental control�, product handling, mixing and appflc atian. 27 B, Temperature 28 1. Only perform application if surface temperature is bctween �0 and I20 degrees F. 29 2. Make no application if freezing is ex�ected to occur inside the manhole within 2� 30 hours after application. 31 32 33 34 35 36 37 38 39 40 41 C. Caating 1. Sgtay apply per manufacturer's recommendation �t a minimum film thickness as no�ed 'ui Seetion 2.2.B. 2. Apply caating from bottom of manhole frame to the bench/trough, incluc�mg the benchlirough. 3. After walls are coate.d, remove bench covers and spray bench/trau�h to at Ieast the satne thickness as the walls. 4. Apply any topcoat or additional coats within the product's recoat window. a. Additional surface preparation is required if the recoat �rvindaw is exceeded. 5. Ailnw a minimum of 3 hours of cure time or be set hard to touch before reactivating flow. C1TY OF FORT WORTH STANDAItll COIVSTRUCI'I{]N SP$Ck'ICATION DOCLfIY[L'NT5 Vuater & Sanitary SewerReplaccmcnt Revised Septembar 23, 2020 Contraci 2D18, WSM-M Cily Praject No. Lp1688 33 �� 6a - ia LINER� FOR SANITARY SEW EIZ STRUCTLTRES Page l0 of 12 l 3. a REPAIR 1 REST'QRATION �NOT USIDr 2 3.6 R.GINSTALLATION [NOT U5ID] 3 3.7 FIELD QIIALITY C�NTROL 4 A. Each structure wi11 be v�sually inspected by fhe City the same day followit�g the 5 application. 6 & Groundwater inf`�ltration of the system shall be zern. 7 C. All pipe connections shallbe open and clear. 8 D. The iz�spector will check for deficiencies, pinl�ol�s, voids, cracks, uncured spots, 9 delaminafinn, and thin spats. Any defieiencies in the liner shall be marked and repaired 10 according to the procedures out�ined by the Manufacturer. S1 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 36 3� 32 33 34 35 36 E. If leaks are detected they will be chipped back, plugged and coated 'vnmediately witYz protective epoxy resin coating. I. Make repair 24 hours after leak detection. F. Post Installation Coating Tests 1. After liner ins�allatian, condact ��nst-CCTV in accordance with Section 33 Ol 31. Video camera shall be lo�vered frona the top of th� manhole to the invert, to video all lined surfaces, prior Ea beginning post�CC'TV of the mai�. Payment for this work is suhsidiaxy tn the cast for thepost-CCTV of the maut. 2. Holiday Detection Testing a. Holiday Detection test the liner per NACE SP4188 — Discontinuity (Holiday) Testi�tg of New Protective Coatings on Conductive Substrates. Mark all detected h.olidays. Repair all holidays in accordance to coat�r►g manufacturer's recommendations. 1) Docurnent and attest all fest results repairs made and provide ta the City (see �ttached sample structure/manhole repnrt). �) For e�ample, the typical tes�ng requiremenb are 10d volts per mil to 1�,�00 valYs ta test 125 mils. Contractor shall �nark any location that shows a sparl� or potentiai for a pinhole and regair these locations per man�facturer recorr��mendatians. 3. Adhesian Testing a. Adhesian test the liner at a mmimum of three locations (cane area, mid-sectio�, and battom of the structure). Far sttuctures exceeding 6-feet add one additional test for every additional 6-feet. For example: 6-faot manhole— 3 tests. 6-feet, 1- inch tnanhole thr� 11-feet, l 1-inch manhole-4 tests, 12-foot manhole — 5 tests. E#c ... Tests performed per ASTM D7234 — Standard Test Method for Pu11 Off Adhesion Strength of Coaiings an Concrete Us.ing Porkahle Puil-Off Adhesian 37 Testcrs. 38 1) The adhesive used to attach the dollies shall have a tensile strength greater 39 that the liner. �0 2) Failure of the doU.y adk►esive �s deemed a non-test and requires retesting. �1 3) 2/3rc�s of the pu�ls shaIl exceed 300 psi or concrete fa�ure with rnare than �2 50°/v of the subsurface adhered to the coating. If over 1/3� fail, additzonal tests �43 may be required by khe Ciry. If additional tests fail the City may requ�re q4 removaland replacement af the liner at the contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCI'IOIY 3PEC1F'ICATION DQCUMENTS Water & Sanitxry 5ewer Replacemani ��evised September 23, 202U Con�act 201$, W5M-M City Project AFo. l01 G88 33 39 b0 - 31 LINERS FOR SANITARY SEW�R STRUCTURES Page l l vf l2 1 4. A�onded third-party testing company shaIl perform the testing. 2 5. Or Contractor rriay perform tests if witnessed by representative of the coating 3 max�ufackurer. Coating manufacturer representati�e to provide certificatiott that � Contractor performed tests in accordance with noted standards. S G. Non-Confarmsng Wark 6 1. City reser�ves the right to require additional testing d�pending on the rate af failure. 7 2. City vvill s�lect testing locations. 8 3. Repair all defects aceording to the m�nufacturer's recommendatians. 9 H. Testing Frequency 10 1. Projects with 10 or less manholes and/or structtu�es testalL 11 2. Projects with �reater than 10 manholes and/or sttuctures, test at least 1p and test 25 12 percent of manholes and/or str�ctures after tha %st 10. 13 3. Czty will select the man.holes andJor structures to be tested. 14 I. Test rnanhole far final acceptance according ta 5ecti�n 33 O1 30. 15 3.8 5YSTEM STARTUP [NOT USEDj 16 3.9 ADJUSTING [NOT i1SID] I7 3.10 CL�ANING [NOT USID� 18 3.11 CLOSFAUT AC'TIVITIFS 19 A. Provide all test results from testimg per Section 2_� and applicator certifications per 20 Sec�ion 3.1. and in accordance with Section I.7. 21 B. Upon final completion of the work, the manufacturer andlorthe testing firm will 22 provide a writ�en certifcation of proper applicatian to the CiTy. 23 �. Th� certification vvill canfirm tbat the deiicient areas were xepaired �izi. accordance with 24 the procedure set forth in this Specification. The finai report will detail tk�e locatian nf the 25 repairs in the structure and descriptipn of th� repairs. See attached testin�g form�. 26 3.1� PROTEC7TON [NOT ilSID� z� 28 29 30 31 32 33 34 35 3.�3 MAYNI�NANCE [NOT LTSED] 3.14 ATTACHIVV�NTS A, Fost Installakion Inspection Form— Vacuum Test B. Past Installatian Inspection Form— Wet Film Thickness C. Past InstallaEion Inspection Form — Holiday/Spark Detection D. Post Installation Inspection Form — Manhole Adhesion Test E1VD O� SECTION C1TY OF FORT W ORTH Watcr & Sanitary Sewer RepEacement. ST.ANDARD CaNSTRUCTIUN SPELIt°iCAT10N DOCUIv]ENTS Contract2018, WSM-M Ravised 5eptemher 23, 2020 City Praject No, 101688 3339fiD-12 LII�FERS FC3R SANlTARY SSWER STRUCTUA�5 Page 12 af 12 Revision Log DAT� NAME SUMMARY OF CHANG� Further clarification an the sizes and types ofmanho lesunder Part 1.2. Removal of Raven Liningsystem and inclusion oi�ectra5hield and Warren En�ironmenkal 49-23-2020 J, Kxsa�ich �'stem 301, and ARC Sl �lB 6y A. W. ChesterYon Company. Additional source quality cnntrol and�eld quality control test require�nents. Added testing forms for W et Film T hickness, Manhn le I�oiiday/Spark Detect ion, and Manhole Adti esion Test. CFI'Y �F FORT WORTH STANDART7 CC3NSTRUCI'I�IV SPECIFICATION DQCUMENTS Water & Sanitary Sewcr Replaeement ltevised Septem6er 23, 202D ConLract 2018, WSM M Ciry Project No. ] O1686 POST INSTALLATION MAR�HOLE VACUUM TEST FORM Campany FVame: Address: Phane #: Cell: Coafing Date: Projec�c i�am�: Cantractor: Owner: Indica�ie Pass/�ail: Location of Structure: RJlanhole Pnur or Placement Date: Line � 5iatian #: Structure Yype: (eFieck an�j W ork: Crev+e Leader: #: �ther: 4' DI f►II H 5' �I fVIH 6' DI IlAb �'DIMb IYP� A �LDVII D!V BQX TYPE � FLDW DfV BOX JUR�CTIOfV BOX SPF�IPHO�f Ei�iRY BOX ��TERING STAYI�i� ���l�EldYil T�S� ��54.J��S �0 Inspection Date: Inspectian Company: tnspector i�ame: Repair Date: Repair Location: Type of Repair: Repair RJlaterials: Commen�s: POST INSTALLATION MANHOLE LlIV�R INSPECTION F�RM WET F1 LM THICKN ESS Company Name: �ddre�s: Phone #: Cell: Cvating aate: Project Rlame: Contractor: Owne r: Thickness af Caating: Location of 5tructure: Line & Station #: Struciure iype: (check oney �ther: INor[�: Crew Leader: Praject #: N11AfVW�LE INFORMA71�1y 4' DI I�Ib 5' DI I�H 6' Di i!� H 7' DI fillli� YYPE ,4 FLDW DIV �OX l�fP� 8 �LDW DtV BOX JU1�lCTIDIV BQX SPHIPFiOIV ��ITRIf 80x Il�EiERING S�'AiIOIV ���� �� 16Vet �i�m �hickne�� i�ea��r�r��n�� 1Net �ilm'ihickness Gauge per ASTfilli D441� at 3 Locations Fi�ithin the Manhole �wa �2) Spaced �qually Apart Along the Wall an� One (1y on the Bench ps: l�es / l�o ��:ure M���ri�l: �inin� fV�a�erialc Corn rr�ents: II�R1 Depfi�: M H'�Vid�H: �ench: I!llii [Gauge) I����t tSprayedj *If fVo, Justify Yes / I�o ��� / �5D ��s / � I� o Ir��lica�e Me�sur�rv��n�s o� �he Di��r�m �4�o�r� PQST INSTALLATION �O�T�O MANHD�E HOLIDAY/SPARK DETECTI�IV TEST FORM Company Rlame: Add ress: Phane #: Cefl: Coafing pa�e: Project f�ame: Contractor: Owner: Thickness of CQa�ing: Lacation of Structure: Line 13� Station #: S�ruc�ure Type: [chec� one) W ork: Crew Leader: Project #: MAl�HOLE INFOI�MA71��f Other: 4' DI iillH iYP� A Fl,�lN DIl� BOX 5' QI {�JIH �YPE B FLDW DIV 80�4 6' DI i+JIH JUIVCTIdN BOX 1' DI l�fiM SPHIPHQIII EAITRY BOX i�iET�Rl�IG SiAilO�! Holid�b ������ion i�s� �es�lts (114ACE 5P01��� ��nerNiaterial: Indi�ate d�f�c# Fo��ions �n dr�win� Spar� `�esier Serial #: Voltage Setting: Inspection Date: Inspection Company: Ir�spectnr �lame: Repair Date: Cnmments: *Non-Manhole 5tructures may require additianal sketches to Pndicate testing location fnr all testingprocedures. [nclude additional sketches as needed. P05T INSTALLATIDIV IViAN HO�.� ADHES�ON TEST FOR11/1 Cornpany iVame: Address: PFione #: Cell: Coating �ate: Projecfi R�ame: Contractor: Owner: Thickness afi Epoxy Coating: Locaiion af Struc#ure: �ine & Sfafion #: Structure �ype: (check onej 1Alor�: Crew Leader: #: iVlAN�OL� EN�ORMATMOI�i Othe r: 4' DI iilllH �YPg A FLDId� DIV BOX 5' DI �lfk TYPE ��LDW pIV BUX 6' DI I�IH JUiiICTIDN 8�1t �' DI fV�b SPH[PHON EfViRY �OX fi�YE�ERING S�A�ION �����lOi7 �F'Sf� �@5�i�$5 (A57M D7234J �ORT �O�T�� Inspectian Daie: �F1�lG��� �E�i �OC�#l�115 D17 [�I'�WIl7g Inspectinn Company: lnspecfor I�ame: fi�anhole Depth: IVum�er of 7ests: �'est Results: Comme nts: *Non-Manhole 5tructures may requir�e additional sketchesto indicatetesting locatian far all testingprocedures. Include additionaf sketches as needed. 34 71 13 - 1 TKAFFiC CONTRpL Page ! of S SECTION 34 '�1 13 'FRAFFIC CONTROL PART 1 - GENE1tA1, 11 SUMMARY A. Section Includes: 1. Installation of Traffic Control De�ices and preparation of Traffic Control Plans B. De�iations from this City of Fort Wortkt Standard Speeification 1, None. C. Related Specification Sections include, but are not necessarily limited ta: 1. Division 0— Bidding Requirernents, Contract Forms and Conditions of the Cantract 2. Division 1— General Requirements 1,2 PRICE AND PAYMENT FROCEDURES A. Measurement and Payment 1. Installation of Traffic Cantral Devices a. Measurernent 1) Measurement for Traf�c Gontrol Devices sl�all be per month far the Project duratian. a) A month is defined as 30 calendar days. 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 for "Traffic ControI". a The price bid shall include: 1) "Traffic Control implementa#ion 2) Installation 3) Maintenance 4) Adjustments 5) Replacemants b) Removal 7) PpIice assistance during peak hours 2. Portable Message Signs a. Measurement 1) Measurement for this Item shali be per week for the duration of use. b. Payment 1) The wark perforrraed and materials furnished in accordance to this Item and measured as provided under "Measureffient" shall be paid for at tha unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivezy nf Portable Message Sign to 5ite 2} Message updating 3) Sign movernent throughout construction 4} lZeturn of the Fortable Message Szgn post-eonstruction C[TY QF FOI21' WORTH STANDARD CONSTRUCTIO[V SPECIEiCATI0A1 i]OCUMENTS Revised Novemher 22, 2013 Water & Sanitary Sewer Rep[acement Contract2D1K, W�M-M City Froject Na. 101668 347113-2 TAAFF[C CON"iRUL Page 2 af 5 3. Preparation of Traffic Control Plan Details a. Measuxement 1} Measurement for tlus Item be per each Trafizc Cantrol De#ai1 prepared. b. Payment 1) The work performed and m.atexials �urnished in accardance with this Itcm shall be paid for at the unit price bid per each "Traffic Control Detail" prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan Details for clasures af 24 hours or Ianger 2} Adherence to City and 'I'exas Manual on Uniform Traffic Conirol Devices (TMUTCD} 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 4) Incorporatian nf City cotnments 1.3 REFERENCES A. Reference 5tandards 1. Reference standards cited. in this Specification refer to the current reference standard published at the time of the iatest revision date logged at the end aFthis 5pecification, unJ.ess a date is specifical�y cited. 2. Texas Manual an LTniform Traffic Control Devices (TMi7TCD). 3. Itenn 502, Barricades, Signs, and Traffie Handling nf the Texas Department of Transportanon, Standard Specifications for Construction and Maintenance of Highways, 5tre�is, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Traffic Services Division (817-392-7738) a minimum of 4$ haurs prior to implementing Traffic Contrai within 50� feet of a traffic signal. B. Sequencing 1. Any deviations to �he Traffic Control Plan included in the Drawings m�st be �rst approved by the City and design �ngsneer befare irnplementatiqn. 1.5 SiJBMITTALS A. Provide the City. with a current list af qualified flaggers before beginning flagging activities. Use anly fiaggers on the qualif ed list. B. Obtain a Street Use Permit from the 5treet Management Seetion of the Traffic Engineering Division, 311 W. 10�' Street. The Traffic Contral Plan (TCP} for the Project sha11 be as deiailed on the Traffic Control Plan Detail sheets af the Drawing set. A copy of this Traffic Control Plan shall be submitted with the Street Use Pernut. C. Traffic Conirol Pians shall be signed atxd sea�ed �y a licensed Texas Prafessional Enginaer. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Con#ractor will be responsible for having a licensed Texas Pro%ssional Engineer sign an� seal the Traff'rc Contral Plan st�eets. E. Lane closures 24 hours or Ionger sha�l reqnire a site-specific trafF'ic eontrol plan. C1TY OF FORT WORTH STANDARQ CQNSTRUCTIdI�I SPECIFICATLON DOCUME1�tT5 Water & Sanitary Scwcr Replacement Re�ised Noremher 22, 2D13 Contract 2018, WSM-M Grty Projcct No, ]0l688 347113-3 rRAFFIC CONTROL Page 3 af S F. Contractor responaib[e %r having a licensed Texas Prof�ssional Engineer s.ign and seal changes to the TraffEc Control Plan(s) devetoped by tJze Design Engineer. G. Design Engineer will furnish st�ndard details for Traffic Gontrol. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USEDj 1.'i CLOSEQUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAI, SUBNI�TTALS [NOT USED] 1.9 QUAL7TY ASSURANCE [NOT USED] 1.1fl DELIVERY, STQRAGE, AND HANDLLNG �NOT USED] l.11 FIELD [SITE] CONDITIQNS [NOT USED] 1.12 WAIiRANTY [NOT USED] PART2� PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NQT USED] 2.2 ASSEMBLIES AND MATEIZIALS A. Description 1. Regulatory Requirements a. Provide Traf�ic Contro[ Devices tliat coniarm to details shown on the Drawings, the TIVIUTCD, and TxDOT's Cornpliat�t'Work Zone Traf�c Control Device List (CWZTCDL). 2. Materials a. Traffic Control De�ices must mee# all refleetiwity requirements included in tE�� TMUTCD and TxDOT Specifications — Itezx� 502 at aII times during construction. b. Electronic message boaz'ds shall be provided in accordance vvith tbe `I'MUTCD. 2.3 ACCESSORIES [NOT USEDj 2.4 SOURCE QUALITY CONTROL [NQT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION A. Prateotion of Tn-Place Conditions I. Protect existing traf%ic signal equipment. 3.3 INSTALLATIQN A. FoIIow the Traffie Contro[ Plan (TCP) and install Traffic Control De�ices as show� pn the Drawings and as directed. C[TY OF FORT WORTH STANDAR.� CpNSTRidCTION 5PECIFTCATION ➢OCLFMEI�TS Watet &. Sanitary Sewer Raplaoement Revised November 22, 20�3 Contract 2fll S, VJSM-NP City Praject Nu. 10 i C�88 3471 13-4 TA.AF'FSC CON'TROL Page 4 of 5 B. Install Traffie Control Devices straight and plumb. C. Do not make changes to the location af any device or implement any ather changes to the Traff"ic Controi Pian without the approval of the Engineer. 1. Minar adjustznents to me.et �eld constructahility anc� visibility are a�lowed. D. IVlaintain Traffic Control Devices by taking corrective actian as soon as possible. 1. Corrective action includes but is not limited to cleaning, repIacing, stsaightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retrarefleetive characteristics meet requirements during darkness and rain. E. If the Inspector discnvers that the Contractor has failed to comply r�vith appiicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, ar other precautiouary measures for the protection of persons or praperty}, the Inspector may order such additional precantionary measures be taken ta protect persons and property. F. 5ubject ta the approval oi#he Inspector, portians of this Project, which are not affected by ar in conflict with the groposed m�;tl�ad of handling traffic or utility adjustments, can be canstructed during any phase. G. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from ciriveways ar side streets. H, To faciiitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1. The support design is subject ko khe approval ofthe Engineer. I. Lane cIosures shall be in accordance with the approved Traffic Contrt�l Plans_ J. If at any time the existing traffic signals beeome inoperable as a result of consfiaction operations, tha Contractor shall provide portable stap signs with 2 orange flags, as approved by tl�e Engineer, to he used for Traffic Co�.kroi. K. ContxacYor shall make arrangements for police assistance to direct traffic if traffic signal turn-pns, street light pole installation, ar other construetion will be done during peak traffic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). L. Flaggers 1. Provide a Contractor xepresentative who has been certified as a flagging instructor t�raugh courses offered by the Texas �ngineering E�stension Ser�ice, the American Traffic Safety Ser�vices AssociatiQn, the National Sa£ety Council, or other approved organzzations. a. Provide the certif�cata indicating course completion when requested. b. This representative is responsible for training and assuring that all �Iaggers are qualifed to perform flagging duties. 2. A qualified flagger must be independently certif'ied hy 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers zx�.ust be courteous and able io eifactively communicate with the public. 4. When direeting traffic, flaggers must u�e standard ariire, flags, signs, and signals ane� fallow the flagging procedures set forth in the TMUTCD. cr�� n� xo�� woRTx STANDARD CONSTRi1CTION SP�GIFICATION QOC[lMEN`iS Water & 3anitary Sewer Replacement Revised November 22, 2013 Contract Z018, WSM-M City Project Nn. 1(�1G88 3471 13-5 TRAPNLC COI�ITAOL Page 5 of 5 5. Provide and main#ain flaggers at such point� and for sueh periods of time as may be requir�d to grovide for the safety and convenience of pu6lic travel and Contractor's personnel, and as shown on the Drawings oz as directed 6y the Engineer. a. These flaggers shall be located at each end of the lane closure. M. Removal t. Upan completion of Work, remove from the Site all barricades, signs, eones, lights and other Traffic Control Devices used for work-zone traffic handling in a time�y manner, unless oth�rwise shown an the Drawings. 3.4 REPAIR / RESTORATION [NOT USEDI 3.5 RE-INSTALLATION [NOT USED] 3.6 F�ELD [ox] SITE QUALITY CONTROL jNOT USED] 3.�' SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT I1SED] 3.9 CI.�ANING [NOT USED] 3.10 CLQSEOUT ACTIVITIES [NOT IISED] 3.11 PROTECTION [NOT USED] 312 MAINTENANCE [N�T USED] 3.13 ATTACAMENTS ENOT IISED] END UF SECTION Revision Lag DATE NAME SUMMARY pF CI-�ANGE 1] 122113 S. Arnold Added police assistance, requirement For when a site specific TCP is required CI7'Y OF FORT WORTH STANDARD CONSTRUCTION SPGCI�[CAT'ION DOCUMGNTS Water & Sanitary 5ewer ReplacemettY Revised November 22, 2013 Conh-act 2D 1$, WSM-M Ciry Pmject Na. 1O1b88 ,�PPEl�DIX GC-4.01 ... ... .... .......Availability of Lands GC�.02 .. ... ... .... .... Subsurface and Physical Conditians GC-6.06.D . ....... ... .. Minority and Women Owned Business Entexprise Cornplianee GC-6.07 ................Wage Rates GR—O 1 60 00... ........ Product Requirements Water & Sanitary Sewer Aeplacement Contract 201 B (WSM-M) CityPrajectNo, lOk�B$ �CA4.0� Avail�bility of �La�d� E�hibi� 66A9' E�hibit 66�99 405' �ide Sanitary Sewe�- Easenieni 34 �Vide Sa�itary Sewer �a�e�neni Water & 5anitary 5ewer Replacement Contract 2018 (W5M-Nf) City Project No. 1 U1688 U221144649 4512012Q2�i 01:23 I�M Page: 1 of 6 Fee: $39.OQ 5ubmitter: Josh Martin Electranically Recarded by Tarrant County Clerk in Official pubiic Records •�j;� MARY LOl11SE N[CHOLSON COLNTY CLERK iVQI"IC� QF COi�Fl9�N7'IALI'�1( RI�b�S: I� YpU A42� d N�iURA� P�RSOR�, YOU i�RAY REAAOVE BR STRiK� AA1Y 8R A�L O� �ME I�OLLOI6i11P�G INFOR�flA�I�N �ROiVV THIS IWSYRUM�PIT B€F'OR€ I f IS k�1��� �OR f��CORD IW TH€ PU��IC R�CORDS: YOLIR SOCIi4L S�CL1R�'�Y RlUP��E� OR YOU€� D�IVER'S LlC�A�S� R�UI���h�. G��' 101688 iallie Road �aserrients V1later and 5anitary Sewer Replacement Contract 2a1 � Id�SNi �arcel � 1 SF� 6040 iallie Rd. Lot 13, �Iock 3, Carver Heighis Addition Charles i�hipps Survey, Abstraat iVo.1224 STAi� O� iEX�S COIJNiY O� T�4RRANi DATE: § § FtWOW ALL 1Vl�R! �Y iHES� �R�S�N�S � ci�r o� �o�� �nro��b S�IA��R FACILITY I�A5EM€PIT May 5th 2Q21 GRANTOR: DERRICK MARTIN GRANT�R'S MAILING ADDRESS (including County): 6370 SADDLEHORS� LN FORT WORTH, TARRAN7', 761'f 9 GRAiVT��: Cf fY ��' FORT l�!l�Riti GRANTEE'S MAILWG ADDRE55 (including County): a00 iEXAS 5�'R��� FORi WOR'TH, '�r4�RANi COUNiY, iX 7'fi1fl� CON5IDERATI�N: Ten Dnllars ($10.00) and other good and valuable cansideration, the receipt and sufficiency of which is hereby acknowleciged. EASEMENT PROPERTY: B�[NG mare particularly described in the attach�d Cxhibits ,��» and ���» SEWER FACILI7Y EASEMENT ����� Rev. 20200227 �221144649 Grantor, for the consideration paid to Grantor and other goad and valuable cansideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusi�e, perpetua� ea�ement far the canstruc#ion, operation, maintenance, replacement, upgrade, ar�d repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental und�rground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connectians, pipelines, junctian boxes ir�, upon, under and acrQss a partion o# the Easement Property and more fully described in Exhibits "A" and "B" attached hereto ar�d incorporated herein for all pertinent purposes, �ogether with the right and privilege at any and all times to enter Easement Property, or any part th�reof, f�r the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facilify. In no event shall Grantor (I} use the Easement Property in any manner whieh interferes in any material way or is inconsistent with the rights granted hereunder, or (!I) erect ar permit to be erected within the Easement Property a permanent structure or building, including, �ut not limi#ed to, manument sign, pole sign, billbaard, brick ar masonry fences or wal�s or ather structures that require a build�ng permit. However, Grantor s�all be permitt�d to insfiall and maintain a con�rete, asphalt ar gravel driveway, road or parking lot across the Easem�nt Property. Grantee shall be obligated ta restore the surface of the Easement Property at Grantee's snle cost and expense, including the restorafion of any sidewalks, dri�eways, or similar surFace improvements located upon or adjaceni to the Easement Tract which may ha�e been �emov�d, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easemertt granted hereunder. Pro�ideel, hauvever, that Grant�� shall nat be obligated to resfore or replace irrigation systems or other improvements installed in vialation of the provisions and intended use of this Eas�ment. Under Chapker 21, Subchapter E af the Texas Property Code, as amended, the Grantor or the Grantar's heirs, successors, or assigns may be entitled before th� 10t� anniversary of the date of this acquisition to repurchase or request certain information about the �se and any actual progress made toward the use for which the Easement property was acquired t�raugh emineni damain, and the r�purchase price wil[ be the price ihe Grantee pays Grantor in this acquisition. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurkenances thereto in anyway belonging unta Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its succ�ssor and assigns to warrant and forever defend all and singufar the easernent unto Grant�e, its successor and assigns, against e�ery person whomsaever lawfully claiming or to clairn th� same, ar any part thereof. This document may be executed in rn�altipl� counterparts, each of which will be deemed an ori�inal, but which tagether will canstitute one instrurrtent. When the context requires, singufar nouns and pronouns include the plural. [51GNATLIFt�S APPEAR pRl �HE F0��01dilllhl� PAG�] 3EWER FAC1l.ITY �ASEMENT Rev. 2Q200227 F'o��. Page 2 of 6 Da�1144649 Page 3 of 6 GRANTOR; DE��1GK IP�IAI�iI�I, By: (/�' /G ��r� Derric� artin, Individual GRANTEE: City of Fart Worth ��,�,� � �- By (Signature): 5tp��';�,,Y�7.zfl�t�6:a��oT> (Print Name} 5teve Cooke ,�'Itle Property Management Director APPROVED AS TO F�RM AND LEGALli'Y By (5ignature): ����� `����` (Print Name) Matt Murray , TitleAssistantcityAttorney Ordinance No. 24161-Q4-20201 No M&C (or M&C #) �CKNOlA1LEDGEfl�V�IVY �iAT� �F T�3CAS �p��� �� 7arrant � § BEFORE ME, the undersigned autharity, a Notary Public in and for the State of Texas, on this day persor�ally appeared.Derric� Markin, known to me fo be the sam� persan whose name is subscribed to the faregoing instrument, anci acknowledged to me that the same was the act of,Derrick Marti2and that helshe executed the same as ti�e act of said indi�idual far the purposes and consideration therein expressed and in the capacity fherein stated. GIVEN UNDER MY HAND AND SEAL OF OFFIGE this �`�� day of �1___a , 20�. %' / 6 = `,�PY� U��f GLA4YS M. BARNES Notary Public n and for the 5tate of Texas sr$`�"'•�g;= Notary Publ�c. �tate ai iexa ?' E�j�s Camm. Expires 03.15-2d25 '�5��''aF ,: NDtary la 4420040 e�. ''��h�n�� - SEWER FACILI7Y EASEMEM1CT Rev. 202ao227 l�0 i WaR�' . � oaa� ��asa.s A�KNOIN���G�i�9�ld T SiAY� O� '��iCAS § COUWiY �F iARRARlT § BEFORE ME, the unc�ersigned authority, a Notary Public in and for the State of Texas, on this d�y personally appeared Steve Cooke Property Mana�ement Director , af the City of Fort Worth, known tn me to be the same person whase name is subscribed to the faregoing instrument, and acicnowledged to rne that th� same was the act of the City of �ort Worth and that helshe �xecuted the same as the act of the City of Fort Warth for �he purposes and consideration therein expressed and in the capacity therein stated. GIVEN UMDER MY HAND AND SEAL OF OFFICE this �Zth day of May , 20 �r , ' Digitally signed nYp l05H NfARTIN �����, �� GAG � by Joshua Martin a � Notary Public • i STATE dF TEXAS Notary P�blic in and for the State of Texas ���oF�,P" Noiary I,D. 1323f�8383 My Camm. �xp. Feb. 2fl, 2�24 SEWER FACILI7Y EASEMENT Rev. 20200227 Fos_ r� H. Page 4 of 6 p3�1144649 F�age � of 6 EXHYBTT "A" 4.�-FOOT WIDE SANITARY SEW�R EASEMENT 494 SQUARE FEET (O.011 ACRES) LOT 13, BLUCK 3, CARVF.R HEIGHTS ADDITiON CITARI.ES PHIPP5 SURVEY, ABSTRACT 1�I0. 1224 CITY OF FORT WORTFI, TARRANT COUNT�, TEXAS WATER & SANITARY SEWER REPLACEMENT CONTRACT �U1�, WSM-M CITY PROJECT NQ.: 1016�8 BEING a 490 sqaare feet (0.011-acre} tract of land located in t4�e Charles Phi�ps Survey, Abstract No. 1224, Tarrant County, Texas, �nd being out ai Lot 13, Block 3 of Carvex Heights Addition, an additian to the Ciry of Fort Worth, Tazraat County, Texas, accarding to tke plat thcreof recorded in Volume 388-Z, Page 121 of �he Plat Recards of Tarrant Couniy, Texas {P.R.T.C.T.), and also being nut af that tract of iand con�eyed to Ruthie Jeati Brookins, accordin� to the Probate Case 20111- �RQOQ�A-2-2, Probate R�cords of Tarrant Co�inty, Texas and being out of f�e same tract af land described in deed thereof recorded in Instrument No. D 156�34514 of the Deed Records of Tarrant Co�mty, Texas (D.R.T.C.T.) and b�ing more particularly �escribed by metes and bounds as follows: BEGINNING at a'/rinch iron rod found at the northeasterly corner of said Lot l 3, said paint also being the narthwesterly cvrner of Lot 14 of said Block 3, Carver Heights Addition, said point also b�ing on the southerly right�of-way line of Tallie Roaci (a 50-foot right�of-way); THENCE South 00 degrees 25 rninutes 25 seco�ids East, departing the southerly right-oi way lin� nf said Tallie Road, and along the common line of �aid Lots 13 and I4, a distance of 108.88 feet to a"/�- inc� iron rod set with yellow piastic cap stamped "LTM ASSOC" for corner in the r�ortherly line of a l0�foot utility eas�ment as shown on said plat of Carver Heights Addition; THENCE North 89 degrees 34 minutes 35 secnnds West, along the northerly line of said 10-font utility easement, a distance n£4.50 feet to a 1/�-inch iron rad set with yellow plastic cap stamped "L[M ASSOC" for corne�-; THENCE Naf•tli QD degrees 25 minutes 25 seconds VVest, departing the northerly line of said 10-foot Utility easement, a distance of 108.88 feet to a'/z-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner in the nai�:herly line af said lot i3, the same being the southerly right-of- way line of said Tallie Roaci; THENCE South 89 degzees 34 mittittes 35 secands East, along the northerly line ai said Lnt 13 and the sautherly right-of-way line af said Tallie Road, a distance of 4.SD feet to the PQINT OF BEGINNING and containir�g 490 square feet or 0.011 acres of land, more c" ��� BAS�S OF BEARING is the Staie Plane Coordinate Systern, North Az�aerican Datum of 1983, Texas North Central Zone 4202. PAGE 1 OF 1 •��i.��.�.��.�a��..��....f.. DANEEL S, LIM � � '• �, 5322 _�a•` Nov. 24, 202Q Da�9144649 vx,� , 62.80' LOT !2 �I`V .d.J� �� c��' �.o.r�.� 5 �9° 34' 3�° � 4.�4'. vz^ �.� 58.30 � � LAT !3 BLQCK 3 CA�l�� b�lG`hiTS A��1�l�H VOL 3��-Z, PG.171 P.fZ.T.C.i. Ruthle Jean 8rookTns n°�p Probate Case 201l-1'RD0442-z M lnst. No. Q15SQ34514 D:R.7�C.T. �.���OOT WdIDE SA�IIiA�Y S�W�R EASEM�N� 490 SQ. F��. (�.011 AC€:�S) 62.80' 61.40' � as ri A��INT �F BEGII�NliVG /2'�IRF ~ �0.18� :.M. LdT !4 0 0 vr� i�� C.M. I I � i i �+ Jahn NgUyen � N Inst. No. d21S17488& � I ao N 1�.R.T.C.T. ,� I � �I V1 I � 1/2" IRS,�l,�,3/2" IRS h m Ki ��,f�, Fa,� � vw, sae-z, r�, rzr � PR,rc.r. � 82.62' _ 79.3�4' ,_� I L.OT 15R _ I �I �I � � � � � � �J �age fi af 6 . �. i 0 15 3fl SCALE� 1"-30' v� � � � � � I ..►: �� � -�r��:.'' LEGEND� y:'� o°;� C.M. - CON7F20LLWG MONUMENT DANIEL S. �.1M D I.R,S. - IRON R0� SET WI�'H YELLOiM PLASTIC •••••�•�•••••••�•��....•...... CAP STAMPED "I.IM ASSOC" °• � �322 P = I.R,F. - IRON RdD FOUND D.R.T.C.T. - DEED RECORDS, TARRANT CQUNTY, TEXAS ��i�4�:�ssi°•�� P.R.T.C.T. - PLAT RECQRUS, TARRANT COUNTY, TEXAS ��UR . SQ. FT, - SQUARE FEET /i1 _ ' PrPE�rG4ED FO,7• ��� ���� drr aF �r waqr� � �rc�v sm�'r FlA4T fi'(A4F/G 7�YAS 76AP2 � � & ASSOCIATES, inc. etegineering $ srrrveyin� cunsull�nts TBpF,'LS S<e7•aeying Fir•n� 1tl1236-OD t112 N. Ze�ig Boulsverd, Suile 200 �aqas, 'faxas 752�3 Te1. {214) 942-1889 • Fax {214} 942-9681 62.80' `" 61.OD' _ S�9" 34' 35" W 4.50' LOT 1& Nov. 24, 2020 �iil-il�iT 'r�" �. ���'99� WI��' S�l �A1�Y S�°�W�R ��S�MENT 490 SQU,4l4�' ����' (9.D11 ��R�'�) L 0 Y 1.3, 6�L �Cit 3 c�v�� r���c�r�s ,�sr�ro►u Cl�Y D�' �4Ri WORTi� �A1�R�AlT COUNiY, f �X,4S r�,��r�� & �,a�vi�,�r s��+�� �xbl�r� ���,� �����C�M�N� C�NTRACT 24i�. WS�O�M P�c� 10� r CJTY PR4J�CT' ND. � 101F�8 �2217B9049 06l44l2021 1U:29 AM page: 1 of 7 Fee: $43A0 Subrr�ifter: Jash Martin Electronically Recorded by Tarrant County Clerk in Officia{ Public Recards -���� MARY LaUISE NICHOLSON Cbl1NTY CLERK NOiIGE O� CONFIDEN'�IALI�Y RIGH�S: l� YOU AR� A NATURA�, PERSDIV, YOU MI�Y R�NfaV� Q�t 5�'�IK� AI�Y �R ALL 0� �H� �4LL0{i�IN� INFORlV�E1ilON F'�tOIVI �HiS I�lSTRU�IP�IVT ���QR� lT IS FILL�D �OR RECOR9 IN TF;� PUBLIC R�CQROS; YOtJR SOCI►4L S�CU�I�1F NL1fV�I��R OR YOUR DFtIV�R'S LICENS� N11���R. C�N 701fi�8 �alli� �oad Easements Water and Saniiarry Sewep Replacement Gontract a�01 � �iISAfi Papcel # � SF� 6044 �allie Rd. Lot 94, B1ock 3, Carvar Heights Addition Charles �hipps Survey, Abst�act No.12�4 STAT� O� �'�XAS COUPITY O�r T�IRRANT § § KPIOW ALL 14�II�N �3Y TH�S� PR�S�NTS � CITY O� FORT I�ORTH S�l�'ER I�ACILIiY EAS�MENT �AT�: � --1Q .� �C�� t _ GRANTOR: JOHt� NGUY�fV and NGU �Al GRANTOR'S MAILING ADDRESS (including County): 6�24 LYNDALE DR, FOR7 WORTH, TARRANT, 78148 GRANTE�: CIYY OF FORT �lORTH GRANT�E'S MAILlNG ADDRESS (including County); zoa ��x�►s �Y���� F�Ri �lORiH, 7'ARRAN� COUfV fY, iX ��102 CONSIDERATION: Ten Dvllars ($'l0.00) and other good and valuable consid�ratior�, fhe receipt and sufficiency of which is her�by acknowledged, �ASEMENT PROPERTY: ��ING mare particulariy described in the attached �xhibfts ��A,� and ��8�� S�WERFACILII"YFASEMENT FOR'PWORT . Ra�. 20200227 ��a�is�oag Grantor, for the considerafion paid to Grantor and ott�er good and valuable consideration, hereby granis, sefls, and conveys to Grantee, its successors and assigns, an exclusi�e, perpetual easement for the construction, aperatian, maintenance, replacement, upgrade, a�d rapair af a Permane�t Sewer LEne Facility, F�ereafter referred to as "Facility". i�e Facility includes all incidental underground and abo�egrouncf aftachments, equipmen# and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Easement Property and rrrora fully desc�ibed in Exhib�ts "A" and "B" atfached here#a and incarporated herein for all pertinent purposes, together wiih the right and privilege at any and all times to enter Easement �raperty, ar any par� ihereofi, fior the purpose of construc�ing, operaiing, mainiaining, repiacing, upgrading, and �epairing said Facifity, In no event shall Grantor {Ij use the Easerrteni Property in any mar�ner which inferferes in any material way ar is inconsistent with the rights granted hereunder, or (il) erect or permit ta be erecte� within the Easement Property a permanent structure or bu�ldmg, inclu�ling, but nai limited ta, monument sign, pole sign, billboard, bri�k or masonry fences or walfs or other sfruciures that require a b�ilding permit. ~However, Gratttor shal! i�e permitted to install and maintain a concrete, asphalt or gravel driveway, road at' parking lof across the Easement Praperty. Grantee shall be obligated to restore the surFace af fhe �asement Property at Grantee's sole cost and expense, ineluding the restoration of any sidewalks, driveways, or similar surFace im�rovements located upan ar adjacenf fo the Easement Tract which may have been remo�ed, relacated, alter�d, damaged, or destroy�d as a result of the Grantce's use of the easement grant�d hereunder. Pro�ided, however, that Grantee shalf not be obligated to restare or replace Irrigation syskems or ot�er improvements insiallec! in vialation of the pro�isions and intended use af this �asement. Unrler Chapter 21, Subchapter � of the Texas Properfy Cnde, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled befare the 1Q'" anniversary of fhe dafe o# this acq�isition to repurchase or requ�st certain in'forrnation about the use and any acfual progress made toward the use for which the Easement Property was acquired fhrough eminent dorrrain, and the repurchase �rice will be the price fF�e �rantee pays Granfor in �his acquisition. TO HAVE AND TO HOLC7 the above-described easement, together with all and singular #he rights and appurtenances thereto in anyway belongin� unto Grantee, and Gra�ee's succes�ors anc� ass�gns farever; and Grantor daes hereby bind itself and i#s successor and assigns tv warrant and forever defend all and singufar the easer�ent unto Gra�tee, its successor and assigns, against every parson whomsoever lawfully claiming or to c�aim the same, ar any part thereof. i"his document may be executed In muitiple coun#erparts, �ach of which will be deemed an origi�al, but w�ich together wiii consiiiu�e one instrumen�. When the cantexi requires, singuiar nauns and pronouns include the plural. [SICNA7UR�S A�I�EAR ON TH� �OGLOIi�ING PA��] SEWER FACILITYFJaSEMENT Rev.2020�227 Fa�rWo�r �_. �age 2 of � Da�i1�9048 GRANiOR: .fOHN fVGUY�N, � By: J guyen, iv' al GRANTOR: iVga Bui �y.�g��'� i�ga Bui, Individu�l GF2ANTEE: City of Fart Wo�th `�,�'4� By (Signature)5`e"�°�e;�°°�,297Sk4:52CDY� (Print Name} Steve Cooke Property Management directoC Title _ APPROVED AS TO F'ORM AND LEGALITY ����� ���� By (Signature): (Print Name) MattMurray Tj�le AssistantCityAtForney Qrdinance No.24161-04-2020 / No M&C �CKN�WL�DG�NY��IT �iATE 0� TEXAS § COUf�TY O� § BEFOR� M�, the undersigned authority, a Noiary Public in and for the Stake of Texas, on this day personalfy appeared Jahn Nauyen, knawn to rne tn be the same person whose name is subscribed to the foregaing instrument, and acknawledged to me that the same was the act of Jahn N�u�_and that helshe executed the same as the act of said �ndividual far the purposes and consideration iherein expressed and in the capacity kherein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ��5�' day of �— , 20,�. `o,``a�N,i� �r��,,���. ��� OS . ! y�i � �.;o,�P�°Y�FU�`'!F�✓ y: . �' � - ' � � � y - _ �n�, ��,�� - � �� t�M � • 'i �� 1 '. �''•!Q QF � : � � •.r323���• � P `�. f4�A��'A,+02-20`�����`. s�vuER �nci�.m� �,���n�r ReV.2020flR27 Notary.Pu'b�jrl�and for the State of Texas FOR�. Page 3 of 7 D2a9169049 ACKNOWL��C���lI�NT S'�Ai� OF T�XAS � COUIdTY DF TARRANT § B�FORE M�, the undersigned authoriiy, a Notary Pub[ic in and for the State of Texas, on t�is day personal�y appeared Nga Bui known to rne to_ be the same aersan whose name is subscribed #o the foregoing fnstrument, and acknouuledged to me that the sam� was the act of Nga Bui and that helshe executed the same as the act of said indi�idual for the purposes and consideration therein expressed and in the capacity therein stated, GIVEN UN�ER MY HAND ANp SEAL OF' OFFfCE this 26th day flf ,._,�� Digitallysigned � M� - 20 2� . - , � — ��"_� %j/105i1Ud �y�°c,s� JOSH MARTIN Martin � Notaty Pu6llc +� . sTaTE o� TExa.s Notary Public in and for the State of Texas `� v`� Notary I,p, 7323fi$38-3 9�aF My Camm. Exp. Feh. 20, 2ft24 SEWEA F'ACILlTY EASEiYIENT ReV. 2020022� FOBTWOR , Page4of7 Da�116Sa49 STATE OF T�XAS cou�nr o� Ta��A�r ac��ow�������w� g § B��ORE M�, the undersigned authority, a Notary Pwblic in and for the Sta#e af Texas, an th�s day personally appeared , of the City of Fart orth, known to me ta be kh� sarne person whose name is subscribed ta the foregoing instrument, and acknowledged to me that the same was t�e act of the City of Fort Worth and that helshe executed the same as the act of the City of Fort Worth for tfi�e purposes and cnnsideration therein expressed and in the capacity therein stated. GIVEN UN�ER MY HAND AiVD SEAL OF OFFICE this 4th day of June , 2021 . p�Yp4e J05H MARTIN _ �� Notary Publlc # � # S7A7� OF TEXAS `� �� Notary I,p. i3236838-3 �'�6F�� My Comm, Exp. Feb, 20, 2024 -� Digitally signed � ���� by JoShua Martin � Nokary Public in and for the 5tate af Texas Page � of � Faa_ r�Wa�rH. �221169Q49 EXHIBIT "A" 3-POQT WIDE SANITARY SEWER EA$EMENT 327 SQi7ARE TEET (0.008 ACRES) LOT 14, BLOCK 3, CARVER �EIGHTS ADDXTION CHARLES PHIP�'S SURV�Y, ABSTRACT NO. 1224 CITY UF k'ORT WORTH, TARRANT CO'Cl'NTY, TEXAS WATER & SANITARY SEWER RE�LACEMENT CONTRACT 201.8, WSM-M CITY PRO<TECT NO.: 1(#1688 SEING a 327 square feet (OA08-acre) tract of land located in the Charles �'hipps Sutvey, Abstract No. 1224, Tar.ranfi County, Te�cas, and being out of Lot 14, Block 3 of Carver Heights Addition, an addition ta the City o� Fort Wortl�, Tarrant County, Texas, aecflrding to the plat thereof recorded in Volume 388-Z, Page 12I of the Pla# Reaords of Tarrant County, Texas {P.R.T,C.T.), and also being out of that tract of Fand conveyed to �ahn. Nguyen, a�oordang to th� deed t.kaereof recarded i.n �strwnn.ent No. -D21G174886 of the Deed Records of Tarrant County,.Texas (D,R.T,C.T.) and being more particularly desaribed by metes and bounds as follows; BEGINNING at a'/z-inch izan rod founci at the northwesterIy oorner said Lot 14, said point also be�n� the northwes�erly corner ofLo� 13 of said Black 3, Carver Heights Addition, said point aIso being on the southerly right-a� way lin� of `I'aliie Rnad (a SO-�oot rig,ht-o� way); THENCE South 89 degrees 34 minutes 35 seeonds East, aSong the northerly iizae af s.aid Lat 14 and t�e southerly right�nf-�c.vay line of said TalIie Road, a distance of 3.OD feet to a%-inah iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE Souih 00 degrees 25 minutes 25 seconds East, departing the norther�y line of said Lot I4 and the southerly r[ghi-of-way line of said Tallie Road, a distanae of 108.$8 feet to a%a-inch iron rod s�t wif.h� yeliow plastic cap stamped "LIM ASSC}C" for co:t't�er itj the nortk�erly line of a 10-£oot utility easemen� as shown on said plat ofCatver Heights Addition; '�'HENC� NQrth 89 degt-ees 34 minutes 35 seconds West, alo�.g the nartherEy line of said ].0-foot utility easemen,t, a distance of 3.DD feet to a%-inch iron rod setw�th yellow plastic ca� stamped "LIM AS50C" for corner in the common line of said Lots �3 and 14; TH�NCE North 00 degrees 25 rninutes 2S seconds West, departing the narthe��ly line of said 10-foot utility easernent, and along the cammon Iine of said Lots 13 and I4, a distance of 10$�88 feet to tY�e POIN'I' OF BEGINN�I�TG and containing 327 squar� feet or U.OU� acres of land, c�ore or less, BASIS OF BEARING is the State Plane C�ordinate Systerzx, North Atnerican Datum af 1983, Texas North Central Zone 4202. PAGE I OF T Page B o# � Nov. 2�4, 2020 �22'{ 1690�49 Page 7 of 7 ��11Vi ��' ���IN�ING g�,.gp� r �� 62.90` �in" IRF c.M. �or r2 car i� RulNa Jenn 8rooklns �� Arc�6ule Cas� 2an�PHnW42-2 lnsf. No. Dl56034514 � �f � nfr.r,c.r. � C�lRV�R f��l�� ll��lr� - V�L ���X� PG 12f N �R,T�.T. � N � o r�i � �1�16.b.�� �I`9dd { a0` R.D.W.) rS 89° �4' ��" E 3.00' t2° �s i/T' � �¢ o w. - o d �Cdl. 8D.16' I.A7' t4 • i � JoM N�tNan � � lnst. Na 02l61i4886 o aR�c.r. i � . � � � 1E7 N q 0 � 3FFOOT WIDE � N s�i�,�r� s�w�� �As��t�Nr 327 SQ. FT. (n.908 ACR�S) �� �. vd. 3ee z +� ra PRSCl. 61.DQ'� '" s1.00' � LOT 16 L�GENfl� C.M. - CbN7ROLLIN6 µONUMENT 4.R.$. - IR01d R0� 5�T iFdITH YELLdW PLAS'FIG Q14�+ ST'Ak1PED "LIM ASSOC" LR.�', - IF2t3H ROD FOUNp �,R.T.C.T. - DEE� R�CORDS, TARRAhlT COUNTY, T�XAS P.R.T.C.T. - PLAi R�CpR�S, TARRAIVT C4UH7Y, TEXAS SQ.Fi. - SQUARE F��T � � ��� �� � ar�r �rH �T W�PTM � � � � 8L .A��SOCIATES inc. ���� � �� �� T.BP�L9 Swrqytrra �+irm SW�88�-00 1112 N, Zarg Bouievertl, &ite 200 oe�res. -re� 7� Tel. (214 B42»1998 � Fa�t 4 842�881 IRs _ 62.�$' � 79.34' _ `S $g° �4' �v" W tOT 15R �kH1�1! "8" ���� � �� � m� �I Y I 1 I i � I � 1 � 3.00 �! rnl � I � � � � � �I � � O � � ♦.�! �'XHl�I i "B" 3-�00 T W1D�' S,a61V1 i�?Y S�'W�R E�6S�M�NT � �'2i SQU�R� FEEi i0. U05� ,4CR�S) �or r4, ��oc� � CA�VER H�'IGHiS A�C?1 f10N CITY OF FORT WORTH r��,a�vr counrr�, r�x�s w�r�� � s�anir�,�r sEw�R REPLACEM�NT CON�RAC T 2018, WSM-A+1 C1rY PR�J�'Gr No. � 1�i68� Nov. 24, 202Q G�--4.0� Subsurface and Physical Conditions Watar & 3anitary 5ewer ReQlacement Confracf 2018 {WSM-M) City Projcct No. ] OI688 ���������� City of Fort Worth Capital Deji�ery Divisian/Soil Lab 8851 Gamp Bowie Blvd #300 Fflrt Warth, TX 7b116 Laborato�ry Test Resulis far A St�eet Coring Yrojeci Project: Water & Sewer Main Replacement Contract 2018 CPN# 101688 Date T�sted: �0/2812019 ta 11/19/2Q19 Requested by: Tony Sholola Qhone: 817-392-'�920 This report presents the results of a street coring project for Water and Sanitaxy 5ewer Replacexnent Cantract 201$, WSM�M. Mr. Uday Bangale 8c Mr. Stephen Overtan performed tha cores and subgrade lab tests. Mr. Zelal�m Arega reviewed and approved the results. �l�n�;ian i�r. (Pl��c� �'ircle'To [3�R�cl�e I)r) HOLE# 1 �— -- - ------ - - - - - -- - - � - - . . LOCATION: 1700 Ellington Dr, (W/4) x.00°� �Ac 12.QQ" Reddish Brown Sandy Clay wlGravel 6_5Q" R�ddish brown Clay w/Gravel HOLE # 2 LOCATION: 1725 Ellington Dr. {E14) 2.00" HMAC 9.50" Reddish Brown Sandy Clay 4.00" Reddish Brown Sandy Clay wlGravel 5.00" Brown Clay wfGravel ATTERBURG LIMITS: LL: 42.40 PL: 17.70 PI : 24.70 SHRKG: 15 % HOLE # 3 LOCATION: 1820 Ellington Dr. (W14) 2.50" HMAC 6.50" Pale Brown Sandy Clay w/Gravel 4.00" lZeddish Brown C1ay w1/Gravel 3.50" Pale Brown Sandy Clay w/Gravel ATTERBURG LIMITS: LL: 37.50 17L; 15.10 PI : 22.40 SHRKG: 12 % Page 1 of 7 ���.������� _ � HOLE # 4 LOCATION: 6041 Tallie Rd (N/4) 2,00" HMAC 10.00" Brown Sandy Clay �r/Gravel 5.00" Browrz Clay 7'al�ie R+,a�� �e�as Dr. '�o � �r.i�•ens I�t� ATTERBURG LIMITS: LL: 45.30 PL: 19.10 PI: 2b.20 SHRKG: Ib % HOLE # 5 LOCATION: 6020 Tallie Rd (S14) 2.50" HMAC ( Broken) 9.00" Gray Sandy w/Gravel 3.50" Brawnish Gray Clay w/Gravel 4,50" Browm Clay ATTERBURG LIMITS; LL: 45.b� PL: 18.40 PI: 27.20 SHRKG: 16 % HOLE # 6 LOCATT�N: 85' E. of Lucas Dr. (N/4) 2.50" HMAC 9.00" Brown Sandy Clay wlGravel 6.00" Brawn CIav w/Gra�el H HOLE # 7 LOCATION: 2613 Stark St. (EI4) 2.00" HMAC 8.00" Gravel wi Brown Clayey 5and 7.50" Brown Sandy Clay HOLE #� S LOCATION: 2516 Stark St (W/4) 3,Q0" HMAC 7,00" Gravel w/ Brown 3and 9.00" Brown Sandy Clay w/Gravel �r�erl� *,�'#. t43v�r �t "�'o �e�enie S ATTERBURG LIMITS: LL: 53.b0 PL:17.60 PI: 36.00 SHRKG I6,Qa: % Ci�y af Fart Warth Capital Delivery Divisian/Sail Lab 8851 Camp Bowie Blvd #300 Fart Worth, TX 7b116 Phone: 817-392-7920 Page 2 of 7 �������t��� - — ,. City of Fort Worth CapitaI Delivery Di�ision/�ozl I.ab 88S 1 Camp Bowie Blvd #340 �'ort Worth, TX 76ll6 Phone: 8i7-392-7920 HOLE # 9 LOCATION: 2�21 Stark St. (E/4} z.�s°� ��ac fi.75" Brawn 5andy Clay wlAsphalt Pieces 3.00'° Gravel wlAsphalt 4.50" Yellowish Brown Sandy Clay w/Gravel ATTERBLTRG LIMITS: LL: 31.70 PL: 13.70 PI: 1$AO SHRKG: 9% — -- - i'e•��tlrrurw �i �ltucas l�e. `�'�M S C'r��e3�a i�d} HOLE # 10 —� — - — - — �-�--- -- -- - LOCATION: 6037 Proihrow St. {N/4} 3.75" HMAC 2,25" Gravel wBrawn Sand SAO" Brown Clayey Sand w/Gravel 6.50" Brawz�.ish Gray Clay ATTERBURG LIMITS: LL: �5.20 PL: 19.60 PL• 25.60 SHRKG: 15.Oa °/a HOLE # 11 LOCATTON: 6008 Prothrow St. (S/4) 3.75" HMAC 2.25" Gravel wl Brown Sand 5.00" Brawn Clayey Sand w/ Grave] 5.50" Pale Brown Sandy Clay ATTERBURG LIlVIITS: LL: 49.20 PL: 18.97 PI: 30.23 SHRKG: 16.Q0 % - — 13urlce Rtl �W�If}ue�er Si �"o S Cravens �d} HOLE # 12 � i LOCATION: 4480 Burke Rd.(Wl4) 8.00" HMAC 1.00" Gravel w/ Brawn Sand 6.00" Brownish Gray Sandy Clay 6.OQ" Brovvnish Gray Cla Page 3 of 7 �� �� �� �� �� Cfty of Fort Worth Capital Delzvery Di�isionlSoil Lab 8851 Camp Bowie Blvd #304 Port Worth, TX 7bl lb Phone: 817-392-7920 HOLE # 13 LQCATION: 4475 Burke Rd. (E14) 3.OQ" HMAC 6.00" Broken HMAC 7A0" Grayish Brown Sandy Clay ATTERBURG LIMITS: LL: 41.80 PL: I6.10 PI: 25.70 SHRKG: 12 % HOLE # 14 LOGATION: 4508 Burke Rd. (W/4) 4.25" F IMAC 4.75" Broken HMAC 1.00" Brown Sandy Clay w/Gravel 6.00" Yellowish Brown Sandy Clay ATTERBURG LIMITS; LL: 39.00 PL: 15.30 I�i: 23.70 SHRKG: 11 °/a HOLE # 15 LOCATION: 4520 Burke Rd. (N4) 7.Q0" HMAC 1.50" Broken HMAC 1.00" Brown 5andy Clay 3.00" Yellowish Brown Sandy Clay 6.00°' Brownish Gray Sandy Clay W�If��lm ;�t � I�«�il� l����c '��n �1� ��#7) HOLE # 16 LOCATION: 4521 Wilhelm St. (E/4) 7.25" HMAC I.75" Grayish Brown Sandy Clay 8.Op" Yellowish Brown Sartdy Clay ATTERBURG LIMITS: LL:53.10 PL; I9,99 PI: 33.11 SHRKG: 16 % Page 4 of 7 ���������� City of Fort Worth Capital Delivery D'zvision/Soil Lab 885I Camp BovFrie Blvci #300 Fort Worth, TX 76116 Phone: 817-392-7920 HO�,E # 17 LOCATION: 4454 Wilhelm St. (W14) 5.50" HMAC 0.50" Yallowish Brawz� Sanc�y Clay 7.50" Brownish Gray Sandy Clay HOLE # 18 LOCATION: 4574 Wilhelm St. (E/4) 9.00 " HMAC 3.75" Grayish Brawn Sandy Clay 1.50" Yellowish Brown Sandy Clay 3.75" Grayish Brown Sandy Clay HOLE # 19 LOCATION: 450� Wilhelm St. (W/4) 7.75 " HMAC 1.25" Bxownish Gray 5andy Clay 3.�0" Yellowish Brown Sandy Clay 7.00" Brownish Gray Sar�dy Clay ATTERBURG LIMITS: IsL: �44.80 PL: 16.50 PI: 28.30 SHRKG: 14 %o HOLE # 20 LOCATION: 4425 WilhelYn St. {E/4) 5.00 " HMAC 7.00" Yellawish braysm Sandy Clay w/Gravel 3.SQ" Yellawish Srown 5andy Clay HOLE # 21 LOCATION: 4417 V4Tilhelm St. (E/�4) S.UQ " HMAC 6.00" Concrete (Broken) 4.00" Gravel w/ Asphalt Pieces Page 5 of 7 �������T�� City of Fort Worth Capital Delivery DivisionlSoil Lah $851 Camp Sowie Bl�d #30Q Fort Worth, TX 761 i 6 Fno��: si�-�9�-�sza HOLE # 22 LOCATION: 43Q4 Wilhelm St. (W/4} 2.75 " HMAC 2.00" Gravel w/ Yellovvish Brown Sand 3.25" Stone 3.00" Grayish Brown Clay w/ Stone 6. S q" Brawn Clay ATTERBURG LIMITS; LL: 62.30 PL: 20.70 PI: 41.70 S�IRKG: 21 % HOLE # 23 LOCATION: 4201 Wilhelm St. (E14) 3.25 " HMAC 5.25" Yellowish Brov�rn Sandy Clay w/ Gravel & Asphali 1.50" Grayish Brown Sandy Clay 6.00" Yellnwish Brawn Clay wl Gravel ATTERBURG LIMITS; LL: b6I.70 PL: 21.50 PI: 40.20 SHRKG: 1$ % HOLE # 24 LOCATION: 4132 Wilhelm 3t. (W/4) z.ao °} �c Q.50" Broken HMAC 4.00" Yellowisl� Brown Sandy Clay 5.00" Broken Stone 4.50" Grayish Brown Clay HOLE # 25 LOCATIC}N: 4109 Wilhelm St. {�/4} 3.75 " HMAC 1.50" HMAC ( Broken) $.OQ" Gxayish Brown 5andy Clay ATTERBURG LIMITS: LL: 45.60 PL: I6.70 PI: 2$.9U 5HRKG:14 % Paqe 6 of 7 ���������� City of Fort Worth CapiYal Delivery DivisionlSoil I..ab 8851 Camp Bowie Blvd #300 Fort �Vorth, TX 76116 �hane: 817-392-7920 HOLE # 26 LpCATION: 8a' S Of Quails Lane. (W/4} 2.75 " I�MAC 8.25" Gravel w/ Yellowish Brown Sand & 5tone �.50" Reddish Brown Clay ATTERBURG LIMITS: LL: 55.30 PL: 22.50 PI: 32.80 �HRKG:16 % Page 7 of 7 ��-6.06.� Minority and �Vomen �wned �u�ine�s Enterprise Compliance Water Ba Sanitary SeWer Replaccment Contract 2fl18 (W5M-M) City Prnject No. 1ll1 C�8$ FORT �ORTH� �slt� O� �Oi'� ��1'til �usin��� �qui�y �idision I�rirne C�ntr����r lf�aiver �orm PRIMElOFFERQR COIVIPANY NAME: PROJECT NAME: City's Business EquEty Goa1: Offeror's 8usiness Equity Project Commitment: o�a % AiTACHMENT 1B Page 1 af 1 Check apppc�ple box to describe Prime Oifaror's Ger if[cation eusiness Non-Business Equity firm �quity firm Bla �ATE If both answers to this f�rrr� are Y�S, do not camplete ATTACHMENT 1C (Good Faith Effort Form). All questions an this form must be completed and provide a detai�ed explanation. If the answer to either questian is RlO, then you must complete A77ACHMENT 1C. This fflrm is anly applicable if both answers are yes. Fafl�srp io co�n�lete th�s #arm #r� i#s eniir$ty a�rd be re�eRvec! by fh� Purchasing �iv€sa.or�.nv I�te� lhan 2;OQ p.m„ an ihe second �ity bu�fn�ss ci�y a�ler bid ope�i�, sx�lu�iva of �I�e bi� op�n�r�� date. +,vill result in the bid bsing a�nsi�are� �an-�espnnsive #� b3� specYfEcakTnrrs_ �xcepti�n: �FA, ICA. ar�d CD�� projects, dacum�nts wlll be sul�m�tte� to tl�e �ity F'ro ec# Ma�ager i� pub�i�ly hid or to the Develo ef if privately bid, Idllill you perform this entire cantract without subcontractors? � Y�s If yes, please provide a detail�d expla�atian that pro�es based on the size and scope of this ❑ �� project, this is your norrnal business practice and pravide an opera#ional profile of your business. Will you p�rfo�m this entir�e cantpact wiihout suppliers? ❑ Y�� If yes, please pravide a detailed ex�lan�tion that pra�es based on the size and scope of khis project, this is yaur normal business practica and pravide an in�entory profile of yau� busin�ss. � R!O The PrimelOfferar further agrees to pro�ide, c{iraetly to the City upon request, complete and accurate information regarding actual wark perFormed by a!! su�contractars, Including Business Equity firms on this contract, the payment thereof and any proposed changes to the original Business Equlty firm arrangements submitted with this bid. 7he PrimelOfferor also agrees to allow an audit and/ar examination of any books, r�cords and files held by their company that will sufoskant{ate the actual wvrk perF�rmed by the Business Equ9ty firms on this contract, by an authorized o#ficer or employee of the City. Any intentionaf and/�r knawing misrepresentation of facts wil! be grounds for terminating the contract or debarment fram City work for a period of not less khan three (3) years and for initiating act{on under Federal, State or Local laws concerning false sfatements. Any failure to comply with t�is ordinance creakes a material breach of contract and may result in a determinatian ofi an irresponsible Primel Offerar and barred from participating in City wark for a period of time not less than one (1) year. Authorized Signature Title Campany Name Address CitylSlatelZp Printed 5ignaiure Cantacl Name (if different) Phone Number Email Address Qate Business Equiiy Divis9on Effective O1I0412021 Email: DVIN�BEOffice[�fortworthtexas.gov Phone: (817) 392-2674 Jl-�1Gl.l �V��.���� G[�� A� �Ait �O�'L� RT�AGWhflEP�Y 1C �u�iness �q�i4y DidisE�n Page 1 of 4 �ood F�i�h E�ort �e�m PRIMElOF�ERpR Check appliaahle box to describe COMPANY NA[ViE: PrimelOiferor's Certiflcation Business Equity �1on-Business PROJECT fVAfNE: Firm E ui �€rm �lD DA7E 6usiness Equity Goal; Offercr's Buainess Equity Goal Commitment: PRDJECT IVUMBER °/a % If the Offeror did not meet or exceed fhe �usiness �qufty Goal for this project, the Primel�fferar must complete this form. If the Prime�lOfferor's method nf comp�iance with the �U51C1eSS '�quity Gaal is based upon demanstra�iian of a"�ood �aith �ffort", the PrrimelOfferor wiil have the burden of correctly and accura�efy preparing and submitting the documentation required by the Gif�. Compliance wifih each item, 1 fhru 10 below, shall satisfy the �ood Faith EfFort requipement absent proof of fraud, 'rntentional andlor �cnowing misrepresentation of the facts or inient'ronal discrimination by the Primel�fFeror, ranure ta comp�ete tnis �rorm, in its entlrety with suppor�ing documentation, and �eceived by the Purc�asing dirrision na laker than a:DO p.m. on the second City business day after bid opening, exclusi�e of bid opening date, will result in the bid being canslderec� r�on-responsi�e to bid specifications. �xceptian: CFA, ICA, and CDBG prajeats, documenfis will be submitted to the City ProJect F�anager if puhficly bid or to the �e�eloper if peivatelv bid. 1.j Please list each and e�ery sul�contracting andlor supplier oppartunity far the completion af this project, regardfess af w#�ether it is to he pro�ided by a Business Equity firm or non-�usiness Equity firm. (DD NO7 LIST NAM�S OF FIRAAS)• On all projecks, the PrirnelOTfe�or must list each subcontracting and or supplier oppartunity regardless of tier. (Use addifional sheets, if necessary) List of Subcontracting Opportunities L�st of Supplier Opportunit`[es Effective �110112021 AiTACHM�IV�' 1C �age 2 of 4 2.) Obtain a current (not more than two (�) months oid fram the bid open date) list of �usiness �qulty s�4contractars andlor suppiiers fr�om the City's Business Equity Divisinn. � Yes � Wo Date of Listing 3.) �id you salicit bids from �usiness Equity firms, within the subcontracting andlor supplier areas qrevious[y listed, at least ten calendar days prior to hid npening by tefephane, exclusi�e of fihe day the bids are opened? � Yes (If yes, attach list to include name of Bus{ness Equlty #Erm, ep rson contacted, ahot�e num6er and date and time nf cantact.) � R�o 4.) Did you solicit bids from Business Ec�uity firms, within Ehe su6corttr$cting andlor supplier areas previously fisted, at least ten calendar days prior to bid opening by fax, exclusive of the day the hids are apened? � Ye5 ��f yes, attach list ta include name of Business Equity firm, fax number and date and time of contaet. In addition, if the fax is returned as undelivera6le, then thak "undeliwerable eonfirmation" raesived must be printed directly from the facsimile for proper dacumenkation. Failure ta submit contirmation andlor "undeli�erable confirmakfon" documentation may render the � �p GFE non-responsi�e.) �.) �id you solicit bids from Business Equity firms, within the subcontracting andlar supplier areas previously listed, at IeasE ten calendar days priar to bid opening by email, exclusive of the day the bids are opened? � Yp,s (If yes, attach email confirmation tfl include name of Business �quity firm, date and time. In addition, if an email is returned as undelivera6le, then that "undeliverable rriessage" raceipt must he prinled directly firom the email system for proper documentation. Failure to submit canfirmation andlar "undeli�erahfe message" ❑�� documentatipn may render the GFE non-respansive.} NO�'�: The three methocls identlfied af�ove are acceptable far soliciting bids, and each selected m�thod must b� � �l@C� t0 �fiP, r"! ���'aF11C3 coniract, Tj�� ar�m�fflfFernr m��Yt {,Inri,�mon4 4ha4 ai+hgr at �P p�'-• ----- least two attempts were rnac�e u�sl►�� f�^ of t::e l�yr�� m?#h�+�� cr th�t at lda�f �ne successfiul �or�tact �va� rnade using one oi �t�� t!+.r�e r.�:�*hods E:: v�`I1�1' tfj �°ory;�.� �Y��onsiv�e t� ��e u�^�+ �aEt!� �ifort requiremeni. NOTI�: 1'he �r}me�i�ffer�r v��st ca:�tac# #he �^41r$ �uslnes5 g;�,!�+y Iist ��!���!��c to e�Vh � subcont�acfing �n� �upp�lier �ppartunity ;a he �� �amplianc� ku;±� qu�stions 3 thru 5. 6.) IJid you provide plans and specificatians to potential Business I�quity firms? � Yes � Na 7.) �id yau prar►ide the information regard.ing the location of plans and specifications in orde� to assist the Business Equity firms? � YeS � No Effeetive �1101l2021 ATTACHFiffIENT 1C Page 3 of 4 8.) bid you prepare a quotation for the �usiness Equity firms to hid on goodslservices sp�cific to their skill set? ❑ YeS (If yss, attach all capies af quotations.J ❑ fdo 9.) Was the contact informatian on any af the listings not vafid? ❑ Yes Slf yes, atkach the informatian that was nat valid in order for the 8usiness Equity Divislon ta address the correctians needed.) � {VD 10.) Submit documentation if Business Equity firrns quofies were rejected. The documentation su#�rr�itted sho�ld be in tF�e firms forms of an affida�it, inc#ude a detailed explanation of why tha Business Equi[y firms was rejected and any supporting documentation the PrimelOfferor wishes to be consider�ct by the City. In the event of a hona fide disp�te concerning quotes, the PrimelOffero� will pro�ide for confidential in-camera access to an insp�ction of any re�e�ant documentation hy City persannel. Pfease use additiona! sheefs, if necessa , and ettech. Com an Pfame Tele hone Gontact F�erson Sca e of Work Reason for Rejection ADD1710PlAL IPlF�ORNiAT'ION: Please pro�ide additional information you feel will further explain yaur goad and honest efforts to obtain �usiness Equity firm participatian on this project. Th� �rimelOfferor further agrees 4o pr�ovide, directly fio the City upon requesfi, camplefe and accurat� informafion regarding acfival Fwark pe�rormed on this contract, the pa�ment fhereof and any pr�posed changes ta �he �riginal arrangements submitted epr�th this bid. �he �rimelOf�eror also agrees fo alla� an audifi andlor e�caminafion of any books, records and files held by their company that waill subsf�nfia�e �he actual work perFormed nn �his con4r�act, hy an aufihoriaed officer or employee of the Cifiy. A�rimelOfferorwho intenfiionally $ndlor knowingly misrepres�nts maferial facfis shall be Debarred for a pe�iod o� �ime v�' no� less fihan thre� (3) years. Effective 01ID112021 Ai7ACHB�9EIVT 1C Page4of4 The undersigned �e�i�ies fhai the information prA�ided and fhe �usiness �quitiy firms listed w�aslwere contac�ed in good �aith. I� is unde�s4aod that an� �usiness �quity firms lisfed in A�fachmenf 1� will be confiacfied and ihe reasons ��r not using them will be �+erified by the Cify's �usiness �quifiy �i�ision. Authoriaed Signature Title Gampany Rlame Address CitylStatel�ip Printed Signature Contact Plame and'�itle (if differenE} Phone Numher �mail Address Date Business Equity Di�ision Email: �Vf[V_BEOffice@fortworthtexas.gav Phane: (817) 3.92-2674 ����ei�� a�ro��zaz� �'oR� �a�T�� Name of City praject: CITY OF FORT WORTH Joint Venture Eli�ibilit�orm All questior�s jnust be �nswered; use "N/A"if not applica6le. vcnture form must be eompleted on each pmject RFPBid/Project Number: _ Jaint Venture Page 1 of 3 1. Joint �enture infarmation: .Toint Venture Name: .Toint Ventura Address: (If applicable% Telephoae: E-maiL• �'ax; ldentify the iirms thai comprise the joint venture: Please attach e�cfra sheets ff additiona! spaae rs requrred to provide detailed expl�nations of work to be performed by each flrm eomprising the jolnt venture Bus3ness Equity Non-Susiness Frcm Name: E ui Firm l�ame: Business Firm Business Furn Cnntact Name: ConYact Name: Business Business Address: Address: Telephone: Fax: Tclephone: Pax: E-mail: E-mail; Certification 5tatvs: R'ame nf Cert'ifying Agency: 3. Sco e af wark ea`formed b the dnint Venture: Ilescribe the sco c nf wnrk of the Susiness E ui t"irm: Describe the scn e of wark of #he nen-Business � ui �rm: Effective 01/01/2021 Joint Venture Page 2 of 3 3. What is the percentage af Business EquiLy iirm par�icipation on this joinf venture counting towards the project go�17 4. Attach a copy ai the joint venture agreennent. 5. List �omponents of ownership af j oint vereture: (Do not compdete if this infprmatinn as deser•ihed in joint venture [r�reement) Profit and loss sharing: Capital conirihutions, including equipment: Other applicable ownership interests: 6. Identify #�y narne, race, sex and �rm those individuals (with titlas} who are responsible for the day ta-day manage�ntent and decision making of the joint �enture: Finaneial decisions (to include Account Payable and Receivable): Management decisians: a. Estimating --____----------------------------- b. Marketing and Sales c. Hiring and Firing of managei�nent personnel d. Purchasing of major equipm�nt and/or supplies 5upervisinn nf field nperations The City's Business Equity Di�ision will review your joint �enture submissEon and will ha�e final approval of the Business Equity percentage applied toward the goal for the praject listed on this form. NOTE: From and after the date of project award, if any of the participants, the individuaEly defined seopes of work ar the dollar amountslpercentages change from ti�e originally approved information, then the pa�ticipants must inform the C�ty's Business �quity pi�ision immediate{y for appro�al. Any unjustified change ar deletian shall be a material breach ofi contract and may result in debarrnent in accord with the procedures autlined in the Ci#y`s Business Equity Ordinance. Effective Q110112021 Jofnt Venture Page 3 of 3 AFFIDAVIT The unders�gned affirms that the foregoing statements are trua and correct and include all materia! information necessary to identify and explain the tezms and operation of the joint venture. Furthermore, the undersigned shall agre� to provide to the joint venture the stated scope of worK, decision-making responsibilikies and payments herein. The City also reserves the right to request any additional information deenzed necessary to deternune if the joint venture is eligible. Failure to cooperate andlor pro�ide requested information within the time specified is grounds far termination of the eligibility pxocess. The undersigr►ed agree to permit audits, interviews with own�rs and examination of the books, recards and fIes pf tbe joint �enture by any authorized reprasen.tatives of the City of Fort Worth. Failure to comply wi.th this provision shall result in tt�e termination of any contract, which may be awarded under the provisions af this joint venture's eligibility and may initiate action uuder Federal, State and/or Loca! laws/ordinances conce�-r�iz�g false statements or willful misrepresentatian of facts. - -- -------------- ----- ---------------------, ----------------------__..__..__.�---------------------------- Name of Business Equity �'irm: Name ofNon-Susiness Gc�ui[y Fum: HIame of Dwner� IJame af Owner Signature of pwner Signature of Owner Printed Name aP Owner Printed Name of �wner Signature nf Owner Signature of Owner Title Title Date Date Notarization State of On this County af day af , 20 , before me appeared and to me personally known and who, being duly sw�rn, did exccute the foregoit�g aff'idavit and did state that tihey were praperly authorized to exccute this af�davit and did sa as their free act and deed. Notary Public Print 1Vame Notary Public Signature Commission Expires _ BL1S1T1�5S EL1111�7 DIV1514ri Email: DVIN_BEQffice@fortworthtexas.gov Phox�e: (817) 392-2674 (seRl) Effective 01/01/2027 F'�RT �GIRTH �i�y �f �or�'V'��eth �inoritylVll��nen �u�in��� En�e��ri�e Spe�ifica�ions �P��IAl. IRfSY�IJC�IOR�S ��� �������� APP�1G�aT18N QF ���ICY ff the total dollar value of the contract is $�0,000.01 or more, then a MIW�� subcorrtracting goal is applica6le. P6LIGY Sir4��44��R1'i It is the policy of the City af Fort Worth to ensure tha full and equitable participation by MinoritylWomen Business Enterprises (MIWBE) in the procurement of all goods and s�rvices. All requirements and regulations stated in the City's current Business Diversity �.nterprisa Ordinanc� applEes to this bid. �flIW�� PROJ�Ci GOAI�S The Cily's MIWBE goal on fl�is project is °/o of the base hid va[ue of the contract. C�[�VP�IANC� YO �1� 5P�CIFfC/�T[O�lS On City contracfs $50,Q00.01 or more where a M1WBE subcontracting goal �s appfied, Offerars are required ta comply with tF�e intent of the City's Business Dl�ersiiy �nterprise Ordinance by one of fhe following: 1, Meet or excesd the above stated MlWBE goal through MJWeE subcontracting participation, or 2. Meet o� exceed the above stated Ni1W�� gaal through MIWBE Joint Venture pari➢cipatian, or; 3. Good Faith Effort documentativn, or; 4. Prirrie Waiver documentatinn. �L�Bf1�[TTQe� O� R�QUIR�� �OCIJ�N�Rl�AiI�iV 7he applicable documents must be received by the Purchasing Di�isian, within the following times allocated: in order for the entire 6id to i�� considered responsi�e to the specifications. rrtia C)1�E;f�tir gh�ll r+fi��v�r t�r� f���MrBE dnc��mr;nr:���nn ha p�r:�ii lu ll3e 3pprr��arl�le �I�f�lluy�e ui ll�e �tUri,31�i51iic� �.Iiul;lUl� Pii�J �]bk�aiii ��j�l�flin��r rnr.,a}fE}l tiilrYF r��i��.l��l rh.ill Lir� avl{�lollcr lh�l lh�. Cily raC�Ebec! Ilie iJu�.tFn��e:�lak+c+�r ��� Ilie li�fiF 3Ji4��.41,�d 1k fdxeCl arGrJ+ur emiiir�d Gn}�y will Ftiot L�a aceu�t��#_ 1. 5ubcontractor fJtilization �orm, if goal is met or exc�eded; Z. Goo[f Faith Effort and Subcontractor Utilization Form, if participatian is less than stated goal: 3. Good Faith �ffort and Subcontractor Utilization Form, if no MIWBE participation: 4. prime Contractor V1laiver Form, ifi you will perform all subcontractfnglsuppiierwork: 5. Joint Venture Form, if goal is met or exceeded: recei�eci no later fhan 2:Q0 p.m., on the second Gity business day afker the bid opening date, exclusi�e of tF�e bid opening date. recaiv�d na later than 2;00 p.m.., an the second City business day after the bid apening t�ate, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opaning date. received no laterthan 2:00 p.m., on the second City business day after fhe bid opening daie, excfusive of the bid o�enin� da#e. received no later than 2:Q0 p.m., on the second City business day after the bid opening date, exclusi�e pf the bid openlnq date. �'AILURE TO COMPLY WITH THE CI7Y'S �1151N�SS DI!lER51iY E�i�'�RPRISE ORbINAWCE, W[LL RESIfLT IN TFiE BID.B�Ii�IG CON5IDERFcD F�6PI-RESF'OP'SIVE �O S�ECI�IC/lTIONS. FAILURE 7'O SU�Mt7 7FriFc REQUIIiEQ AI1i�� DOCUMEP1TA710N WILL RESULT IN TH� �Ip ��ING GONSID��t�ly NON•R�SPOIdSIVE. A 5ECOND ��IL.URE WI�L R�SULT 1N TFi� �FFEROR ��IPfG �ISQI{ALIFIED �'OR ti° ��RIOb OF ONE YEAR. TWRE� FAILUR�S I�! A, �1V� Y�,4� ���[O� WILL R�SULi IP{ A�ISQUALIFICATIDP[ F��RIOD O� iF#F��E YEARS. Any questians, please contact the OfFiae of Business �iversity at (891) 382-26�4. Office af Business biversity Email: mwbeoffice@fortworthtexas.gov Rev. 5/15/l9 Phone: (817) 392-2674 ATTACHMENTIA Page 1 of 4 F�RT ��RTH Clt� Af �A� !�l�fr'til IVlin�rit�l't�or�en �usin��� �n�e��arise 11A11C4!'�� �ubcontira��orslSu�pli�r� U�ili�ation rorm dFFERQR COMPAAIY NAME: Check applicahle box to descri6e dfferor's Certifloation PROJECT NAME: NtMI![]BE NQN-h11IWIDBE Blp DATE City's MlWB� Prajeck Gaal: Offeror's MNVBE Projeat Commitment: PROJECT NUMBER n�0 p�0 Iden�i�y �II sub�on�ractor�lsupplier� y�u �+ill u�e on �hi� pr�Aje�t �ailure ta complete this form, in iks entirety with requested documer�tation, and received by #he Purcnasing Division no later #han 2:00 p.m. on the second City busines�s day after bid opening, exclusi�e of bid apening date, will result in the bid being considered non-responsi�e to bid specificatians. The undersign�d Offeror agrees tp enter into a formal agreerrEent with the MIWB� firm(s) listed in this utilization sci�edule, conditianed upon execution ofi a contract with the City ofi Fort Worth. Th� intentional andlor knowing misrepresentation of facts is grounds far consideration of disqualificatian and will result irt the bid being cflnsidered non-responsi�e to bid sqecifications. MIW��s listed toward meeting Ehe project goal must be located in the six (fi) county marketplace at the time af bid or the business has a Significant eusiness Presence in the Marhetplace. Marketplace is the geographic area of Tarrant, Dallas, �enton, Johnsan, �arker, and Wise counties, Prime contractors must icfentify by tier le�el of all subcontractorslsuppliers. Tier: means the level of subcor�tracting below the prime contractorlconsuftant i.e. a direct payment from tt�e prime eontraetor to a subcontractar is considered 15{ tier, a payment by a subcontraetor ta its supplier is considered 2"d tier. The prirrte contractor is responsible to pro�ide praof of payment of all tisred subcontractors identifiec! as a MNIJBE and counting thase dollars tawards meeting the contract committed goaf. �4L� f�l���s R�iUS7' �� C��iIFI�[1 �EFOI�I� CORl��ACi ►41�VA�iD. Certification means those firms, located within th� Marketplace, that f�ave been determir�ed to be a banafide minorify business enterprise by the North Central Texas Regiana! Certifiication Ageney {�ECTRCA), Dal{aslFort Worth Minority Su�plier Development Counc9l (pIFW MSDC) and Women's Business Council-Sauthwest (WBCS). If hauling s�rvices are ��ili�ed, the Off�ror wiEl be given credit as long as the MNVBE listed owns and ape�ates at least ane fully licensed and operational truck to be used on the con#ract. The M1W�E may lease trucks from ano#her MIWBE firm, incEuding MIWBE owner-operated, and receive full MIINBE credit. The MIWBE may lease trucks from non-MNUBEs, including owner-operated, but will on[y receive credit far the fees and commissions earned by the MIWB� as outlined in the leas� agreement. Rev. 5115199 FORTWORTH RTTACHMENT 1A '�� Page 2 of 4 Offerors are required to identify ALL subcontrac#orslsuppliers, regardless of status; i.e., Minariiy, Wornen arFd nun-MMl�Es. MIWBE firms are ta be listed first, use additional sh�ets if necessary. Please note that only certified MNVBEs will he counted to meet an MIWBE goal. N SUBGONTRACTOI�lSIJPpLIER ° Campany IVame � � yy n Defail Detail Address i B B 5�6contracfing Supplies TelephoneiFax e � E M Work Purchased �ollar Amount �mail � B Contact Person � � � � � � � � � � � � � F2ev. 5115l19 FaR---- T� H ATTACHMENT 1A T Page 3 of 4 Off�rors are required to idenf�fy ALL subcontractorslsuppliers, regardless of sta#us; i.e., M�nortsy, 4^.+c;n�en and non-MIWBEs. M1W6E firms are ta be listed first, use additionaf sheets if necessary. Please note that only cerfified MM16Es wifl he.counted to meet an MlWBE goal. H SUBCON7iZACTDRISUPPLIER ° Company Narne r M W n Detai] Detail Address i B B Subcontracting �upp[ies TelephnnelFax e E E M WorL� Purchased pallar Amount �mai1 � Cantact Person s E � � � � � � � � � � � � Rev. 5f15l9 9 FORT'UVORTH � ATTACHMENTIA page4of4 7otal Dollar Amount of Afii{hl�E SubcontraciorslSuppliers � Total Dollar Amount of Non�fi�I1d�IB� SubcontractorslSuppliers � T�TdL bQLL�R AI�QUiVT O�' ALL. SUBCOiVi�ACT��SISUPP�.IERS � The Offeror will not make additions, deletions; or substitutions to #his ceriifi�d list rnrithout the prior appro�al of tl �ffice of Business Diversity through the ��.���m±�t�� a� a Re�rf�sf fnr Apnrova! vt �:h�nge/Additl� form. Any �njustified change or deletion shall �e � M�at�rial brPac� �f +:��^tr��t and may k�sLlt j;� �pbarment accord with the procec��res autlined in th� ��1'Cl!!1���+?_ Tl�e ��Qrnr w��M� suC�mit a det�iled e�xplGn�tion how the requested changeladdition ar def�tian will a�Fect ine ��:r�rn��±�d ��!lWg� qoal, f� th� �etail �Xplanatiai� not submitted, it wilf afFect the final compliance determindii�r�. By affixing a signature to this form, the Offeror futther agrees to pro�ide, directfy ta the City upon request, complete and accurate infarmation regarding actual work perFormed by all subcontractors, including MIWBE(s) and any special arrangements with MNVBEs. The Offeror also agrees to allow an audit andlar examination nf any books, records and files held by their company. The �fferor agrees to allow the transmissio� of interviews with owners, principals, officers, employees and applicable subcantractorslsuppliers participating on the contract that will substantiate the act�al work performed by the MNVBE(s} on this confract, by an authorized officer or employee of the City. Any intentional an�lar knawing misrepresentation of facts will be grounds far terminating the contract or debarment firom City work for a period of not less tfi�an three (3) years and for initiating actian und�r Federal, State or Local {aws concerning false statements. Any failure to comply wi#h #his ordinance creates a material b�-each of t�e contract and may result in a determinakion of an irresponsible Offeror and debarment from participating in City work for a periad af time nat less than ane (1) year. Authorized Signature Titl e Gompany Name Address CitylStatelzip Office of Business Diversily Email: mwbeoffice@forlworth#exas.gov Phone: (817) 392-2674 Printed 5ignakure NamelTitie (if difFerent} Telsphone andlor Fax E-mafl Address �ate Rev. 5115I19 �ORT ��R'I'H �Itj► Bf ��F'� �Of'ti1 f�ino�ityl�omer� �u�ine�s En�erprise Spe�i�Fi�a�ion� ATTACHMENTIB Page 1 of 1 �r�im� Cont�actor ��iver F�rr� OFF�ROR GOMPANY NA�IAE: Check applicable box io describe Offeror's Certifcation PROJECT NA1NE: IVVWIDBE NQN-MhN1�8E Bl� DATE City's MNVB� Project Goal: Offeror`s M1W6E Project Commitment: PRpJECY NUMBER % % if both answers to this fiorm are Y�S, do nnt compfete ATTACHM�NT 1C (Good Faith �ffort Form). All questians on this farm must be compleked and a detailed explanation provided, if applicable. If the answer to either question is N�, then you must complete ATTACHMENT 1 C. This form is onfy applicable if b�th answers are yes. FAI:Uf� ��3 G2!n�{�}; tl:is f^rrn i� �#s e:::4: ety �ntl b� reri�fvad I�y tt?;o P�rchasin� Di�isian no I�ater tF�an 2:Q� p,rr�.. �r� th� s�ronct fiitY_�uslne�s d�Y..af#�r #�€d r�aenin,�. excl�asi�e of l�hA �+�d ��eenting Qa+e, +r�ili r�st�lt in �:;e �.yict ��i�� �ons4dere� e���-resp�a^s�ve �o bid s�ec��cations. F,�lill you perform this entire contract withaut subcontrractars? YES ff yes, please pravide a detailed explanation that pro�es based on the size and scope of #his �0 project, this is your normal business practice and pro�ide an operational profile of your business. 16idill you pepfapm �his entipe cantract wiEhaut su���iers? YES If yes, please pro�ide a detailed explana#ion that prov�s based on tf�e size and scope of this project, this is your normal busin�ss practice and pro�ide an inventory profile af your business. NO The OfFeror further agrees ko Pro�ide, directly to the City upon requ�st, complete and accurate informatian regarding actual work performed by all subcontractors, including MIWBE(s) on this contract, the payment thereof and any propased changes to the original MN►!B�(s) arrangements submitted with this bid. The Offeror also agrees to allow an audi# andlor examination of any books, records and files held by their company that wi[I substantiate the actual work �erformed by the MNUBEs on this contraet, by an au#horized of#icer ar employee of the City. Any intentional andlar knawing misrepresentatinn of facts will be grounds for terminating the cantract or debarment from City work for a periad of not less than three (3) years and for initiating action under Federal, 5tate Qr Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of coniract and may result in a determination ofi an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address CitylStatelZip Office of Business Diversity �mail: mwbeoffce@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name (if different� Phnne Number Fax Number Email Address Date Rev. 5115I19 ATTACMf1A�FIY 1C Page 1 of 4 �F�RT �0.�1�TH �ity �� F vrt 1No�kh �in��i�111Vor��n �u�iness �nterprise 19�I�V�� ��od �ai�h E��� �orr� DFFERDR COMPANY NAME: Check applica6le bax to describe Offeror's Certificalfon PROJECT NAME: M1WlDBE NQN-M1WlDB� 81D DATE City's MNUBE Praject Gaal: Offeror's MNYSE Project Cammttment, PROJ�C7 NIiMBER % % If the Offeror did nat mest ar exceed the M1WBE subconEracting goal for ihis proJect, the �fferor must cnmpiete this for�n. If the Offera�'s methnd of compliance uv"rih the flA1W�E goal is based upon demanstration of a °`good faith efFort", the Qfferor will have the burden of correctiy and accurat�ly preparing and submitting the documentation required by t�e Ci�y. Compliance with each item, 1 fhr�u 11 below, shall satisfy the Cood �'aith �ffort requirement absent proof of fraud, irttentional andlar �nawing misrepresentation af the facts or intentional discrimination by the OfFerar. F&Ilul'e te tomplete #hie fnrm� �n i±e entiretv w:ith sueeortina documenta�ipn; and receiyed b� tF�e Purchasin 4�z�:s��r� no Iwr�� th�:� �;0� rr►. a.; i�:� ���n++�d Ck! Lti■sf�:L�s �� �{:�r h�9� �nenin e�Vt;.^��ae 9 p• Y Y �---- Jf af bid opening d�*,�, ti�r9!I r�t��i# i� t9�a Gi� lae:::g ca:;�8�s: �C� flf.'^'rS��^..�^.C':v!:°9 t� �D't'� ��]�G�fiC��141]5. 1.) Please list each and every subaantracting andlor supplier opportunity for the compl�tion of this projec#, regardless of whether It is to he pravided by a M11difBE or non-MMf�E. (DO NOT LIST NAiNES O� �'lF7Nf51 On all projects, the Offeror must list �ach subcontracting and or supplier opportunity regardless of tier. {Usa addifianal sf�e�ts, if necessary) List ofi Subcontracting Opportunities List of Sup�lier Opportunities Rev. 51'E 5119 Q.TTACWIIAEPIY 1C �age 2 of 4 2.) Obtain a current (not more than two (2) manths old from the bid aper� date) list of NVIWBE suhcantractors andlor suppliers from the City's Office of �usiness pirrersity. ❑ Yes ❑ Wo Date of Listing 3.) �id you solicit bids from �iIW�E firms, wikhin the subcontracting andlor supplier ar�as previously listed, at least ten calendar days prior to bid openfng by mail, exclusive of the day the bids are opened? � � (If yes, attacf� MlWBE mail listing to include name of firm and address and a dated copy of lefter ma[�ed.} Yes 11lO 4.) Did you solicit bids from MMfB� firms, within the subcontracting andlor supplier areas preyia�sly listed, at Eeast ten calendar days prior to hid apening by telephor�e, exclusi�e of the day the bids are apened? � Ye5 (If yes, attach list to include name oF MIWBE firm, ep rson contacked, phone Rumber and date and time of contac#.j � Y�O 5.) Did you solicit bids from {V�lIdifBE firms, within the sui�contracting andlor suppl9er areas prer►iously listed, at least ten ca�endar days prior to bid opening by facsitnile {faxj, exclusive of the day the bids are opened7 ❑ Yes ❑ NO 6.j �id you solicit bids frorn hflIWBE firms, within the subcontracting andlor supplier areas pre�iously lisked, at least ten calenda� days priar to bid opening by email, exclusi�e af the day the bids are opened? ❑ Yes ❑ No NOT�: The four methods identified abo�e are acceptable for soliciting bids, and each selected method must be applied to the applicabl� contract. ihe Offeror must documer�t that either aE least twa atternpts were made using Ewo of the four methods or that at [east one successful contact was made using one of the four methods in order to deemed responsi�e ta the Good Faith Effort requirement. WOi�: Th� 4fferor must contact the entire tViIW�� �ist specific to each subcontracting and supplier a�portunity to be in campl�ance with questions 3 thru 6. 7.} �id yau provide plans and specifications to potential MNIdB�,s? ❑ Yes � Na �.} Did you provide the informatioR regarding the locatian of �lans and specificatinns in order to assist the MI1�+VB�s? ❑ Yes ❑ No (If yes, attach list ta include name of MlW6E flrm, fax number and date and time af cantac#. In addition, ifthe fax is returned as undeliverable, then that "undeliverable conflrmatton" received must be printed directly from the facsimile for praper docwmentation. Failure to suhmit conflrmatfon a.ndlar "undeli�erable confirmation" dacumentation may render the GFE non-respansive.� {if yes, attach email confir�tratinn to include name of MIWBE firm, date and tlme. In addikian, If an email is returned as undefi�erable, then that "undeliverabla message" receipt must ba printed directEy from the email systern for proper documentafion. Failure to submit can�rmation andlor "undeliverable message" documentatlon may render the GFE non-respons[ve,) Rev. 5145119 AT�ACH�iAEiV� 1C Page 3 of 4 9.) Did you prepare a quotation for the IVOIWBEs to hid on goodslservices specific to fheir skill set? ❑ Yes (If yes, attach all copies of quatations.j ❑ No 10.) Was the cantac# infarmatian on any of the listings not valid? � Y�S (IP yes, attach the information that was nat �alid in order for the Office af Business Diversity to address the earrectians needed.} � No 11.)Submit docume�ntatipn if RIi1WBE quotes w�re rejected. The documentation submitted shoukd be in the farms of an affidavit, include a deta'rleci explanation of why the W11WB€ was reject�d and any supporting documentation the Offeror w€shes to be considered by the City. ln the e�►ent of a bona fide dispute concerning quotes, the Offeror will pro�ide for confidential in-camera access to an inspection of any relevant documentation 6y Ci#y personnel. Please use addi#iar�a! sheets, if necessa , and attach. Company I�ame '�elephane_ Cantact �ersan Scape af 11Vork iteason for Ftejaction A��}I�IOPlA� 11V�ORMATIOPI: Please provide additional information you feel will further explain yo�r good and honest efforts to abtain MI1MB� par�icipafion vn this praject. ihe Offeror �rther agrees �o pra�ide, dire��ly �o �he Ci�y upon reques�, complefie and accura�� informafion rega�ding actual work performed on ihis contract, tihe paym�nt thereo� and any propo�ed changes fo �he original arrangemen4s submi�fed voei�h this hid. ihe Offeror als� agrees fio allo�+�r an audifi andlor examinafiion of any books, records and files held by f�eir company fihafi will subsfi�nfiiate fihe actual wo�� p�r���med on �his confiract, by an authorized officer or emplo�ee of 4he City. Any infen�ional �ndlor kn��a+ing misrepresen4��ion o� fac�s �+ill be grounds for fie�minating the� contracfi or debarment from City ►++sork for a period of not less fihan fihree (3) years and fiow iniiia�ing acti�n under� Fed�ral, �tafie e� �ocal laws conce�ning �alse stafiements. �ny �ailure ta comply wi�h this ordina�ce shal! create a ma�eriaj breach of confi�act and may resulfi in a defiermin�tion of an ir�esponsible Offeror and deba�ment firom par�icipa�ing in �ity wdor� far a period o� time nof iess �han one ('i} yeaY. Rev. 5I15I18 ATTAC�MEWTIC page4of4 1 he wndersigned cer�ifres tha� th� infor�mation prodided waslwere con��e�ed �n goad �ai�h. I� is undersfiood tha At4achment 1 C�uill be confiacfied and the reasons for ver�gied by the City's Office of �usiness I�i�ersi�y. Authorized Signature iitle Company Name Address CitylStatelZip Office of Business Di�ersity Email: mwbeoffice(c�fortworthtexas.gov Phane: (817) 392-2674 Printed Signature and �i�e 14�!l���(s} listed t any �VI�M��(s) lis�ed in not using 4hem �►ill be Contact Alame and Title (if different) Phone I�umber �ma`sl Address �ate Fax Number Rev. 51'15l19 Joint Venture Page 1 of 3 �E'�RT �ORTH CITY OF FORT WORTH �VIIWBE Jo�nt Venture Eli�ibilit_y Forrn AlI gues�ions musi 6e answered; use "N/A"if nnt applicable. Name of City project: 1. Joint venture infarmation: Ajoint venture farm must be nnmpleted an each projeet RFPBid/ProjectNumber: _ Joint Venture Name; loint Veniure Address: (If applicableJ Telephone: Facsimile: E-mail Ceilular: Identify the firms that comgrise the joint ver�ture: Please aitach exfra sheets if additional space is requiroed fo provide detailed explanations of vuork fo be performed by each ilrm comprising the jofnf ventur� M/WBE �irm i�inn-1NIWBE name• frm name• Business Address; Business rYddress� City, Sfate, Zip; City, State, Zip: Telephane �-mail Telephnne E-m�il Celluiar Pacsimile Cell�lar Facsimile Certi�ication Status: Neme of Certifying Agency: 2. Sca c af work erformed b the Joint Venture: ➢es.cribe the sc.n e of work of the M1WBE: Describc th� scn e nf work oF the non-M/WB�: Rev. 5115119 Joint Venture page 2 of 3 3. What is the pereentage of MIWBE participation on this jaint ventare that you wish to be counted toward meeting the project goal? 4. Attaeh a copy of th� joint �enture agreement. �. List eomponents of ownership af j oi�t venture: (IJo not complete if t�ris information ds descri6ed in jaint venture agreement) Prafit and loss sharing: Capital contributions, inc[uding equip ment: Other applicable ownership interests: 6. Identify by name, ra.ce, sex and firm thnse indi�iduals (with titles) who are responsible for the day-ta-day management and decision rnaking af the jaint �en#ure: Financial decisions (so inalude Aceount Payable and Receivable): Management decisions: a. Estimating ------- -------------------------. _ b. Marketing and Sales c. Hiring and Firing of management personnel ----------- ------------------------- d. Purchasing of major equipment andlor supplies Supervision of field oparations The City's Office of Business Diversity will review your jain# �enture submission and will have final approval of the MBE. percentage ap�lied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the partici�ants, khe individually defined scopes of work or the dollar amountslperceniages change from the originally approved infarmation, then the participants must inform the City's Office of Busin�ss Di�ersity immediately for appro�al. A�ny unjustified change or deletion shall be a mat�ria! breach of coniract and may result in debarment in accord with the procedures outlined in the City's BdE Ordinance. Rev. 5l15119 Joint Venture P�e3of3 A�'FIDAVIT The undersignec� affirms that the foregoing statements are true and correct and inc3ude all material information necessary to identify and. explain the terms and operation o� the j oint venture, Furtherrnore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payrrients herein. The City also reserves the right to request any additional informatian deemed necessary to determine if the joint venture is eligible. �ailure to cooperate and/or grovide requested infor-rnation wittun the time speciiied is grounds fpr t�z�msnation of �Ehe eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Pailure to camply with ttus provision shall result in the termination of any contract, which may be awarded under the pro�isions of this joint venture's eligihility and may initiate action under Federal, State and/or Local lawslardinances cancerning false stateinents or willful tnisrepr�sentation of facts._____ --------- ----------------------------------------------------------- Name oC Mi1WBE firin l�rame of non-MlWBE firm Printed 1Vame nf Owner Printed Name of Owner 5ignaturc oF Owncr 5ignature nf Owner Printed Name of Ovmer Printed Name af Owner Signakure of Orvner Signature of Osuner Title Title Date Date Natarization State of On this County of day of , 20 , befare rr�e appeared and to me personally knovvn and who, being duly swarn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit a�ad did sa as th.eir free act and deed. Notary Public Print Name Notary Public Sigr�ature G`DYi1TI115SI017 E'X}7iTB5 Office af Business Diversity Email: mwbeoffice@fortworthtexas.gov Phoz�e: {817) 392-2674 (seal) Rev. 5115119 ¢v Z � W � T d�. Q Q � � � e � � � � � � � LJ.� � � 8 � � � � � � L6 � � � .,� ::.I V � � � .� � � � � � �:.¢ F+rt 43 W e � Q- C � N m � o W � Z � � ❑ C 6 :�7 - N `"' O q� � � �� � a} � � ❑ ❑ � Z7 N � e � � � � � � y � � � � � � g O E � � �j '��' o y E � � � a � 6 � ❑ � � � � � C Q � � fA � � � O`" � � a� p � C w OI '� � � � c y W N ��-, � � m lfl � ❑ � � � U �6 ❑ ❑ ❑ O C7 � � � p '� � v c� � w u� � � �� m � O � c � � LLI �' � � � � C y � ❑.Q U] � � Q� � m C� :� W - 'y �e iu c � m � y m � � rn E �9 z � p ��' � � y v � � �,� a-°i �❑ � � � m � � `o c u� c � � � U � � � � U � � Z � � � LL � � ; H ❑ � N � � ❑ � � � � � �L � C � O E 'u� m � �� ¢ � p�p O :� � � � � � y U � � N � � � Z � W � � � � ❑ Q � � � � � � S � � � � � . c � � � � � � � � � � � ,� � c a �► �' �� B � a.e � c� �� � � � � � `vi o � � O � e � � f° � � � � � � � � Y hJ � +� � C� � ca � � ci � ci �u � � � � � E C a� �a � U N - m � � � � � C N .y O � � U% O LiJ •N � � � � � � c . � N U � y �a 0. :n q� Q . T � � � � O •� a U � N w„ � � a � .�'d? � b � � 'fA 7 c .'��_' U !ti. L '- C Q .� � � m ��� m a � .�-� � w N � °'�n a� 4 N � U � '¢ O=.Q N � � .� � � LL -p ❑ m � Y C .� .� U � (�6 � co � i] � N C O � o �i� �� X 3 m �° C c � O � Q � O a � a� � -'"= � � C h U � � O � C � .O VJ -Ci i � c �� � .: O � � in Y � � o rn 'o w `� N � � � N � �O � � o �� 7 C W y � � Q1 � C � � E m � ,c �-. 3 � C 3 � Y � O �ro � � OI � tp ,o Stl C G7 �' �'a L C �O '� � � o , C � � L 1A � � O C v o �. ro O � � Cq � �U � d N �°1 a ❑ n � o m O �� ? �. � � �� � � R m �t� c o 0 �� � .� � � � L�i Q1 � p � d�+C �U� m � .0 � � N N � N N � C .N 3 m C � C � � � � N .c � � q�7 U .0 C � C N 'C L � .. � `o � � � N o� 47 � N � .�" td H ao U - � ro U U��S N � � � � � �' � U � N� .-�+ � n � � m � c� � o ° � � C a � � o � c f15 � �U d � � Q +� 7 � Q � � o .� �U m 3 � � a � d @ � �, �N x � � �' � � � �; W V l� N � C � � � m � N X m H � U Cn � m O Z z� L N 9 � � � o N� �L � �- �U � c � �U � N � C C .� •� � � C �% N C N o E 3 � o ,� �� N �U �� ❑ � m � � � � i6 � n � ro 'v � c � � D oU C � E '� a O rN-� 0I N � a� c ` w 9 �a a' � � �� � �L � o .4-+ ,C m � p. O � � fp � � � � N � `� C ❑ �U N� U oz � U � '� a y d C t .o »� � U EU +� O � � � � Q�]. Y � � � W � � � w c c � O '� y � m O N _ 'y �- � N a � � (� •� � . N 61 � N � � -o m c y _ � d T tj � ��a� ��� m o � a o � +-' f0 � � ,� til � 3 V N � � � V1 �. � 0! v •� •v w � w m d d o`��� �'y�� C m � L � '1"� � rn � � C � � v � � � ��w'3 ' .5 � O � � � O. C � � q a a� u ,�.� � a u1 w ° u N � C•� ,C C � VI 7 ? � � � � ui G ���� c`�n o "- r' � c�°�+!+ o���y y d UJ D c6 `�= N � +, u� W � (Yj C m V � '� � � �m�o C � '� � � � O � R7 a � _ � � � 3 m y m L � � � � ���a, O g y � �wmu°7, C N T y d � (9 - �,c E� � � � -am�-•- ��'�� �� � � � ..; y O � � N N � � '� � c� � '� m ff � � � � C CO ~' N 7 W G � ���N 7 � 7 U m om oN Iq � NN m � � O C`O +-' D -� � O ��� ym a���� �� � � t � � lll 7 . � �D � � 7 m � � � � � �'coao s�+ y �- }' wa>>� a = `� e `ma�� o�`°� �+ i N (6 mo�o� �' N•mY fl. �a � � � � � � [0 Q} N O � w � N c � O N � � � Q (0 _ � N � o � � w �� fl. � W o w a� n.�, o � « o U � .-�-+ � �y � � cO o � @ � N� 'u� d a7 U� � � a�t a o- � � � o � C 6y N � � 07 l4 _ � N L U � � � .�N� i � � hi O y 7 � �(n �= � � � � ���o m m � $ � � N o 0 W °� � a7 � d o�� � � � d ,� o L C a a � � U � � aro�a � O Q] �' �� •`- N O C C � N i p � y � V L Lp w y � n��i ����U � � N � N OI � O m � -°'o �, ,a; W N � m �❑ rnw � � � � C � ro � � � ° o ' _� � � � � rn m a �`� �w W a� �m ao�mo❑ � � � � � N � '.ca .� N R � � Q.'�� C � U N C .� U ¢� ~ N LL1 � Va � Q � � � � � � � � .� � � ['""' � � � S�f � O � m �+ 111 -� � � � � Q � � U 7 �a� � N � y � � y C ,QT D � N 4. U O � � � � n� u' o � � � A i� � �"�� 7 � +�+a y Q U d.i ������ a�°� .� �"°, w ° a � � � � � � L c� .-� �, o���, v N N G L a �>ara m m � � � N l.. 'y y � r Q � o � .�' `7 � C � � � °'��n � � � _ E 7 U �'�- p N a � � � rn '�'owm rn`v s�o o E ����� ;�� �O � L1J � � m U �,a c� E � � � Q C N� a�+ y U � � m� °�.� Q3 y a'� .� � � � �' ��� � NW ��`[ll � N 0- � tA �Ea�W� ��N��c� *3��� � � °� � � o U C � � � N � � C � � � � � T � � .N y � � � �`� `� c � a�� .�_��� W lJ,�j .� '� c� � � �� N u7 O � C � O N �� � � d E 'mvm E ��' � -�€� ���,�W U � �5 VyJ �.,�„ 3p[l�.l C o=°�,�,� ��'�am �'�.., 0 � � (� m y �i � � � � � m m N � V � � � � � C � a i.. NfV.- �� � � �� � o 7�� •� s R n � O O� � � o �` {/} � U 4 � � iq a � �, �� t � �� � � �� � � � �w U � � � � � � 3 � C � � 47� � � � �� cs +J] � � C �' � � � os � m � 3 E .�. � � '� �� � � � � ,� .—�, m � �� � � � �� �` t' � .� �1 � � �6 �' a m 3 `a � � � �a � � Q U �, E `o �y � � cU � � r.� � �� � � � 'C � � ��� �� ��� � i�3 a5 � �� C � b; G9 � WF � �:: �� � �1 � � I�5 ..- O � � o r � L u VJ � � � � � _� �4 rtfl � � � � � 0 � � � � � 0 � � � � � � � � 3 � � w '� fe O � � � � 8 � � .� � � .� � O � � C � a� � � � � � � 0 4 � � � v � � � � .� s�r � � � � b N '� C � � � U C � C i � C �- z° i ❑ ❑ U1 � = U C � � � N z � z° z �¢ � � N y U � '� � Q � N U � U !�C � � ¢ � ci ❑ ❑ ❑ ❑ cAi c m Q � V o �, � u � � � � �� � ca m � U � U m � � Q � � r � ❑ c f�6 U C � �� � a i �a`r (tl O y ltl � z� z z z¢ � � � � 67 � @ _ � U LL � ❑ a N C � � U � � � � Q Q U ❑ ❑❑❑ m U m U � � � U � � � U p �nnn �$ C � � � �L ❑ � C �o C �G3 � � � � � . � � ❑ ❑❑❑ � U m ❑ U m � U I-� � � � � a z � p Z � O �❑❑❑❑ d � , � H d � i en z � �-- . W�J � � �7 � � � a��s � d � Q �n vJ rIi W � W v V Lio A •41 '� � N TJ � L�l B �' W 0 � C� a � U � � U � p o a p c� ¢ v � Q v � � � � H a a � �, �'' z .� � � � �� O tn w �� � � �0. �� �y �� a� a� � � �� a� � � o � � � � H � � � � � � � � � N 8° � � y �' �M a+ fA � r� tA y w W 'V � � pl w '��' � S3 � y � � � � ti � • � � e � •� a��a � � �H) '� � � C �vi 'L7 0 � � �uJ 'O p .� � � '� � � O �I '� � � O a '� � E O � � � � � � � � � V � � � � V o � N � `O � O � 0 �� � � W � � tY � O M �� Ua � ¢ � � � � �i � � � � � � � ,� � � 6 as .� � a � � � � b B � L � 0 � � � � Gf B � G1 C w .� �1 Itl � N S � � O H � .� D � � � � m B � � � .� � a a � �^ � � � �+ � U C � [] �q � U � U C .� � C .� � .V � C � � .0 � p] � 7.� m a �� C� a � d � Q �•d a � �m � o N ic E o � m E o � io E �' z= za z i z¢ z z z¢ z = za � ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ w N N N m � � � � �(p E m � � � LL C] � U � U � U y � ' � "� � '� G ❑a � ❑ ¢ � ❑ ¢ � ❑ ¢ � Gl � .y C 'y C � C .� � � � � � � � m � v � m � � U � � � Q Q U � Q Q U � Q Q U � a � U � ��� � ��� � ��� � ��� W V} VJ fn v U L} U f� [fl m m m � � � � � � � � U � U � U � n �o m� U H �� U I— m� U H , m g U� y ti � O L � c� O � � � �' � � O� �' Gf � �- ❑ � m �y � ❑ L Oi }y I^ p � y� � � Q L � �« U � LL U 4= L L U )G U x m 'C � Z� O � d Z� O '� ❑ Z� O '� ❑ Z H� � � ❑❑❑ V ❑❑❑ v ❑❑❑ v ❑ ❑❑❑ ` L __ _' � � � � � � 1'+ •V d tll �zl �� � L � ,� � y fq Vl Ul NI U� a/ G1 N m G! !SJ � O4. 'Ca. Q C � � N � � N � � W u c°'i c°'i e°ti �� rn o � � a � ih a � v� o � �� � � w � � w c� � w � a �� � u� 0 � vs O � v� O � � O !� a � W � q C! � a ta � �y C� � f" � Q Q � � Q � Q �. a � � u� h �q H � re� H � �R � � � � N �4 � � � � W e' � � B N � � a� � a" �� � o � o � o � o o v, � � � r� a �� � m` � v Z d � � u! � N � III � N � Ip � � IA UJ ru Vi � � N) � �� CU � 47 o pJ � 41 0 � � � .� ��,, � � � ,o � C L � .� � 6 � � ,�, ,w UI � O � � ��A '� 4 � � i►t � O � � �rp 'a O � � � '� �E o � �a s� o � � �E a � �s r� o � �{ �, � c� m d A� c� � e��� t> ao Q a ua ta [V � O � N N O � o� 4 � � � �. a� �° V W d � Ua � Q � lo � � � � � fi�} � � .� � � � � � F� W M+� � � � � � � � � a � ��n � V/ � � _ 1 V V I� 0 U � � � b U � � � "-�'' U � .ca � U N Q � � � � m � �+ �I O t�J V iji � � � J � � U !E! � a� � � � � � � •� � �r .� �' IL�I t� � � � � �� � � � � y •� � � � � C m O � � � � 0 0 0 � C � � � a a ¢ � � N � �4 � 0 0 0 � ❑ ❑ ❑ N c� s� � �--' f'-' H � � Q � ° ° c�a Q U � _ .� � � .� Q � X � � � A � j 'C � r-��+ � � = l3J � � � �c��� � � � o ��}' c .���w a� � v�i o .� c — m � � � c W N � � 0 � O � � � ���� � �O � .� L � m a��� �� � a� ,� . � � � � i,., •—, � C � � � .� �� � � � •� � � '� -vQ o�' y � � '`" � � �,�'� ���m � L' -� '� � � a� o � o � c'��� � � � U 7 N � U � ��o� � Ca ° p � c�a t!1 � ��.3 0 � �� � � � � � o � g, U N � � U � C � � "� O � C i. -p �r" C � � � a c � � � ;++ O ^� � � '� [d � �� ��� y.-� (� � � � � y" C +�+ � 0 � � � .3 � � v � L L � � O � A �, tl) � ro N •� ����o. 0���� � +�+ � � U r� � i � � �.� � � D 4 � .�. U L r� � � � 0 C ,5[ � � � 0 3 � � � �+_ � @ 7� � � � •C � �y a-' � U � C � � � � � � L � ��.u�+.°� c�.�oZ�-� c��wrao � c � � o. � c���N`m °? m c � � q) � p � N Q�•N v�� � ca.�n-0 o a � 3 � +� � c � �� L y-+ � L �-a���Q� c� � � ��a� o °� � �v � o..E_�c�L� � � � a� Q �' � o � o� a�~a`�i��c L �j v � �, � O � f� C} a "r � ~r � �~ C N L� � o g' � ai ��a�-��� � W O � � C �j N N Q � O ��.EN�w "� c � o � O'Nd N�:�. a � � a � Q °mH �'�� N p � r •� ���a�� {� C �- U � � {� � � N (6 i s U U C� O � � � � v � � � � � � f0 O 0�, N G fla O L � � U � ��a�mN� � O � � L _ � � � Q.. � @ 'C � ii � a UJ 4= L� � V1 � � � LC � � C�7 � � � � � � � � N � � �O � U � ��� N � � �, L!J �C � O ~ O N C O Q O � � � =o���v��i N � � � m � Q ��� �..�'�. � � .���°�E f� � �+ •� C � N � � � � ,� p� E .0 � � � U d � �+�X'� N C m � � O. Q.Y �� a a� � � � � � � � � a} � E b 'r� � � � � � � Q pl IB � •� � ^6 0 �w `�,' � I�e � 1� I�I�E � � w � � O � � E? � � � � � N N � y � ,� a � � N � � O � A � ;� � � V � V N Y Q 0 N N O � N r � O p � d u$ W� Q N .? � � .� a' W � s � m � � � C � 0 N �� U Q C � � o y � >O� ow� � �� N Z d � � � � ti �." v r f° m 0D 0 W d �Co6.07 �age Rates Water & Sanitary Sewcr Replaccment Cantract 2018 (WSM-M) City Project �To. 10i688 2013 PRElIAILIR�G WAG� RA7f5 (Commercial Gonstruction Projects} CLRSSIFICATIOhf DESCRIPTIOfV AC Mechanic AC Mechanic Helper Acousfical Ceiling Installer Acoustical Ceiling Installer Helper Briciclayer/Stone Mason Bricklayer/5tone Mason Trainee Bricklayer/5tone Mason Helper Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cutter/Sawer Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper �rywall Mechanic Drywall Helper Drywall Taper Drqwall Taper Helper Electrician (Journeymanj Electrician Apprentice (Helper) Electronic�echnician Floor Layer Ffonr Layer Helper Glazier Glazier Helper Insulator Insula#or HelPer L.aborer Common Laborer Skilled Lather Metal BuildingAssembler Metal Building Assemfoler Heiper Metal Installer (Mlscellaneausj MeYal Installer Heiper (Miscellaneaus} Metal Stud Framer MetalStud Framer Helper Painter Painter Helper Pi pefitter Pipefitter Helper Plasterer Plasterer hielper Plumber Plum6erHelper Reinforci ng 5teel 5etter Wage Rate S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.Z4 13.67 16.83 12.70 19.45 1331 10.91 17.75 14.32 17.oD 11.00 15.77 11.OQ 15.27 11.00 15.3b 12.54 15.00 11.50 �.9.53 15.64 20.00 18.00 10.Q0 21,03 1�.8� �.6.59 �.i.za. ].0.89 14.15 12.99 15.00 12.00 13.00 11A0 16.12 12.54 16.44 9.9$ z1.zz 15.39 16.17 12.85 2 7..98 15.85 i2.87 Page 1 af 2 Reinforcing 5teel 5etter Helper Roofer Roofer Helper Sheet Metal Worlcer 5heet Metal Worker Helper 5prinkler 5ystem Installer 5prinicEer 5ystem Installer Hefper 5teel WorkerStructural 5teel Worker5tructural Helper Water-praofer Equipment Operators Concrete Pump Crane, Clamshell, Backhoe, berrick, Dragline, ShaveE Forklift Foundatian Drill Opera#ar Front End Loader Truck Driver Welder Welder Helper $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ � 21.08 1.fi.9Q 11.15 15.35 13.11. 19.17 14.15 17.Ob 13.74 I5.Q0 18.50 14.31 16.45 22.50 16.97 16.77 19.95 13.00 The prevailing wage rates shown for CommerciaE construction projects were based on a salary survey conducted and published 6y the North Texas Construction Industry (Fall 2012} Independently �ompiled by the Lane Garman Trubitt, PLLC Canstruction Graup. 7he descriptions for the classi#ieations listed are prnvided on the TEXO's (The ConstructionAssociationf website. www.texoassociation.orgJChapter/wagerates.asp Page 2 of 2 GR�O1 60 00 Product Requirements Water &c Sanitary Sewer Replacement Gontract 2D18 (WSM-M) City Pmjent CVo. ] 01688 � � ����� � �1�� �� ���� ����� �ATEI�t D]EP���'1�1[El��' S7C�11\1I�A1� P�OD�TC'�' �LIST Updated: October �1, �020 The Fort Worth Water Department's 5tandard Products List has been develop�d to minimize the submittal review of products which meet the Fort Worth Water D�partment's Standard Specification� during utility construction projects. When Technical Specificafions fo�r specific products, are included as part of the Construction Contra�t Documents, the requirements of the Technical Spe�ification will averride the Fort Worth Water Department's Standard Specificaiions and the Fort Worth Water Department's Standard Product� List and approval of the specific products will be based on the requirements of the T�chnical5pecification whether or not th� specific product meets the Fart Worth Water Department's Standard Specifications or is on the Fort Worth Water De�artment's Standard Products List. '�'able of Con�ent (Ctick on items to go directly to the page) Items Page A. Water & �ewer I. Man�oles & Bases/Companents ........................................................... 1 2. Manholes & Bases/�iberglass ............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round ....................................... 4 5, Manholes & Bases/Frarnes & Covers/Water Tight & Pressure Tight .. 5 6. l�Ianholes & BaseslPrecast Concrete .................................................... 6 7. Manholes & BaseslRehab Systems/Cementitious ................................ 7 S. Man�oles & Sases/Rehab Systems/NonCemenkitious ......................... 8 9. Manhole Insert (Field Operatians Use Only} ........................................ 9 1D. Pipe Casing Spacer ...........................................�---................................ 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Cambination Aix Valves ....................................................................... 15 16. Pip�s/Concrete ...�� ................................................................................. 16 17. Pipe Enlargement Systesn (Methad) ..................................................... 17 18. Pipes/Fiherglass Reinforced Pipe ............................•-........................... 18 19. PipesIHDPE .......................................................................................... 19 20. PipesIPVC (Pressure Sewez} ................................................................. 20 21. PipesIPVC* ........................................................................................... 21 22. �ipes/RehabICTPP ................................................................................. 22 23. Yipes/Rehab/�old & Farm .................................................................... 23 24. Pipes/Op�n Profile Large Diameter ...................................................... 2� C. Vf�ater 25. Appurtenances ......................................................... 26. Bolts, Nuts, and Gaskets ......................................... 27. Combination Air Release Valve ............................. ....... ................... 25 ............................ 26 ............................ 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters .............................................•----•----............................................ 29 30. PipasIPVC (Pressure Watar) ................................................................. 30 31. Pipes/Valves & FittingslDuctile Iran Fittings _.. .................................... 31 32. Pipes/Valves & FittingslResilient Seated Gate �alve .......................... 32 33. Pipes/Valves & FittingslRubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasemen� ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher .......................................................:......................... 36 * Fram OdglnalStandard Products Llst Click to Return to t�e Ta61e of Content CITY OF FORT WOR'I'H FQRT WORTH� WAT�RDEPARTMENT 5TANDARD FRODUC"1' LIST Updated: 10I2112020 * From orig�nai sianda�d prod��rs us� CI Ick ta Return to the Tahle of Content CITY OF FORT WORTFI FoR�' �DRTH� WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 10l21I2020 ' from �riginal5landard Rraducls Lls[ Click to Retum ta ehe Tahle of Cantenf CITY OF FORT WORTH FORT �ORTH� WAT`�R DEi'ARTMEI�T STANDARD PRODi1CT LIST Updated: t412112n2D • Krom anginai standard rradun: uu Click to Return to the 7ahle of Content CITY QF FQRT WORTH FORT �VQRTH�� VV�A.TER DEP�RTMENT STANDARD PRODUCT LIST Updated: 10I21l2020 ' From Original Standnrd ProGuctsList Cllck to Retum to the Table nf Content �7�, C1TY OF FORT WOATH �ORT F'YURTH,� WATER llEPARTME�TT STANDARD PRODUCT I.IST Updated: 10l21l202U ' Rom Original5landard Products List Cllck to Retum to the Table nf�Content �+ ��xx�, CIT�C OF FORT WORTI3 i'OR� H�, WATER DEPAR'I'MENT STANDARD P120DUCT LI$T Updated: 1QI21�2020 `Fram Original5tarsdard Producis Llst Click to Return to the 7able af Content CI'I`"Y OF FORT WORTH FORT �QRTHd WATER DE�:4RTMENT � STANDARD PRpDUCT LIST Updated: 1012112p20 �rom ori8inal star,dard vrodun5 ��sc Cllck ta Return ta the 7able of Content CITY OF FORT WQRTH FORT �QRTHw WATER DEPARTMENT STANDARD PRODUCI' LIST Updated: 10121/202fl ' From �dginal5landard Praducts Lls[ Clisk to Return ta ihe Tahle nf Content CITY OF FORT WORTH FQRT �ORTH� WATER D�PARTMENT J STANDARD PRODUCT l.IST Updated: iDl2112D20 • From oriqrnsi s�ana�rd P�ndu« ��zc Click to Return ta the Tah1e ot Cantent CITY OR FOR'I' WORTH FQRT �IOftTH� WATER DEPr�RT`ME1YT Y STANDARI} PRODUCT L,I$T Updated: i0f2112020 • From nr�gina�ste�da�d rroa�� uz� Cllck to Aeturn ta the Ta6ie of Content C1TY pR FORT WQRTH FORT V�ORTH� WATER DEPARTMEIY'�' 5'CANDARD PRODUCT LIST Updated: 10121I2020 •�r�m or�gi�a� stendard rroduccs us� CUck to Return tu the Tahfe of Cantent CTTY OF FORT WORTH FORT V�VORTH� WATER DEPA[2TMENT STANDARD PROflUCT LI5'� Updated: 10I21l2020 ' From Orglnal5tartdard Productc List Click to Netum ta the iahle of Caotent ciTY o� �oRm wox�rx FORT �QRT � WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 10121I202U � Fr�m or�g��a� ssandard rroducu uso Cllek ta Return to the Ta6le of Cvntent C1T1' OF FORT WORTH F�RT �ORTH� WATER DEPARTMENT STANDARD PRO[l[1CT LIST ilpdated:1DI2112�20 • Fmm Odginal StandaM Products List Cllck to Return to the Table of Content CITY OT FORT WORTH FORT �ORTH� WAT�R D�PAIiTMENT $TANDARD PRODUCT LI3T Updateii: 1dl2712U2D � From nr;ginai ssandard aroducts �isc Click to Return ta the Table of Content CITY OF FORT WORTH FORT �4RTH� WATER DEPARTM�NT' SiAND:4RD PRODUCT LIS7` Updated: 1012112d20 *�rom orig�naisr �aa�a p.oa�� usc Click to Return tc the Table ai Cantent CITY OF FORT WORTH FORT �ORTH� WATER DEPARTMEN7' STANDARD PRODUCT LIST Updated: i0121I202d ' From original5lantlard Prudu[ts Lfsi Click to Return to the Ta6le o# Content CITY OF FORT WORTH FORT �1QRTH� WA'I'Elt 17EPARTMENT STANDARD PRO�UCT LIST Updated: 10l21/202� `F[om�Qriginal5tandard Pmducfs List Clfck to Return ta the Table of Content CITI' OF FORT WORTH FORT �IQRTHb WATER DEPARTMENT STANDARD PRODUCT LIST Updated: iDl2112020 • K�om n,;ginai scan�a�a a�oducu �is� Ckick to Return to the Table of Content CITY �F FORT WORTH FORT �ORTH� WATER D�PARTM�IVT STANDAAD PRODUCT LIST Updated: 10I2112020 • Fram Orlglnai5tandard P�oducts List Click to Beturn ta the Ta61e of Content CITY OF �'012T WOR1'�I FURT �ORTH� WATER DEPARTMENT STANDARA PRODUCT I,IST Updated: 10I2112020 • Fram ortginai sca�dard P�adutts usc Cllck ta Return m tMe Table oi Cantent CITY OF I'ORT WORTH FORT �ORTH� WATER DEPAR'I'1VM�NT STANDARD PRODUCT LIST Updated; 101F9I2020 ' Fram �riginalSWndard Pmducts LJst Clfck to Retum to the Ta61e oi Content CITY OF FOR'T WORT'H F4RT �►�TQRTH� WATER D�PARTMENT STANDARD FROAUCT L.�ST Updated: 1Q121I202U • From or�q�nniscandard rrnd��s �Ss< Cllck to Fetum to the Table of Content CITY OF FORT WORTH FORT'�QR'1'H� WATER DEPARTM�NT J STANDARI} PRO�[ICT LIST Updated: '4012112020 ' From Original Standard Producls-List Cllck to Return ta the Ta61e of Content CITY OF FORT Vt'ORTH FaRT �'o�.TH� WATER D�PARTMEIVT STANDARD PRODUCT LIST Updated: 10I2112620 ' From Original Standerd Producfz List Click to Retllm to the Taltle af Content CITY OR FORT WORTH FORT �ORTH� WATER DEPARTM�NT ST.�#NDARD PR�DUCT �,IS`1' Updated: 10/21/2020 • From Orlginal5fandard Praducts Llst Click ta Return to the Ta61e oi Content Cl'�'Y �F FORT WORTH FORT �ORTH� WATER DEPARTMENT - SiANDARD PRQDUCT Ll$T Updated: 10/21/2020 • From o�€gi�ai sw�da�e vroa��n ��t GlEsk to Return tn the Table of Content CITY OF FORT WORTH FORT �ORTH�, WATEC2 DEPARTM�I�IT � STANBARD PRODUCT LIST llpdated: 1 D12112020 ' From Original5tanda�d Produds List Click to Return to the 7abEe oi Cnntent CITY OF FOR7' WORTH F�RT �ORTH� WATER DEPARTMENT - STANDARD PRDDUCi' LIST Updated: 1D1211202U Fo� 0� x� CITY OF �'ORT WORTH V4'ATER DEPARTMENT STANDARA PIiODUCT L[ST Updated: 1 012 9 12 02 0 Note:Allwaterorsewer i elar erthanlSinchdiametershallbea rovedfuruseh CheWaterDe artmentnna rojects ecificbasis.S ecialbeddin ma ber.e a"vedForsome i es. � ASYWA C406, AW54AC605, 01118lIS 73-II-12 PVCProssureP Vin ItechPVCPi e AST�I�i784 q"-Id" 3119�2018 3g II 12 PVCPresniml'f c Pi clffciclStrzam ARI4 AH'WAC900 4"-Id" 3/14i2018 33 � I l 12 PYC Pressure P� P� elih Ja� Stcemn oRlB AW WA C900 � 6"-�" 5/251z038 37 li ]2 PVCPressarol'i c ➢iamondPlaRticsCu orMion PIt 14 AWWAC9p9 4"-12" SfLS�ZUlB 37 � 1 12 pVC Pressuie Pi e Remond Plu�cs C dan I'ten9 21, OR �4, L]R 1$ AWWq C9p� I b"-7A" AW WA C900-15 121fiY7019 33 I 1 12 PVC 8rcssurc i'ipa S•M MaaiYecturing Co„ Inc Jflffe IM t.agle "➢lu �mtc" ANSUNSC 61 4�� FM IGl2 A1Y4VA C90U�IG k21fil2018 331I12 PVCPeesw�roYipe 1-MManil�ctunngCo�.IncdPoleJM�Eagle ^Dlue0rut2' AN9SR�'3Gfi1 16��� FM 1612 9lN2019 31 I l 12 PVC Pressure Pipe Underground Snlwians Inc. f3R14 Fusibla PPC AW WA C900 4" - 8" 9lN2b19 ]lll 12 PVCPnttasurcPipe NAPCO llRIA AWWAC9d0 16"-2A" 91612019 331112 PVC3'rcssuroP3pc NAPCO �RIA AWWAC4U0 4"-17." 9f6R019 33 I t 12 AVC PrrasurtPipc Sandcrson Pipc Corp, T]R 14 AVlNA C9f1D 4"- 14" From Ori@ina15[andacd Praductr LJsI Cllctt to Return ko the Ta61e af Cpqtent ' Fmm Orig3nal5tanda�d Products List [lick to Retum to the Table of Content `7�� CTTY OF �'OR'C WORTH FORT V�'QRTH� WATERDEPARTMENT STANI}ARD PItOIJUCT LIST lipdated: 10/21/2020 Fmm orrginai s�andem rmeucts un Cllck ta Return to the Tab�e af Cantent CITY OF FDR1' WORTH FQRT vVQRTHr WATER DEPARTMEN[' STANDARD PRODUCT LIST Updated: 10I211202� `Fmm Original5[andard Pmducis i.ist Click to Return to the Ta6le af Cantent CITY OF FORT WORTIi FORT �IORTHn� WATER DEFARTN[ENT STANDAtZB PRODUCT LIST Updated: 10/21/2020 • From or,gina�sca�da�d vmdu�ts r.�st Cllck to Return to the 7able of Content CITY OF F�RT WOATH FQRT WORTH� WA'I'�it llEPAEtTME[YT STANBARD PRODUCT I.IST Updated: 10f21/2020 ' Fmm ariglnal Standard Yroducts List Click to Return to the Tahle af Cantent CITY OF FORT WORTH FORT V�QRTH� WATER DEPARTMEIVT STANDARD PRODUCT LTST Lfpdated: 10/2112020 • From oag3�ai sra�da�d p.ad��rs ��sc Click to Returrt to the Ta61e of Cantent CITY DF FORT WORTH FoRT �oRTH� WATEl2 DEPARTM�I�TT STANBARD PRODYJCT LLST Updated: 1D121l2D2p