Loading...
HomeMy WebLinkAboutContract 58528 FORT WORTH - CONTRACT FOR THE CONSTRUCTION OF Sanitary Sewer Rehabilitation, Contract 98—Part 1 City Project No.CO2719 Mattie Parker David Cooke Mayor City Manager Chris Harder,P.E. Director, Water Department William M Johnson Director,Transportation and Public Works Department Prepared for The City of Fort Worth 2022 Pape-Dawson Engineers OF^T .�1 *r ':* ®FEiCRAt RECORD .........................IM EEPE ..••.it �j r CITY SECRETARY CENSE��' � r F : ..... FT WORTH,TX AL r L q'I' = � gg_ �uf-z REGI� �2P_Ik�a?�vim�"�`, FORT WORTH,,,) City of Fort Worth Standard Construction Specification Documents Adopted September 2011 ADDENDUM No.2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 or SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Pre qualifications 08/13/2021 00 45 12 Pre qualification Statement 09/30/2021 0045 13 Pre qualification Application 08/13/2021 00 45 26 Contractor Compliance with Workers'Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 11/23/2021 0061 13 Perfonnance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01-General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Schedule 08/13/2021 01 3233 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Si na a 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 7719 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised June 10,2022 ADDENDUM No.2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 33-Utilities Modified 3331 15 1 High Density Polyethylene HDPE Pipe for Simitary Sewer 08/1812022 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: littn://fortworthtexas.i!ov/tnw/conh•actors/ or littps:Hnpps.foi-hvoi*tlitexas.gov/Pi-oiectResotirces/ Division 02-Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03/11/2022 0334 13 Controlled Low Strength Material CLSM 12/20/2012 0334 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26-Electrical 2643-00 03111/20 26454.0 systeffis , t 7 Mry.zvizvi2 26-0543 6W0.14044 26 A -58 !tom M�4-6 Division 31-Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 34-23-B Bertew a- �t� I k':R Ae t 14 s 01 rt�13 312500 Erosion and Sediment Control 04/29/2021 34-36-00 G—Ah—FOR 11 M�Y1�2 1'�9 g4pffip Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 321129 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 OW21 rm15 CITY OF FORT WORTH Sanitary Sewer RelrabditaHwt,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised June 10,2022 ADDENDUM No.2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 3212 16 As halt Paving 12/20/2012 32 1 2 M�snor v ii 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks Driveways and Barrier Free Rams 12/09/2021 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 1613 Concrete Curb and Gutters and Valley Gutters 06/10/2022 32 17 23 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 1 1/04120 1 3 3231 13 Chain Fences and Gates 1 2/20120 1 2 32 3! WiF0 FOROeS and-Gates 81201-2 32 31 29 Wood Fences and Gates 12/20/2012 3232 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non-Native Seeding 05/13/2021 3'�43 Division 33-Utilities 33 01 30 Sewer and Manhole Testis 9/07/2018 33 01 31 Closed Circuit Television CCTV Inspection—Sanitary Sewer 03/11/2022 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33-04-10 4294QM 3304 4 77M 3304 12 12� 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation,Embedment,and Backfill 04/02/2021 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame Cover and Grade Rings 12/09/2021 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to 03/11/2022 Grade 3305 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 20 Auger Boris 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pie 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts,Nuts,and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12/20/2012 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride PVC Pressure Pie 11/16/2018 33-" 42409M CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised June 10,2022 ADDENDUM No.2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page of 33 t ABui-ied 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 4WN/20Q 33 1220 Resilient Seated Gate Valve 05/06/2015 334-2-2-4- A*kMAk-Rubber- AA M Mry � 33 1225 Connection to Existing Water Mains 02/06/2013 3344-M 1 r1 M�sr�v z44-2 33 1240 Fire Hydrants 01/03/2014 3344-50 1 Z Mz 40/2 r -33-42-68 StandaM Blow eff Valve Assemb4y 06/19/2013 3331 12 Cured in Place Pipe C1PP 12/20/2012 33Fiber-glassforReisifemedGmvitySew12!7'1'z7zmivsc 3331 15 High Density Polyethylene HDPE Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride VC Gravity Sanitary Sewer Pie 06/19/2013 12 Mrr12012012 pipe 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33-34-70 3339 10 Cast-in-Place Concrete Manholes 12/20/2012 333920^](1'�1 Precast Concrete Manholes 12/20/2012 ' A *htstewater-Apeess4240904-2 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33-41-W 0?/Oi/201 1 33-4444 42,9&9012 33-4-"4 ,1/,z-. � A 02 *24- 2Zrnv;r'rSletted StemwPtams 07/(lv n 01 201 t 33)-46-W Rebel Dmiffs n7m�04-4 TJ,�T7"tA 1 Z N]�N O iz 33-49-2A Gufb mid DFep4alets 03/4 U2= 33 4�149 07/04AZO44 Division 34-Trans oilation 34-41--4 i A OVI 112022 34-44-41 4-.�� i*iia r� r-hple itA Gems-•mviiviZabifiet 4249/204 Z AA A�-r-Ti—i•vvz eei timen 0 Z AA A�-ri 4-.03 Attashment G Software Speementien 01 344444 7 1 MrrcZir�cvl3 AZZAAt jRemeyiiig0311�22 � tl 12120/2012 ZAA A—2Q4i "44&QVt-5 Z AA A�^rrivvo 06 t�, l M Z A A41 7,0-.07 06 -5/204-5 14-4440 Alumimim Signs 1 1/1 CITY OF FORT WORTH Sanitary Server Rebabilitaliwl,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised June 10,2022 ADDENDUM No.2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 34-41-59 029WO-1-6 3471 13 Traffic Control 03/22/2021 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Sanitary Seiner Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised June 10,2022 ADDENDUM No.2 11/28/22, 11:19 AM M&C-Council Agenda City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 8, 2022 REFERENCE NO.: **M&C 22-0888 LOG NAME: 60SSC98-WOODY&PAPED SUBJECT: (CD 2) Authorize Execution of Amendment No. 2 to an Engineering Agreement with Pape-Dawson Engineers, Inc., in the Amount of $56,040.00, for Sanitary Sewer Rehabilitation, Contract 98 Project, Authorize Execution of a Contract with Woody Contractors, Inc., in the Amount of $7,255,423.25, for the Sanitary Sewer Rehabilitation, Contract 98 Project, to Effect and Amend the Fiscal Years 2023- 2027 Capital Improvement Program, and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 2 in the amount of$56,040.00, to City Secretary Contract No. 54568, an engineering agreement with Pape-Dawson Engineers, Inc. for construction assistance services for Sanitary Sewer Rehabilitation, Contract 98 project for a revised contract amount of$396,242.00; 2. Authorize execution of a contract with Woody Contractors, Inc., in the amount of$7,255,423.25 for the Sanitary Sewer Rehabilitation, Contract 98 project; 3. Adopt the attached appropriation ordinance increasing appropriations in the Water and Sewer Capital Projects Fund in the amount of$7,100,689.00, transferred from available funds within the Water and Sewer Fund, for the purpose of funding the Sanitary Sewer Rehabilitation, Contract 98 project (City Project No. CO2719) to effect a portion of Water's contribution to the Fiscal Years 2023-2027 Capital Improvement Program; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing receipts and appropriations in the Sanitary Sewer Rehabilitation, Contract 98 project (City Project No. CO2719) in the amount of$1,089,479.00, and decreasing receipts and appropriations in the Contract Street Maintenance programmable project (City Project No. P00020) by the same amount; and 5. Amend TPW's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: On September 1, 2020, Mayor and Council Communication (M&C) 20-0637, the City Council authorized execution of an engineering agreement with Pape-Dawson Engineers, Inc., in the amount of$265,845.00 for the preparation of plans and specifications for design of the Sanitary Sewer, Contract 98 project (City Secretary Contract No. 54568). The agreement was subsequently revised by Amendment No. 1 in the amount of$74,357.00, administratively authorized January 22, 2022,,that provided for additional design services. Amendment No. 2 will provide assistance during construction to show drawing review, pre and post construction tape review, and review of laboratory results. This M&C is to authorize execution of a construction contract for the replacement of deteriorated water and sanitary sewer mains as indicated on the following streets and alleys: Street From To Scope of Work Prairie Avenue NW 20th Street NW 23rd Water/Sewer Street NW 22nd Street �Prairie Avenue Loving Water apps.cfwnet.org/ecounciI/printmc.asp?id=30441&print=true&DocType=Print 1/4 11/28/22, 11:19 AM M&C-Council Agenda Avenue 11 1 Grand Avenue FW 19" 423 feet northeast Water/Sewer Ross Avenue NW 24th Street NW 25th Water/Sewer Street N Commerce Street [NW 20th Street NE 21St Water/Sewer Street E 21 st Street N Grove Street 200 feet Water/Sewer west N Grove Street FNE 21st Street south feet Water _ so Easement between 450 feet Highland Avenue and NW 18th Street northwest Sewer Belmont Avenue NW 20th Street Ellis Avenue ]Dead End Sewer Alley between Homan 820 feet Avenue and Harrington 19th Street Southeast Sewer Avenue Alley between Harrington 80 feet 220 feet Avenue and Lagonda southeast of southwest Sewer Avenue Park Street Alley between Chestnut rd NW 24th Avenue and Pearl Avenue NW 23 Street Street Sewer Alley between Lee Avenue NW 23 rd NW 24th Sewer and Ross Avenue Street Street Alley between Lee Avenue th 365 feet and Ross Avenue NW 25 Street south Sewer Alley between Clinton Avenue and N Houston NW 23rd Street nor h feet north Sewer Street Alley between North E Exchange 440 feet Houston Street and Ellis Street south Sewer Avenue Alley between N Commerce 400 feet Street and N Calhoun NE 22"d Street south Sewer Street Alley South of NW 20th NE 20th Street 50 feet Sewer Street southwest Additionally, asphalt pavement rehabilitation will be conducted on all streets subsequent to the water and sanitary sewer main replacement. The Water Department's share of this contract is $6,297,539.00, and the Transportation & Public Works Department's share of the contract is $957,884.25. The project was advertised for bids on July 28, 2022, and August 4, 2022, in the Fort Worth Star- Telegram. On August 25, 2022, the following bids were received: Bidder Amount Time of Completion apps.cfwnet.org/ecouncil/printmc.asp?id=30441&print=true&DocType=Print 2/4 11/28/22, 11:19 AM M&C-Council Agenda (Woody Contractors, Inc. 1 $7,255,423.251550 Calendar Days Jackson Construction, Ltd $12,207,797.00 1 In addition to the contract amount, $569,330.00 (Water: $237,398.00; Sewer: $257,811.00; Paving: $74,121.00) is required for project management, material testing and inspection, and $309,374.00 (Water: $121,742.00; Sewer: $130,159.00; Paving: $57,473.00) is provided for project contingencies. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Approximately 4,200 linear feet of cast iron water pipe will be removed and replaced as part of this project. This project will have no impact on the Transportation & Public Works' or the Water Department's operating budgets when completed. The action in this M&C will amend TPW's contribution to the Fiscal Years 2023-2027 Capital Improvement Program as follows: Capital Budget Revised Project FY2023 CIP Fund Name Appropriations Authority FY2023 Name Adjustment Budget 30100- P00020- General Contract M&C 21- Capital Street $25,980,460.00 0827 $(1,089,479.00) $24,890,981.00 Projects Fund Maintenance ILIt is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2023-2027 Capital Improvement Program, as follows: 60SSC98-WOODY Capital Revised Project FY2023 CIP Budget Change Fund Name Appropriations Authority (Increase/Decrease) FY2023 Name Budget W&S CO2719- Capital SaniSewer Projects Rehab $0.00 This M&C $7,100,689.00 $7,100,689.00 Fund — Contract Fund 56002 98 30100-General 089,479.00 $1,089 479.00 $0.00 This M&C $1, , Funding is budgeted in the Contract Street Maintenance programmable project within the General Capital Projects Fund and in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the Sanitary Sewer Rehabilitation, Contract 98 project within the Water& Sewer Capital Projects Fund. Appropriations for the Sanitary Sewer Rehabilitation, Contract 98 project are as depicted below: Fund FAppropriatiion xisting Additional project Total* s Appropriations Water & Sewer $570,927.00 $71100,689.00 $7,671,616.00 Capital Projects apps.cfwnet.org/ecouncil/printmc.asp?id=30441&print=true&DocType=Print 3/4 11/28/22, 11:19 AM M&C-Council Agenda (Fund 56002 L I L General Capital Projects Fund $0.00 $1,089,479.00 $1,089,479.00 30100 Project Total IF $570,927.001 $8,190,168.00 $8,761,095.00 *Numbers rounded for presentation purposes. Business Equity: Woody Contractors, Inc., is in compliance with the City's Business Equity Ordinance by committing to 16 percent Business Equity participation on this project. The City's Business Equity goal on this project is 16 percent. The project is located in Council District 2. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Contract Street Maintenance programmable project within the General Capital Projects Fund and in the Water& Sewer Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund and the General Capital Projects Fund for the SaniSewer Rehab Contract 98 project to support the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Water and Transportation & Public Works Departments have the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccount Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Suzanne Abbe (8209) ATTACHMENTS 1. 60SSC98-WOODY FID Table WCF 09.20.22.xlsx (CFW Internal) 2. 60SSC98-WOODY&PAPED 1295 Form (Pape Dawson).p. f (CFW Internal) 3. 60SSC98-WOODY&PAPED 1295 Form (Woody.),pdf (CFW Internal) 4. 60SSC98-WOODY&PAPED COMPLIANCE MEMO (Woody.).p ff (CFW Internal) 5. 608SC98-WOODY&PAPED Map(Revised),pi f (Public) 6. 60SSC98-WOODY&PAPED SAM (Pape Dawson),pdf (CFW Internal) 7. 60SSC98-WOODY&PAPED SAM (Vlloody_),pdf (CFW Internal) 8. 60SSC98-WOODY&PAPED.docx (CFW Internal) 9. 60SSC98-WOODY&PAPED 30100 A023(r4).docx (Public) 10. 60SSC98-WOODY&PAPED_56002 A023(r3).docx (Public) 11. PBS CPN CO2719.pdf (CFW Internal) apps.cfwnet.org/ecouncil/printmc.asp?id=30441&print=true&DocType=Print 4/4 U w v N W C O O O +- O O U aUo o o p'p., 3waU0 3 O O O O 0 0 0 0 O c� p 0 0 0 0 O O O O O O O 0 o O o 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 0 0 N N 1, n m m m Ol m m m N Ln M M VI In 1, n r` I� M M O V1 I, n M V M 0 V 'CI' Ql r-1 V1 Q1 lO l0 O O V V V V lO l0 O V V lD .--1 Oi V) rl lO Ot 10 O Ol O O O O m m m m O O CO O m 0) O 1� m r-1 CD 00 Lo O M N N 00 00 00 00 00 00 N N �O W 00 00 N V .--1 V N 0 -4 N 00 V V d' lO we O O O O V V lD O O V Vf Vt O Vt• r-1 l0 Vt• M M M m m M M -i t M VT Vn VT V? V? VT L? VT V} V} VT to LT LT VT VT cn cn cn M cn cn K1 M O1 m m m m m m m m m m m m Ol N N N N N N N N 0) 01 m m Ol Ol Ol Q1 m m m m m Ol O O O O O O O O O1 m 01 m O1 01 01 O1 m m m m m 01 N N N N N N N N O1 O1 Ol Ol Ol Ol O1 O1 m m m m O O1 O O co O O O O O O V V LnO O M M p 00 00 00 cn 00 00 00 CO 00 00 00 1, n ¢¢ V I� n n n n n n n n n O O O O O O O O O O O O O 01 01 O1 O1 O O1 O 01 01 m O al M M M M M M M M m Ol '-1 '-1 r1 '-1 N -i N -4 rl '-1 N .--1 rl '-1 '-1 '-1 .--1 O n O n n n N N N N O N O N N N O N N N N N N N N N N N O O O O O O O O O O O O O O O O O O O O O O u u u u a V D. u u U a V V V V V V V V V V U .•i .•-1 O O � -4 O O � r-1 O O O O O O .--4 1-4O O O O O O O O O O O O O -1 -1 O Ln Ln O O O O -4 '-1 O O O O '-1 14 O -1 V1 O O V) to to O '-1 lO l0 O O lO lO lO w O O lO CD CD O O O O w O V) V) 14 14 V) V) 1n Ln '-I ci Ln -, M * V cn -4 ci V) r-1 0) m m 01 01 01 0) m m m 01 -i cn 1, n cn cn cn cn a-I V V V V Ln V Ln V V V V V) V1 V1 V1 V1 V1 Ln V V) O O O O -4 .--1 O O O O O O O O O O M cn M cn M M M M N fn N M M M M M M M M M M M M M -It -ItV V V V V V O V O V V V V V V V V V V V V V d O O O O O O O O 01 O m O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O F lD lD n n N N N N lO lO 1, n N N lO lO w w w w lO lO 1, n O O O O O O O O O O O O O O O O O O O O O O O O A � � W N N N N O O O O -4 N .--1 N O O N N N N N N N N N N A O O O O O O O O O O O O O O O O O O O O O O O O O O O O O -4 -4 r1 '-I O O O O -4 -4 O O O O O O O O O O LO LO LO l0 O O O O LO LO LO LO O O lO lO w w w 10 w w lO lO 3 Ln Ln Ln Lnn9 M cn M Ln Ln Ln LnM M LnV) V) V) V) 1n 1n 1n LnLnob a CJ v= N N N N M M M M V) b s.., t cC � O �-r- 0 v C13 N O b�A ell O O Lti v o U U F Cl y � W G U CL cn cn Fa- n O o O O 0 0 O O O O N O O O O r, o o w ill lD V m o m w 0 00 O V O w 00 ^ m N w .� Cl O r1 m m W V N I-1 r- 00 m a v O Vi r- rl to W O m Ln vA In N m ^ -VT N VT V? -1 Ol {n V'} {n (Y) Q'I Ql Cn Ol Ol IT Ol Ol Ol Ol Ol Ol O1 O1 O1 IT IT IT Ol Ol Ol ITT O1 O1 O1 O1 O1 O1 O1 O1 O1 Cn O1 O1 IT O1 IT Ol Ol Ol O O O O V a Lr, O O a a a M w 00 00 00 00 00 00 00 00 00 00 r\ n r, r, r, r, r, a a r, r, r, ei e-1 -1 -1 1-1 -1 -1 N N -1 -1 -1 U U U U U U U U U U U U N N N N N N N N N N N N O O O O O O O O O O O O U U U U U U U U U U U U 0 0 0 -1 O O .-1 0 0 0 0 0 O r1 .-1 O O m O -1 .-1 O m m m 0 0 .--1 Ln m In m m O O O O O O O 0 0 0 0 0 m r, rl m m m -1 r` rl m m m mIn m m m m m m In In In In O O O O O O O .-1 -1 -1 -1 -1 m m m m m m m m m m m m V a a a s a a a a a a 0 o 0 0 0 O O O O O O O O O O O O O O O O O O O n n r, LD r, r, r, N N N N N O O O O O O O O O O O O N N N N r, N N 0 0 0 0 O 0 0 O O O O O O O O O O 0 0 0 O O O O -1 -1 -1 -1 -1 LO w lD lD W ID W O O O O O vi n m m In In In m m m m m N N N N .--I m m m m ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT SANITARY SEWER REHABILITATION,CONTRACT 98 City Project No. CO2719 Addendum No. 1.Issue Date: August 8,2022 Bid Receipt Date: August 25,2022 This addendum forms pail of the contract documents referenced above and modifies the original Contract Documents.Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside).Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS • Specification 00 00 00—Table of Contents o The table of contents is hereby replaced with the table of contents attached to this document. • Specification 00 11 13—Invitation to Bidders o The invitation to bidders is hereby replaced with the invitation to bidders attached to this document. • Specification 00 41 00—Bid Form o The bid form is hereby replaced with the bid form attached to this document. • Specification 00 42 43—Proposal Form o The proposal form is hereby replaced with the proposal form attached to this document. • Specification 0045 12—Prequalification Statement o The prequalification statement is hereby replaced with the prequalification statement attached to this document. • Specification 00 73 00—,Supplementary Conditions o The supplementary conditions are hereby replaced with the supplementary conditions attached to this document. • Specification 33 3115—High Density Polyethylene(HDPE) Pipe for Sanitary Sewer o The HDPE Pipe for Sanitary Sewer section has been removed from the Contract Documents. ADDENDUM NO. I 1 � • Appendix GC-4.01—Avniinbility of Lauds o The documents in this appendix have been removed from the Contract Documents. CONSTRUCTION PLANS • SHEET 9—DELETE Sheet 9 and EIS PLACE with Sheet 9 as attached. • SHEET 13—DELETE Sheet 13 and REPLACE with Sheet 13 asattached. • SHCET 53—DE E E Sheet 53 and REPLACE with Sheet 53 asattached. ADDITIONAL NOTES • The Bid Proposal Wm-lcbooh has been uploaded to BIM 360 hn.xlsx format. All other provisions of the contract documents,plats and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non- responsive.A signed copy of this addendum sliall be placed into the Proposal at the time of bid submittal. Christopher Harder P.E. RECEIPT ACKNOWLEDGED: Director,Water Depart n 'I131 By: 4 L Tony Sholotn,P.E. Company:--44a 46 AssistantDlttctor Water Department ADDENDUM NO.1 ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT SANITARY SEWER REHABILITATION, CONTRACT 98 City Project No.CO2719 Addendum No.2.Issue Date: August 19,2022 Bid Receipt Date: August 25,2022 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents.Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside).Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS • Specification 00 00 00—Table of Contents o The table of contents is hereby replaced in its entirety with the table of contents attached to this document. • Specification 00 11 13—Invitation to Bidders o The invitation to bidders is hereby replaced in its entirety with the invitation to bidders attached to this document. • Specification 00 4100—Bid Form o The bid form is hereby replaced in its entirety with the bid form attached to this document. • Specification 00 42 43—Proposal Form o The proposal form is hereby replaced in its entirety with the proposal form attached to this document. • Specification 00 52 43—Agreement o The agreement is hereby replaced in its entirety with the agreement attached to this document. • Specification 33 31 15—HDPE Pipe for Sanitary Sewer o Section 33 31 15 is hereby replaced in its entirety with section 33 31 15 attached to this document. CONSTRUCTION PLANS • SHEET 26—DELETE Sheet 26 and REPLACE with Sheet 26 asattached. • SHEET 27—DELETE Sheet 27 and REPLACE with Sheet 27 as attached. ADDENDUM NO.2 • SHEET 29—DELETE Sheet 29 and REPLACE with Sheet 29 as attached. • SHEET 30--DELETE Sheet 30 and REPLACE with Sheet 30 asattached. • SHEET 31—DELETE Sheet 31 and REPLACE with Sheet 31 asattached. • SHEET 46—DELETE Sheet 46 and REPLACE with Sheet 46 asattached. • SHEET 49—DELETE Sheet 49 and REPLACE with Sheet 49 as attached. • SHEET 51—DELETE Sheet 51 and REPLACE with Sheet 51 asattached. • SHEET 62—DELETE Sheet 62 and REPLACE with Sheet 62 as attached. • SHEET 68—DELETE Sheet 68 and REPLACE with Sheet 68 asattached. • SHEET 72—DELETE Sheet 72 and REPLACE with Sheet 72 as attached. • SHEET 75—DELETE Sheet 75 and REPLACE with Sheet 75 as attached. QUESTIONS • Contractor Question: Please confirm 8"waterlines must be restrained. o Response:Bid project with restraints as shown on plans. • Contractor Question: Ductile iron has been difficult to get. Can an alternate bid Item be used? o Response: Alternate bid items have been provided as part of this addendum. See revised proposal form and sheets attached. • Contractor Question: Can the project time be extended? o Response:The project time has been extended from 365 days to 550 days as part of this addendum.See revised specifications attached. • Contractor Question: In place soil may not be suitable backfill for pipe installation.Could a bid item for select fill be added for imported backfill? o Response: Select fill backfill bid item has been added as part of this addendum.See revised proposal form attached. • Contractor Question:The waterline lowering quantities are being double counted.Please address. o Response: Waterline lowering quantities have been revised as part of this addendum. Waterline lowering bid item shall be used only for lowerings not shown on the plans.See revised proposal form attached. • Contractor Question: How should the contractor Install tree protection fences according to the detail along the streets and in narrow alleys? o Response:The contractor shall submit a plan for tree protection on each project to be approved by the City Forester.Contractor shall install tree protection as to not impede the installation of the sanitary sewer line. See revised sheet attached. • Contractor Question:Will there be cement treated base(CTB)underneath the curbs? o Response: CTB shall be subsidiary to the curb and gutter bid item(item 3216.0101).See revised sheet attached. ADDENDUM NO.2 i All other provisions of the contract documents,plans and specifications shalt remain unchanged. Failure to return a signed copy of(lie addendum with the Proposal shall be grounds for rencicring the bid non- responsive.A signed copy of this addendum shall be placed into the Proposal at the timo of bid submittal. Christopher Harder P.E. RECEIPTAC NOWLEDGED: Director ,Water Department By: �.J t�0 0 I. �, �S Tony sholota,P.B. Company: ✓� ° Assistant Director Water Department ADDENDUM NO.2 ADDENDUM NO.3 CITY OF FORT WORTH WATER DEPARTMENT SANITARY SEWER REHABILITATION, CONTRACT 98 City Project No. CO2719 i Addendum No.3.Issue Date: August 22,2022 Bid Receipt Date: August 25,2022 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents.Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside).Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS • Specification 00 42 43—Proposal Form o The proposal form is hereby replaced with the proposal form attached to this document. All other provisions of the contract documents,plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non- responsive.A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Christopher Harder P.E. RECEIPT ACKNOWLEDGED: f Director,Water Depart 1-1 t r' By. By: CJ A 0 Company: 4L4 r5, Tony Sholola,P.E. Assistant Director j Water Department s i I 1 I i t f ADDENDUM NO.3 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Sanitary Sewer Rehabilitation & Waterline Replacement Contract 98,City Project No. 02719("Project")will be received by the City of Fort Worth Purchasing Office until 1:30 P.M.CST,Thursday,August 25,2022,as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth,Texas 76102 Bids will be accepted by: US Mail, Courier,FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. In lieu of delivering completed Business Equity (M/WBE)forms for the project to the Purchasing Office,bidders shall e-mail the completed Business Equity forms to the City Project Manager no later than 2:00 PM on the third City Business day after the bid opening date,exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following: • 3,295 LF of 8"PVC Water Pipe • 416 LF of 12"PVC Water Pipe • 568 LF of 16"PVC Water Pipe • 915 LF of 8"DIP Sewer • 180 LF of 16"DIP Sewer • 4,460 LF of 8"PVC Sewer Pipe • 816 LF of 12"CIPP Sewer • 13,140 SY of 3" Surface Course Asphalt, Type"D"Pavement Overlay PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13—INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site.The Contract Documents may be downloaded, viewed,and printed by interested contractors and/or suppliers. Bid Document Package htt_,_ps://docs.b360.autodesk.com/shares/1 cb864af-OdbO-49c l-930d-Ofe37ec8c3 l6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CO2719 Updated 6/7/2022 ADDENDUM No.2 0011 13 INVITATION TO BIDDERS Page 2 of 3 Addenda Folder https://docs.b360.autodesk.com/shares/dcca75eb-59ed-4d92-bc4f-9041362b2fo4 Plan Holders Registration Form and Plan Holders List bttps:Hdocs.b360.autodesk.com/shareslb6ab3299-7012-4206-a]2a-8771 Obe3 5fl f EXPRESSION OF INTERSEST To ensure potential bidders are kept up to date of any new information pertinent to this project,all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at hgp:Hfortworthtexas.gov/,purchasing/ PREBID CONFERENCE—In-person A prebid conference will be held as discussed in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following date and time: DATE: August 9th, 2022 TIME: 10:00 AM PLACE: 311 W. 10 Street Fort Worth, Texas 76102 LOCATION: City of Fort Worth Water Department If a prebid conference is held,the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held,prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s)at the e-mail addresses listed below. Emailed questions will suffice as"questions in writing."If necessary,Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price,qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Suzanne Abbe,P.E.,City of Fort Worth Email: Suzanne.Abbe@fortworthtexas.gov Phone: 817-392-8209 AND/OR Attn: Randy Haney,P.E.,Pape-Dawson Engineers Email: RHaney@pape-dawson.com Phone: 214-420-8494 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CO2719 Updated 6/7/2022 ADDENDUM No.2 0011 13 INVITATION TO BIDDERS Page 3 of 3 ADVERTISEMENT DATES July 28, 2022 August 4, 2022 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CO2719 Updated 6/7/2022 ADDENDUM No.2 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person,firm,partnership,company, association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm,partnership,company, association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1.Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT.Firms seeking pre-qualification,must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://apps.fortworthtexas. og v/ProjectResources/ 3.1.1. Paving—Requirements document located at: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 bttps:Happs.fortworthtexas. og v/ProjectResources/ResourcesP/02%20-%2OConstru ction%20Documents/Contractor%2OPrequalification/TPW%2OPaving%2OContract or%2OPreq ualification%2OProgram/PREQUALIFI CATION%20REQUIREMENT S%20FOR%2OPA V ING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at: hMs:Happs.fortworthtexas. oov_/ProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2ORoadwa y%20and%2OPedestrian%2OLi hting%2OPrequalification%2OProlram/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer—Requirements document located at: https:Happs.fortworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification[Water%2Oand%2 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram/W SS%20pre qual%20requirements.pdf 3.2.Each Bidder,unless currently prequalified,must submit to City at least seven (7) calendar days prior to Bid opening,the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project,and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information,a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested,may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification,additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid, each Bidder: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including "technical data" referred to in Paragraph 4.2. below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. 4.1.4. Shall study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable "technical data"and(ii)reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents.No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations,tests,borings,and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access,upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations,tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion, and obtain all information required to make a proposal.Bidders shall rely exclusively and solely upon their own estimates, investigation,research,tests, explorations,and other data which are necessary for full and complete information upon which the proposal is to be based.It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations,examinations and tests herein required. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of I0 4.1.8. Shall promptly notify City of all conflicts,errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any,on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents,but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations,opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods,techniques, sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents,(iii)that Bidder has given City written notice of all conflicts,errors,ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder,and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos, Polychlorinated biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,202I 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities,construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- of-way,easements, and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way,easements, and/or permits,and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Suzanne Abbe,City of Fort Worth Water Department Email: Suzanne.Abbe@fortworthtexas.gov Phone: 817-392-8209 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via the City's electronic document management and collaboration system at https://docs.b360.autodesk.com/shares/dcca75eb-59ed-4d92-bc4f- 9041362b2fU4. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5)percent of Bidder's maximum Bid price,on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2.The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails 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 defaulted. 8. Contract Times The number of days within which, or the dates by which,Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City,application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors,Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended(replacing Ordinance No. 24534-11-2020),codified at: hLtps://codelibrga.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit price item listed therein. In the case of optional alternatives,the words "No Bid," "No Change," or "Not Applicable"may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required.All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque 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 the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids.A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening,will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn"and will 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 amounts of the base Bids and major alternates(if any)will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation 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 would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price,contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders,Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers,and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility,qualifications,and financial ability of Bidders,proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction 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,unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid.Upon the contract award, a Notice of Award will be issued by the City. 17.7.1.The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council.The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.1)df 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18.1. When City issues a Notice of Award to the Successful Bidder, it,will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds,Certificates of Insurance,and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2,2021 0035 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us} https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf ❑ CIQ Form does not apply 0 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Woody Contractors, Inc. By: Troy Woody 650 Tower Dr Signature: Kennedale, TX 76060 817-483-4787 Title: reside END OF SECTION CITY OF FORT WORTH Sanitary Sewer Rehabilitation, Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 24,2020 00 41 00 Bid Proposal Workbook_ADD3-WOODY 004100 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: Sanitary Sewer Rehabilitation,Contract 98 City Project No.: CO2719 Units/Sections: Water System Improvements Sanitary Sewer Improvements Pavement 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated In this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts ail of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, Including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder Is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid Is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and Is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to Influence the action of a public official In the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to Influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH Sanitary Sewer RehablUte0on Watedhe Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002719 Revised 9130/2021 00 4100 Old Proposal Workbook_ADD3-WOODY ' 00 41 00 BID FORM Page 2 or 3 d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation In the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission,Urban/Renewal,20-Inches and smaller b. Auger Boring,24-Inch diameter casing and smaller c. Sewer Collection System,Urban/Renewal, 16-inches and smaller d. Asphalt Paving Constructlon/Reconstructlon(15,000 square yards or greater) e. Sewer CIPP, 12-inches and smaller f. CCTV,24-Inches and smaller g. Sewer Bypass Pumping, 18-Inches and smaller h. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 650 days after the date when the the Contract Time commences to run as provided In Paragraph 2.03 of the General Conditions, 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones)within the times specified In the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 4100 r Jb. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph,/ 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43, J d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 4612 c g. Conflict of Interest Affidavit, Section 00 3613 u *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders of CITY OF FORT WORTH Sanitary SewerRehablfllel/on Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002719 Revised 0/30/2021 00 4100 Bkl Proposal Workbook ADD3-WOODY 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid #REF! 71 255, 423. Z5 7. Bid Submittal This Bid is submitted on August 25, 2022 by the entity named below. Respectfully submitte Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: Z'�7 J��(Sigplafure Addendum No. 2: Addendum No. 3: Troy Woody (Printed Name) Title: President Company: Woody Contractors, Inc. Corporate Seal: Address: 650 Tower Dr Kennedale, TX 76060 817-483-4787 State of Incorporation: Texas Email: twoody202O@aol.com Phone: 817-483-4787 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Rehabilitation Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02719 Revised 9/30/2021 00 41 00 Bid Proposal Workbook ADD3-WOODY muu INUMawrsAL rape l.ra SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Prejed Item Inrormalion Biddees Proposal Bid hem Description Spe6ficelion No. Unit of Meawre Did Qty Usk Price Oid Value No. Unit I-Water S stem Im rovemems IA• 3311.0561 16"PVC C905 DR-18 Water Pie Acceptable Backfill 3311 12 LF 459 $245.00 $112 455.00 IB• 3311.0551 16"DIP Water Accc tnble Backfill 33 11 10 LF 459 2A• 3311.0564 16"PVC C905 1311-18 Water Pipe,Acceptable Back rill, 3311 12 LF 109 Restrained Joints 263.00 $28 687 00 26• 3311.0554 16"DIP Water Acceptable Backfill,Restrained Joints 33 1110 LF 109 3 3305.2005 16"DIP Water Carrier Pie Restrained Joint 33 05 24.33 11 10 LF 63 $270.00 17 010.00 4A• 13311.0454 IT'DIP Water Acceptable Backfill.Restrained Joints 3311 10 LF 11 4B• 3311.0464 12"PVC DR-14 Wnler Pipe,Acceptable Backfill, 3311 12 LF 11 Restrained Joints $305.00 $3.355.00 5A• 3311.0455 12"DIP Water,CSS Backfill,CSS Embedment,Restrained 3311 10 LF 22 Joints 5B• 3311.0465 12"PVC DR-14 Water Pipe,CSS Backfill,CSS 3311 12 LF 22 Embedlnem Restrained Joints $482.LO $10,604.00 6 3311.0464 12"PVC DR44 Water Pipe,Acceptable Back rill. 3311 12 LF 245 Restrained Joints $305.00 $74 725.00 7 3311.0468 12"PVC DR-14 Water Pipe,CLSM Back rill.CLSM 3311 12 LF 69 Embedment Restrained Joints $545.00 $37,605.00 a 3311.0465 12"PVC DR-14 Water Pipe,CSS Backfill.CSS 3311 12 LF 33 Embedment Restrained Joints $482.00 $15,906.00 9 3311.0462 12"PVC DR-14 Water Pipe,CSS Backfill,CSS 3311 12 LF 48 Embedment $356.00 $17,088.00 10 3305.2004 12"PVC DR-14 Water Carrier Pipe,CSS Backfill,CSS 33 OS 24,33 11 12 LF 20 Embedment 514.00 110,280.00 I IA• 3311.0251 8"DIP Water Acceptable Backfill Restrained Joints 33 11 10 LF 25 118• 3311.0261 8"PVC DR-14 Water Pipe,Acceptable Backfrll, 3311 12 LF 25 Restrained Joints $124.00 $3,100.00 12 3311.0261 8"PVC DR-14 Water Pie Acceptable Backfill 33 11 12 LF 2,247 $116.00 $260,652.00 13 3311.0261 8"PVC DR-14 Water Pipe,Acceptable Backfrll, 3311 12 LF 985 Restrained Joints $124.00 $109.740.001 14 3311.0264 8"PVC DR-14 Water Pipe,CLSM Backfrll,CLSM 3311 12 LF 73 Embedlnenl Restrained Joints $340.00 24 820.00 IS 3311.0262 8"PVC DR-14 Water Pipe,CSS Backfill,CSS 3311 12 LF 88 Embedment Restrained Joints $268.00 323 584.00 16 3311.0161 6"PVC DR-14 Water Pipe,Acceptable Backfill 33 11 12 LF 85 $101.00 Se 585.00 17 3305.1105 30"Casing By Other Than Open Cut 33 05 22 LF 58 $1,005.00 $58,290.00 18 3305.1004 24"Casing By Open Cut 33 05 22 LF Is S320.00 $6.760.00 19 3305.0005 12"Waterline Lomrin Not Shown on Plans 33 05 12 EA 2 611 000.00 $22,00100 20 3305.0003 8"Waterline Lowerin Not Shown on Plans 33 OS 12 EA 5 9 500.00 $47,500.00 21 3305.0002 6"Waterline Lowering Not Shown on Plnns 33 05 12 EA 2 $8,000.00 $1 600.00 22 3305.0207 Imported Embedment/Backfill Select Fill 33 05 10 CY 1800 $35.00 E63 000.00 23 3312.3108 20"Cut-in Gale Valve%v/Vault 33 12 20 EA I $77,500.00 $77,50D.00 24 3312.3006 16"Gale Valve%v/Vault 33 12 20 EA 2 $34,00.001 $68.000.00 25 3312.3005 12"Gale Valve 33 1220 EA 4 84 600.00 $18,400.00 26 3312.3003 8"(late Valve 33 12 20 EA IS $2,600.00 $30,000.00 26 3312.3002 6"Gate Valve 33 12 20 EA 9 S2j00.00 $18,900.0D 27 0241.1510 Salvage Fire Hydrant 0241 14 EA 8 $300.00 $2,400.00 28 3312.0001 Fire Hydrant 33 12 40 EA 9 $5,500.00 $49,500.00 29 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TN 11 $12.000.00 3132 000.00 30 3312.2003 1"Water Service 33 12 10 EA 115 $2.500.00 1287.WO.00 31 3312.2001 1"Water Service Meter Reconnection 331210 EA 113 4660.00 $62,150X10 32 3312.2004 V Private Water Service Relocation 33 12 10 LF 380 S40.00 $15,200.00 33 3304.0101 Temporary Water Services ro ects Requiring 2"service 33 04 30 LS I $160,000.00 $160,000.00 34 9999.0000 Temporm Water Services 4"Service-Street 29 33 04 30 LS 1 441AG0.00 $41,600,00 35 0241.1353 Remove and salvage 20"Water Valve 02 41 14 EA 1 31,000.00 $1,000.00 "Contractor to provide Unit Price/Bid Value far-only one of the pipe mnterinl alternatives for Items 1,2,4,5,&I I DO NOT PROVIDE UNIT PRICE/BID VALUE FOR EACH ALTERNATIVE MY OF F1rxT%1*111 Y hrrrh�"INrhuAm,,t',xwutr d STAMMIUMrNarl WIRIN N'OMATIEW Ixrtlr MIX [b17/9 It i.,dw"4n ras41mridrwvwdWnANu1:-AmlwtxrDY W4)a RMYROhNAL Pw2da SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projeel 11Cm Inrorleation Btd A Proposal Did Item Description Specification No, Unit orMas ure Bid Qiy unit Price Bid Valle Na. 36 0241.1305 Remove and salvo c 12"Water Valvc 0241 14 EA 3 $100.00 $300.00 37 0241.1303 Remove rind salvo 8"Water Valve 0241 14 EA 6 $100.00 $600.00 38 0241.1302 Remove and salvage 6"Water Valvc 0241 14 EA 3 $100,00 $300.00 39 0241.1208 20"Water Abandonment Plug 0241 14 EA 2 MOM $800.00 40 0241.1207 18"Water Abandonment Plug 0241 14 FA 2 $400.00. $800.00 41 0241.1219 4"-12"Woter Abandonment Plug 0241 14 EA 10 $200.00 82 000.00 42 3312.0107 Connection to Existing 20"Water Main 33 1225 EA 1 $13.000.00 $13,000.00 43 9999.0001 Connection to Existing 18"Water Main 33 1225 EA 1 113,000.00 $13,000.00 44 3312.0117 Connection to Existing 4%12"Water Main 331225 EA 18 $7,800.00 $J40.400.00 45 024 1.1001 Water Line Groutinp 024114 CY 21 $680.00 $13,860,00 46 0241.1018 Remove 20"Water Line Separate Trcncli 0241 14 LF 38 SJ4.00 $532.00 47 0241.1012 Remove 6"Water Line Se arale Trench 02 41 14 LF 5 $14.00 $70.00 48 3305.0109 Trench Sarety 33 05 10 LF 4,489 $O.io $446.90 49 3305.0103 Exploratory Excavation of Existing Ulililies 33 05 30 EA 5 81 000.00 $5.00Q.0Q 50 3305.0110 Utility Markers 33 05 26 LS I $100.00 $100.00 51 3201.0201 Asphalt Pvnit Re it Beyond Defined Width Residential 3201 17 SY 400 8117.00 $46,80D.00 52 3201.0301 2"Exim Width Asphalt Pavinent Repair 3201 17 SY 51 S69.0D $3,519.00 53 3201.0111 4'Wide Asphalt Pvtnf Repair,Residential 3201 17 LF 21) 8107.00 $22.577.00 54 3201.0112 S'Wide Asphalt Pvtnl Repair,Residential 3201 17 LF 73 $115.00 $8,396.00 55 3201.0117 IV Wide Asphalt Pvint Repair,Residential 3201 17 LF 10 $177.OD $1,770.00 56 3201.0400 Tgripormy As llnit Paying Repair 3201 18 LF 5,668 $31.00 $175 708.00 57 3201.0614 Conc Pvint Repair,Residential 320129 SY 78 $230.00 $17,940.00 58 3214.0200 Brick Pvinl Repair 32 14 16 SY 99 $490.00 $48,510.00 59 3213.03014"Concrete Sidewalk 32 13 20 SF 54 87.00 $378.00 60 3213.04016"Concrete Drivewa 100%Water 32 13 20 SF 1,149 $13.70 15 741.30 61 3213.04016"Concrete Driveway 50150 32 13 20 SF 3,341 $13.70 $45 771.70 62 3216.01016"Cone Curb and Guiler 1000%Water 32 16 13 LF 501 $56.70 $28 406.70 63 3216.01016"Conc Curb and Guiler 50150 32 16 13 LF 1,634 $66.70 $92.647.00 64 9999.00021nsiall New 4"ADA Wheelchair Rnmp(w/detectable Non•5landnrd Item EA 5 tvarnin donee-file surracc 50/50 83 125.00 815.625.00 65 0241.1400 Remove ExistingConercle Valley Guiler 50/50 0241 IS SY 10 $60.00 $600.00 66 3216.03027"Concrete Valley Gutter 50150 32 16 13 SY 10 $172.00 $1.720.00 67 0241.1300 Remove Existing Concrete Curb and Gutter 100"/e Water 0241 IS LF 501 $10.60 $5.310.60 68 0241.1300 Remove Exisling Concrete Curb and Gutter 50/50 0241 15 LF 1,634 810.60 $17 320.40 69 0241.1602 Remove Concrete Water Vau1l 0241 14 EA 1 $500.00 $60D.00 70 024 1.0 100 Remove Sidewalk 0241 13 SF 54 $3.20 172.80 71 0241.0401 Remove Existing G'Concrete Driveway I00%Water 0241 13 SF 1,149 $5.05 $5,802.45 72 0241.0401 Remove Existin 6"Concrete Driveway(50150 0241 13 SF 3,341 $5.05 16 872.05 73 0241.0300 Remove Existing Wheelchair Ram 50/50 0241 13 EA 5 $346.00 81 730.00 74 3291.0100 Topsail 50150 3291 19 CY I8 $70,00 $1.260.00 75 3292.0100 Block Sad Replacement 0 00%Water 329213 SY 85 $15.00 $1,275.00 76 3292.0100 Block Sod Re lacelnent 50150 32 92 13 SY 413 $15.00 $6.1woo 77 3110.0103 12"-18"Tree Removal SOM) 31 1000 EA 1 $650.00 $650.00 78 0241.170011"Pavement Pulverization 50/50 0241 15 SY 3.286, $12.30 840 417.80 79 3211.3300 8"Cem-Lime Stabilization r 32Lbs/SY 50/5 32 11 29 TN 54 $270.00 $14 580.00 80 3123.0101 Unclassified Street Excavation 50150 31 23 16 CY 17 $82.00 $1,394.00 81 3212.0303 3'Surface Coursc As hole Type"U' 50/50 32 12 16 SY 3,285 $24.50 $80 482.50 82 3212.0401 HMAC T1ransition 50/50 32 12 16 TN 3 $154.00 $462.00 83 9999.0003 Tree Proleclion 31 1000 EA 55 $160.00 88 800.00 84 3217.0305 Stop Bars Pavement Markings 50150 32 17 23 LF 23 $16.00 $368.00 85 3217.5001 Painting Curb Addresses 50150 32 17 25 EA 24 $50.00 $1,200.00 86 3305.0111 Water Valve Box Adjustment with Concrete Collnr 50/50 33 05 14 EA S $950.00 $4.750.00 87 3305.0109 Waler Meter Box Adjustment 50/50 330514 EA 2 $60.00 MOM 88 3305.0107 tvinnhole AdWsunew Willi Concrete Collor 50/50 3305 14 EA 3 $1 100.00 $3.300.00 89 19999.0004 Remove and Replace Inlet To 50150 Non-Slandard hem EA 2 $6.300.00 812.600.00 90 19999.0005 Dead End Barricade(Type 111 50150 Non-Sfnndard llem EA f $1.000.00 s1,000.00 91 13305.0108 Utility Ad'usonent 3303 14 LS I S 10.00D $10.000 01 Y of r11Ri t)9Mi111 ar.a.,rFr"a16A+Ata�aw+.(1.anwr ul 4rANUM)CtWRIJUTI M)MI-XVICA1a1M INXI Aa.M (WI) Rnud M3101)1 11141 m nil POW"%WU-4,A1XWW MMri InJ1 J7 BIO PROPOSAL Prsc 1 of. SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Inrormalion Bidder's Proposal Bid Item Description Specification No. llnitorhicsure Bid Qly Unit Price Bid Value No. 92 0171.0101 Consiruclion Slakin 017123 LS 1 $12 000.00 12 000.00 93 3471.0001 Trallic Cmtlrol 3471 13 M7'H 4 $5 500.00 $22 000.00 94 3125.0101 SWPPP >I acre 31 2500 LS 1 $3000.00 3000.00 95 0171.0102 As-Built Red Line Survey 017123 LS 1 $7 000.0D 7 000.00 96 9999.0006 Construclion Allowance Non-Standard Vern LS 1 $100,000 SI00000 Sub-Tolal Unit 11 S31143 559.00 CITY IW FORT WORT]I Rrvauq 1i.rr Rr10419.1 un(.~198 STAM)ARI)Cl)N%THUC')N1NSI'I(CIFWATION OOCt R.IIiNIs (10:719 kaiwj w3tv1o21 IN)41 to IW l I pwl Wnth%*A0D3-W%1t4)Y nu7n ryptla SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Nan Infarltw4on Blddarh FfQpm11 Oid o. Description Speafinlien No. N. Unit orA c". Bid Qly Unit Price I Bid Vdre Unit ll-Sanitary Saver It provetnents IA* 3331.4223 16"DIP Sewer CSS Backfill CSS Embedment 33 11 10 LF 190 1B' 3331 4215 IS"PVC SDR-26 Sewer CSS Back611 CSS Embedment 33 31 20 LP I80 $233,00 $41.940.00 2 3331.4208 12"PVC SDR-26 Sewer Acceptable Backfill 33 31 20 LF 16 $214.00 $3 424.00 3 3331.2104 12"C1PP 3331 12 LF 816 $135.00 8110 160.oD 4 3331.0105 12"Sewer Pipe,Point Repair 33 3122,33 3123 LF 40 $290.00 $11 600.00 5A• 3331.4119 8"DIP Scwcr,Aae table Backfill 33 11 IQ LF 457 $219.00 $100.083.00 5B• 3331,411S 8"HDPE DR-17 Sewer Pipe,Acceptable Backfill 3331 15 LF 457 6A.1• 3331.4120 8"DIP Sewer CSS Backfill CSS Embedment 33 11 10 LF 408 $269.00 $109,752.00 6A.2• 3305.3002 8"DIP Server Carrier Pipe 33 05 24.33 11 10 LF 20 $269.00 $5 380.00 6B.1• 3331.4116 8"PVC SDR-26 Sewer CSS Backfill CSS Embedment 33 31 20 LF 370 68.2• 3331.4116 8"HDPE DR-17 Sewer Pipe,CSS Backfill,CSS 3331 15 LF 38 Embedment 6B.30 3305,3002 8"HDPE DR-17 Scwer Carrier Pipe,CSS Backfill,CSS 33 05 24.33 31 15 LF 10 Embedment 7A• 3331.5748 8"DIP Sewer.CLSM Backfill CLSM Embedment 33 11 10 LF 30 $412.00 $12,360.00 7B.1• 3331.5747 8"HDPE DR-17 Sewer Pipe,CLSM Backfill 3331 15 LF 30 7B.2• 3305.3002 8"HDPE DR-17 Sewer Carrier Pipe 33 05 24.33 31 15 LF 10 8 3331.4115 8"PVC SDR-26 Sewer Acceptable Backfill 33 31 20 LF 4.285 $166.00 $711.310.00 9 3331.4116 8"PVC SDR-26 Sewer.CSS Backfill,CSS Embedment 33 31 20 LF 75 $288.00 $21,600.00 10 3331.5747 8"PVC SDR-26 Scwer,CLSM Dacklill,CLSM 333120 LF 100 Embedment $344.00 $34,400.00 11 3305,1002 16"Cosing By Open Cut 33 03 22 LF 20 $283.00 $5 650.00 12 3305.0207 Imported Embedment/Backfill Select Fill 3305 10 CY 3,000 $35.00 $105 000.00 13 3339.1001 4'Manhole 33 39 10.33 39 20 EA 36 $7 600.00 $273.600.00 14 3339.1002 4'Drop Manhole 33 39 10.33 39 20 EA 4 $16.000,00 $64 000.00 15 3339.1004 4'Shallow Manhole 33 39 10.33 39 20 EA 3 $4,600.00 $13,a00.00 16 3339.1101 5'Manhok 33 39 10.33 39 20 EA 1 $13 000.00 $13 00D.00 17 3339.1003 4'Extra Depth Manhole 33 39 10 33 39 20 VF 44 $220.00 39,680.00 18 3339.1103 5'Extra Depth Manhole 33 39 10.33 39 20 VF 8 $320.00 $2 560.00 19 3339.0003 Epoxy Manhole Utmr Warren/Chesteton-4'Sewer MH 33 39 60 VF 125 E380,00 $47,500.00 20 3339.0004 Epoxy Manhok Liner Warren/Chesiomm-5'Sewer MH 33 39 60 VF 8 $570.00 $4 560.00 21 3305,0112 Concrete Collor 33 05 17 EA 36 $1 000.00 $36 000.00 22 3305.0106 Manhole Ad uslmcnt Mai or with Fratne and Cover 3305 14 EA I $5 500.0D $5,500.00 23 3331.3101 4"Sewer Service 33 31 50 EA 165 $2 200.00 $363,000,00 24 3331.2201 Service Reconnection C1PP 3331 12 EA 1 $600.00 $600.00 25 0241.2106 15"Sewer Abandonment Plug 0241 14 EA 2 $500.00 $1 000.00 26 0241.2102 6"Server Abandonment Plug 0241 14 EA 3 $250.00 $760.00 27 0241.2001 Sanitary Line Grouling 0241 14 CY 9 $660.00 5 940.D0 28 3303.0001 Bypass Pumping 3303 10 LS 1 $35 600.00 $35 600.00 29 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 30 $600.00 S16.00D.00 30 0241.2202 Remove 5'Sewer Manhole 0241 14 EA 1 $800.00 $800.00 31 9999.0007 Remove Sanitary Sewer Vault 0241 14 EA 1 $1 600.00 $1 600.00 32 0241.2012 Remove 6"Sewer Line 0241 14 LF 279 $15.00 $4,170.00 33 3305.0103 Exploratory Excavation of Existiny Utilities 33 05 30 EA 13 $1 400.00 ;18,200.00 34 3301.0001 Pre-CCTV Ins eclion 33 01 31 LF 1713 $8.00 $13,704.00 35 3301.0002 Post-CCTV Inspeclion 33 01 31 LF 6,387 $7.00 $44,709.00 36 3305.0109 Trench Sarely 33 05 10 LF 5,571 $1.00 $S 671.00 37 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 81 $600.00 $48 6D0.00 38 13201.0112 5'Wide Asphalt Pvtnt Repair,Residential 3201 17 LF 556 $115.00 563.940.00 39 13201.0400 Temporary Asphalt Paving Repair 3201 18 LF 2,155 $35.00 $76,425.00 40 13201.0150 Asphalt Pvml Repair,Sewer Service 3201 17 LF 58 $115.00 $6,670.00 •Conlrnetor to provide Unit Price/Bid Value for only one or lite pipe material nticrnntives for Items 1,S.6,&7 DO NOT PROVIDE UNIT PRICE/BID VALUE FOIt EACH ALTERNATIVE ctn'GFrr11IT W1lltnl X",i.y LrwMFW►rtt tL.awr 1u arN14MUC0W{?Rlll:1 MWgK1ICATMWX1aAiM �.qn pr*wtawm IM141 nW 1W P"J rml WnLh k.AI n)•W(xn)Y rU 42 43 PAD PROMAM. Pop s.(6 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item torwmalion Biddefa Prapurat Bid Item No. Description Specification No. Un of Memure Bid Qly Unit Price Bid Valve 41 3201.0201 As hall Pvtnt Repair Beyond Dcrtned Width Residential 3201 17 SY 20 $117.00 $2 340.00 42 3201.0614 Cone Pvmt Repair,Residential 32 01 29 SY 289 $230.00 $66.240.00 43 3216.0101 6"Cone Curb and Gutter 100%Water 32 1613 LF 232 1 $56.70 $13164.40 44 3216.0101 G'Cone Curb and Gutter 50/50 32 16 13 LF 1.634 $56.70 $92 647.00 45 3213.0401 6"Concrete Drivcmm 100%Water 32 13 20 SF 1532 $13.70 $20 988.40 46 3213.0401 6"Concrete Driveway 50150 32 13 20 SI' 3,341 $13.70 $45,771.70 47 3213.0301 4"Concrete Sidewalk 32 1320 SF 385 $7.00 $2 695.00 48 3213.03114"Cone Sidewalk Adjacent to Curb SW50 32 1320 SF 43 $63.00 $2.279.00 49 9999.0002 Install New 4"ADA Wheelchair Ramp(w/detectable Non-Standard Item EA 5 warning dome-tilt surface)(50/59 $3 125.00 $15 625.00 50 13216.0302 7"Concrete Valley Gutter 100%Water 32 16 13 SY 13 $172.00 $2 236.00 51 13216.03D2 7"Concrete Valley Gutter 50/50 32 1613 SY 10 $172.00 $1,7250 52 3217.0101 6"SLD Pvmt Markin HAS W 32 17 23 LF 60 $2.00 $120.00 53 3217.5001 Paintinit Curb Addresses 50/50 321725 EA 24 50.00 $1,200,00 54 3291.0100Topsail 50150 3291 19 CY 18 $70.00 $1,260.00 55 3292.0100 Block Sod Replacement 100%Water 32 92 13 SY 2.746 $15.00 $41.190.00 56 3292.0100 Block Sod Replacement 50150 329213 SY 413 $15.00 $6195.00 57 3110,0102 6"-12'Tree Removal 31 1000 EA 47 $325.00 $15 275.00 58 3110.0103 12"-18"Tree Removal 31 10 OO EA 38 $650.00 $24 700.00 59 3110.0104 18"-24" Tree Removal 31 1000 EA t $1 310.00 $1,310.00 60 9999.0003 Tree Protection 31 10 00 EA 65 $160.00 $10.400.00 61 0241.0401 Remove Existing 6"Concrete Driveway 100%Water 0241 13 SF 1393 $5.05 $6 984.15 62 0241.0401 Remove Existing 6"Concrete Driveway 50/50 0241 13 SF 3,341 1 $5.05 $16.872.05 63 0241.1300 Remove Existing Couerete Curb and Gutter(I00%Water) 0241 15 LF 232 $10.60 $2 459.20 64 0241.1300 Remove Existing Concrete Curb and Gutter 50/50 0241 15 LF 1634 $10.60 S77 320A0 65 0241.0100 Remove Sidewalk 02,11 13 SF 428 $3.20 $1 369.60 66 0241.0500 Remove Fence 0241 13 LF 40 $25.00 $1,000.O0 67 0241.0550 Remove Guardrail 0241 13 LF 20 $25.00 $500.00 68 0241.0600 Remove Wall<4' 0241 13 LF 17 $45.00 $765.00 69 0241.0300 Remove Existing Wheelchair Ram 50/50 0241 13 EA 5 $346.00 $1730.00 70 0241.1400 Remove Existing Concrete Valley Gutter 1005/*Water 02 41 15 SY 13 $60,00 $780.00 71 0241.1400 Remove Existing Concrete Valley Gutter 50150 0241 15 SY 10 $60.00 $600.00 72 0241.1700 1 V Pavement Pulverization 50150 0241 15 SY 3,286 $12.30 $40,417.00 73 3211.3300 8"Ce1n-Lime Stabilization A 32Lbs/SY 50/50 321129 TN 54 $270.00 $14 580.00 74 3123.0101 Unclassirted Street Excavation 50/50 31 23 16 CY 17 482.00 $1 304.00 75 3212.0303 3"Surface Course Asphalt,Type"D" 50/50 32 12 16 SY 3,295 $24.50 $80 482.60 76 9999.0008 Remove Specd Cushion 1v/Striping 50150 Non-Standard Rent EA 1 $100.00 $100.00 77 3212.0401 HMAC Transition 50/50 32 12 16 TN 3 $154.00 S462.00 78 3231.0113 6'Chain Link Steel 3231 13 LF 20 $75.00 $1 500.00 79 3231.0412 6'Fences Wood 32 31 29 LF 20 $90.00 $1,800.00 80 3232.01 Concrete Retaining Wall 3232 13 SF 51 $130.00 $e 630.00 81 9999.0009 Guardrail Non-Standard Item LF 20 $80.00 $1 600.00 82 3217,0305 Stop Bars Pavement Markin 50/50 32 17 23 LF 23 $16.00 $368.00 83 3305.0111 Wafer Valve Box Adjusllmnt with Ce nemle Collar(50150) 33 05 14 EA 5 $950 00 $4,750.00 84 3305.0108 Water Meter Box Adiustmenl 50/50 3305 14 EA 2 i60.00 $120.00 85 3305.0107 Manhole Adiuslment With Concrete Collar 50150 3305 14 EA 3 $1 100.00 $3,300.00 86 9999.0004 Renwve and Replace Inlet To 50/50 Non-Standard llem EA 2 $6 300.00 $12,600.00 87 9999.0005 Dead End Barricade a 111 50/50 Noll-Standnrd Item EA 1 $1 000.00 $1 000.00 88 3305.0108 Utility Adiustmenl 3305 14 LS 1 $10000 $10 000.00 89 0171.0101 Construction staking 01 71 23 LS 1 $19 000.00 $19 000.00 90 3471.0001 Tm(lic Conlrol 3471 13 MTH 4 $5,500.00 $22,000.00 91 3125.0101 SWPPP>1 acre 3t 2500 LS 1 $6,000.00 $5,000.00 92 0171.0102 As-Built Red Line Survey 01 71 23 LS 1 $e 000.00 $8,000.00 93 19999.0006 Construction Allowance Non-Standard Itcm LS 1 S150,000 $15o,000.00 Sub-Total Unit II S3 253 980,00 Unit III-Pavenent/Exterior Im roveinenls 1 3305.0108 Utilil Ad'uslinent 33 05 14 LS I S10 000 S10 000 2 0241.1300 Remom Exislin•Concrete Curb and Gutter 50/50 0241 15 LF 3,262 $10.60 $34 577.20 3 3216.0101 6"Conc Curb and Gutter 50/50 32 1613 LF 3,262 $56.70 $184,955.40 4 0241.0401 Remove Existing 6"Concrete Drivewa 50/50 0241 13 SF 6,679 $5.05 $33,728.95 CITY CWHIRT Y tv"t 6WrySr"rrRr*.Wh Y.K V.W-#M STAM3MU Ca2rH a4%iW9D"21 1111411e1111 rM%"W0tUW1e-A1a33•W1ria3Y 194 i)41 Ilal rntfft¢+A1. Apaom SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID prgeel lk"information Bidders PrWMI Bid Item Descriplwrl Specification No. Unit orhknsure Did Qly Unit Nice Bid Value NO- 5 3213.0401 6"Concrete Driveway 50/50 32 1320 SF 6,679 $13.70 $91 502.30 6 0241.0100 Remove Sidewalk 0241 13 SF 8,500 $3.20 $27 200.00 7 3213.0322 Concrete Curb Back ol'Sidewalk 32 13 20 LF 200 $59.00 $11.800.00 8 3213.03014"Concrete Sidewalk 32 13 20 SF 11,000 $7.00 $77 000.00 9 0241.0300 Remove Existing Wheelchair Ram 50/50 0241 13 EA 9 3346.00 $3114.00 10 9999.0002 Install New 4"ADA Wheelchair Ramp(w/delectable Non-Sta►►dard Item EA 11 warnin dome-lilesurface 50/50 $3 125.00 $34 375.00 11 0241.1400 Remove ExIslinx Concrete Valley Gutter 50/50 0241 15 SY 20 $60.00 $1 200.00 12 3216.0302 Install New 7"Concrete Valley Outler 50150 32 16 13 SY 20 $172.00 $3 440.00 13 0241.170011"Pavement Pulverization 50/50 0241 15 SY 6,568 $12.30 $80 786.40 14 3211-3300 8"Cent-Lime Stabilization 0 32Lbs/SY 50150 32 11 29 TN 102 $270.00 $27.540.00 15 3123.0101 Unclassified Street Excavation 50/50 31 23 16 CY 31 $82.00 $2 542.00 16 3212.0303 3"Surface Course As hall Ty "D" 50150 321216 SY 6,570 $24.50 $160 965.00 17 3217.0305 Stop Bars Pave►►tent Markings 50/50 32 17 23 LF 42 $16.00 $672.00 18 3305.0111 Water Valve Box Adjustment with Concrete Collar(50/50) 33 05 14 EA 9 $950.00 $6 550.00 19 3305.0109 Water Meter Box Adjustment 50150 33 05 14 EA 3 $80.00 $180.00 20 3305.0107 Manhole Adjustment With Concree Collar 50150 3305 14 EA 6 $1 100.00 $6 600.00 21 3217.5001 Painting Curb AddressesDIM) 32 17 25 EA 46 $50.00 $2 300.00 22 3291.0100 To oil 50/50 3291 19 CY 34 $70.00 $2 300.00 23 3292.0100 Block Sod Re lacemenl 50/50 3292 13 SY 824 $15.00 $12 360.00 24 9999.0004 Remove and Replace Intel Top 50/50 Non-Sla►tdard Item EA 5 0,300.00 $31 500.00 25 3471.0001 Trairc Conlrol 3471 13 MTH 10 1115 50D.00 $55 000,00 26 3125.0101 SWPPP >1 acre 50/50 312500 LS 1 63,000.00 $3000.00 27 3212.0401 HMAC Transition 50/50 32 12 16 TN 4 $154.00 $616.00 28 9999.0006 Construction Allowance 50150 Non-Slandnrd Uem LS I S50 000 $50 000 Sub-Total Unit Ill S957 884.25 Total A1d(Urills 1 Il &HIM S7 2 23.2'S END OF SECTION CITY ur•17►a1'W/►am Jrilea«r�.w�a.tlrry Ie RiMa1ARDt."Hlalltlll7l(IMsFFC*WAIN21I XIRAWN r'pl7H Ileilwwwmtt Ik/.n mlWP rwl Wndly1A_A1)1)3-W0t3t)Y BID BOND The American Institute of Architects, AlA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Woody Contractors.Inc. as Principal hereinafter called the Principal, and Vigilant Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto Sil,of Fort Worth.TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount(5%) Dollars ($ --------------------- ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves, our heirs,executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Sanitary Sewer Rehabilitation Contract 98 -Part 1 City Project No.CO2719 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 25th day of August 2022 WOODY CONTRACTORS INC. Principal (Seal) By; &�&k 1- Name/Title VI LANT INSURANCE COMPANY ur ty (Seal) By: Kyle W.Sweeney orney-in-Fact C7- H U RE B4: Power of Attorney Federal Insurance Company t Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and MichaelA.Sweeney of Fort Worth,Texas--------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Anorney-In-Fact to execute tinder such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any Instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals po�n this 161h day ofSeptember,2019. te vi-, 9-t-� fkw:n M.(:Iticr(KAe;istantSecrclary Stephen M.Ilaney.Vice ih'i�ident 0 sw"Y W 3 Do a � r o STATE OF NEW JERSEY County of Hunterdon ss. On this l6ih day of September,2019,before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,tome known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros,being by me duly sworn,did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that she Is acquainted with Stephen M. Haney,and knows him to be Vice President of said Companies;and that the signature of Stephen M.Haney,subscribed to said Power of Attorney is in the genuine handwriting of Stephen M.Haney,and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal ��F� KATHERINE J.ADELAAR NOTARY PUBLIC OF NEW JERSEY 'c No.2316885 yp(rBllc Commission Expires July 16.2024 Wxaryl'ohllr. EIYJERg� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY.and PACIFIC INDEMNITY COMPANY on August 30,2016: -RESOLVED,that the following authorizations relate to the execution,for and on behalfof the Company,of bonds,undenakings,recogniranaes,contracts and other written commitments of the Company entered Into In the ordinary courseof business(each a"Wrluen CommitmentT (1) Each of the Chairman,the President and the Vice Presidents of the Company Is hereby authorized to execute any Written Commitment for and onbehadfofthe Company.under the seal of the Company orotherwlse. (2) Each duly appointed attorney-In-fact of the Company E hereby authorized to execute any written Commitment for and on behalf of the Company,under the seal of the Company or otherwise,to the extent that such action Is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalfof the Company,to appoint in writing any person the attorney. in-fact of the Company with full power and authority to execute,for and on behalfof the Company,under the seal of the Company or otherwise,such written Commitments of the Company as may be specified In such written appointment,which specification may be by general type or class of written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company Is hereby authorized,for and on behalf of the Company,to delegate In writing to any other ollker of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Witten Commitments of the Company as are specified In such written delegation.which specification may be by general type or class of Written Commitments or by specification ofoneor more particular Written Commitmenm (5) The signature ofany officer or other person executing any written Commitment or appointment or delegation pursuant to this Resolution.and the seal of the Company,may be aMxed by facsimile on such written Commitment or written appointment or delegation. FURTHER RESOLVED•that the foregoing Resolution shall not be deemed to bean exclusive statement of the powers and authority of officers.employees and other persons to act for and on behalfof the Company and such Resolt6bn shall not limit or otherwise affect the exercise of any such power or authority otherwise validly Wanted or vested." 1,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY.and PACIFIC INDEMNITY COMPANY(the"Companies")do hereby certify that (1) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect. (if) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station.NJ.this 25th day of August 2022. � .w48f 'I�nv�'til'�• N�'�t.s0�' '�"" •'•�' iknvn yLt:hhral:AwstanttiLamary, INTHE EVENT YOU WISII TO VERIFY THE AUTHENTICITY OFINIS BOND OR NOTIFY US OF ANY OTHER AwrrER,PLEASE CONTACT US AT- Telephone(908)OM 349.3 Fax(908)903.3656 e-mail:surelytipchubb.com FED.VIG-PI(rev.08-18) 004337 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. F-/1 BIDDER: Woody Contractors, Inc. By: Troy Wood 650 Tower Dr ,�"��• Kennedale, TX 76060 (Signa 817-483-4787 Title: President Date: / END OF SECTION CITY OF FORT WORTH Sanitary Sewer Rehabilitation Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02719 Revised 9/30/2021 00 41 00 Bid Proposal Workbook_ADD3-WOODY 004511 -1 BIDDERS PREQUALIFICAT IONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.ABidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12,PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13,PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7)days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example,a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects.In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 28 of Incorporation,Articles of Organization,Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tK.us/taxpermit/and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Pre qualification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 004511 -2 BIDDERS PREQUALIFICAT IONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application.ABidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects.Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A" should be inserted. 38 (2) A minimum of five (5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 004511 -3 BIDDERS PREQUALIFICAT IONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Urban/Renewal,20-inches and Woody Contractors, Inc. 4/30/2023 smaller Auger Boring, 24-inch diameter Skaggs Road Boring, Inc. 4/30/2023 casing and smaller Sewer Collection System, Urban/Renewal, 16-inches and Woody Contractors, Inc. 4/30/2022 smaller Construction/Reconstruction Reynolds Asphalt and Construction 12/31/2022 (15,000 square yards or Sewer CIPP, 12-inches and Insituform Technologies, LLC 4/30/2023 smaller Sewer Bypass Pumping, 18- Woody Contractors, Inc. 4/30/2023 inches and smaller Sewer Bypass Pumping, 18- Woody Contractors, Inc. 4/30/2023 inches and smaller 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Woody Contractors, Inc. By: Troy W y 650 Tower Dr Kennedale, TX 76060 (Sign 817-483-4787 Title: President Date: �� d END OF SECTION CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised 09/30/2021 00 4100 Bid Proposal Workbook_ADD3-WOODY FORTWORTH SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership General Partnership Name under which you wish to qualify Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category—Water Dept- Water/sewer Work Category—TPW Paving Work Category—TPW Pcd/Rdwy Lighting iohn.kasavich!r.Fort Wort hTexas.gov Alicia.Garcia&;fort wort htexas.gov clint.hoover(t'vfortwvrthtexas.aov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St.Fort Works Dept.8851 Camp Bowie West Blvd Fort Management Attn:Clint Hoover,P.E. 5001 Worth,TX 76102 Worth,Texas 76116 Attn:Alicia Garcia lames Ave.Fort Worth,TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CO2719 Revised/Updated November 2,2021 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring -24-inch diameter casing and less Augur Boring -Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less Tunneling -36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66" and greater,350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development, 24-inches and smaller Water Transmission,Urban/Renewal, 24-inches and smaller Water Transmission,Development, 42-inches and smaller Water Transmission,Urban/Renewal, 42-inches and smaller Water Transmission, Development,All Sizes Water Transmission,Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning ,24-inches and smaller Sewer Cleaning ,42-inches and smaller Sewer Cleaning ,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER$1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb&gutter, driveways, and panel replacement, only concrete paving Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 004513-4 BIDDER PREQUALIFICAT ION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer,director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner,officer,stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/FHe No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement,power of attorney or other legal documentation which grants this authority. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised August 13,2021 0045 13-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract;and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duty sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02719 Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 II �I_ / 11 `.r/Q4�� .��r7YaC ,S - G By: 12 Company (Please Prin ) 13 _ 14 �7 / �r . Signature: 15 Address / 16 17 eq 4w' C Title: fa /t Q / 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,theundersigned authority, on this day personally appeared 26 1"Z , known to me to be the person whose name is 27 subscribed t the foregoinf instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of (it/�� /' ��j.Q� �c ,y,� L for the purposes and 29 consideration therein expressud an in the capacity therein stated. 30 31 GIVEN UND R MY HAND AnN'Dn SEAL OF OFFICE this_ day of 32 33 34 35 36 No Vary ub is in and for the State of Texas 37 38 END OF SECTION 39 Pr l_UZ A RAVEL; •.`•4P...........8��. ' o: Notary Public,state of Texas '•: •: My Commission Expires t �'r,°` •E+ NOTARY ID 12860410-0 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 00 45 40-1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is$100,000 or more,then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021,(replacing Ordinance No.24534-11- 12 2020(codified at: https:HcodelibEW.amlegal.com/codes/ftworth/latestB-worth tx/0-0-0-22593)apply to 13 this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 16% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor,2. Business Equity subcontracting participation,3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 31 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 32 business day after the bid opening date,exclusive of the bid opening date. 33 34 The Offeror must submit one or more of the following documents: 35 1. Utilization Form and Letter(s)of Intent,if the goal is met or exceeded; 36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 37 participation is less than stated goal,or no Business Equity participation is accomplished; 38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 39 all subcontracting/supplier opportunities; or 40 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 41 Protege participation. 42 43 These forms can be found at: 44 Business Equity Utilization Form and Letter of Intent 45 https://apes.fortworthtexas_gov/ProjectResources/ResourcesP/60%20- 46 %20MWBE/NEW%20Business%20E uity%200rdinanceBusiness%20Egnity%20Utilization%20Form. 47 pddf 48 49 Letter of Intent CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised October 27,2021 004540-2 Business Equity Goal Page 2 of 2 1 https://apes.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/NEW Business Equity 2 Ordinance/Letter of Intent-2021.pdf 3 4 Business Equity Good Faith Effort Form 5 https://apps.fortworthtexas. ov/ProjectResources/R.esourcesP/60%20- 6 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equity%20Good%20Faith%20Ef 7 fort%20Form.pdf 8 9 Business Equity Prime Contractor Waiver Form 10 https://ap_ps.fortworthtexas. og v/ProjectResources/ResourcesP/60%20- 11 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equiiy%20Prime%20Contractor 12 %20Waiver.pdf 13 14 Business Equity Joint Venture Form 15 https://apps.fortworthtexas. ov/ProjectResources/ResourcesP/60%20- 16 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equity%20Joint%20Venture.pdf 17 18 19 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 20 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 21 REJECTED. 22 23 24 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE 25 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 26 RESPONSIVE,THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 27 AS DESCRIBED IN SEC.20-373 OF THE ORDINANCE. 28 29 For Questions,Please Contact The Business Equity Division of the Department of Diversity and 30 Inclusion at(817)392-2674. 31 END OF SECTION 32 F F h CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised October 27,2021 h 00 52 43-1 Agreement Page l of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 11/08/2022, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Woody Contractors, Inc., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1.WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Sanitary Sewer Rehabilitation,Contract 98 City Project No.: CO2719 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Seven Million, Two Hundred Fifty-Five Thousand, Four Hundred Twenty-Three Dollars & Twenty-Five Cents($7,255,423.25). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 550 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Thirty Dollars($630.00)for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Sanitary Seiner Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised 11/23/2021 ADDENDUM No.2 00 52 43-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents(project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued,become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6.INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs,expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised 11/23/2021 ADDENDUM No.2 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city, arising out of,or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act,omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH Sanitary Seiver Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised 11/23/2021 ADDENDUM No.2 00 52 43-4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised 11/23/202I ADDENDUM No.2 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised 11/23/2021 ADDENDUM No.2 00 52 43-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date'). Contractor: City of Fort Worth By: By: �4 DataDa.Bu�2,202 I1.03 CS nature Dana Burghdoff Assistant City Manager (Printed N me) J Nov 22,2022 Date VOR Title R-� Attest: `r,✓��, ��.q Address JJ ette Goodall,City Secretary City/Stat ie�l p�'— (Seal) M&C: 22-0888 Date rT Date: Nov. 8,2022 Form 1295 No.: 2022-928094 Contract Compliance Manager: By signing,I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. SuvnneSEe(Xov IB,10221s:23 CSTI Suzanne Abbe,P.E. Project Manager Approved as to Form and Legality: Douglas W.Black Sr.Assistant City Attorney OFFICIAL.RECORD APPROVAL RECOMMENDED: CITY SECRETARY � - . '. - FT,WORTH,TX Chris Harder,P.E.,Director Water Department CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised 11/23/2021 ADDENDUM No.2 I 0061 13-1 PERFORMANCE BOND Page 1 of2 Bond No. K40202006 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Woody Contractors, Inc. known as"Principal"herein and 9 Vii4ilant Insurance Company a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as"Surety'herein(whether one or 11 more),are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas,known as "City"herein, in the penal sum of, Seven Million,Two 13 Hundred Fifty-Five Thousand, Four Hundred Twenty-Three Dollars& Twenty-Five Cents 14 ($7,255,423.25)lawful money of the United States,to be paid in Fort Worth, Tarrant County, 15 Texas for the payment of which sum well and truly to be made,we bind ourselves, our heirs, 16 executors, administrators,successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the_ T 1b day of 41yy1mk,,, , 202,�-,which Contract is hereby referred to 19 and made a part hereof for all purposes as if fully set forth herein,to furnish all materials, 20 equipment labor and other accessories defined by law,in the prosecution of the Work, including 21 any Change Orders,as provided for in said Contract designated as Sanitary Sewer Rehabilitation, 22 Contract 98,City Project No. CO2719. 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2719 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 Bond No. K40202006 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the /y day of ✓_Oitlr _,20_2,?-- 6 PRINCIPAL. 7 WOODY CONTRACTORS, INC. 8 9 10 BY: 11 n 12 ATTEST: n W 132C , / ff 14 _ I a 00 Jt l f rG1i%eb/� f 15 rincipal)Secretary ame and Ti 16 17 Address:650 Tower Drive 18 Kennedale,Texas 76060 19 20 21 Wi ss as t Principal 22 SURETY: 23 VIGILANT INSURANCE COMPANY 24 25 26 BY:_ 27 Signature 28 29 Kyle W. Sweeney,Attorney-in-Fact 30 Name and Title 31 32 Address:2001 Bryan Street, Suite 3400 33 Dallas,Texas 75201 34 35 36 WitneQ as to Surety Elizabeth Gra Telephone Number: 214-754-0777 37 38 39 40 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. if 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2719 Revised July 1,2011 0061 14- 1 PAYMENT BOND Page 1 of 2 Bond No. K40202006 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Woody Contractors, Inc. known as "Principal" 9 herein, and Vigilant Insurance Company a corporate surety (sureties), 10 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or 11 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Seven 13 Million, Two Hundred Fifty--Five Thousand, Four Hundred Twenty-Three Dollars & Twenty- 14 Five Cents ($7,255,423.25) lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded 19 the day of �otKMl , 20�which Contract is hereby referred to and made a part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 21 other accessories as defined by law, in the prosecution of the Work as provided for in said 22 Contract and designated as Sanitaa Sewer Rehabilitation, Contract 98, City Project No. CO2719. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2719 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. K40202006 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of /f,aWMk,r,20 2� 3 PRINCIPAL: WOODY CONTRACTORS, INC. ATTEST: BY: Si na u (Principal)Secretary Name Ad Title Address: 650 Tower Drive Kennedale,Texas 76060 Witness incipal SURETY: VIGILANT INSURANCE COMPANY ATTEST: BY: 44�� Signature Kyle W. Sweeney,Attorney-in-Fact (Surety) Secretary Dawn M. Chloros Name and Title Address: 2001 Bryan Street, Suite 3400 r Dallas,Texas 75201 'y Witne as to Surety Elizabeth Gr Telephone Number: 214-754-0777 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2719 Revised July I,2011 0061 19- 1 MAINTENANCE BOND Page I of 3 Bond No. K40202006 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Woody Contractors, Inc. known as "Principal" 9 herein and Vigilant Insurance Company a corporate surety 10 (sureties, if more than one)duly authorized to do business in the State of Texas, known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, 13 in the sum of Seven Million,Two Hundred Fifty-Five Thousand,Four Hundred Twenty-Three 14 Dollars&Twenty-Five Cents($7,255,423.25)lawful money of the United States,to be paid in 15 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 16 City and its successors, we bind ourselves, our heirs,executors, administrators,successors and 17 assigns,jointly and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the day of/II01/Gr4$/ , 20�vhich Contract is hereby referred to and a made part 21 hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and 22 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 23 from a duly authorized Change Order(collectively herein,the"Work")as provided for in said 24 contract and designated as Sanitary Sewer Rehabilitation, Contract 98, City Project No. CO2719; 25 and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will, 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need thereof at any time within the Maintenance 34 Period. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2719 Revised July 1.2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. K40202006 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 14 Worth Division; and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2719 Revised July 1.2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 Bond No. K40202006 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this b 2 instrument by duly authorized agents and officers on this the day of fflOYYmr er- 201y 3 4 PRINCIPAL: 5 WOODY CONTRACTORS,INC. 6 _ 7 8 BY: 9 u 10 ATT 12 13 (Principal)Secretary ame and Titfe 14 15 Address: 650 Tower Drive 16 Kennedale,Texas 76060 17 18 19 Witness as mcipal 20 SURETY: 21 VIGILANT INSURANCE COMPANY 22 23 24 BY: 25 ignatur 26 27 Kyle W. Sweeney,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: 2001 Bryan Street,Suite 3400 31 (Surety)Secretary Dawn M. Chl ros Dallas,Texas 75201 32 33 34 Witnes s to Surety Elizabeth Gray Telephone Number:214-754-0777 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No CO2719 Revised July 1,2011 Policyholder Information Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Chubb's toll-free telephone number Usted puede llamar al numero de telefono gratis for information or to make a complaint at de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB 1-800-36-CHUBB You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at de companias, coberturas, derechos o quejas al 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 FAX # (512) 475-1771 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtecti on@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent first. reclamo, debe comunicarse con el agente primero. If the dispute is not resolved, you may contact the Si no se resueve la disputa, puede entonces Texas Department of Insurance. comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY.- UNA ESTE AVISO A SU POL/ZA: This notice is for information only and does not Este aviso es solo para proposito de informacion y become a part or condition of the attached no se convierte en parte o condicion del documento document. adjunto. Form 99-10-0299(Rev. 1-08) A L_1 Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY-a New York corporation,and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and MichaelA.Sweeney of Fort Worth,Texas------------------------------------------------------------------------------------------------- ---------------------------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16'day of September,2019. bav,n M Ch Ion s.,Assist int Secretary Stephen M,I:Iney,Vice Pre,4den€ •,a..f kr wrY apW*. tMM•" STATE OF NEW JERSEY County of Hunterdon ss. On this 16l' clay of September,2019,before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,tome known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros,being by me duly sworn,did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of.Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that she is acquainted with Stephen M. Haney,and knows him to be Vice President of said Companies;and that the signature of Stephen M.Haney,subscribed to said Power of Attorney is in the genuine handwriting of Stephen M.Haney,and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal TARY r K Y HERINEPUBLIC O NEWJE 'rCa LAAR NOTARY PUBLIC OF NEW JERSEY No-2316685 PUBC1 Commission Expires July 16,2024 Noury F ti6tlC CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016: "RESOLVED,that the following authorizations relate to the execution,for and on behalfof the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered into in the ordinary course ofbusiness(each a"Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalfof the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise,to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalfof the Company,to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company, under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalfof the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly grunted or vested." 1,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (it) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station,NJ,this 0 llt,un M.Color+r.,1 sistant Sctiretarp IN THE EVENT YOU WISH TO VF.RI FY THE AU'I'H EMIT CITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE COMPACT US NE Telephone(908)903-3,193 Fax(908)903-3656 e-mail:suietyC&chubb.com FED-VIG-PI(rev.08-18) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&23M1 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I —Definitions and Terminology .......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology ..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction ........................................................................................................8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting ..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data............................................................................................................................ 11 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article5 —Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance,Payment,and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARI)CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823MI 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment -----'_-''-.--------.----._-__-'-'-_-..20 6.04 Project Schedule..........................................................................................................................2l 6.05 Substitutes and ----'-''-.-_------__'--..--_----_.-----..2l 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties -_--'.''.'''------''-'--''-'_--'''-'_'''''-'-'''--26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations -----'---''--'''-'-'-.-------''-''''-.''--'.--------.-''27 6.11 Taxes...........................................................................................................................................28 6.12 Use ofSite and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................2g 6i15Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.--_--'-'---_--'-'--.-''-'-'-''-'--'-''-'''-''-'-''''30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................3l 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification ----_-'''''-_'''_-'.''--'''-'-.'-.-.--'''-''_'-_--'_-'.~--.-'--'33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit --_---'''-'----'-''-'-'.-'--_--''.--'''--.-''-'-.-''---.-'---''_-''-34 6.24 -----_-.--.-''---'''--'-''_-''-''_-.--.-.--'-''''---.-.-''-.-'''35 Article 7-Other Work u1the Site...................................................................................................................35 7[01 Related Work atSite .-_-_-'--._-.---._--__--..--'_'-.--'-'-_-'--'--_'''-'---'35 7.02 Coordination................................................................................................................................36 Article 8-City,o Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8i02Furnish Data................................................................................................................................36 8.03 PayWbeoDoe .---''--.-''-''-.-'-'.--.''-_'''-'_'''-''-'-'---'---'--'-'---'--'_--30 8.04 Lands and E4oemexdm'" 4o�T�oto. . .'-. �36 ---r-'- ---'-----'-'--'-'--'-'--'-'--'-'--'- ''' '- 8'05 Change Orders.............................................................................................................................36 8.06 Iooreuti)oo, Tests,and Approvals ---_--___.-'_'-'---'---.--_'--'-'--'-'-_--'.'--'36 8.07 Limitations ooCity,oResponsibilities ---_--..-_.----.--.--.----.--'...'-..--------37 8.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City,o Observation Status During Construction...........................................................................37 9.01 City^oProject Manager--------'_---'--''-.--''''-'-._--'-.'---'--_-'-''--_.-37 9.02 Visits to Site .---'_'-'''-'-.-''-''''-'-.-.--'''-'''''-.-'--'_--'-.--'-'-_-'-'-.-__-'37 9.03 Authorized Variations iu Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................3N 5\05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 Sanitary Sewer Rehabilitation, ozrcmFouTvmmTn c027/9 STANDARD CONSTRUCTION SPECIFICATION cxxCnMswTs Article 10 — �o �hc \�nrk; ���uo' �s�u\�ork.. ---'-----'----'_..38 _'--`=-- ' _'� , ---'---' 10.01 Authorized Changes in to: Work...............................................................................................38 10.02 Unauthorized Changes bo the Work ...........................................................................................3V 10.03 Execution ofChange Orders.......................................................................................................3V 10.04 Extra Work..................................................................................................................................3V 10.05 Notification &o Surety..................................................................................................................3V 10i06 Contract Claims Process.............................................................................................................40 Article I —CnutnfdeWork; Allowances; Unit Price Work; Plans Quantity Measurement......................4l 11.01 Cost of the Work.........................................................................................................................4l 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article l2 —Change nfContract Price;Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change nf Contract Time............................................................................................................47 12-03 Delays..........................................................................................................................................47 Article l3 —Tests and Inspections; Correction, Removal co Acceptance of Defective Work......................48 13.01 Notice nf Defects ........................................................................................................................48 13.02 Access&o Work...........................................................................................................................48 13.03 Tests and Inspections ..................................................................................................................48 13.04 Uncovering Work........................................................................................................................4V 13.05 City May Stop the Work.............................................................................................................4V 13.06 Correction oo Removal nf Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance nf Defective Work...................................................................................................5l 13.00 City May Correct Defective Work.............................................................................................5l Article l4 —Payments k/Contractor and Completion ---------------------------..52 14`01 Schedule nf Values......................................................................................................................52 l4`02 Progress Payments---.----'-------.—'------.-----'---'52 14`03 Contractor's Warranty of Title ---------------------------------54 l4.04 Partial Utilization ........................................................................................................................55 l4`05 Final Inspection...........................................................................................................................55 14`00 Final Acceptance ---------------------------------------..55 14`07 Final Payment-----------------------------------------..50 14`08 Final Completion and Partial ' Release........................................................56 14`09 Waiver ofClaims ---------------------------------------..57 Article 15 —Suspensionof Work and Termination ........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Tcozduutc For Convenience.......................................................................................N} Article l0 —Dispute Resolution ---------------------------------------0l 10.01 Methods and Procedures.............................................................................................................6l Sanitary Sewer Rehabilitation, m cn WOR TH � cmnv STANDARD CONSTRUCTION mcc/F|cxr/oy oocomsmTs Article17 —Miscellaneous ..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times ................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations ...............................................................................................................63 17.05 Headings......................................................................................................................................63 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:KY2021 007200-1 GENERALCONDITIONS Page 1 of 63 ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents,the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day— A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS Revision:WM021 007200-1 GENERAL CONDITION S Page 2 of 63 12. Change Order—A document,which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney— The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council- The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager— The officially appointed and authorized City Manager of the City of Fort Worth, Texas,or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements,whether written or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(n) complete the Work so that it is ready for Final Acceptance. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/Z I 007200-1 GENERAL CONDITION S Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative,assistant,or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas,or his duly appointed representative,assistant, or agents. 28. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 30. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas,or his duly appointed representative,assistant,or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent,and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering fmn registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8?MI 007200-1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste,Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or$25,000 whichever is less. 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 of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude OR or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse,gasoline, kerosene, and OR mixed with other non-Hazardous Waste and crude oils. 49. Plans—See definition of Drawings. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/ZD2I 007200-1 GENERAL CONDITION S Page 5 of 63 50. Project Schedule—A schedule,prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Work to be performed under the Contract Documents. 52. Project Manager—The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours—Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule,prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed,including rights-of-way, permits, and easements for access thereto,and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems,standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached,may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision:8232MI 00 72 00-1 GENERAL CONDITIONS Page 6 of 63 62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer,fabricator, supplier, distributor, material man, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments,and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m , Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order,and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2021 007200-1 GENERAL CONDITION S Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test,or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Per Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed.A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement,unless agreed to by both parties in writing. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823MI 007200-I GENERAL CONDITION S Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof)to be constructed in accordance with the Contract Documents.Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for,at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form,format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823Q02] 007200-1 GENERAL CONDITION S Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws,and Regulations 1. Reference to standards,specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor,or any of their subcontractors,consultants, agents,or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error,ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code,or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&2?✓ I 007200-1 GENERAL CONDITION S Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.Q or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82."3 I 007200-1 GENERAL CONDITION S Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be atthe user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages,operating systems,or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements.Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823MI 007200-1 GENERAL CONDITION S Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data"is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners,employees,agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data"on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823=1 007200-I GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision:SMC21 007200-1 GENERAL CONDITION S Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor,and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data"is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners,employees,agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:92MI 007200-I GENERAL CONDITION S Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data"or any such other data,interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby(except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affectedarea until after City has obtained any required permits related thereto and delivered written notice to Contractor: (1) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or(il) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe,or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractoror by anyoneforwhom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232021 007200-1 GENERAL CONDITION S Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment,and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch,U.S.Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety,both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance(other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823(MI 007200-1 GENERAL CONDITION S Page 17 of 63 2. The Contractor's general liability insurance shall include a, `per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such fines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage,nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONST RU CT ION SPECIFICATION DOCUMENTS Revision:823✓ I 00 72 00-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days,and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exchisions necessary to conform the policy and endorsements to the requirements of the Contract.Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act(Texas Labor Code,Ch.406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor,any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82MI 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates(or other evidence requested).Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request.If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work,or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods, techniques, sequences,and procedures of construction. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8=1 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsbility for all services,materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:993(MI 00 72 00-1 GENERAL CONDITION S Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected,protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance(to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and"Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance,and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an"or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplishe d without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823 I 007200-1 GENERAL CONDITION S Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:893MI 007200-1 GENERAL CONDITION S Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair, and replacement services;and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B.Substitute Construction Methods or Procedures: If a specific means,method,technique,sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence,or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal," City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee,warranty,or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by themfrom and against any and all claims, damages, losses and expenses(including attorneys fees)arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents(or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equar' at Contractor's expense. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82"i2021 007200-1 GENERAL CONDITION S Page 24 of 63 G. City Substitute Reimbursement:Costs(savings or charges)attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books,records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A.Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:823 I 007200-1 GENERAL CONDITION S Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference betweenwages paid and wages due under the prevailing wage rates,such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:9232MI 007200-I GENERAL CONDITION S Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq.,Revised Statutes)if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall,for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(n) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process,product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others,the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses,and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs)arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance ofthe Work or resultingfrom CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823202I 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary,in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtainedpermits and licenses.City will obtain and pay for all permits and licenses as provide d for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes,the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses,and damages(including but not limited to all fees and charges of engineers,architects,attorneys, and other professionals and all CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision:823 I 007200-1 GENERAL CONDITION S Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended),the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. httpJ/www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area,or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITYOF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232021 007200-1 GENERAL CONDITION S Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders,Field Orders,and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITYOF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&23MI 007200-1 GENERAL CONDITION S Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage,injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs,if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part,by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable,shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82"i/L02I 007200-1 GENERAL CONDITION S Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency,a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only Submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82?✓Z021 007200-1 GENERAL CONDITION S Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:92?✓ I 007200-1 GENERAL CONDITION S Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Inde mnificatio n A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense,the City,its officers,servants and employees,from and against any and all claims arising out o� or alleged to arise out o> the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE,EVEN IF IT IS ALLEGED OR PROVEN THAT ALI. OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED.IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE, CITY. This indemnity provision is intended to include,without limitation, indemnity for costs,expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractorcovenants and agrees to indemnifyand hold harmless,atits own expense,the City, its officers, servants and employees,from and against any and all loss,damage or destruction of property of the City, arising out of, or alleged to arise out of,the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS Sanitary Sewer Rehabilitation,Contract 98 CITYOF FORT WORTH CO2719 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:823✓Z021 007200-1 GENERAL CONDITION S Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE. EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means,methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract,have access to and the right to examine and photocopy any directly pertinent books, documents, papers,and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract,have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8?3✓Z02I 007200-1 GENERAL CONDITION S Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race,color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended.- Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors,or through other direct contracts therefor,or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract,each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects,or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:92MI 00 72 00-1 GENERAL CONDITION S Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements,Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests,and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82MI 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means,methods, techniques, sequences,or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general,if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:827J I 007200-1 GENERAL CONDITION S Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective,or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety,City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8?3 I 007200-I GENERAL CONDITION S Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof,and the City insists upon its performance,the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision:8232 I 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto(unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&23=1 007200-1 GENERAL CONDITION S Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs,except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0l.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements.The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Sanitary Sewer Rehabilitation,Contract 98 CITYOF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82v I 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee,the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants)employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers,which are consumed in the performance of the Work,and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor,any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232Q21 007200-1 GENERAL CONDITION S Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0l.A.1 or specifically covered by Paragraph 11.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor,any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS Revision:823 I 007200-1 GENERAL CONDITION S Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. ContingencyAllowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&23=1 007200-1 GENERAL CONDITION S Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not representthe exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures"for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes.The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order,or to correct an error,or to correct an error on the plans,the plans quantity will be increasedor decreased by the amount involved in the change, and the 25%variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823!2021 00 72 00-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work(determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.01.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONST RUCTIO N SPECIFICATION DOCUMENTS Revision:823/202I 00 72 00-1 GENERAL CONDITION S Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%)of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claime d delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects,attorneys,and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82vL02I 007200-1 GENERAL CONDITION S Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsib14 for arranging and obtaining such independent inspections, tests,retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests,or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests,or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS Revision:82MI 007200-1 GENERAL CONDITION S Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others,Contractor, at City's request, shall uncover,expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys,and other professionals and all court or other dispute resolution costs)arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others);or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work,or any portion thereof,until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Sanitary Sewer Rehabilitation,Contract 98 CITYOF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823 I 007200-1 GENERAL CONDITION S Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule,whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects,attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee,if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance(or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects,attorneys,and other professionals and all court or other dispute resolution costs)arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82MI 007200-1 GENERAL CONDITION S Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs)attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance,a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823M1 007200-1 GENERAL CONDITION S Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment,each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CTFY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82MI 007200-1 GENERAL CONDITION S Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work,and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,the results of any subsequent tests called for in the Contract Documents,a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&2MI 007200-1 GENERAL CONDITION S Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment,whether incorporated in the Project or not,will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82vZ021 007200-1 GENERAL CONDITION S Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. Sanitary Sewer Rehabilitation,Contract 98 CTTYOF FORT WORTH CO2719 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS Revision:82MI 007200-1 GENERAL CONDITION S Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance,and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety,if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment,and without terminating the Contract,make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82 MI 007200-1 GENERAL CONDITION S Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release,all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITYOF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&2V2MI 007200-1 GENERAL CONDITION S Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur,City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:82?2021 007200-1 GENERAL CONDITION S Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs,losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs,losses and damages incurred by City will be incorporated in a Change Order,provided that when exercising any rights or remedies under this Paragraph,City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof,may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:92MI 007200-1 GENERAL CONDITION S Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract.Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated,and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conchisively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conchisively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONST RU CT ION SPECIFICATION DOCUMENTS Revision:8=1 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter,the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or,if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case,Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITYOF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8r=I 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the fmn or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 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 addition to,and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&2'3J2021 007200-1 GENERAL CONDITION S Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revision:823/102I 00 73 00 SUPPLEMENTARY CONDITIONS Page I of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions,unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2,"Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1.,"Availability of Lands" The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of July 18,2022: Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2,"Availability of Lands" CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 9,2020 ADDENDUM No. 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 Utilities or obstructions to be removed,adjusted,and/or relocated The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated as of July 18,2022. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 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.,"Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work:None The following are drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site of the Work: Test Hole Data,01/18,/2022,McKim&Creed Test Holes,04/25/2022,McKim&Creed SC-4.06A.,"Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-5.03A.,"Certificates of Insurance" The entities listed below are"additional insureds as their interest may appear"including their respective officers,directors,agents and employees. (1) City (2) Consultant: Pape-Dawson Engineers,Inc. (3) Other: None. SC-5.04A.,"Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers'Compensation,under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease-each employee $500,000 Disease-policy limit SC-5.04B.,"Contractor's Insurance" CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 9,2020 ADDENDUM No. I 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 5 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits o£ $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C.,"Contractor's Insurance" 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", defined as autos owned,hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person/ $500,000 Bodily Injury per accident/ $100,000 Property Damage SC-5.04D.,"Contractor's Insurance" The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and material deliveries to cross railroad properties and tracks abandoned and owned by the City of Fort Worth. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement"with the particular railroad company or companies involved,and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts,issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy,or touch railroad property: (1) General Aggregate: $N/A (2) Each Occurrence: $N/A Required for this Contract X.Not required for this Contract With respect to the above outlined insurance requirements,the following shall govern: CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 9,2020 ADDENDUM No. 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company,separate coverage may be required,each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named,as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured,together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04.,"Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07.,"Wage Rates" The following is the prevailing wage rate table(s)applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates A copy of the table is also available by accessing the City's website at: https://apps.fortworthtexas.2ovJPro*ectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00—General Conditions SC-6.09.,"Permits and Utilities" SC-6.09A.,"Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.0913."City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City:None CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 9,2020 ADDENDUM No. I 0073 00 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-6.09C."Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 06/14/2022 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None None SC-7.02.,"Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authorit SC-8.01,"Communications to Contractor" None. SC-9.01.,"City's Project Manager" The City's Project Manager for this Contract is Suzanne Abbe,or his/her successor pursuant to written notification from the Director of City of Fort Worth Water Department SC-13.03C.,"Tests and Inspections" None. SC-16.01C.1,"Methods and Procedures" None. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 9,2020 ADDENDUM No. 1 011100-1 SUMMARY OF WORK Page 1 of 3 SECTION 01 1100 SUMMARY OF WORK PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor,materials,and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list,then the item shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools,materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks,the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise,clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, lawns,fences,culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines,to all conduits,overhead pole lines,or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation,company, individual, or other,either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act,omission,neglect,or misconduct in the manner or method or execution of the Work,or at any time due to defective work, material,or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight,and/or at all times to provide site security. c. The cost for all fence work within easements, including removal,temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal,unless a bid item is specifically provided in the proposal. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution- General 1. Within 30 days after award of Contract(unless noted otherwise),the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors,trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers,provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if. a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion,acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified,and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work,to include building modifications if necessary,making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature _Recommended _Recommended as noted Firm _Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 SECTION 0131 19 PRECONSTRUCTION MEETING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 SECTION 013120 PROJECT MEETINGS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified,periodic progress meetings,and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section,may be held when requested by the City,Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend I Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general,the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include,but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings,prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations,problems,conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule,during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I,2011 01 31 20-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Speck requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 D. Purpose 16 The City of Fort Worth(City)is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the c itizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor(Contractor)in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative(Project Scheduler)responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work,the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method(CPM)based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project,the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6(City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements.The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule(Progress 27 Schedule)to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size,complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered"approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the"tiers". 35 36 1. Tier 1: Small Size and Short Duration Project(design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as-needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies"start"and"finish"milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the"start"and"finish"dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail(generally Level 3)and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule)at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a"baseline" schedule and issue 11 monthly updates to the City Project Manager(end of each month)as a"progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the"Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work,and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule,the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the"Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable,the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification 01 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 1. Schedule Framework-The schedule will be based on the defined scope of work 2 and follow the(Critical Path Methodology)CPM method. The Contractor's 3 schedule will align with the requirements of this specification and will be cost 4 loaded to reflect their plan for execution. Compliance with cost loading can be 5 provided with traditional cost loading of line items OR a projected cost per 6 month for the project when the initial schedule is submitted, updated on a 7 quarterly basis is significant change is anticipated. Overall schedule duration 8 will align with the contractual requirements for the respective scope of work and be 9 reflected in City's Master Project Schedule. The Project Number and Name of the 10 Project is required on each schedule and must match the City's project data. 11 12 E. Schedule File Name 13 All schedules submitted to the City for a project will have a file name that begins with 14 the City's project number followed by the name of the project followed by baseline(if 15 a baseline schedule)or the year and month(if a progress schedule), as shown below. 16 17 • Baseline Schedule File Name 18 Format: City Project Number_Project Name_Baseline 19 Example: 101376_North Montgomery Street HMAC_Baseline 20 21 • Progress Schedule File Name 22 Format: City Project Number_Project Name_YYYY-MM 23 Example: 101376_North Montgomery Street HMAC_2018_01 24 25 • Project Schedule Progress Narrative File Name 26 Format: City Project Number—Project Name PN_YYYY-MM 27 Example: 101376 North Montgomery Street HMAC PN 2018_01 28 29 F. Schedule Templates 30 The Contractor will utilize the relevant sections from the City's templates provided in 31 the City's document management system as the basis for creating their respective 32 project schedule. Specifically,the Contractor's schedule will align with the layout of 33 the Construction section. The templates are identified by type of project as noted 34 below. 35 • Arterials 36 • Aviation 37 • Neighborhood Streets 38 • Sidewalks (later) 39 • Quiet Zones(later) 40 • Street Lights(later) 41 • Intersection Improvements(later) 42 • Parks 43 • Storm water 44 • Street Maintenance 45 • Traffic 46 • Water 47 48 G. Schedule Calendar Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's eight standard holidays (New Years,Martin 3 Luther King, Memorial, Independence,Labor, Thanksgiving, day after Thanksgiving, 4 Christmas). The Contractor will establish a schedule calendar as part of the schedule 5 development process and provide to the Project Control Specialist as part of the basis 6 for their schedule. Variations between the City's calendar and the Contractor's 7 calendar must be resolved prior to the City's acceptance of their Baseline project 8 schedule. 9 10 H. WBS &Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure(WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for"Construction"as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1 -4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution"that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractorwill include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 1. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor.The only exception to this rule is for 36 "project start"and"project finish"milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity,with a maximum duration of 20 working days OR a continuous activity 40 in one location.If the work for any one activity exceeds 20 days,break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City,the impact is incorporated into the 46 previously accepted baseline schedule as an update,to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16-6 CONSTRUCTION PROGRESS SCHEDULE Page 6of 10 1 review and acceptance as described in Section 1.5 below. Updated baseline schedules 2 adhere to the following: 3 4 1. Time extensions associated with approved contract modifications are limited to the 5 actual amount of time the project activities are anticipated to be delayed, unless 6 otherwise approved by the Program Manager. 7 8 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 9 the date of receipt of the approved Change Order. 10 11 3. The changes in logic or durations approved by the City are used to analyze the impact 12 of the change and is included in the Change Order. The coding for a new activity(s) 13 added to the schedule for the Change Order includes the Change Order number in the 14 Activity ID. Use as many activities as needed to accurately show the work of the 15 Change Order. Revisions to the baseline schedule are not effective until accepted by 16 the City. 17 K City's Work Breakdown Structure 18 19 WBS Code WBS Name 20 XXXXXX Project Name 21 XXXXXX.30 Design 22 XXXXXX.30.10 Design Contractor Agreement 23 XXXXXX.30.20 Conceptual Design(3 0%) 24 XXXXXX.30.30 Preliminary Design (60%) 25 XXXXXX.30.40 Final Design 26 XXXXXX.30.50 Environmental 27 XXXXXX.30.60 Permits 28 XXXXXX.30.60.10 Permits-Identification 29 XXXXXX.30.60.20 Permits-Review/Approve 30 XXXXXX.40 ROW&Easements 31 XXXXXX.40.10 ROW Negotiations 32 XXXXXX.40.20 Condemnation 33 XXXXXX.70 Utility Relocation 34 XXXXXX.70.10 Utility Relocation Co-ordination 35 XXXXXX.80 Construction 36 XXXXXX.80.81 Bid and Award 37 XXXXXX.80.83 Construction Execution 38 XXXXXX.80.85 Inspection 39 XXXXXX.80.86 Landscaping 40 XXXXXX.90 Closeout 41 XXXXXX.90.10 Construction Contract Close-out 42 XXXXXX.90.40 Design Contract Closure 43 L. City's Standard Milestones 44 The following milestone activities (i.e., important events on a project that mark critical 45 points in time) are of particular interest to the City and must be reflected in the project 46 schedule for all phases of work. 47 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed-Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic,Parks, Storm Water, 7 Water&Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW,Traffic, 12 Parks, Storm Water, Water&Sewer 13 3250 Conduct Design Public Meeting#2(required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic,Parks, Storm Water, 16 Water& Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW&Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting#4 Pre-Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal&Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 O1 32 16-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of I0 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms,one in native file 3 format(.xer, .xml, .mpx)and the second in apdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes,the schedule information must be submitted in.xls or 7 .xlsx format in compliance with the sample layout (See Specification 0132 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial &Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form(in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least S 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format& 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing (within five workdays)their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule(Progress Schedule)by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete,the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re-submits the corrected Progress Schedule within S workdays,following 34 the submittal process noted above. The City's ProjectManager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • %Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report(referred to as a progress narrative) at the 3 monthly progress meeting(if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard forrnat provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of simflar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for simflar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 01 32 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16-10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 1 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 6 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 1 of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE —BASELINE EXAMPLE 3 PART 1 - GENERAL 4 The follow ing is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a"baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 0132 16 Construction Schedule for details and requirements regarding the 9 Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 --------------------- -----------------------------------------I-----------I---------------------..........I-----------t---------I----------- C) ------------I---------- -------------------------------------------I-------------------------------4-----------I----------4-----------I-----------I -------------I--------------------1--------------------------------I-----------I------------I----------I-----------I----------------------I----------- ------------ --------- --------------------i--------------------i----------i----------t---------i----------i-- r------------------------------------------------T.............— ---------------------—--------- - ------------------------------------------ ------ . ..... -------------------- ---------- --------------------- N ------------------------- .......................-------------------- ------------------- ...................... ........... ......... ....------------------------- .......... ................................. ----------- ---------- ------------------ -------------*............ ----------- ---------- ------- nt 0 0 d 0 00 wo:0. .00 0 'F '0 (U N;N 20!0z. t. 21 20 MO MO m m m m m m — ------ --- ---- PC CW 01, Ld 7 C4 R 0 01 V Oz. 130f .1.5 0 0 oil 2iED — . — N V) V) i m 0 00) Ri.1-i W N! 1 V.N ia R 01� 0 2 V-4 0' ;Ri—� RJR ez.z0zn - !2 - "IR$11glc RV W - $1 R e 12 4 in ca 12-6 0 20! Gk co 41 E -E 0 R E F V) z CL CIO: 5 '3 X Uj i CC, Na < A3 8 I io�o 0 OLO 00 0 0j. 0 'd I 19 fp = 0'--N M�c 1� ml:! al-1- —8z8zr4 0,00��M�m �!�:A n IL CL (L I Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 3 of 5 ------------------ ----------t---------i----------t----------t---------i---------t---------I-----------i-----------I-----------4 4 ------- LL ----------4-----------------------------4------------------- -------------------------------I------------------ ----------------- N J----------1-------------------------------.........----------J...........I----------I ----- -----------:--------- -----------t------ ----------t--------- ------- ------ i----------t-----------t---------i---------t i 7- ----- --7---------- 0- ----------­--- -- ---------------------------- -------------------------- ------4----------- ----------- ------- ------- ------- ------...... ------ E ------------------ no 0 0i0 0 . p 0 00 do 0 i0i 0 0� 0 0 0 - in gu m ------------- pyz ---------- 0 0 O'�0 0 0 0 E;'. BID, Id c? X ? -7 o!- 'h 2 ❑4 4 2 2 5% 2 '4 '4 Lob 'h: CJ Lh N 00 ----------- n .IT 10 . mi 0 46, min '0 mh A e z Nt' 2:40 (D o DIE? #A W) -------------- 0 o W, o s?1013;S 1.4 R te!-0 si- 9)4ie n IL J9 0 U U 1! w E L) a:0 E 21 rm > 2 C 81 E E 5 CL p i E m .'. i E- E 18 E A V6 Uj 15 El` A, Q. V 5 A, M d 21 ojo OP . 0 .'o 'to C31 N:N 'N�g!v 0'p 0:0 2 22 m 10 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16.I CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 4 of 5 ---------- co LL Cn c o o m y -.-••--- - MjITr � o,o o aja p : O i CI 0 �1 9iu77af (% a 0 o o o o! j'^�^ U � N:N!'r�h' V/ a d ; la4 d 0 t- a f l E V m f V y{ Ui� o, E a €� a d 75; /\ Fa V N 0:050;0: i Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue May 7,2021 M O,Aen Revised name due to revising the schedule specification 6 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 1 of 4 1 SECTION 0132 16.2 2 CONSTRUCTION SCHEDULE —PROGRESS EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a"progress"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 0132 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of 4 w , 7 w --------- ------- ---- -------- ------ -------- ------- ---- -------- ----- ------- ----- ----- ------- --- C? Q ------------L--.......1.........L.._. ._.J----------i----—-------------L........J-----------I....................L-----------L.........L----------1... .+ ------------ i a. N .01Q 0�0'Q-VID Njtm ily N N•N N N-N N N NiN N,fVrN=N N�N iN'N N N N N N,N N NfN N N'N# mofl- d/ • i Eis {y 0"- '-' Q Q a Quo Qi Q�Q Q EO QQ Oi0 O O O V'V OL W- m W m ^ WEW�~W h O tl W vlvjW W'm O m W W W W = h W w -a- 0� pp 0 pp 0'0'0`Q Q a O O O. p 0 0 0 01 0 -O O! Y•u/ N �•`3� `r"�N � - 'Y.s N _N N N N--N i If N 1 N;N O Q iN}� C O N N N N w1 S Vivi. W W•W m3tl m-m m W3W-- _O Ci{m tl.:W W;W W p pp ^ O O W_., Aq W W g g aIE rA. Qiesio if �3 !�+I ^!� 'Fl tll .• ri �, !!!!F! F4 y� ;tl ltl tl mt.W. in.tl€W W IW W tl mtm m m w`m m€.t.m m W tl-'tl tl-q W m tl tl m i ep q tl m; � new ;� a. r �' N q� ' a,b ;rNI N h II -.i m tl mJtl)tl tl mtl W to s10 ap tl a xb�S OO p p Zx7 O 0 EO ; 40 Oi0375;�5 IO i 77: .......»..=..0 s ' 04 lja a o ^ ,a Q V�V, e w g, �, a R g, o- ul t U7 V Ad Cm ! ; ❑ E 2, ,F ( 'M ` , 10 1 ! P y g gff z � `SC11 3 S.RN �08€Pk� RSQ8R85� Qr� � �` a V 0. o:ojQ r g Q!Q Q lo' b�,m 7 G3 nW YJ i W U 1 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3of4 CQ -----;-------------------T----------T------------------------------i---------i----------i--------------------- ------- --- ------- (gAt C7 N -----{--'--'--'{-'--'----'}------'---'--------- I------------¢----------------"+-'--'-'---{--------"F'----------F---------I------------¢-'-------I--- rw.t N CN ---- b _-_ 1---_----1_------------- -.-1---------'1__._..---J----------1_._--'_-1-_ ........... _ _ ------.-------------- -J---- --1---- [L 0 - - - - --- - -- - - -- ----- ------- - - -------- ------- ------' ------- ------ yyyyyy� N N'N;N N N N N{N N NiN N N N N�N N N NEN'N.N, N N'N N N'N -N N N N#N N N•N_N NjN� �11 a r n f� F F'G Gt a;0 0 o a a.a LL j p 0 w mm m � W W mpY W m�m m m m m-.1'A eT Ttcn aim-m a Ct m wla ot.� „r N T nym p, ^m_L� m m'. .r1 N G a 01 a a`�p p a N a.+`y' (T;�t4k!� S� q €3� Na °N N�� �C�Y {Y � }f0i �� `� 0?�CtY � `�T id�Y• t+J� r� , � �� b i1�L � N � F� peo.mm m m pmQ maa t'.o�r Q�p_Impp la m m a+#aa;m m a m qm11 mkmG m�a a m-m a a ;m �`/ a•N N N iY N # i'+-N N N !a`I #�[ 91 �- N N?3 9 _L , M la �Tq,1: Sidddfff 7 $, a _.. ------------ LL e4n NN N pi N4"W°01' 4.�.Npm'I 4(44prn_ �_ (aa'1 3Rae�E}#(Npm3`Yf NNpm5 a rn;m N Q V�yy1l 21 �GVI m m a Q at AR � r~ 3o a s E. # o o� aRo o �a a t o, o o• .a o-o E ! " +8jw Q. O x G V 3 y _E ! rhE — _ JtE_i t E pjft L.1 i 3 �'s firc o V o iW _ it!'.a g g �E d3> rc o f .5; sc 3 E �'m Ir 6, 61 ±�?firr. Z E 16 CL U 51 1 1 2 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue May 7,2021 M O"en Revised name due to revising the schedule specification 6 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13,2021 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Sanitary Sewer Rehabilitation,Contract 98 Revised August 13, 2021 CO2719 Page 1 of 1 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 32 33-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013300-1 SUBMITTALS Page I of 8 SECTION 0133 00 SUBMITTALS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal,of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections,of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal(if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule,and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission)of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples, including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing,sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal,I hereby represent that I have determined and verified field measurements,field construction criteria,materials,dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %inches x 11 inches to 8 %inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 33 00-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation(working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List,clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List,submittal data may include,but is not necessarily limited to: a. Standard prepared data for manufactured products(sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 33 00-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include,but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing,as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed,materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work,materials,fabrication,and installations in conformance with approved shop drawings, applicable samples,and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned,Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution(if required in lieu of electronic distribution) Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions,and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy,for coordinating the Work with all other associated work and trades,for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings,data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 33 00-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals,will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved"until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 33 00-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information(RFI)form provided by the City. 3. Numbering of RFI a. Prefix with"RFI"followed by series number,"-xxx",beginning with"01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required,the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes,but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Use of Explosives,Drop Weight,Etc. 12 e. Water Department Notification 13 f. Public Notification Prior to Beginning Construction 14 g. Coordination with United States Army Corps of Engineers 15 h. Coordination within Railroad permits areas 16 i. Dust Control 17 j. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 21 High Voltage Overhead Lines. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation(TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-of-way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines(more than 600 volts measured between 34 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage-type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 1) The power company(example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA's Permit Required for 16 Confined Spaces 17 D. Use of Explosives,Drop Weight,Etc. 18 1. When Contract Documents permit on the project the following will apply: 19 a. Public Notification 20 1) Submit notice to City and proof of adequate insurance coverage,24 hours 21 prior to commencing. 22 2) Minimum 24 hour public notification in accordance with Section 0131 13 23 E. Water Department Coordination 24 1. During the construction of this project, it will be necessary to deactivate,for a 25 period of time,existing lines. The Contractor shall be required to coordinate with 26 the Water Department to determine the best times for deactivating and activating 27 those lines. 28 2. Coordinate any event that will require connecting to or the operation of an existing 29 City water line system with the City's representative. 30 a. Coordination shall be in accordance with Section 33 12 25. 31 b. If needed,obtain a hydrant water meter from the Water Department for use 32 during the life of named project. 33 c. In the event that a water valve on an existing live system be turned off and on 34 to accommodate the construction of the project is required,coordinate this 35 activity through the appropriate City representative. 36 1) Do not operate water line valves of existing water system. 37 a) Failure to comply will render the Contractor in violation of Texas Penal 38 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 39 will be prosecuted to the full extent of the law. 40 b) In addition,the Contractor will assume all liabilities and 41 responsibilities as a result of these actions. 42 F. Public Notification Prior to Beginning Construction 43 1. Prior to beginning construction on any block in the project, on a block by block 44 basis,prepare and deliver a notice or flyer of the pending construction to the front 45 door of each residence or business that will be impacted by construction. The notice 46 shall be prepared as follows: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 2 beginning any construction activity on each block in the project area. 3 1) Prepare flyer on the Contractor's letterhead and include the following 4 information: 5 a) Name of Project 6 b) City Project No(CPN) 7 c) Scope of Project(i.e.type of construction activity) 8 d) Actual construction duration within the block 9 e) Name of the contractor's foreman and phone number 10 f) Name of the City's inspector and phone number 11 g) City's after-hours phone number 12 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 13 A. 14 3) City of Fort Worth Door Hangers will be provided to the Contractor for 15 distribution with their notice. 16 4) Submit schedule showing the construction start and finish time for each 17 block of the project to the inspector. 18 5) Deliver flyer to the City Inspector for review prior to distribution. 19 b. No construction will be allowed to begin on any block until the flyer and door 20 hangers are delivered to all residents of the block. 21 G. Public Notification of Temporary Water Service Interruption during Construction 22 1. In the event it becomes necessary to temporarily shut down water service to 23 residents or businesses during construction,prepare and deliver a notice or flyer of 24 the pending interruption to the front door of each affected resident. 25 2. Prepared notice as follows: 26 a. The notification or flyer shall be posted 24 hours prior to the temporary 27 interruption. 28 b. Prepare flyer on the contractor's letterhead and include the following 29 information: 30 1) Name of the project 31 2) City Project Number 32 3) Date of the interruption of service 33 4) Period the interruption will take place 34 5) Name of the contractor's foreman and phone number 35 6) Name of the City's inspector and phone number 36 c. A sample of the temporary water service interruption notification is attached as 37 Exhibit B. 38 d. Deliver a copy of the temporary interruption notification to the City inspector 39 for review prior to being distributed. 40 e. No interruption of water service can occur until the flyer has been delivered to 41 all affected residents and businesses. 42 f. Electronic versions of the sample flyers can be obtained from the Project 43 Construction Inspector. 44 H. Coordination with United States Army Corps of Engineers(USACE) 45 1. At locations in the Project where construction activities occur in areas where 46 USACE permits are required,meet all requirements set forth in each designated 47 permit. 48 I. Coordination within Railroad Permit Areas Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to,provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed,capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2- PRODUCTS [NOT USED] 33 PART 3- EXECUTION [NOT USED] 34 END OF SECTION 35 Revision Log Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements.Clarify need for Door Hangers under in addition to contractor notification of public. 1 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH. Daft. DOE NO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 4 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing,coordinating,and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails,the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City,notify City, sufficiently in advance,when testing is needed. b. When testing is required to be completed by the Contractor,notify City, sufficiently in advance,that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9,2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V.Magada Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9,2020 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion,testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 50 00-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting,operation of equipment,or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD 10R] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A.Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings,provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 01 55 26-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control"Typical"published by City of Fort Worth,the Texas 2 Manual Unified Traffic Control Devices (TMUTCD)or Texas Department 3 of Transportation(TxDOT)can be used as an alternative to preparing 4 project/she specific traffic control plan if the typical is applicable to the 5 specific project/she. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If his determined that a street sign must be removed for construction,then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices(MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete,to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department,Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TOT RAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A.Added language to emphasize minimizing of lane closures and impact to traffic. 3/22/2021 M Owen 1.4 A. 1.c.Added language to allow for use of published traffic control"Typicals"i applicable to specific project/site. 1.4 F. 1)Removed reference to Buzzsaw 1.5 Added language re:submittal of permit 12 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 0157 13-1 STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 3125 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than I acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than I acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent:NOI 2. Notice of Termination:NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change:NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Integrated Storm Management(iSWM)Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works,Environmental Division,(817)392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division,(817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division,(817)392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00,except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works,Environmental Division for review Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of%-inch fir plywood,grade A-C(exterior)or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION[NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 60 00 PRODUCT REQUIREMENTS Page I of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/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 approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List,not all products from that manufacturer are approved for use, including but not limited to,that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9,2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 3/9/2020 D.V.Magaila Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9,2020 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 66 00-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors,public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged,used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 66 00-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating 9 supplies to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating 14 supplies to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating 19 supplies away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for 22 this Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 1 1) Demobilization 2 a) Transportation of Contractor's personnel, equipment, and operating 3 supplies from the Site including disassembly or temporarily securing 4 equipment,supplies, and other facilities as designated by the Contract 5 Documents necessary to suspend the Work. 6 b) Site Clean-up as designated in the Contract Documents 7 2) Remobilization 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies to the Site necessary to resume the Work. 10 b) Establishment of necessary general facilities for the Contractor's 11 operation at the Site necessary to resume the Work. 12 3) No Payments will be made for: 13 a) Mobilization and Demobilization from one location to another on the 14 Site in the normal progress of performing the Work. 15 b) Stand-by or idle time 16 c) Lost profits 17 3. Mobilizations and Demobilization for Miscellaneous Projects 18 a. Mobilization and Demobilization 19 1) Mobilization shall consist of the activities and cost on a Work Order basis 20 necessary for: 21 a) Transportation of Contractor's personnel,equipment, and operating 22 supplies to the Site for the issued Work Order. 23 b) Establishment of necessary general facilities for the Contractor's 24 operation at the Site for the issued Work Order 25 2) Demobilization shall consist of the activities and cost necessary for: 26 a) Transportation of Contractor's personnel,equipment, and operating 27 supplies from the Site including disassembly for each issued Work 28 Order 29 b) Site Clean-up for each issued Work Order CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 c) Removal of all buildings or other facilities assembled at the Site for 2 each Work Oder 3 b. Mobilization and Demobilization do not include activities for specific items of 4 work for which payment is provided elsewhere in the contract. 5 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 6 a. A Mobilization for Miscellaneous Projects when directed by the City and the 7 mobilization occurs within 24 hours of the issuance of the Work Order. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1—General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment [Consult City Department/Division for direction on if 15 Mobilization pay item to be included or the item should be subsidiary. Include the 16 appropriate Section 1.2 A. 1.] 17 1. Mobilization and Demobilization 18 a. Measure 19 1) This Item is considered subsidiary to the various Items bid. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 are subsidiary to the various Items bid and no other compensation will be 23 allowed. 24 2. Remobilization for suspension of Work as specifically required in the Contract 25 Documents 26 a. Measurement 27 1) Measurement for this Item shall be per each remobilization performed. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the 4 unit price per each "Specified Remobilization" in accordance with 5 Contract Documents. 6 c. The price shall include: 7 1) Demobilization as described in Section 1.1.A.2.a.1) 8 2) Remobilization as described in Section 1.1.A.2.a.2) 9 d. No payments will be made for standby, idle time, or lost profits associated this 10 Item. 11 3. Remobilization for suspension of Work as required by City 12 a. Measurement and Payment 13 1) This shall be submitted as a Contract Claim in accordance with Article 10 14 of Section 00 72 00. 15 2) No payments will be made for standby, idle time,or lost profits associated 16 with this Item. 17 4. Mobilizations and Demobilizations for Miscellaneous Projects 18 a. Measurement 19 1) Measurement for this Item shall be for each Mobilization and 20 Demobilization required by the Contract Documents 21 b. Payment 22 1) The Work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the 24 unit price per each "Work Order Mobilization" in accordance with 25 Contract Documents. Demobilization shall be considered subsidiary to 26 mobilization and shall not be paid for separately. 27 c. The price shall include: 28 1) Mobilization as described in Section 1.1.A.3.a.1) 29 2) Demobilization as described in Section 1.1.A.3.a.2) CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised November 22,2016 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 4 a. Measurement 5 1) Measurement for this Item shall be for each Mobilization and 6 Demobilization required by the Contract Documents 7 b. Payment 8 1) The Work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement" will be paid for at the 10 unit price per each "Work Order Emergency Mobilization" in accordance 11 with Contract Documents. Demobilization shall be considered subsidiary 12 to mobilization and shall not be paid for separately. 13 c. The price shall include 14 1) Mobilization as described in Section 1.1.A.4.a) 15 2) Demobilization as described in Section 1.1.A.3.a.2) 16 d. No payments will be made for standby, idle time, or lost profits associated this 17 Item. 18 1.3 REFERENCES[NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 20 1.5 SUBMITTALS [NOT USED] 21 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY[NOT USED] CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised November 22,2016 017000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 1 PART 2- PRODUCTS[NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 5 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"Construction Staking". 2) Payment for"Construction Staking"shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include,but not be limited to the following: 1) Verification of control data provided by City. 2) Placement,maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of"cut sheets"using the City's standard template. 2. Construction Survey a. Measurement 1) This Item 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 various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"As-Built Survey". Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for"Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include,but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey-The survey measurements made prior to or while construction is in progress to control elevation,horizontal position,dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey—The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking—The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey"Field Checks"—Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw website)—01 71 23.16.01—Attachment A_Survey Staking Standards 2. City of Fort Worth- Standard Survey Data Collector Library(fxl)files(available on City's Buzzsaw website). 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land Surveying in the State of Texas,Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254(qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit"Cut-Sheets"conforming to the standard template provided by the City (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A —Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one(1)week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason,the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut,the Contractor shall perform construction survey and verify control data including,but not limited to,the following: 1) Verification that established benchmarks and control are accurate. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 01 71 23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested,and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested,to verify the guidance system and the line 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) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances(as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12"and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City)of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe(each end)and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines(non-gravity facilities)at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection,curvature, etc. 3) Stormwater—Not Applicable Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City)of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults(All sizes) d) Fire hydrants e) Valves(gate,butterfly, etc.) f) Air Release valves(Manhole rim and vent pipe) g) Blow off valves(Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater—Not Applicable 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2- PRODUCTS A. A construction survey will produce,but will not be limited to: 1. Recovery of relevant control points,points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations(benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities,easements and improvements. a. Establishing final line and grade stakes for piers, floors,grade beams,parking areas,utilities, streets,highways,tunnels,and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements,as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent(817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD(.dwg) b. ESRI Shapefile(.shp) Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file(.csv), formatted with X and Y coordinates in separate columns(use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks,and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and,under certain circumstances, shall yield to specific requirements.The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical tolerance.Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft.tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets,curbs, gutters, parking areas,drives,alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line.Away from any restrictive line,these facilities should be staked with an accuracy producing no more than 0.05ft.tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water,telephone and electric lines,shall be located horizontally within their prescribed areas or easements.Within assigned areas,these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained.Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions,corrections and other pertinent data shall be logged for future reference. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 01 71 23-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City,the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey"Field Check"of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 FORTWORTH@ Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs,and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER ML GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC `�©RAIVGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' • III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub (2"x2" min. square preferred) 6"tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers (feathers) 6" long Tacks(for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for'Zoning Maps'. Under'Layers',expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. IL Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines,and rough-grade only. No GPS staking for concrete,sanitary sewer,storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation (if applicable) of the point set. Control points can be set rebar, T in concrete,or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example:C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example:GEOID12A 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal—Conic False_Easti ng: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude—Of—Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 V ry Cr_ _ W U) Co < W CD J Q CO > W Q J 1016 EL.= 100.00' m = CY - W z W CL LLJ w O C0 - 4 Q16 = � II F F o =) _ § — � w o O d W = W CL J Z U7 Q J U L F— LLJ m X Q Q m o LLJ o OCP #1 N=5000.00 E=5000.00 ---- L_L__ L� V. Water Staking Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations IL Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5'away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb IL Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 8 of 22 'b N Z� O U 6 C7 � Y '4 Z cd F> Z o'w Z j-d O 7' 0/S w/L sr��oo� c-3.62 w J 4 'W L7 W W F 0 z ok'�cmi U /0 Q 7' 0/S W/L w STA=1+72.81 C-3.81 LL � W o U7 Y � U '� a 1017 EL- 10Lts' Q7 a4 ' o = v H L JLLI ' 0 of 9EY ' _z v=i< LLI d ' �m W Lj a_ 0 kL JU kI- z L�C7 F OWW O U Z p ZZ w Vl+ d �7 2 W O Zw C=3j loaf` O i F,� mZ �Wn Fil W ~,` _0 U 7� a Q 0/S W/L� sra=o+ao c-3.�s n-- LL - �g O J Y U7 J+ `(MN Z I w Omw3 d ,a,e c� .o �WNrn a pp $ J 0 o z ¢ + CL W o W mma x z a x VI. Sanitary Sewer Staking O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking Il. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted Vll. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval ll. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor Il. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes CD r us �g w FY Q N U aLL_ !+ 7' /S G $$ STA=3+71m Y W N W V) 1f{/W}�J U J W C d �M/d/ Z r5°11� /J ?3Nd2 U p 12 O/S rL SSJIM: SfA-3+71� �h C-3� �= C-3� C-6� Glz�z =w� 4 / x Z mm�F rp �F8 Q 7' O/S SS o W 1 d O,Z Of W l G N� IaJ Z \/ �r ` , a a w �Ld a.a a LLJ - o w zLJ z m$ O� hW Psi r� om ~ F� Z W c•. 0 �w �� �w OLL pC VQ J]d y4 N N+ l`5l` _ �T wf Q '� a �J W d W W W Z 5 y _ F F F{t F�.J F� F� F Frz r30Y C F Qz go Wp 61 6 6 1' z m LLy y N dx O oy Pp U = STA-a+oa z c-s N C-s F+0 z rcw O y N W w �.4 oay�j� =mz CD z s=o 0 < 12' 0/S SS srn-o+oO C-6U �y C-sIL :2 C-Om g LL I ' W 'ezxJ aY "w Lm Cf) ~�C i`1� 19d Om O � N Z� aZ cr m M 7 O S OC O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents 1. 1 offset stake every 200'on even stations if. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval If. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing if. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor If. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING (L-) (SIDE FACING ) G o NO FLAGGING REQUIRED o IN LIEU OF PINK PAINTED LATH � n A m m o m _ a z r r m BACK z BACK z (90E FAONG R.0-W.) {513E FAONG R.QW.) IDENTIFIES MICH IDENTIFIES WICH POINT END OF THE N1NG PUNT K Q END OF THE YdNG BEING STWED BEING STAKED V}J N HUB ELE4AnUN INLET STATION HUB MEVATON o t (IF NOTED ON PLANS) + IDENTIFIES GRADE TIC TO TOP OF CURB T/C + + O O G 9 IDENTIFIES GRADE ITL TO FLOWNE A � DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED W - 20f STANDARD DOUBLE 10' - 26.67 HUB WITH TACK —_———— RECESSED DOUBLE 10_=30_6- 4,-— ---------- I I BACK OF INLET I 'A�•. y:'. 7 ]i •�i• , fill I rtl G ti MANHOLE o bl RIM ^I QI I BACK OF CLIPS BACK OF CURB --------- W1NG" a '•;'. t;. ,•WING. --------- FLCMLINE FACE OF INLET FACE OF INLET FLOWLINE EDGE OF PAVEMENT EDGE OF PAYMIENT EDGE OF PAVEMENT EDGE# PAVEMENT O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING �) 0 o FRONT IDWnRES END FRONT (SDE FACING�a I T GENT Br FRONT d (SIDE FACING CL) mwnnnWIR START PC SIDE FACING �} N PONT LP OJRVATURE !' w BE m o s o O + A PT BACK N T IOENnFIes OFFSET IS TO x (SIDE FACING R.O.W.) / Bwx OF CURB OR FrC CAo q FOR FACE OF CURB G y + ti i I11 I POINT y s $u arc III I III I u III I IDENTIFIES GRADE IS p TrC TP TOP OF CURS III I M7 CRPDE ON HUB ELEVA110N o + RADUS POINTS o I< Q 1111 NO FLAGGING REQUIRED f f IN LIEU OF PINK PAINTED LATH / rr TOP OF CURB BACK OF CURB \ - FACE OF CURB'" I "I -- ()sl � FLOWLI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 e e . 2—_®-- --— 0 / & o emu .:\. .:: ..—. � g � + yy w�\ �� §® J ° b Lei Z y \}� � � 3CNYISICI », a �\ -__ _B a<z50v e 51 30 m »Ns le \ Lo F11 66 S [ ! \ «§\\ Jt »® \�r, O:p c aA Governance P225\empor Rspec Rem aM@ID§i w\CapD&Aw Div o#o171 2IIE01-Attachment sure StakingkanA@&doa g 16 7 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section IV. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 v�t 1 1, 411 �. mYF#YNFHLLnN>iet+exfkd6nYlkk@ R}Y#YixR �i�ii� i�RNNt r kN iggkkp#nxx1ANDA :itd.R�n t. {Nr 1" ARRiitWbYlYiikRtY S?9fti - •BBAN#AMBk#!iR n#a;.i FR.nY ltr6N.¢ N lumillRifA#/# xRiFki#NN#R'^�NAASxN#�C FY#SHS}fixRi#kiNiU ti ii +iNNNgnt...,b.4 #E�'fpiy t1.,e ;i��N`�'J?ti•NmxRFJ'« irdank},•iNe aN}..,.«,ti AA.NN"aM#'d'�ary,sN}H„Nnfid�i#94#t[E{'AfltA iunlWq#EI:}ttAn#i SxiNEAt nN" 'lkU:N#Bill#@W9iiutP•iNt +Ykii#Rtx#� Y gNn t+'+ArxL 1*'"bt}ttpM B i6N AFy#!(tA.atFFgllic�lat#iikil-;tfliII#AVIR Alt Nk.i:dd.:«i}w}N4i#RWi Y###k#Nn'EHifAp94S}Auto,."}ARnktUUNtk1 CY#bNRNNiBNitAARnoil:YRC#AY%RAi#nHYIAtN#Y'�-.AtRFNtnk#tbi ` fYi:RAfNH%a##i�i}kN#YiB•tRBn{Yi1RHYCIHY{B€i#i#,ti#iaiiN#ilA# A#f:M}7xRk#b#all Nfl#RYpp35YkSAf 3j�RH MAN K#ipii#kN}it;%N#li.ti.:J:: Rath#A#YAtaHRNBABMA✓;Y#JFN33did 1NkWRiIN}Y}XU#t3iF1A#An4NRif#ii ppA7AApHHbNWY#NN#iaAi BtNRd}+,11J@#EHkttAtNYNYSt;AMNd#kNY}Yi ryt¢NRtlaNARMNNN*IANNi4xtbNkl ti BiAFQNkA1NlNNNA#fit#A!#xitiif N#RRANAU# bx" FABRAkit{N$4b"gqiRnt$UN�xk7HfANKR+#kax Nzikfi- NYipNRRnt41f EN(SfiNNi#<Ana.$U#AU{Y##Y)RiBRRBi#NkAktkMI #N#{ NiAHtFHRBNA!3@YANNitf#i-: i+tinkiNN•1.11"AAYIARaAmount, R{RARN ullaft#nNU#$R»:B3Ynkf;it xnNAtURk#HF#i##NCdNRa$retAFibti URA#iAN{fAkRilnot�}A}RiNRi'ydfq®NntANa#litiinAN}%F§nnif iUniik HI AA}A##RA#AtfYnAMMA#ice It:}F$R$OffIT.M#@A}%tiif{tz}DUN Ulu rNlACiBi•RNFfRtN7�Ntli'fYkief", 'RYk{ttkfSNFJHtB$RB17HnFJ'iA;,,;'t:- # N Ham giY�C fBpYgHN#YA#tYYY b##$Ri#t#A!tknnfUNNitp[U#+Fi}tHYniitF:/fl+3A;}lq` 141%RAW RFtl S3i@BFfN#NM&NH I�RgItirA #pC6Ytttlili� #klit4k}li, S#i lYU€#UtNeANiiNN.'YAAiiR.NR#NE#AFkNBRAt$IABUYUtkNkngnN NAt inl3Nfg3lARNI�F##+dkt}RRN}�dN�WNNxktttxNNRkn4nNrfY�NRNtf{ARkiH IN,Hn}tlAYRNit nnB+fSNUAnY�tS+1A•tlxfiHbH#AtRAl A3ibfxRABi€iRxtARf -!' fNN iBftHHNA�Rntl#tYB#Y%An�AAYWYtYNAiNAf#Uk¢nr%i NAfUAiMAN Ni W'da.,.:L.t,AR:HaNNANCN-nYxFtNFH%#CwBt[tBNnA3YYnkfltF.,,.:;,{'- tiiti�Nniit{iiRBkUN�NYiS#'.#Nkii#fk#fkA•NtNYkAi€ibXltfttNY[Ytff P+�rA•tiFE$iRIIiY}}tf+iN Ati}i,N''A3aWM%iNRbA€#SU#A74YAF'1#i Nt%BA} A�IRNN$Y#RRtl#YI+MbffiASN AF-":.vn YgRNNfNNRtYNi B{t#A Wtti}f tYN¢Yit #A'iA}fp•#tlNFtFlfkiYAAAtHR-3JUgNYYR#RNNNt #@YNkAtifiiFAN041 kn:�i#tABMHfiffkFYnA#A}#Ff,R'-4A+NtlikAlnANA+ REARi?UN#ittNN}NNf NN InAfRNNN#SUUNBkk}if€t'+};:v UAnnR A#ki}riptitlARFQNNF}#KNOW iN##itigENNifiRt�NRfBUttPR'.4:BUA##"YNRfSRigfNAAN+A$#iFf4ppM Ntn . #N kA+A#Nk#YAnNNFNN##3:%"}1R6 WNtit,-ikA#AAC'nn%J3a{"L1t%CA YN tAt#Y## YYFbfNNHB fitJNiR#::#YR;#ir:;f#R}NSil,t.9NNsiCidtttANN}N YICAYC:FRt¢YH•tatYNi@hta$RRn"YNt'g3tiHUA139 tHAPfdani x', In qH#: U€nNiBRtk#iA�fHnNRF NH#BWBBN}#Af1IIRf`.ibieHittMimi RA(.#@ttikit##AANSNkRY#tXNAAniNNe Y¢AkkiUtitlknfUH"'di aput%#t"anfAn %Fig#E{YaAY%A#iflii#RYY}NN#%aiiR#4Nq RE$XYiJS¢BGtf6li� A;tR#iAYYRNtfBt#AANYifiQAxiaifiYFt�BditsA#VFVAHY,Ihnf:7 SifSZR N.`.!:H}HiXN%NHiNAAF#N%Bi:Rb iAEkBB€aflNN€iyali.N}U>.diet%iYXASIA B¢+'ikt%bNnNfiiNANRAbNRnku ArMkAff0i,v All,All.95,'N.lf'iN#tRYA k^.r.#ANnkNin hub q ANatNNRq$CAfIXEl{JaHAr±.ARgU11:fCii+=.SNn}$## k'ti iYRFRUMy NFY X1UkR i 1#i'i+fA1ARt&N#$i'+i!#$CtkRQY#.1f ihR#A#i#k H t}J:NRfSUlRAN#N3idAIINkniUK@$A1U#NNNWNkpS Kt214C.nL.Aiiiapt'kYX3t {{1.::ii}kR¢RH#K+tY$bHYR}NaNNB}R3NR$IA$BA'B4tllf4l1'ih Eat Rt„"�,..t: AU}aRBANRA#ANNN#ANtNANRiAYH#MMI Utf.3`Q1Htgt#A@t 1+'i }{gNANkHi#FXX#N#Y+YNANU§ARM'.lfk83 P3ANe,p:#;tdlti RBaiq • AP.,UNEii{NR#NB$BYlHH#NNitriANNUF#Hf+tii aF#°Fr lr{#ia#RU}UE#Na :st-::JAAB3ldkntlNHAO&ll#A#RRFk3'=ktiANtNRAikPY1b&N 4d+ 'AM't Ytffi at',:tNAC4`f:Ai$iAU%f43iN#nR•!rt#AA[ii'.4yJ!?N#ilttit±f$P L`tP$fi-a twe"aa tH'7NinAtH#N@#k#€Ranq gtagkAtqttaAKAAAi AinalH',t6aRnNla.kN.iA{• tRa akq}JE#A$nNRA{UNFKNEU ENUBEEYANNk9dpp N§aiiF9:h rti$t{t.t it aAkt: FaR kknlaNA##NXkibRARRFUlYQHtu#Bi:ilt$Bi�@Ik;lfit Nit:2?A"Y,§:llabAN#' fNNiiifL•Et#YRkNk1nX#X#N5H NNaAtQNKNkiia Ft*itt$Ep Nis FAttll tt5#nNdi In%1N.Sin$Nt9RCOIRARN{{dxAQNEtAREASHt CfaYfon-"At-Ala J l A, Ftik lk RFtff$NtAa#gAR+Jiitxtlk ExYt#kA++ta#i1I+nA aNH tM.aNa{F'AE#Hi Z AH-tbAik4F'a¢*FkANdld#HnAittagaFr.'0NP tnAiJA d�ttan l bE£¢ttY1H 1 4 lU1t�NN$Nd:(Ut#i$#HNli�Ud#A{XkJk $Ai$taAia d+iA dtF i$4:4ppnAi NA lRFFnRAdnIt:YRaEAUk79aattafFFXE'JBJ t.UNJ���}p{ '!Rl NRxYHY.BXdEifiNaT.gYNNiURd#RttHUiA},ryN#Rit3dNAA#N$#Y{ii'1iNt#i i nSiA tit i!{.i$!tfA''NNa iDA#MEOY AY t¢XRtgMRA}YA# in#i" lgh#aXk& iSNNA kY NAUqfif YYYLLL""" tlki.i%tI{fJ3iA##NgttlnAN#t!IIi;Ri$#N1Yit4311t N46 FI AgnA}Rick#N t:N#$NP3*lhavt% BNf.#N{AA%AIIYigiriinYRTt iitANRNg1a#A dt+{¢¢ JR- Y#l'iYlHf'F FiF YtHaAAAr$nRr - Rnl:t#AHARNXEF, d i $#B.. NAit S#FNM1E+ 4i+tNiK`IU¢n MRIMRARN W##K NkiAURUIIi+niN6.ld{. M "dl taNR 33aitiF:t G{U#kf ttiEAka¢t 4 :C kFBUNHiAF(:tNBNtffit+lk AH-i#Rni¢EUAkkt sa-U.}ai¢i 21y k N t iti##e Nntim%knt Y#NYA"`AD9A}R1#AR+A tYEkBP},iXBJ nt GJl Fa k ANANkUi:i#A Na tii%Ri ti'h N INNF$MFHRtEA ANt lntJ#ibYR 3lxb¢L.r c+' Nbt iNN#NNYtAn b a1.9NA$NY1C•RNii¢r +#�ifk§"AXt ek# NASEA AtY i41411 tf 10 7rW'HRANA9 AAR+@ W ',}S Hl iAA h o' 4— l}fiY ENRAUtHxaA»ki n✓NAd�N4YHAhK3NialnAi.!§I'Yi;NNaR18tN#A) JAx tlN#tilr # b F_J d4�U dAb hidaNH NNnR-iixff5#HR-f lnid#+ 1# kXtaifaNn NiA} X i« 9UiSt..:, A FRIb#§$#RRAdk L"-A ltla il'FF,..t.d' F tRUa¢,. A y{It+NABJK#f�l aNbal}aN9AR ¢3f'idl#6tti5€ iFi3§RkXNnai+$HXA -'i3ad$niit}I YAitf ki%iNNYAi iq$a}%Hin#f 1 L firi{NQii$#NYYnt.GA i+i.K../¢N#Yt{ExASdn It % M ktXt#AinA iNqudpRf ftii fARl+nAJttiR tt.liBBAlggNY iNzt fi~n#i=A#%,At HQ &i#}#ikRJ ����� AU}NA}Yfk+ai- 4 3Af+ittn Bq!-% WENAtR#}7NSlBaKQEA - C` -A%ni9%Aa37k4nEFaYBW 1111CNN#+NiB'4#&U#NiiIBRNiAtnk#NNtt€AA$}{HdBhtAiRi.P$xffRiFiC 4$Ak ik@ki#HRNRa}FIYNRRRNtr3_NNNii#REMI1YgAtgtJA1 RARtti 6tFq#itf%T '.W fun NAXMBtfBNo IA3dHXk%lEtn%NEilat Et Alab:3t'a 0KtXAiQA 'RNJ%:tNRaAoff VP:FURa,Mu$!tH$i#@NSinl#B##3Qak R;iaSUnnN4;iHk1X# 'la:i#>iiNAUAfaNttt ul 41B##in,MItiNUkUJt}#§�ftJFFla#ia A3Uaf X14Kt13#@f ffFnNAn#'.n+A$ANtt#iifaUa##Ai1#+HAAAIktSUUftiN#NNBq#)NFAAtN aQ1AAi %NYAHt±tiaii'Nknffi9}+B#Ri$#ntU$pniUYa##tai#iJ41i k&ktff ni111tnnf4l$i ffi %AR#iAt¢HU$aHMttili$RNYr?aB$YBtMAN it1AN dAtXYa to NJitUC IUD A+XA AHAR#nfL'U.110.$iHA31,IRRC1N#N1VJa W#AAkfiHUAN}A3AiiYa NYNtrtABx#A$}i!ffiRNAFi#YditiRflfHNi3#tiRNiRAAKdkEN#FIHEi(FRYtiu dii[k RNA+Hu#NA§Ffl3MRAriF6 ANRtA#CH#UARWeYNYR#fJifUNtlta$kn!itt$tY1lU SrA 06aw-.jrWL nr a&7ZW Imr STAOINM-WYL WZM DV SfAPam-ff rL MUM DW REYWE�S" /N BWN F>ia^rrrvTx WE arm rD DW..arAMN }Jrr�TfEAwL MfP91fb SLEEVE SrA61'SI,OV-/PNL } REDUCER l! 20, � pC8g VMME .Z" #169�ZED ASEAW Cp1, Lh\1 E$ �pgp E-?P95J.5T/J9/ £-2F96.NTStIO fBGPE YdLM ME rV iFM ILF FHtrMNr LEAD LOr Ai (� j 06+t94E VADT i/Mrfdr.l f j � } O � HLK 6 4 ! L10 TLiTO �Aaw Vow ' aror AMWE E)=. jrWA rM 4' TBY'2 Elm.73DA Q >,, 12'WAT'ER raw 1/ PROPOSED E SAWARY 54 & AEMWE a$"AGE . SEE SHEET 4 �cx &W..4S4E MWE SrAasem-RY IW R L��dtih ar4rwir�Aparry 4\ Mt�i41'A1''fi0.9w +.� ESE La's LP Or = PPME�3 E b37D L]OA61lt:LT 7V E7tkST.IPrAatir w49uM9n E-MMs P O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 gasp 1sil l its 19. ! M _y L _ U� ILI =7 40 � of /`fir] IlL tj rt 4 .01 ,it M,, 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 UAW EAWT BK 29 LOr E (Q 4w A/rf w,w LOr J ✓�W4111.1W+AN ' w *SM?ARY.DER SEMCE M/CLEANO/f J LAYTON RD.W. t,I W Ln 2,.Y% /Z WATER 0 L- EX _ d MY LL, i l ar 2a. AELKYE East. I J LrswsEFER r-r T / .T * , SIAI.67A-IrSS IrNE A+ 1L0't I Q��, ��� 13YS7.STAOigL-3/T7- aol eyYieAY khflria acsrArmt s ,® i aawve ExLSTSSYN 1 ODYSTMEr 5 LF OF BSS LASE CGN5r.4dAS%W PWXALE ` w/COARD M PAUEcTAyr 1 OwNar pm-$ss em CMVAFEcr PW.ass tAEAM TO 7fw.ssw Mb96Bf56252 E-229S55-My CITY MAP NO.2018-380,2018-3, MAPSCO PAGE NO.74N,S,T, 7 T T 7 7 T O:\Spec 2.00 foo 1\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM ;tf ,c L 2 6946260.893 2296062.141 725.668 GV RIM bA�+ �S 3 6946307.399 229603&306 726.85 GV RIM 4 6946220.592 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992.225 719.448 WM RIM 1� 8 6946002.267 2295919.133 713.331 WM RIM , 9 6946003.056 2295933.428 713.652 CO RIM 4 24�7- 10 6945994.677 2295980.52 71L662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.198 70&205 WM RIM vgf-i t 4iL 14 6945934.296 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM ' -i i t-A,5",C 5 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708-392 SSMH RIM 18 6945759.776 2295758.643 721.219 SSMH RIM 19 6945769.563 2295778,424 710.086 GV RIM 20 6945743.318 2295788.392 710,631 GV RIM 21 6945723.219 2295754.394 712.80 GV RIM 22 6945682.21 2295744.22 716A86 WM RIM 23 6945621.902 2295669A71 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM ,. �, 25 6945571.059 2295655.19S 727.514 SSMH RIM 26 6945539.499 2295667JM 729.123 WM RIM "TO 27 6945519.834 2295619A9, 732.689 WM RIM C**.V"1". Pof ors 28 6945417.879 2295S80.27 740.521 WM RIM 29 6945456.557 2295643,145 736AS100 RIM J'A SM I_t``3 30 6945387.356 2295597.101 740,756 GV RIM °"rof- ?,t AoS 31 6945370.688 22956W.793 74M976 GV RIM - 5 A9-f- 32 694538353 2295610559 740.409 fH 33 6945321.228 2295551.105 746.34WMRIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 WS233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM •*' 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113A45 2295520.335 7S1.871 WM RIM 40 694SO49.02 2295527.345 752.257 SSMH RIM �F7 41 694SO41.024 2295552.675 7SL79 WM RIM 42 6945038.878 2295552.147 751.89 WM RIM 43 69450D6.397 2295518.135 752.615 WM RIM A"0 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752AS6 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM .1 ,y s;►� rtje 1p '_]►�E O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 -—-------------- ---------- ---- ----- --------------------- ----- ------------------------------------ O:\Specs-Stds Governance Process\Temporary Spec R|es\[apitu| Delivery\[apDevery Div U1\U171 2].16.U1_Attuchmert/LSuney Staking Standardsdocx Page 26otZG 017423-1 CLEANING Page 1 of 4 SECTION 0174 23 CLEANING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 74 23-2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 7423-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease,mastic, adhesives, dust, dirt, stains,fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior(Site or Right of Way)Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 74 23-4 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 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release 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 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present 15 b. Upon completion of this inspection,the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials,barricades,and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice,the City, in the presence of the Contractor,will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include,but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 41 E. Supporting Documentation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Coordinate with the City Project Representative to complete the following 2 additional forms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c. Affidavit of Payment and Release of Liens 6 d. Consent of Surety to Final Payment 7 e. Pipe Report(if required) 8 f. Contractor's Evaluation of City 9 g. Performance Evaluation of Contractor 10 F. Letter of Final Acceptance 11 1. Upon review and acceptance of Notice of Project Completion and Supporting 12 Documentation, in accordance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C.Added language to clarify and emphasize requirement to"Clearing ROW" 26 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 01 78 23-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include,but are not limited to: a. Traffic Controllers b. Irrigation Controllers(to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/2 inches x 11 inches b. Paper 1) 40 pound minimum,white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 78 23-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product,or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used,correlate the data into related consistent groupings. 4. If available,provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal,address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List,with each product: 1) The name,address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products,applied materials and finishes: a. Manufacturer's data,giving full information on products 1) Catalog number, size,composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content,for moisture protection and weather exposure products: a. Manufacturer's data,giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection,maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up,break-in,routine and normal operating instructions 2) Regulation,control,stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Alignment,adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 78 23-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers,with location and function of each valve j. List of original manufacturer's spare parts,manufacturer's current prices,and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content,for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics,and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts,manufacturer's current prices,and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 78 23-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 78 39-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work,both concealed and visible,to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case,provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City,at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection,provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS -JOB SET". Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time,the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City,until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes,use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits,circuits,piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within I inch,the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note,the vertical location of the Item("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment,conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction,and the actual location of items. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents,other than Drawings,have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents,other than Drawings,will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0241 13-1 SELECTIVE SITE DEMOLITION Page 1 of 5 1 SECTION 02 4113 2 SELECTIVE SITE DEMOLITION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps, landings, and detectable warning surfaces 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 3123 23—Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps:measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Detectable Warning Surface:measure by each 30 e. Remove Driveway: measure by the square foot by type. 31 f. Remove Fence:measure by the linear foot. 32 g. Remove Guardrail: measure by the linear foot along the face of the rail in place 33 including metal beam guard fence transitions and single guard rail terminal 34 sections from the center of end posts. 35 h. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 36 i. Remove Mailbox, Remove and Replace Mailbox, and Relocate Mailbox: 37 measure by each. 38 j. Remove Rip Rap: measure by the square foot. 39 k. Remove Miscellaneous Concrete Structure:measure by the lump sum. 40 2. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting,removal,hauling, 2 disposal, tools,equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts 4 as a wall footing)shall be paid as sidewalk removal. For utility projects,this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps:full compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects,this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting,removal, 12 hauling, disposal, tools,equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects,this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Detectable Warning Surface:full compensation for removal, hauling, 17 disposal, tools, equipment, labor and incidentals needed to execute work. Work 18 includes detectable warning surface removal from ramp. 19 e. Remove Driveway: full compensation for saw cutting,removal,hauling, 20 disposal, tools, equipment, labor and incidentals needed to remove improved 21 driveway by type. For utility projects,this Item shall be considered subsidiary 22 to the trench and no other compensation will be allowed. 23 f. Remove Fence:full compensation for removal, hauling, disposal,tools, 24 equipment, labor and incidentals needed to remove fence. For utility projects, 25 this Item shall be considered subsidiary to the trench and no other 26 compensation will be allowed. 27 g. Remove Guardrail: full compensation for removing materials, loading,hauling, 28 unloading, and storing or disposal;furnishing backfill material; backfilling the 29 postholes;and equipment, labor,tools, and incidentals.For utility projects,this 30 Item shall be considered subsidiary to the trench and no other compensation 31 will be allowed. 32 h. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 33 cutting,removal, hauling, disposal,tools,equipment, labor and incidentals 34 needed to execute work. Sidewalk adjacent to or attached to retaining wall 35 (including sidewalk that acts as a wall footing)shall be paid as sidewalk 36 removal. For utility projects,this Item shall be considered subsidiary to the 37 trench and no other compensation will be allowed. 38 i. Remove Mailbox: full compensation for removal,hauling,disposal,tools, 39 equipment, labor and incidentals needed to execute work. For utility projects, 40 this Item shall be considered subsidiary to the trench and no other 41 compensation will be allowed. 42 j. Remove and Replace Mailbox and Relocate Mailbox: full compensation for 43 removal, hauling, disposal or relocation, and installation or construction of 44 replacement,tools, equipment, labor and incidentals needed to execute work for 45 different types:traditional pipe and mailbox or brick mailbox, at equal or better 46 condition on completion 47 k. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 48 disposal,tools, equipment, labor and incidentals needed to execute work. For 49 utility projects,this Item shall be considered subsidiary to the trench and no 50 other compensation will be allowed. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 024113-3 SELECTIVE SITE DEMOLITION Page 3of5 1 1. Remove Miscellaneous Concrete Structure:full compensation for saw cutting, 2 removal,hauling, disposal,tools, equipment, labor and incidentals needed to 3 execute work. For utility projects,this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway:Driveway constructed of concrete, asphalt paving or brick unit 8 pavers. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Fill Material: See Section 3123 23. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 REMOVAL 29 A. Remove Sidewalk 30 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4.K 32 B. Remove Steps 33 1. Remove step to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K 35 C. Remove ADA Ramp Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing curb and gutter and pavement prior to wheelchair ramp removal. 2 See 3.4AK. 3 2. Remove ramp to nearest existing dummy,expansion or construction joint on 4 existing sidewalk. 5 D. Remove Detectable Warning Surface 6 1. Remove old detectable warning surface from ramp,including either pavers or 7 prefabricated panels 8 2. Clean any glue or residue from the surface 9 E. Remove Driveway 10 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 11 3.4AK. 12 2. Remove drive to nearest existing dummy, expansion or construction joint. 13 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 14 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 15 joint on existing sidewalk. 16 F. Remove Fence 17 1. Remove all fence components above and below ground and bacHiill with acceptable 18 fill material. 19 2. Use caution in removing and salvaging fence materials. 20 3. Salvaged materials may be used to reconstruct fence as approved by City or as 21 shown on Drawings. 22 4. Contractor responsible for keeping animals (livestock,pets, etc.)within the fenced 23 areas during construction operation and while removing fences. 24 G. Remove Guardrail 25 1. Remove rail elements in original lengths. 26 2. Remove fittings from the posts and the metal rail and then pull the posts. 27 3. Do not mar or damage salvageable materials during removal. 28 4. Completely remove posts and any concrete surrounding the posts. 29 5. Furnish backfill material and backfill the hole with material equal in composition 30 and density to the surrounding soil unless otherwise directed. 31 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 32 foot below the new subgrade elevation and leave in place along with the dead man. 33 R Remove Retaining Wall (less than 4 feet tall) 34 1. Remove wall to nearest existing joint. 35 2. Sawcut when removing to nearest joint is not practical. See 3.4.K 36 3. Removal includes all components of the retaining wall including footings. 37 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 38 I. Remove Mailbox 39 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 40 reconstruction. 41 J. Remove Rip Rap Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0241 13-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 1. Remove rip rap to nearest existing dummy,expansion or construction joint. 2 2. Sawcut when removing to nearest joint is not practical. See 3.4.K 3 K Remove Miscellaneous Concrete Structure 4 1. Remove portions of miscellaneous concrete structures including foundations and 5 slabs that do not interfere with proposed construction to 2 feet below the finished 6 ground line. 7 2. Cut reinforcement close to the portion of the concrete to remain in place. 8 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 9 water. 10 L. Sawcut 11 1. Sawing Equipment 12 a. Power-driven 13 b. Manufactured for the purpose of sawing pavement 14 c. In good operating condition 15 d. Shall not spall or fracture the pavement to the removal area 16 2. Sawcut perpendicular to the surface completely through existing pavement. 17 3.5 REPAIR [NOT USED] 18 3.6 R&INSTALLATION [NOT USED] 19 3.7 SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revis ion Log DATE NAME SUMMARYOF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified Payment-Items will be subsidiary to trench on utility projects 3/11/2022 M Omen/S Hobbs Added measurement and payment for Remove and Replace Mailbox and Relocate Mailbox and Remove Detectable Warning Surface 29 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 0241 14-1 UTILITY REMOVAUABANDONMENT Page I of 16 SECTION 02 4114 UTILITY REMOVAL/ABANDONMENT PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 34 13—Controlled Low Strength Material(CLSM) 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 5. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 —Ductile Iron Fittings 7. Section 33 11 13—Concrete Pressure Pipe,Bar-wrapped, Steel Cylinder Type 8. Section 33 11 14—Buried Steel Pipe and Fittings 9. Section 33 12 25—Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 024114-2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. 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 per cubic yard of"Line Grouting"for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per linear foot of"Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing,placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place,and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per each"Abandon Manhole"for: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 024114-3 UTILITY REMOVAUABANDONMENT Page 3 of 16 a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing,placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per each"Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. 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 each"Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 8) Furnishing,placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. 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 each"Water 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 compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" shall be paid for at the unit price bid per each"Remove Water Valve"for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" shall be paid for at the unit price bid per each"Salvage Water Valve"for: a) Various sizes Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 024114-5 UTILITY REMOVAUABANDONMENT Page 5 of 16 c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing,placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" shall be paid for at the unit price bid per each"Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" shall be paid for at the unit price bid per each"Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) 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 salvaged. b. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per each"Salvage Water Meter"for: a) Various sizes 2) If a"Water Meter Service Relocate" is performed in accordance with Section 33 12 10,removal and salvage or disposal of the existing(2-inch or smaller)water meter shall be subsidiary to the cost of the"Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per each"Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per each"Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-7 UTILITY REMOVAUABANDONMENT Page 7 of 16 7) Hauling 8) Disposal of excess materials 9) Furnishing,placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. 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 each"Sewer Abandonment Plug"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 compaction of backfill 8) Clean-up 2. Sanitary 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 furnished in accordance with this Item and measured as provided under"Measurement" shall be paid for at the unit price bid per each"Remove Sewer Manhole"for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing,placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-8 UTILITY REMOVAUABANDONMENT Page 8 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the lump sum bid per each"Remove Sewer Junction Box"location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. 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 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 compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per each"Remove Manhole Riser"for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 024114-9 UTILITY REMOVA JABANDONMENT Page 9 of 16 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement' shall be paid for at the unit price bid per each"Remove Storm Junction Box"for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'shall be paid for at the lump sum bid per each"Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing,placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'shall be paid for at the unit price bid per each"Remove Storm Inlet'for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-10 UTILITY REMOVAUABANDONMENT Page 10 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing,placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" shall be paid for at the unit price bid per linear foot of"Remove Storm Junction Box"for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing,placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment(SET)to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement' shall be paid for at the unit price bid per each"Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing,placement and compaction of backfill 7) Clean-up 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'shall be paid for at the unit price bid per linear foot of"Remove Trench Drain"for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-11 UTILITY REMOVAUABANDONMENT Page 11 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing,placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL,SALVAGE,AND ABANDONMENT A. General Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-12 UTILITY REMOVAUABANDONMENT Page 12 of 16 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 2) 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 Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 2) 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 Section 33 12 25. c. Concrete Pressure Pipe,Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate,embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13;or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-13 UTILITY REMOVA JABANDONMENT Page 13 of 16 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet,wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet,wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field 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 provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-14 UTILITY REMOVAUABANDONMENT Page 14 of 16 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 0241 14-16 UTILITY REMOVAUABANDONMENT Page 16 of 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.C.3.c.—Include Frame and Cover in Payment description 12/20/12 D.Johnson Throughout—added abandonment of storm and sewer manholes when requested and/or approved by City Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 024115-1 PAVING REMOVAL Page 1 of 6 SECTION 02 41 15 PAVING REMOVAL PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing concrete paving,asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 32 1133 -Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting,removal,hauling, disposal,tools,equipment, labor and incidentals needed to execute work. For utility projects,this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting,removal,hauling, disposal,tools,equipment, labor and incidentals needed to execute work. For utility projects,this Item shall be considered subsidiary to the trench and no other compensation will be allowed. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 024115-2 PAVING REMOVAL Page 2 of 6 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning,hauling, disposal,tools,equipment, labor and incidentals needed to execute work. For utility projects,this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, hauling, disposal,tools,equipment, labor and incidentals needed to execute work. For utility projects,this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, hauling, disposal,tools,equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal,tools, labor,equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling,hauling milled material to salvage stockpile or disposal,tools,labor,equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling,hauling milled material to salvage stockpile or disposal,tools, labor,equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor,material,equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material,undercut the base,mixing,compaction,haul off, sweep,and dispose of the undercut material. j. Remove speed cushion: full compensation for removal,hauling, disposal, tools,equipment, labor,and incidentals needed to execute the work. For utility projects,this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. 1. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 1.3 REFERENCES A. ASTM International(ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12 400 ft-lbFft3 (600 kN-m/m3)) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 0241 15-3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade- Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent,existing pavement. B. Sawing 1. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth,parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint,cold joint,expansion joint,edge of paving or gutter lip, remove paving to that joint,edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat,straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.13. 2. Remove concrete to the nearest expansion joint or vertical saw cut. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 024115-4 PAVING REMOVAL Page 4 of 6 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.13. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.13. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces,mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled,remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes,the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power,traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck,all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement(0-inch cut)at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges,oil film, and other imperfections of workmanship with a uniform textured appearance. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 024115-5 PAVING REMOVAL Page 5 of 6 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re-use, clean,palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization I. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5%Portland cement. b. See Section 32 1133. 3. Mixing: see Section 32 1133. 4. Compaction: see Section 32 1133. 5. Finishing: see Section 32 1133. 6. Curing: see Section 32 1133. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 0241 15-6 PAVING REMOVAL Page 6 of 6 I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2016 F.Griffin 1.2.A.2.b.—Removed duplicate last sentence. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2,2016 03 30 00-1 CAST-IN-PLACE CONCRETE Page 1 of 25 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design,placement procedures and finishes,for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast-in-Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENC ES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast-furnace slag CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless adate is specifically cited. 7 2. American Association of State Highway and Transportation(AASHTO): 8 a. M182, Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute(ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction(AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International(ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 24 Materials for High-Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready-Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars(Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 41 in. C171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Hydraulic Cement. 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 2 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 3 Curing Concrete. 4 t. C494, Standard Specification for Chemical Admixtures for Concrete. 5 u. C595, Standard Specification for Blended Hydraulic Cements 6 v. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 7 Pozzolan for Use in Concrete. 8 w. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 9 Concrete. 10 x. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 11 Use in Concrete and Mortars. 12 y. C1017, Standard Specification for Chemical Admixtures for Use in Producing 13 Flowing Concrete. 14 z. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 15 Concrete. 16 aa. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 17 Cement Concrete. 18 bb. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 19 cc. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor 20 Levelness Numbers. 21 dd. F436, Standard Specification for Hardened Steel Washers. 22 6. American Welding Society(AWS). 23 a. D1.1, Structural Welding Code -Steel. 24 b. D I A, Structural Welding Code -Reinforcing Steel. 25 7. Concrete Reinforcing Steel Institute(CRSI) 26 a. Manual of Standard Practice 27 8. Texas Department of Transportation 28 a. Standard Specification for Construction and Maintenance of Highways, Streets 29 and Bridges 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Work Included 32 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 33 including shoring,reshoring,falsework,bracing,proprietary forming systems, 34 prefabricated forms,void forms,permanent metal forms, bulkheads,keys, 35 blockouts, sleeves, pockets and accessories. 36 a. Erection shall include installation in formwork of items furnished by other 37 trades. 38 2. Furnish all labor and materials required to fabricate,deliver and install 39 reinforcement and embedded metal assemblies for cast-in-place concrete, including 40 steel bars,welded steel wire fabric,ties,supports and sleeves. 41 3. Furnish all labor and materials required to perform the following: 42 a. Cast-in-place concrete 43 b. Concrete mix designs 44 c. Grouting CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 3000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions,weather,test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCNs "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops undercover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists,the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements,products that 17 may be incorporated into the Work include,but are not limited to,products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include,but are not limited to,manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood, lumber,metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood,metal,PVC or rubber strips 28 b. 3/4-inch x 3/4-inch,minimum 29 3. Rustication Strips 30 a. Wood, metal,PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form-Release Agent 33 a. Commercially formulated form-release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form-facing materials,formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March I1,2022 03 30 00-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water-barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615, Grade 60, deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615, Grade 60, steel bars(smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steelwire,plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice,"of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 25 Class 2 stainless-steel bar supports. 26 2) For slabs-on-grade,provide sand plates,horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates:ASTM A36 31 2. Headed Studs:Heads welded by full-fusion process, as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 36 b. Kw lk Bolt II,Hihi Fastening Systems, Tulsa,Oklahoma 37 c. Truboh,Ramset Fastening Systems,Paris,Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout-filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod, unless otherwise 3 specified. 4 2. Available Products 5 a. Hihi HIT HY 150 Max 6 b. Simpson Acrylic-Tie 7 c. Powers Fasteners AC 100+Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish: Hot-dip zinc coating,ASTM Al53, Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 16 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 17 washers. 18 1) Provide 3/4-inch bolt size, unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces, provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/4-inch bolt size, unless otherwise indicated. 23 I. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials, of the same type, brand, and source, 26 throughout Project: 27 1) Portland Cement, Portland-Limestone Cement 28 a) ASTM C150, Type I/II, gray 29 b) ASTM C595,Type IL cement 30 c) Supplement with the following: 31 (1) Fly Ash 32 (a) ASTM C618, Class C or F 33 (2) Ground Granulated Blast-Furnace Slag 34 (a) ASTM C989, Grade 100 or 120. 35 2) Silica Fume 36 a) ASTM C1240, amorphous silica 37 3) Normal-Weight Aggregates 38 a) ASTM C33, Class 3S coarse aggregate or better, graded 39 b) Provide aggregates from a single source. 40 4) Maximum Coarse-Aggregate Size 41 a) 3/4-inch nominal 42 5) Fine Aggregate 43 a) Free of materials with deleterious reactivity to alkali in cement 44 6) Water 45 a) ASTM C94 and potable 46 J. Admixtures CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 1. Air-Entraining Admixture 2 a. ASTM C260 3 2. Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other ad- 5 mixtures and that will not contribute water-soluble chloride ions exceeding 6 those permitted in hardened concrete. 7 b. Do not use calcium chloride or admixtures containing calcium chloride. 8 c. Water-Reducing Admixture 9 1) ASTM C494,Type A 10 d. Retarding Admixture 11 1) ASTM C494,Type B 12 e. Water-Reducing and Retarding Admixture 13 1) ASTM C494, Type D 14 f. High-Range, Water-Reducing Admixture 15 1) ASTM C494, Type F 16 g. High-Range, Water-Reducing and Retarding Admixture 17 1) ASTM C494,Type G 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C 1017,Type II 20 K Waterstops 21 1. Self-Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 23 bentonite or other hydrophilic polymers, for adhesive bonding to concrete,3/a- 24 inch x 1-inch. 25 b. Available Products 26 1) Colloid Environmental Technologies Company;Volclay Waterstop-RX 27 2) Concrete Sealants Inc.;Conseal CS-231 28 3) Greenstreak; Swellstop 29 4) Henry Company, Sealants Division; Hydro-Flex 30 5) JP Specialties,Inc.;Earthshield Type 20 31 6) Progress Unlimited,Inc.; Superstop 32 7) TCMiraDRI;Mirastop 33 L. Curing Materials 34 1. Absorptive Cover 35 a. AASHTO M182,Class 2,burlap cloth made from jute or kenaf, weighing 36 approximately 9 ounces/square yard when dry 37 2. Moisture-Retaining Cover 38 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 39 3. Water 40 a. Potable 41 4. Clear, Waterborne,Membrane-Forming Curing Compound 42 a. ASTM C309, Type 1, Class B, dissipating 43 b. Available Products 44 1) Anti-Hydro International, Inc.;AH Curing Compound#2 DR WB 45 2) Burke by Edoc o;Aqua Resin Cure 46 3) ChemMasters; Safe-Cure Clear CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing&Manufacturing Co.,Inc., a Dayton Superior 2 Company;W.B. Resin Cure 3 5) Dayton Superior Corporation;Day Chem Rez Cure(J-11-W) 4 6) Euclid Chemical Company(The);Kurez DR VOX 5 7) Kaufman Products,Inc.;Thinfilm 420 6 8) Lambert Corporation;Aqua Kure-Clear 7 9) L&M Construction Chemicals,Inc.;L&M Cure R 8 10)Meadows, W. R., Inc.; 1100 Clear 9 11)Nox-Crete Products Group,Kinsman Corporation;Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company;Resi-Chem Clear Cure 11 13)Tamms Industries,Inc.;Horncure WB 30 12 14)Unitex; Hydro Cure 309 13 15)US Mix Products Company;US Spec Maxcure Resin Clear 14 16)Vexcon Chemicals,Inc.;Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II,non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces,of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and 11, non-load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick,galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes,Lag Bolts, Through Bolts,Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 c one rete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement-based,polymer-modified, self-leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150,C595,Portland cement, Portland-Limestone Cement or hy- 44 draulic or blended hydraulic cement as defined in ASTM C219 45 c. Primer CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate, condi- 2 tions, and application 3 d. Aggregate 4 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C109/C109M 9 2. Repair Overlayment 10 a. Cement-based,polymer-modified, self-leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150, C595,Portland cement, Portland-Limestone Cement or hy- 15 draulic or blended hydraulic cement as defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate,conditions, 18 and application 19 d. Aggregate 20 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures,General 25 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 26 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318,Chapter 5.3.3.2 to produce an 36 average strength greater than the specked strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage,by weight, of cementitious materials other than Portland ce- 46 ment or Portland-Limestone cement in concrete as follows,unless specified 47 otherwise: CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-11 CAST-IN-PLACE CONCRETE Page 11 of 25 1 1) Fly Ash: 25 percent 2 2) Combined Fly Ash and Pozzolan: 25 percent 3 3) Ground Granulated Blast-Furnace Slag: 50 percent 4 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 5 Slag: 50 percent 6 5) Portland cement minimum,with fly ash or pozzolan not exceeding 25 per- 7 c ent 8 6) Silica Fume: 10 percent 9 7) Combined Fly Ash,Pozzolans, and Silica Fume: 35 percent with fly ash or 10 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- II cent 12 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 13 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 14 percent and silica fume not exceeding 10 percent 15 3. Limit water-soluble, chloride-ion content in hardened concrete to: 16 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 17 (typical) 18 b. 0.15 percent by weight if concrete will be exposed to chlorides 19 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 20 continually dry and protected. 21 4. Admixtures 22 a. Use admixtures according to manufacturer's written instructions. 23 b. Do not use admixtures which have not been incorporated and tested in accepted 24 mixes. 25 c. Use water-reducing high-range water-reducing or plasticizing admixture in 26 concrete,as required,for placement and workability. 27 d. Use water-reducing and retarding admixture when required by high 28 temperatures, low humidity or other adverse placement conditions. 29 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use 30 industrial slabs and parking structure slabs, concrete required to be watertight, 31 and concrete with a water-cementitious materials ratio below 0.50. 32 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 33 P. Concrete Mixtures 34 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 35 Highways, Streets,and Bridges"for: 36 a. Culverts 37 b. Headwalls 38 c. Wingwalls 39 2. Proportion normal-weight concrete mixture as follows: 40 a. Minimum Compressive Strength: 3,000 psi at 28 days 41 b. Maximum Water-Cementitious Materials Ratio: 0.50 42 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 43 inches before adding high-range water-reducing admixture or plasticizing 44 admixture,plus or minus 1 inch 45 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 46 inch nominal maximum aggregate size CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-12 CAST-IN-PLACE CONCRETE Page 12 of 25 1 Q. Fabricating Reinforcement 2 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 3 R. Fabrication of Embedded Metal Assemblies 4 1. Fabricate metal assemblies in the shop.Holes shall be made by drilling or 5 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 6 accordance with AWS 131.1. 7 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. 8 All other metal assemblies shall be either hot dip galvanized or painted with an 9 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 10 installed in accordance with the manufacturer's instructions. Repair painted I assemblies after welding with same type of paint. 12 S. Concrete Mixing 13 1. Ready-Mixed Concrete: Measure, batch,mix, and deliver concrete according to 14 ASTM C94, and furnish batch ticket information. 15 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 16 and delivery time from 1-1/2 hours to 75 minutes;when air temperature is 17 above 90 degrees Fahrenheit,reduce mixing and delivery time to 60 minutes. 18 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete 19 according to ASTM C94/C94M. Mix concrete materials inappropriate drum-type 20 batch machine mixer. 21 a. For mixer capacity of 1 cubic yard or smaller,continue mixing at least 1-1/2 22 minutes,but not more than 5 minutes after ingredients are in mixer, before any 23 part of batch is released. 24 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 25 seconds for each additional 1 cubic yard. 26 c. Provide batch ticket for each batch discharged and used in the Work, indicating 27 Project identification name and number, date,mixture type,mixture time, 28 quantity,and amount of water added. Record approximate location of final 29 deposit in structure. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. Formwork CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 1. Design, erect, shore,brace,and maintain formwork,according to ACI 301,to 2 support vertical, lateral,static, and dynamic loads, and construction loads that might 3 be applied, until structure can support such loads. 4 2. Construct formwork so concrete members and structures are of size, shape, 5 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 6 a. Vertical alignment 7 1) Lines, surfaces and arises less than 100 feet in height- 1 inch. 8 2) Outside corner of exposed corner columns and control joints in concrete 9 exposed to view less than 100 feet in height - 1/2 inch. 10 3) Lines, surfaces and arises greater than 100 feet in height- 1/1000 times the 11 height but not more than 6 inches. 12 4) Outside corner of exposed corner columns and control joints in concrete 13 exposed to view greater than 100 feet in height - 1/2000 times the height 14 but not more than 3 inches. 15 b. Lateral alignment 16 1) Members - I inch. 17 2) Centerline of openings 12 inches or smaller and edge location of larger 18 openings in slabs- 1/2 inch. 19 3) Sawcuts,joints,and weakened plane embedments in slabs-3/4 inch. 20 c. Level alignment 21 1) Elevation of slabs-on-grade-3/4 inch. 22 2) Elevation of top surfaces of formed slabs before removal of shores-3/4 23 inch. 24 3) Elevation of formed surfaces before removal of shores -3/4 inch. 25 d. Cross-sectional dimensions: Overall dimensions of beams,joists,and columns 26 and thickness of walls and slabs. 27 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 28 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 29 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 30 e. Relative alignment 31 1) Stairs 32 a) Difference in height between adjacent risers - 1/8 inch. 33 b) Difference in width between adjacent treads - 1/4 inch. 34 c) Maximum difference in height between risers in a flight of stairs-3/8 35 inch. 36 d) Maximum difference in width between treads in a flight of stairs-3/8 37 inch. 38 2) Grooves 39 a) Specified width 2 inches or less - 1/8 inch. 40 b) Specified width between 2 inches and 12 inches- 1/4 inch. 41 3) Vertical alignment of outside corner of exposed corner columns and control 42 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 43 4) All other conditions -3/8 inch in 10 feet. 44 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 45 as follows: 46 a. Class B, 1/4 inch for smooth-formed finished surfaces. 47 b. Class C, 1/2 inch for rough-formed finished surfaces. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 4. Construct forms tight enough to prevent loss of concrete mortar. 2 5. Fabricate forms for easy removal without hammering or prying against concrete 3 surfaces. Provide crush or wrecking plates where stripping may damage cast 4 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 5 horizontal to 1 vertical. 6 a. Install keyways, reglets, recesses, and the like, for easy removal. 7 b. Do not use rust-stained steel form-facing material. 8 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 9 required elevations and slopes in finished concrete surfaces. Provide and secure 10 units to support screed strips;use strike-off templates or compacting-type screeds. 11 7. Construct formwork to cambers shown or specified on the Drawings to allow for 12 structural deflection of the hardened concrete. Provide additional elevation or 13 camber in formwork as required for anticipated formwork deflections due to weight 14 and pressures of concrete and construction loads. 15 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 16 caps,walls, and columns straight and to the lines and grades specified. Do no earth 17 form foundation elements unless specifically indicated on the Drawings. 18 9. Provide temporary openings for cleanouts and inspection ports where interior area 19 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 20 securely braced to prevent loss of concrete mortar. Locate temporary openings in 21 forms at inconspicuous locations. 22 10. Chamfer exterior corners and edges of permanently exposed concrete. 23 11. Form openings,chases,offsets, sinkages,keyways, reglets,blocking, screeds, and 24 bulkheads required in the Work. Determine sizes and locations from trades 25 providing such items. 26 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 27 sawdust, dirt, and other debris just before placing concrete. 28 13. Retighten forms and bracing before placing concrete, as required,to prevent mortar 29 leaks and maintain proper alignment. 30 14. Coat contact surfaces of forms with form-release agent,according to manufacturer's 31 written instructions,before placing reinforcement,anchoring devices, and 32 embedded items. 33 a. Do not apply form release agent where concrete surfaces are scheduled to 34 receive subsequent finishes which may be affected by agent. Soak contact 35 surfaces of untreated forms with clean water. Keep surfaces wet prior to 36 placing concrete. 37 B. Embedded Items 38 1. Place and secure anchorage devices and other embedded items required for 39 adjoining work that is attached to or supported by cast-in-place concrete. Use 40 setting drawings,templates, diagrams, instructions, and directions fumished with 41 items to be embedded. 42 a. Install anchor rods, accurately located, to elevations required and complying 43 with tolerances in AISC 303, Section 7.5. 44 1) Spacing within a bolt group: 1/8 inch 45 2) Location of bolt group(center): t/2 inch CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 25 1 3) Rotation of bolt group: 5 degrees 2 4) Angle off vertical: 5 degrees 3 5) Bolt projection: f 3/8 inch 4 b. Install reglets to receive waterproofing and to receive through-wall flashings in 5 outer face of concrete frame at exterior walls,where flashing is shown at lintels, 6 shelf angles,and other conditions. 7 C. Removing and Reusing Forms 8 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 9 compressive strength 10 2. General: Formwork for sides of beams,walls, columns, and similar parts of the 11 Work that does not support weight of concrete may be removed after cumulatively 12 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete,if 13 concrete is hard enough to not be damaged by form-removal operations and curing 14 and protection operations are maintained. 15 a. Leave formwork for beam soffits,joists, slabs,and other structural elements 16 that supports weight of concrete in place until concrete has achieved at least 70 17 percent of its 28-day design compressive strength. 18 b. Do not remove formwork supporting conventionally reinforced concrete until 19 concrete has attained 70 percent of its specked 28 day compressive strength as 20 established by tests of field cured cylinders. In the absence of cylinder tests, 21 supporting formwork shall remain in place until the concrete has cured at a 22 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 23 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 24 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 25 listed time period. Formwork for 2-way conventionally reinforced slabs shall 26 remain in place for at least the minimum cumulative time periods specified for 27 1-way slabs of the same maximum span. 28 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 29 removal Reshores shall remain until the concrete has attained the specified 28 30 day compressive strength. 31 d. Minimum cumulative curing times may be reduced by the use of high-early 32 strength cement or forming systems which allow form removal without 33 disturbing shores, but only after the Contractor has demonstrated to the 34 satisfaction of the Engineer that the early removal of forms will not cause 35 excessive sag, distortion or damage to the concrete elements. 36 e. Completely remove wood forms. Provide temporary openings if required. 37 f. Provide adequate methods of curing and thermal protection of exposed concrete 38 if forms are removed prior to completion of specified curing time. 39 g. Reshore areas required to support construction loads in excess of 20 pounds per 40 square foot to properly distribute construction loading. Construction loads up 41 to the rated live load capacity may be placed on unshored construction provided 42 the concrete has attained the specked 28 day compressive strength. 43 h. Obtaining concrete compressive strength tests for the purposes of form removal 44 is the responsibility of the Contractor. 45 i. Remove forms only if shores have been arranged to permit removal of forms 46 without loosening or disturbing shores. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form-facing material will not be acceptable for 3 exposed surfaces. Apply new form-release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice"for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS D I A,where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) Members 8 inches deep or less:t3/8 inch 31 2) Members more than 8 inches deep:t1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces:±3/8 inches for members 8 33 inches deep or less;t 1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground:3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground:2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices:Provide standard reinforcement splices by lapping and tying ends.Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March I I,2022 03 30 00-17 CAST-IN-PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specked paint or cold galvanizing compound,respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs,joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam-girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls,near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated,according to manufacturer's written instructions,adhesive 33 bonding,mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete, verify that installation of formwork,reinforcement,and 43 embedded items is complete and that required 'inspections have been performed. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO27I9 Revised March 11,2022 03 30 00-18 CAST-IN-PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete,water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high-range water-reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously,provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formw ork des ign 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture(superplasticizer)or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary.Do not place concrete into excavations with standing 28 water. If place of deposit cannot be pumped dry,pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints,until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane, before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days,maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature,provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog-spray forms, steel reinforcement,and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water,soft spots,or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed-surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls,horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces,strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 23 indicated. 24 K Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified,to blend with in-place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel-troweling surfaces to a hard,dense finish with 31 corners, intersections,and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations,complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads:Normal weight concrete(3000 psi),reinforced with 37 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs('Mud slabs'):Normal weight concrete(2500 psi minimum)with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 45 ACI 305.1 for hot-weather protection during curing. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces,including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces,including floors and slabs, concrete floor toppings,and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1,by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water-fog spray 14 3) Absorptive cover,water saturated,and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete,placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry-pack patching mortar,consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-21 CAST-IN-PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal, cut-out honeycombs,rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean,dampen 4 with water, and brush-coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form-tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that,when dry,patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compactmortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces,such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 19 outs, honeycombs, rock pockets,crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width, and other objectionable conditions. 22 b. After concrete has cured at least 14 days, correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas, except random cracks and single holes 1 inch or less in 27 diameter, by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contactwith patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact, and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used, subject to 43 Engineer's approval. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231,pressure method,for normal-weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive-Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field-cured cylinders is less than 85 percent of companion 36 laboratory-cured cylinders,evaluate operations and provide corrective procedures 37 for protecting and curing in-place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive-strength tests equals or exceeds specified compressive 40 strength and no compressive-strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO27I9 Revised March 11,2022 03 30 00-23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer,and Contractor 2 within 48 hours of testing. Reports of compressive-strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength,and type of break for both 7-and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment,compressive 9 strengths,or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure,as 14 indicated by cylinder tests, falls below the specified requirements,provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense,will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge.Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet,not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard:All floors are subject to measurement for flatness and 43 levelness, according to ASTM E1155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 30 00-24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (line of measurements)anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values(FL)do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface,with respect to the elevation shown on the Drawings,is as follows: 27 1) Slab-on-Grade Construction:f'/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores:±%inch 30 3) Top surfaces of all other slabs:±%inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to % inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 03 3000-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors,wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARYOF CHANGE 2.2.0.3 —Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D.Johnson chloride-ion content 3.4.C.1 —Changed 75%to 70% 3/11//2022 1 ZelalemArega 1.3.B.5.t, 2.2.I.1, 2.2.0.2, —AddedASTMC595—Type ILcement 11 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised March 11,2022 0334 13-1 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 1 of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material(CLSM)for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00-Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement 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 subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 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-Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260- Standard Specification for Air-Entraining Admixtures for Concrete. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 0334 13-2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 2 of 7 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT 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 accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,20I2 033413-3 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand(does not need to be in accordance with ASTM C33).No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength(90 days)to 200 psi such that material could be re-excavated with conventional 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 coloration means for approval. 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump,workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 033413-4 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room.Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density,revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design,trial batches,and test information. E. Determine slump in accordance with ASTM C 143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill,tap lightly,strike off, and then measure and record slump. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 033413-5 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 5 of 7 PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM,to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient 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 maintenance of its fluid properties. 3. Transport and place material so that it flows easily around,beneath, or through walls,pipes,conduits,or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance,maintain slump developed during testing during construction at all times within f 1 inch. 5. Use a slump, consistency,workability, flow characteristics, and pumpability(where required)such that when placed,the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens,and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction,the City will have tests made to determine whether the CLSM,as being produced,complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 033413-6 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 6 of 7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap,or equivalent.Do not sprinkle water directly on the cylinders. c. After 2 days,place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping,banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick,and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 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 equal to or greater than the minimum required compression strength,but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill,tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements,make corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 033413-7 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement 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 subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 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, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 5. C 172, Standard Practice for Sampling 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 Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand(does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls,pipes,conduits, or other structures. 3. Use a slump, consistency,workability, flow characteristics, and pumpability(where required)such that when placed,the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards,plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; 1 test for each composite sample,but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive-Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 038000-1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES PART1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures,including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head walls f. Culverts 2. This section does not include modifications to Reinforced Concrete Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. 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 subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. A615, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 03 80 00-2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards,the revision in effect at the time of bid opening applies. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturer's Product Data on all product brands proposed for use to the Engineer for review. 2. Include the manufacturer's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. When removing materials or portions of existing structures and when making openings in existing structures,take precautions and all erect all necessary barriers, shoring and bracing,and other protective devices to prevent damage to the structures beyond the limits necessary for the new work,protect personnel,control dust,and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY,STORAGE,AND HANDLING A. Deliver the specified products in original,unopened containers with the manufacturer's name,labels,product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 038000-3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1. In other Part 2 articles where titles below introduce lists,the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements,products that may be incorporated into the Work include,but are not limited to,products specified. b. Available Manufacturers 1) Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Work include,but are not limited to, manufacturers specified. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615,Grade 60,deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent-free,asbestos-free,moisture-insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881,Type V,and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength(ASTM D695) 1) 8,500 psi minimum at 28 days b. 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) 5,000 psi minimum at 14 days e. Water Absorption(ASTM D570-2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength(ASTM C882)Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation,Lyndhurst,New Jersey-Sikadur 32,Hi-Mod 2) BASF, Cleveland,Ohio-Concresive 1438 E. Epoxy Paste l. A 2-component,solvent-free,asbestos free,moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels,anchor bolts,and all-threads into hardened concrete and complying with the requirements of ASTM C881,Type I,Grade 3,and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties(ASTM D695): 10,000 psi minimum at 28 days Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 038000-4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 b. Tensile Strength(ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break-0.3 percent minimum c. Flexural Strength(ASTM D790-Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength(ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption(ASTM D570): 1.0 percent maximum at 7 days f. Bond Strength(ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications a) Sika Corporation,Lyndhurst,New Jersey-Sikadur 32,Hi-Mod LV b) BASF-Concresive 1438 2) All Other Applications a) Sika Corporation,Lyndhurst,New Jersey-Sikadur Hi-mod LV 31 b) BASF-Concresive 1401 F. Repair Mortars 1. Provide an asbestos free,moisture insensitive,polymer-modified,Portland cement- based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation,Lyndhurst New Jersey- SikaTop 122 2) BASF—Emaco Nanocrete R3 G. Pipe Penetration Sealants 1. 1 component polyurethane,extrudable swelling bentonite-free waterstop that is chemically resistant,not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation,Lyndhurst New Jersey—SikaSwell S-2 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Cut,repair,reuse, demolish,excavate or otherwise modify parts of the existing structures or appurtenances,as indicated on the Drawings, specified herein,or necessary to permit completion of the Work. Finishes,joints,reinforcements, sealants,etc.,are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 2. Store,mix, and apply all commercial products specified in this Section in strict compliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion joint or control joint to preserve the isolation between components on either side of the joint. 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if rebar is encountered and relocate the hole to avoid rebar as approved by the Engineer. Do not cut rebar without prior approval by the Engineer. B. Concrete Removal 1. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer,by chipping,jack-hammering, or saw-cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation 1. Prepare connection surfaces as specified below for concrete areas requiring patching,repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil,grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting,grinding, etc.,as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound,free of laitance,and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants,rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 03 80 00-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 5. The following are specific concrete surface preparation"methods"to be used where called for on the Drawings, specified herein,or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned,thoroughly moisten the existing surface with water. 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste,place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned,apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the field preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste,then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to 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. 3.4 INSTALLATION [NOT USED] 3.5 REPAIR[NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 03 80 00-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 31 1000-1 SITE CLEARING Page 1 of 6 1 SECTION 31 10 00 2 SITE CLEARING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 02 41 13— Selective Site Demolition 16 4. Section 02 41 14—Utility Removal/Abandonment 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shallbe by lump sum, square yard, or per acre. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the lump sum, square yard, or per acre price bid for 25 "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of structures and obstructions (unless separate bid 29 item is provided under 02 41 13"Selective Site Demolition or 02 41 14 30 "Utility Removal/Abandonment"). 31 3) Removal and disposal of trees under 6-inch in diameter when bidding by 32 lump sum or square yard 33 4) Removal of ALL trees when bidding by acre. 34 5) Backfilling of holes 35 6) Clean-up 36 2. Tree Removal(for trees 6-inch or larger in diameter when Site Clearing is bid by 37 lump sum or square yard) 38 a. Measurement 39 1) Measurement for this Item shall be per each. 40 2) Measurement of diameter for tree removal shall be at standard"Diameter at 41 Breast Height' or DBI, where Breast Height shall be 54"above grade. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 31 1000-2 SITE CLEARING Page 2 of 6 1 3) 2 b. Payment 3 1) The work performed and the materials furnished in accordance with this 4 Item shall be paid for at the unit price bid per each"Tree Removal'for: 5 a) Various diameter ranges 6 c. The price bid shall include: 7 1) Removal and disposal of tree, including removal of root to a depth at least 2 8 foot below grade 9 2) Grading and backfilling of holes 10 3) Excavation 11 4) Clean-up 12 3. Tree Removal and Transplantation 13 a. Measurement 14 1) Measurement for this Item shall be per each. 15 b. Payment 16 1) The work performed and the materials furnished in accordance with this 17 Item shall be paid for at the unit price bid per each"Tree Transplant"for: 18 a) Various diameter ranges 19 c. The price bid shall include: 20 1) Pruning of designated trees and shrubs 21 2) Moving tree with truck mounted tree spade 22 3) Grading and backfilling of holes 23 4) Replanting tree at temporary location(determined by Contractor) 24 5) Maintaining tree until Work is completed 25 6) Replanting tree into original or designated location 26 7) Excavation 27 8) Fertilization 28 9) Mulching 29 10)Watering 30 11)Clean-up 31 12)Warranty period 32 4. Tree Protection 33 a. Measurement 34 1) Measurement for this Item shall be per each as designated on Construction 35 Drawings for protection 36 b. Payment 37 1) The work performed and the materials furnished in accordance with this 38 Item shall be paid for at the unit price bid per each"Tree Protection'for: 39 a) Various caliper ranges 40 c. The price bid shall include: 41 1) Protection of tree utilizing measures designated on Construction Drawings 42 2) Installation of work of barriers as designated on Construction Drawings 43 3) Maintenance of protection measures throughout construction completed 44 4) Replanting tree into original or designated location 45 5) Excavation 46 6) Fertilization 47 7) Mulching 48 8) Clean-up including removal on constriction completion of protection 49 measures Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 31 10 00-3 SITE CLEARING Page 3 of 6 1 5. 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINSTRATIVE REQUIREMENTS 4 A. Permits 5 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 6 required by the City's Tree Ordinance. PARD-Forestry details can be found here: 7 Forestry—Welcome to the City of Fort Worth (fortworthtexas.gov). Urban Forestry 8 Compliance's ordinance and requirements are w ithin Zoning and can be found here: 9 Zoning—Welcome to the City of Fort Worth(fortworthtexas.gov). 10 B. Preinstallation Meetings 11 1. Hold a preliminary site clearing meeting and include the Contractor, City Forester 12 (if City owned tree)or representative of Urban Forestry if privately owned trees), 13 City Inspector, and the Project Manager for the purpose of reviewing the 14 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 15 prior to the meeting. 16 2. The Contractor will provide the City with a Disposal Letter in accordance to 17 Division 01. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 A. All trees identified to be protected and/or preserved should be clearly flagged with 32 survey tape as per Construction Drawings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 31 1000-4 SITE CLEARING Page 4of6 1 B. Following taping and prior to any removals or site clearing,the Contractor shall meet 2 with the City, the Engineer and the Landowner, if necessary,to confirm trees to be 3 saved. 4 3.4 INSTALLATION 5 A. Protection of Trees 6 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 7 Refer to the Drawings for tree protection details. 8 2. If the Drawings do not provide tree protection details,protected trees shall be 9 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 10 the corners located on the canopy drip line,unless instructed otherwise. 11 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 12 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 %2 13 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 14 form the enclosure. 15 4. For city-owned trees,PARD-Forestry permission required to install protective 16 fencing inside of canopy dripline (Critical Root Zone). 17 5. Additional trunk protection(cladding)is required when protective fencing is 18 approved within the Critical Root Zone. 19 6. Do not park equipment, service equipment, store materials, or disturb the root area 20 under the branches of trees designated for preservation. 21 7. When shown on the Drawings,treat cuts on trees with an approved tree wound 22 dressing within 30 minutes of making a pruning cut or otherwise causing damage to 23 the tree. 24 8. Trees and brush shall be mulched on-site. 25 a. Burning as a method of disposal is not allowed. 26 B. Hazardous Materials 27 1. The Contractor will notify the Engineer immediately if any hazardous or 28 questionable materials not shown on the Drawings are encountered. This includes; 29 but not limited to: 30 a. Floor tiles 31 b. Roof tiles 32 c. Shingles 33 d. Siding 34 e. Utility piping 35 2. The testing,removal, and disposal of hazardous materials will be in accordance 36 with Division 1. 37 C. Site Clearing 38 1. Clear areas shown on the Drawings of all obstructions,except those landscape 39 features that are to be preserved. Such obstructions include. but are not limited to: 40 a. Remains of buildings and other structures 41 b. Foundations 42 c. Floor slabs 43 d. Concrete 44 e. Brick 45 f. Lumber Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 31 10 00-5 SITE CLEARING Page 5 of 6 1 g. Plaster 2 h. Septic tank drain fields 3 i. Abandoned utility pipes or conduits 4 j. Equipment 5 k. Trees 6 1. Fences 7 in. Retaining walls 8 n. Other items as specified on the Drawings 9 2. Remove vegetation and other landscape features not designated for preservation, 10 whether above or below ground, including, but not limited to: 11 a. Curb and gutter 12 b. Driveways 13 c. Paved parking areas 14 d. Miscellaneous stone 15 e. Sidewalks 16 f. Drainage structures 17 g. Manholes 18 h. Inlets 19 i. Abandoned railroad tracks 20 j. Scrap iron 21 k. Other debris 22 3. Remove culverts, storm sewers,manholes,and inlets in proper sequence to 23 maintain traffic and drainage in accordance with Section 02 41 14. 24 4. In areas receiving embankment, remove obstructions not designated for 25 preservation to 2 feet below natural ground. 26 5. In areas to be excavated,remove obstructions to 2 feet below the excavation level. 27 6. In all other areas,remove obstructions to 1 foot below natural ground. 28 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 29 off to ground level. 30 a. Removal of existing structures shall be as per Section 02 41 13. 31 D. Disposal 32 1. Dispose of all trees within 24 hours of removal at an approved off-site facility. 33 2. All materials and debris removed becomes the property of the Contractor,unless 34 otherwise stated on the Drawings. 35 3. The Contractor will dispose of material and debris off-site in accordance with local, 36 state, and federal laws and regulations. 37 3.5 REPAIR [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL [NOT USED] 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT ACTIVITIES [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 31 1000-6 SITE CLEARING Page 6 of 6 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's xwbsite address 3/22/2021 M Owen 1.2 Clarified measurement and payment. 1.4. Clarified administrative requirements. 3.4 Clarified additional installation requirements for tree protection and disposal. 6 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed.Removal of materials 7 encountered to the lines, grades,and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 3124 00—Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method.Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position,this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal,unless modified by Article 11.04 of the General 30 Conditions.Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"will be paid for at the unit 35 price bid per cubic yard of"Unclassified Excavation by Plan". No 36 additional compensation will be allowed for rock or shrinkage/swell 37 factors, as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Excavation 40 2) Excavation Safety 41 3) Drying 42 4) Dust Control CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised January 28,2013 3123 16-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 5) Reworking or replacing the over excavated material in rock cuts 2 6) Hauling 3 7) Disposal of excess material not used elsewhere onsite 4 8) Scarification 5 9) Clean-up 6 2. Excavation by Surveyed Quantity 7 a. Measurement 8 1) Measurement for this Item shall be by the cubic yard in its final position 9 calculated using the average end area or composite method. 10 a) The City will perform a reference survey once the Site has been cleared 11 to obtain existing ground conditions. 12 b) The City will perform a final post-construction survey. 13 c) The Contractor will be paid for the cubic yardage of Excavated material 14 calculated as the difference between the two surveys. 15 d) Partial payments will be based on estimated plan quantity 16 measurements calculated by the Engineer. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under"Measurement"will be paid for at the unit 20 price bid per cubic yard of"Unclassified Excavation by Survey". 21 c. The price bid shall include: 22 1) Excavation 23 2) Excavation Safety 24 3) Drying 25 4) Dust Control 26 5) Reworking or replacing the over excavated material in rock cuts 27 6) Hauling 28 7) Disposal of excess material not used elsewhere onsite 29 8) Scarification 30 9) Clean-up 31 1.3 REFERENCES [NOT USED] 32 A. Definitions 33 1. Unclassified Excavation—Without regard to materials, all excavations shall be 34 considered unclassified and shall include all materials excavated. Any reference to 35 Rock or other materials on the Drawings or in the specifications is solely for the 36 City and the Contractor's information and is not to be taken as a classification of 37 the excavation. 38 1.4 ADMINSTRATIVE REQUIREMENTS 39 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 40 01. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised January 28,2013 3123 16-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE,AND HANDLING 12 A. Storage 13 1. Within Existing Rights-of-Way(ROW) 14 a. Soil may be stored within existing ROW,easements or temporary construction 15 easements,unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non-paved areas,do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement,then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised January 28,2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as NIL, MH, PT,OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local, state,and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather,at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose 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 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO27I9 Revised January 28,2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation,Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised January 28,2013 31 25 00-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan(S WPPP) 7 and installation, maintenance, removal of erosion and sediment controls devices, 8 and establishment off inal stabilization. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1—General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Storm Water Pollution Prevention Plan <1 acre 17 a. Measurement 18 1) This Item is considered subsidiary to the various Items bid. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to the structure or Items being bid and no other 22 compensation will be allowed. 23 2. Storm Water Pollution Prevention Plan> I acre 24 a. Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the lump sum price bid for"SWPPP>— 1 acre". 28 c. The price bid shall include: 29 1) Preparation of SWPPP 30 2) Implementation 31 3) Permitting fees 32 4) Installation 33 5) Maintenance 34 6) Removal 35 7) Obtaining and/or complying with grading and/or fill permits, if required 36 8) Final stabilization 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification,unless a date is specifically cited. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 29,2021 31 25 00-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 2. ASTM Standard: 2 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 3 Fabrics—Diaphragm Bursting Strength Tester Method 4 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 5 of Geotextiles 6 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 7 of a Geotextile 8 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 9 Geomembranes and Related Products 10 3. Texas Commission on Environmental Quality (TCEQ)TPDES General Permit No. 11 TXR150000 12 4. TxDOT Departmental Material Specifications (DMS) 13 a. DMS-6230"Temporary Sediment Control Fence Fabric" 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Storm Water Pollution Prevention Plan (SWPPP) 17 B. TCEQ Notice of Intent(NOI)for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General Permit 19 C. Construction Site Notice 20 D. TCEQ Notice of Termination (NOT)for Storm Water Discharges Associated with 21 Construction Activity under the TPDES General Permit 22 E. Notice of Change(if applicable) 23 F. Grading and/or fill permit, if required 24 25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Rock Filter Dams 36 1. Aggregate Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 29,2021 31 25 00-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 2 crumbling, flaking and eroding acceptable to the Engineer. 3 b. Provide the following: 4 1) Types 1,2 and 4 Rock Filter Dams 5 a) Use 3 to 6 inch aggregate. 6 2) Type 3 Rock Filter Dams 7 a) Use 4 to 8 inch aggregate. 8 2. Wire 9 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 10 wires for Types 2 and 3 rock filter dams 11 b. Type 4 dams require: 12 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2'/z 13 inches x 3 '/a inches 14 2) Minimum 0.0866 inch steel wire for netting 15 3) Minimum 0.1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch for binding or tie wire 17 B. Geotextile Fabric 18 1. Place the aggregate over geotextile fabric meeting the following criteria: 19 a. Tensile Strength of 250 pounds,per ASTM D4632 20 b. Puncture Strength of 135 pounds,per ASTM D4833 21 c. Mullen Burst Rate of 420 psi,per ASTM D3786 22 d. Apparent Opening Size of No. 20(max),per ASTM D4751 23 C. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b. Furnish aggregates that are clean,hard, durable and free from adherent coatings 27 such as salt,alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds,per ASTM D4632 33 2) Puncture Strength of 120 pounds,per ASTM D4833 34 3) Mullen Burst Rate of 600 psi,per ASTM D3786 35 4) Apparent Opening Size of No. 40(max), per ASTM D4751 36 D. Embankment for Erosion Control 37 1. Provide rock, loam,clay,topsoil or other earth materials that will forma stable 38 embankment to meet the intended use. 39 E. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 44 1 to fill sandbags. 45 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide,and 6 to 8 46 inches thick. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 29,2021 31 25 00-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Table 1 2 Sand Gradation Sieve # Maximum Retained(% by Weight) 4 3 percent 100 80 percent 200 95 percent 3 F. Temporary Sediment Control Fence 4 1. Provide a net-reinforced fence using woven geo-textile fabric. 5 2. Logos visible to the traveling public will not be allowed. 6 a. Fabric 7 1) Provide fabric materials in accordance with DMS-6230,"Temporary 8 Sediment Control Fence Fabric." 9 b. Posts 10 1) Provide essentially straight wood or steel posts with a minimum length of 11 48 inches, unless otherwise shown on the Drawings. 12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 14 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 15 foot. 16 c. Net Reinforcement 17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 18 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 19 unless otherwise shown on the Drawings. 20 d. Staples 21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Storm Water Pollution Prevention Plan 30 1. Develop and implement the project's Storm Water Pollution Prevention Plan 31 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 32 requirements. Prevent water pollution from storm water runoff by using and 33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 34 discharges to the MS4 from the construction site. 35 B. Control Measures Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 29,2021 31 25 00-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 1. Implement control measures in the area to be disturbed before beginning 2 construction, or as directed.Limit the disturbance to the area shown on the 3 Drawings or as directed. 4 2. Control site waste such as discarded building materials, concrete truck washout 5 water,chemicals, litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer,the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations,the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. 9 4. Immediately correct ineffective control measures. Implement additional controls as 10 directed. Remove excavated material within the time requirements specified in the 11 applicable storm water permit. 12 5. Upon acceptance of vegetative cover by the City,remove and dispose of all 13 temporary control measures,temporary embankments,bridges,matting, falsework, 14 piling, debris,or other obstructions placed during construction that are not a part of 15 the finished work, or as directed. 16 C. Do not locate disposal areas, stockpiles,or haul roads in any wetland, water body, or 17 streambed. 18 D. Do not install temporary construction crossings in or across any water body without the 19 prior approval of the appropriate resource agency and the Engineer. 20 E. Provide protected storage area for paints, chemicals,solvents,and fertilizers at an 21 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 22 provide shelter for stored chemicals. 23 F. Installation and Maintenance 24 1. Perform work in accordance with the TPDES Construction General Permit 25 TXR150000. 26 2. When approved, sediments may be disposed of within embankments, or in areas 27 where the material will not contribute to further siltation and when appropriate 28 stabilization is provided. 29 3. Dispose of removed material in accordance with federal, state, and local 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal, finish-grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees, brush, stumps and other objectionable material that may interfere 39 with the construction of rock filter dams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1,2, 3, and 5,place the aggregate to the lines,height, and slopes 42 specified, without undue voids. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 29,2021 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed. 6 6. Construct filter dams according to the following criteria,unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Non-reinforced) 9 1) Height -At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width-At least 2 feet 12 3) Slopes-At most 2:1 13 b. Type 2(Reinforced) 14 1) Height -At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width-At least 2 feet 17 3) Slopes -At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height -At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width-At least 2 feet 22 3) Slopes -At most 2:1 23 d. Type 4(Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop-double loop 26 pattern on 4-to 5-inches spacing.At 1 end,pull the end lacing rod until 27 tight,wrap around the end, and twist 4 times.At the filling end,fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on the Drawings. 36 H. Construction Entrances 37 1. When tracking conditions exist,prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway,alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, if necessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches,make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENI Revised April 29,2021 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed,to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required,create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained,or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offshe areas. 16 b. Excavation of Sediment and Debris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain, and when directed. 19 2) Remove sediment from sediment traps and sedimentation ponds no later 20 than the time that design capacity has been reduced by 50%. 21 J. Sandbags for Erosion Control 22 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 23 runoff from disturbed areas,create a retention pond, detain sediment and release 24 water in sheet flow. 25 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 26 allow for proper tying of the open end. 27 3. Place the sandbags with their tied ends in the same direction. 28 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 29 5. Place a single layer of sandbags downstream as a secondary debris trap. 30 6. Place additional sandbags as necessary or as directed for supplementary support to 31 berms or dams of sandbags or earth. 32 K Temporary Sediment-Control Fence 33 1. Provide temporary sediment-control fence near the downstream perimeter of a 34 disturbed area to intercept sediment from sheet flow. 35 2. Incorporate the fence into erosion-control measures used to control sediment in 36 areas of higher flow. Install the fence as shown on the Drawings,as specified in this 37 Section, or as directed by the Engineer or City representative. 38 a. Post Installation 39 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock,with a 40 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 41 b. Fabric Anchoring 42 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 43 fabric. 44 2) Provide a minimum trench cross-section of 6 x 6 inches 45 3) Place the fabric against the side of the trench and align approximately 2 46 inches of fabric along the bottom in the upstream direction. 47 4) Backfill the trench,then hand-tamp. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 29,2021 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 c. Fabric and Net Reinforcement Attachment 2 1) Unless otherwise shown under the Drawings,attach the reinforcement to 3 wooden posts with staples,or to steel posts with T-clips, in at least 4 places 4 equally spaced. 5 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 6 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 7 every 15 inches or less. 8 d. Fabric and Net Splices 9 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 10 least 6 places equally spaced, unless otherwise shown underthe Drawings. 11 a) Do not locate splices in concentrated flow areas. 12 2) Requirements for installation of used temporary sediment-control fence 13 include the following: 14 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 15 b) Fabric without excessive patching(more than 1 patch every 15 to 20 16 feet) 17 c) Posts without bends 18 d) Backing without holes 19 3.5 REPAIR/RFSTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING 25 A. Waste Management 26 1. Remove sediment, debris and litter as needed. 27 3.11 CLOSEOUT ACTIVITIES 28 A. Erosion control measures remain in place and are maintained until all soil disturbing 29 activities at the project site have been completed. 30 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 31 on areas not covered by permanent structures,or in areas where permanent erosion 32 control measures (Le. riprap, gabions, or geotextiles)have been employed. 33 C. Once vegetative cover is achieved,the contractor shall remove all temporary control 34 measures,before final project acceptance. It is the contractor's responsibility to remove 35 all temporary control measures,unless transfer of maintenance and subsequent removal 36 is transferred to another entity in writing. 37 D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of 38 the NOT to the City of Fort Worth"s Environmental Quality Division, if required. 39 E. Complete and submit a Final Grading Certificate to Development Services, if required. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 29,2021 31 25 00-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE 3 A. Install and maintain the integrity of temporary erosion and sedimentation control 4 devices to accumulate silt and debris until earthwork construction and permanent 5 erosion control features are in place or the disturbed area has been adequately stabilized 6 as determined by the Engineer. 7 B. If a device ceases to function as intended, repair or replace the device or portions 8 thereof as necessary. 9 C. Perform inspections of the construction site as prescribed in the Construction General 10 Permit TXR150000. 11 D. Records of inspections and modifications based on the results of inspections must be 12 maintained and available in accordance with the permit. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANCE 1.1 A. 1.Revised language re:what section includes, 1.2 A.2.c.Clarified items included in price,1.5 Added items to list of submittals,2.2Revised language under April 29,2021 M Owen product types/materials,3.4 Revised language under "Installation",and3.11 C. Added language to clarify responsibility to remove temporary protection device and mphasize clearing of ROW 16 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 29,2021 320117-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 8 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage,franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1—General Requirements 17 3. Section 03 34 16—Concrete Base Material for Trench Repair 18 4. Section 32 12 16—Asphalt Paving 19 5. Section 32 13 13—Concrete Paving 20 6. Section 33 05 10— Utility Trench Excavation, Embedment and Backfill 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Asphalt Pavement Repair CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 3 Repair based on the defined width and roadway classification specified in 4 the Drawings. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the 8 unit price bid price per linear foot of Asphalt Pavement Repair. 9 c. The price bid shall include: 10 1) Preparing final surfaces 11 2) Furnishing, loading, unloading, storing, hauling and handling all materials 12 including freight and royalty 13 3) Traffic control for all testing 14 4) Asphalt,aggregate,and additive 15 5) Materials and work needed for corrective action 16 6) Trial batches 17 7) Tack coat 18 8) Removal and/or sweeping excess material 19 2. Asphalt Pavement Repair for Utility Service Trench 20 a. Measurement 21 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 22 Repair centered on the proposed sewer service line measured from the 23 face of curb to the limit of the Asphalt Pavement Repair for the main 24 sewer line. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the 28 unit price bid price per linear foot of"Asphalt Pavement Repair,Service" 29 installed for: 30 a) Various types of utilities CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 8 1 c. The price bid shall include: 2 1) Preparing final surfaces 3 2) Furnishing, loading, unloading, storing, hauling and handling all materials 4 including freight and royalty 5 3) Traffic control for all testing 6 4) Asphalt,aggregate,and additive 7 5) Materials and work needed for corrective action 8 6) Trial batches 9 7) Tack coat 10 8) Removal and/or sweeping excess material 11 3. Asphalt Pavement Repair Beyond Defined Width 12 a. Measurement 13 1) Measurement for this Item will be by the square yard for asphalt 14 pavement repair beyond pay limits of the defined width of Asphalt 15 Pavement Repair by roadway classification specified in the Drawings. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under"Measurement"will be paid for at the 19 unit price bid per square yard of Asphalt Pavement Repair Beyond Defined 20 Width. 21 c. The price bid shall include: 22 1) Preparing final surfaces 23 2) Furnishing, loading, unloading, storing, hauling and handling all materials 24 including freight and royalty 25 3) Traffic control for all testing 26 4) Asphalt,aggregate,and additive 27 5) Materials and work needed for corrective action 28 6) Trial batches CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320117-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 8 1 7) Tack coat 2 8) Removal and/or sweeping excess material 3 4. Extra Width Asphalt Pavement Repair 4 a. Measurement 5 1) Measurement for this Item will be by the square yard for surface repair 6 (does not include base repair)for: 7 a) Various thicknesses 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under "Measurement"will be paid for at the 11 unit price bid per square yard of Extra Width Asphalt Pavement Repair 12 c. The price bid shall include: 13 1) Preparing final surfaces 14 2) Furnishing, loading, unloading,storing, hauling and handling all materials 15 including freight and royalty 16 3) Traffic control for all testing 17 4) Asphalt, aggregate,and additive 18 5) Materials and work needed for corrective action 19 6) Trial batches 20 7) Tack coat 21 8) Removal and/or sweeping excess material 22 1.3 REFERENCES 23 A. Definitions 24 1. H.M.A.C.—Hot Mix Asphalt Concrete 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Permitting CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320117-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 8 1 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 2 and Public Works Department in conformance with current ordinances. 3 2. The Transportation and Public Works Department will inspect the paving repair 4 after construction. 5 1.5 SUBMITTALS[NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 8 1.7 CLOSEOUT SUBMITTALS[NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.12 FIELD CONDITIONS 13 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 14 rising unless otherwise approved. 15 1.13 WARRANTY[NOT USED] 16 PART 2- PRODUCTS 17 2.1 OWNER-FURNISHED [NOT USED] 18 2.2 MATERIALS 19 A. Backfill 20 1. See Section 33 05 10. 21 B. Base Material 22 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 23 2. Concrete Base:See Section 32 13 13. 24 C. Asphalt Paving: see Section 32 12 16. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320117-6 PERMANENT ASPHALT PAVING REPAIR Page 6 of 8 1 1. H.M.A.C. paving:Type D. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL[NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Surface Preparation 9 1. Mark pavement cut for repairs for approval by the City. 10 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 11 3.4 INSTALLATION 12 A. General 13 1. Equipment 14 a. Use machine intended for cutting pavement. 15 b. Milling machines may be used as long as straight edge is maintained. 16 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 17 3. Utility Cuts 18 a. In a true and straight line on both sides of the trench 19 b. Minimum of 12 inches outside the trench walls 20 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 21 gutter and the edge of the trench repair, remove the existing paving to such 22 gutter. 23 4. Limit dust and residues from sawing from entering the atmosphere or drainage 24 facilities. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320117-7 PERMANENT ASPHALT PAVING REPAIR Page 7 of 8 1 B. Removal 2 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 3 area. 4 C. Base 5 1. Install replacement base material as specified in Drawings. 6 D. Asphalt Paving 7 1. H.M,A.0 placement: in accordance with Section 32 12 16 8 2. Type D surface mix 9 3. Depth: as specified in Drawings 10 4. Place surface mix in lifts not to exceed 3 inches. 11 5. Last or top lift shall not be less than 2 inches thick. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL[NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 23 END OF SECTION 24 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320117-8 PERMANENT ASPHALT PAVING REPAIR Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 1 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 3201 18- 1 TEMPORARY ASPHALT PAVING REPAIR Page 1 of 3 SECTION 32 01 18 TEMPORARY ASPHALT PAVING REPAIR PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Utility cuts(water, sanitary sewer, drainage, etc.) along streets programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance Program. 2. Repairs of damage caused by Contractor 3. Any other temporary pavement repair needed during the course of construction. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 32 11 23 -Flexible Base Courses 4. Section 32 12 16 -Asphalt Paving 5. Section 33 05 10-Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Temporary Asphalt Paving Repair. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of Temporary Asphalt Paving Repair. No additional payment will be provided for repairs of damage to adjacent pavement caused by the Contractor. 3. The price bid shall include: a. Preparing final surfaces b. Furnishing, loading, 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. Removal and/or sweeping excess material Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3201 18-2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1.3 REFERENCES A. Definitions 1. H.M.A.C.—Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. The Transportation and Public Works Department will inspect the paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees F or higher and rising unless otherwise approved. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 MATERIALS A. Backfill: see Section 33 05 10. B. Base Material 1. Flexible Base: Use existing base and add new flexible base as required in accordance with Section 32 1123. C. Asphalt Concrete: See Section 32 12 16. 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3201 18-3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 3 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Removal 1. Use an approved method that produces a neat edge. 2. Use care to prevent fracturing existing pavement structure adjacent to the repair area. B. Base 1. Install flexible base material per detail. 2. See Section 32 11 23. C. Apshalt Paving 1. H.M.A.C. placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Modified Items to be included in price bid Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 320129-1 CONCRETE PAVING REPAIR Page 1 of 6 1 SECTION 32 0129 2 CONCRETE PAVING REPAIR 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any other concrete pavement repair needed during the course of construction 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1-General Requirements 16 3. Section 32 0118-Temporary Asphalt Paving Repair 17 4. Section 32 12 16-Asphalt Paving 18 5. Section 32 13 13-Concrete Paving 19 6. Section 33 05 10-Utility Trench Excavation, Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Concrete Pavement Repair 23 a. Measurement CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320129-2 CONCRETE PAVING REPAIR Page 2 of 6 1 1) Measurement for this Item shall be by the square yard of Concrete 2 Pavement Repair for various: 3 a) Street types 4 2) Limits of repair will be based on the time of service of the existing 5 pavement. The age of the pavement will need to be determined by the 6 Engineer through coordination with the City. For pavement ages: 7 a) 10 years or less: repair entire panel 8 b) Greater than 10 years: repair to limits per Drawings 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"shall be paid for at the 12 unit price bid per square yard of Concrete Pavement Repair 13 c. The price bid shall include: 14 1) Shaping and fine grading the placement area 15 2) Furnishing and applying all water required 16 3) Furnishing, loading and unloading,storing, hauling and handling all 17 concrete 18 4) Furnishing, loading and unloading,storing, hauling and handling all base 19 material 20 5) Mixing, placing,finishing and curing all concrete 21 6) Furnishing and installing reinforcing steel 22 7) Furnishing all materials and placing longitudinal,warping,expansion and 23 contraction joints, including all steel dowels, dowel caps and load 24 transmission units required,wire and devices for placing, holding and 25 supporting the steel bar, load transmission units,and joint filler in the 26 proper position;for coating steel bars where required by the Drawings 27 8) Sealing joints 28 9) Monolithically poured curb 29 10) Cleanup CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320129-3 CONCRETE PAVING REPAIR Page 3 of 6 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS 3 A. Permitting 4 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 5 and Public Works Department in conformance with current ordinances. 6 2. Transportation and Public Works Department will inspect paving repair after 7 construction. 8 1.5 SUBMITTALS[NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 11 1.7 CLOSEOUT SUBMITTALS[NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 15 1.11 FIELD CONDITIONS 16 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 17 1.12 WARRANTY[NOT USED] 18 PART 2- PRODUCTS 19 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Embedment and Backfill: see Section 33 05 10. 22 B. Base material: Concrete base: see Section 32 13 13. 23 C. Concrete: see Section 32 13 13. 24 1. Concrete paving: Class H or Class HES. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320129-4 CONCRETE PAVING REPAIR Page 4 of 6 1 2. Replace concrete to the specified thickness. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL[NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS[NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from 9 edge of one repair to the edge of a second repair. 10 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to 11 support traffic. 12 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel 13 plate to the existing pavement to create a smooth riding surface. 14 a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 15 16. 16 C. Surface Preparation: mark pavement cut repairs for approval by the City. 17 3.4 INSTALLATION 18 A. Sawing 19 1. General 20 a. Saw cut perpendicular to the surface to full pavement depth. 21 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 22 sawing to remove damaged areas. 23 c. Such saw cuts shall be parallel to the original saw cut and to neat straight 24 lines. 25 2. Sawing equipment 26 a. Power-driven CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320129-5 CONCRETE PAVING REPAIR Page 5 of 6 1 b. Manufactured for the purpose of sawing pavement 2 c. In good operating condition 3 d. Shall not spall or facture concrete adjacent to the repair area 4 3. Repairs: In true and straight lines to dimensions shown on the Drawings 5 4. Utility Cuts 6 a. In a true and straight line on both sides of the trench 7 b. Minimum of 12 inches outside the trench walls 8 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 9 facilities. 10 B. Removal 11 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 12 concrete adjacent to the repair area. 13 C. Base: as specified in Drawings 14 D. Concrete Paving 15 1. Concrete placement: in accordance with Section 32 13 13. 16 2. Reinforce concrete replacement: as specified in Drawings 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 320129-6 CONCRETE PAVING REPAIR Page 6 of 6 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair 2.2.C.1—Changed to Class P to Class H 4 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised December 20,2012 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 SECTION 32 1123 FLEXIBLE BASE COURSES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP—Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification,unless a date is specifically cited. 2. ASTM International(ASTM): Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation(TXDOT): a. Tex-104-E,Determining Liquid Limits of Soils b. Tex-106-E,Calculating the Plasticity Index of Soils c. Tex-107-E,Determining the Bar Linear Shrinkage of Soils d. Tex-110-E,Particle Size Analysis of Soils e. Tex-116-E,Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E,Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A,Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit,plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime,cement, or fly ash to modify ' aggregates to meet the requirements of Table 1,unless shown on the Drawings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 1123-3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Require ents Property Test Method Grade 1 Grade 2 Master gradation sieve size %retained 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8 in. Tex-110-E 10-35 — 3/8 in. 30-50 — No.4 45--65 45-75 No.40 70-85 60-85 Liquid limit,%max.' Tex-104-E 35 40 PlastiCity index,max.' Tex-106-E 10 12 Wet ball mill,%max.2 40 45 Wet ball mill,%max. Tex-116-E increase passing the 20 20 No.40 sieve Classification' 1.0 1.1-2.3 Min.compressive strength',psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1.Determine plastic index in accordance with Tex-107-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E. 2.When a soundness value is required by the Drawings,test material in accordance with Tex-411-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings,no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit.No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single,naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver,place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on-site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non-uniform area is found,correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non-uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas,and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections,lines,and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean,covered trucks. B. Equipment 1. General a. Provide machinery,tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required,use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment,the Contractor may,as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings,while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework,recompact,and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller(down and back= 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found,correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening,adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason,lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 1123-7 FLEXIBLE BASE COURSES Page 7 of 7 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed,correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3A.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City(1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-1 LIME TREATED BASE COURSES Page 1 of 9 SECTION 32 1129 LIME TREATED BASE COURSES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Treating subgrade, subbase and base courses by the pulverization,addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 3123 23 -Borrow 4. Section 32 1123 -Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Measurement 1) Measurement for this Item shall be by the ton(dry weight)of Hydrated Lime used to prepare slurry at the job site. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per ton of Hydrated Lime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 2. Commercial Lime Slurry a. Measurement 1) Measurement for this Item shall be by the ton(dry weight)as calculated from the minimum percent dry solids content of the slurry multiplied by the weight of the slurry in tons delivered. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per ton of Commercial Lime Slurry. c. The price bid shall include: 1) Furnishing the material Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-2 LIME TREATED BASE COURSES Page 2 of 9 2) All freight involved 3) All unloading, storing, and handling 3. Quicklime a. Measurement 1) Measurement for this Item shall be by the ton(dry weight)of Quicklime. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight)of the Quicklime used to prepare the slurry. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per ton of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area as established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid per square yard of Lime Treatment applied for: a) Various depths c. The price bid shall include: 1) Preparing the roadbed 2) Loosening,pulverizing application of lime,water content in the slurry mixture and the mixing water 3) Mixing, shaping, sprinkling, compacting,finishing,curing and maintaining 4) Performing all manipulations required 1.3 REFERENCES A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS—grade of"pebble"quicklime suitable for use in the preparation of slurry for wet placing. b. Grade S—finely graded quicklime for use only in the preparation of slurry for wet placing. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification,unless a date is specifically cited. 2. ASTM International(ASTM): Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-3 LIME TREATED BASE COURSES Page 3 of 9 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods(Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier,that include weight with each bulk delivery of lime to the site. 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-4 LIME TREATED BASE COURSES Page 4 of 9 b. solids portion of the mixture when considered as a basis of"solids content," shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Table 2 Lime Chemical Re uirements Hydrated Commercial Lime Quicklime Lime Slurry Total"active"lime 90.0 Min 87.0 Min content,percent by weight Unhydrated lime 5.0 Max 87.0 Min content,percent by weight CaO "Free Water" 5.0 Max content,percent by weight water b. Physical Requirements Table 3 Lime Physical Re uirements Hydrated Commercial Lime Quicklime Lime Slurry Wet Sieve Requirement,As percentage by Weight Residue: Retained on No.6 sieve 0.2 Max 0.2 Max 8.0 Max' Retained on No.30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement,As percentage by Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 314—in sieve 10.0 Max Retained on a No. 100 Grade Ds—80 Min sieve Grade S—no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' 1 The amount total"active"lime content,as CaO,in the material retained on the No.6 sieve must not exceed 2.0%by weight of the original quicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-5 LIME TREATED BASE COURSES Page 5 of 9 Grade l 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23, for the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Borrow: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery,tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required,use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment,the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-6 LIME TREATED BASE COURSES Page 6 of 9 3. Storage Facility a. Store quicklime and dry hydrated lime in closed,weatherproof containers. 4. Slurry Equipment a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times, and uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to depth as shown in the Drawings. D. Application of Lime 1. Uniformly apply lime as shown on the Drawings or as directed. 2. Add lime at the percentage specified in Drawings. 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurry Placement a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B,commercial lime slurry,with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the Drawings 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value;however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing 1. Begin mixing within 6 hours of application of lime. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-7 LIME TREATED BASE COURSES Page 7 of 9 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free from all clods and lumps. 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 6. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing,resume mixing until a homogeneous, friable mixture is obtained. 11. After mixing,City will sample the mixture at roadway moisture and test in accordance with Tex-101-E,Part III,to determine compliance with the gradation requirements in Table 5. Table 5 Gradation Requirements Minimum %Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 F. Compaction 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multiple lifts are permitted when shown on the Drawings or approved. d. Bring each layer to the moisture content directed. 2. Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves,begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework,recompact,and refinish material that fails to meet or that loses required moisture, density, stability,or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-8 LIME TREATED BASE COURSES Page 8 of 9 b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller(down and back= 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found,correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade,crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction,add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening,adding material or removing unacceptable material if necessary,mixing as directed, compacting,and finishing. H. Finishing 1. After completing compaction of the final course,clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curing Re uirements Before Placing Subsequent Courses' Untreated Material Curing(Days) PI<_35 2 PI>35 5 1.Subject to the approval of the City.Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 REPAHURESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City(1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In-place depth will be evaluated for each 500-foot roadway section 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section,3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321133-1 CEMENT TREATED BASE COURSES Pagel of 8 1 SECTION 321133 2 CEMENT TREATED BASE COURSES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of 7 cement(or CEM-LIME),mixing and compacting the mix material to the required 8 density. 9 2. Item applies to the natural ground, embankment, existing pavement,base or 10 subbase courses placed and shall conform to the typical section, lines and grades 11 shown on the Drawings. 12 3. For asphalt pavement pulverization projects, CEM-LIMETM(or approved equal) 13 may be used, in lieu of cement, for subgrade soils with high plasticity index 14 (plasticity index(PI) of 15 or above). 15 4. The procedures and methods outlined in this spec for cement applies to CEM- 16 LIMETM except that CEM-LIMETm needs to be applied using the slurry method. 17 5. If the existing asphalt is milled off exposing the subgrade soil,the stabilizing agent 18 may need to be lime, in lieu of cem-lime, for soils with high PI 19 B.Deviations from City of Fort Worth Standards 20 1. None 21 C.Related Specification Sections include but are not necessarily limited to 22 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 23 2. Division 1 - General Requirements 24 3. Section 32 1123 -Flexible Base Courses 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A.Measurement and Payment 27 1. Cement 28 a. Measurement 29 1) Measurement for this Item shall be by the ton(dry weight). 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price bid per ton(dry weight)of Cement. 34 c. The price bid shall include: 35 1) Furnishing Cement material 36 2) All freight involved 37 3) All unloading, storing and handling 38 2. CEM-LIMETM 39 a. Measurement 40 1) Measurement for this Item shall be by the ton(dry weight). 41 b. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321133-2 CEMENT TREATED BASE COURSES Page 2 of 8 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per ton(dry weight)of CEM-LIMETm (or approved equal). 4 c. The price bid shall include: 5 1) Furnishing CEM-LIME 6 2) All freight involved 7 3) All unloading, storing and handling 8 3. Cement Treatment 9 a. Measurement 10 1) Measurement for this Item shall be by the square yard of surface area. 11 2) The dimensions for determining the surface area are established by the 12 widths shown on the Drawings and the lengths measured at placement. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price bid per square yard of Cement Treatment placed for: 17 a) Various depths 18 c. The price bid shall include: 19 1) Pulverizing or providing the soil material 20 2) Handling,hauling and spreading dry or slurry cement 21 3) Mixing the cement with the soil either in-place or in a mixing plant 22 4) Furnishing,hauling and mixing water with the soil-cement mixture 23 5) Spreading and shaping the mixture; compacting the mixture, including all 24 rolling required for compaction 25 6) Surface finishing 26 7) Water and sprinkling 27 8) Curing 28 1.3 REFERENCES 29 A.Reference Standards 30 1. Reference standards cited in this specification refer to the current reference standard 31 published at the time of the latest revision date logged at the end of this 32 specification,unless a date is specifically cited. 33 2. ASTM International(ASTM): 34 a. C150, Standard Specification for Portland Cement 35 b. C595, Standard Specification for Blended Hydraulic Cements 36 c. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil 37 Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 38 3. Texas Department of Transportation(TxDOT) 39 a. Tex-101-E,Preparing soil and flexible base materials for testing 40 b. Tex-140-E,Measuring thickness of paving layers Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 11 33-3 CEMENT TREATED BASE COURSES Page 3 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING 8 A.Truck Delivered Cement 9 1. Each truck ticket shall bear the weight of cement measured on certified scales. 10 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 11 delivery of cement to the site. 12 1.11 FIELD [SITE] CONDITIONS 13 A.Start cement application only when the air temperature is at least 35 degrees F and rising 14 or is at least 40 degrees F. 15 B.Measure temperature in the shade away from artificial heat. 16 C.Suspend application when the City determines that weather conditions are unsuitable. 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A.General 22 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 23 the Drawings and specifications. 24 2. Notify the City of the proposed material sources and of changes to material sources. 25 3. Obtain verification from the City that the specification requirements are met before 26 using the sources. 27 4. The City may sample and test project materials at any time before compaction. 28 B.Cement: ASTM C150 or ASTM C595 Type I, II, IL or IP. 29 C.Flexible Base Courses: Furnish base material that meets the requirements of Section 32 30 1123 for the type and grade shown on the Drawings,before the addition of cement. 31 D.Water: Furnish water free of industrial wastes and other objectionable material. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321133-4 CEMENT TREATED BASE COURSES Page 4 of 8 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A.Shape existing material in accordance with applicable bid items to conform to typical 8 sections shown on the Drawings and as directed. 9 3.4 INSTALLATION 10 A.General 11 1. Produce a completed course of treated material containing: 12 a. Uniform Portland cement mixture, free from loose or segregated areas 13 b. Uniform density and moisture content 14 c. Well bound for full depth 15 d. With smooth surface and suitable for placing subsequent courses 16 2. Maximum layer depth of cement treatment in single layer: 8 inches. 17 3. For treated subgrade exceeding 8 inches deep,pulverize, apply cement,mix, 18 compact and finish in equal layers not exceeding 5 inches deep. 19 B.Equipment 20 1. Provide machinery, tools, and equipment necessary for proper execution of the 21 work 22 2. Rollers 23 a. The Contractor may use any type of roller to meet the production rates and 24 quality requirements of the Contract unless otherwise shown on the Drawings or 25 directed. 26 b. When specific types of equipment are required, use equipment that meets the 27 specified requirements. 28 c. Alternate Equipment 29 1) Instead of the specified equipment, the Contractor may, as approved, 30 operate other compaction equipment that produces equivalent results. 31 2) Discontinue the use of the alternate equipment and furnish the specified 32 equipment if the desired results are not achieved. 33 d. City may require Contractor to substitute equipment if production rate and 34 quality requirements of the Contract are not met. 35 3. Slurry Equipment 36 a. Use slurry tanks equipped with agitation devices for cement application. 37 b. The City may approve other slurrying methods. 38 c. Provide a pump for agitating the slurry when the distributor truck is not 39 equipped with an agitator. 40 4. Pulverization Equipment 41 a. Provide pulverization equipment that: 42 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 43 plane to a uniform surface over the entire width of the cut Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 11 33-5 CEMENT TREATED BASE COURSES Page 5 of 8 1 2) Provides a visible indication of the depth of cut at all times 2 3) Uniformly mixes the materials 3 C.Pulverization 4 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 5 weight passes a 1-inch sieve, and 80 percent by dry weight passes a No. 4 sieve 6 exclusive of gravel or stone retained in sieves. 7 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2- 8 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or 9 stone retained in sieves. 10 D.Cement Application 11 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 12 specified on the Drawings 13 a. CEM-LIMETM shall be applied using the slurry method. 14 2. If a bulk cement spreader is used,position by string lines or other approved method 15 during spreading to insure a uniform distribution of cement. 16 3. Apply to an area that all the operations can be continuous and completed in daylight 17 within 6-hours of initial application. 18 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of 19 soil and cement during dry-mixing operations 20 5. Do not exceed the specified optimum moisture content for the soil and cement 21 mixture. 22 6. No equipment, except that used in the spreading and mixing, allowed to pass over 23 the freshly spread cement until it is mixed with the soil. 24 E.Mixing 25 1. Thoroughly mix the material and cement using approved equipment. 26 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free 27 from all clods and lumps. 28 3. Keep mixture within moisture tolerances throughout the operation. 29 4. Spread and shape the completed mixture in a uniform layer. 30 5. After mixing, the City shall sample the mixture at roadway moisture and test in 31 accordance with Tex 101 E,Part III,to determine compliance with the gradation 32 requirements in Table 1. 33 Table 1 34 Gradation Requirements Minimum% Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 35 F.Compaction 36 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for 37 its full depth. 38 2. Compact material to at least 95-percent of the maximum density as determined by 39 ASTM D698. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 11 33-6 CEMENT TREATED BASE COURSES Page 6 of 8 1 3. At the start of compaction, the percentage of moisture in the mixture and in un- 2 pulverized soil lumps shall be less than the quantity which shall cause the soil- 3 cement mixture to become unstable during compaction and finishing. 4 4. When the uncompacted soil-cement mixture is wetted by rain so that the average 5 moisture content exceeds the tolerance given at the time of final compaction,the 6 entire section shall be reconstructed in accordance with this specification at the sole 7 expense of the Contractor. 8 5. The specified optimum moisture content and density shall be determined in the 9 field on the representative samples of soil-cement mixture obtained from the area 10 being processed. 11 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 12 7. Begin compaction after mixing and after gradation and moisture requirements have 13 been met. 14 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 15 uniformly compacted. 16 9. Uniformly compact the mixture to the specified density within 2-hours. 17 10. After the soil and cement mixture is compacted uniformly apply water as needed 18 and thoroughly mix in. 19 11. Reshape the surface to the required lines, grades and cross section and then lightly 20 scarify to loosen any imprint left by the compacting or shaping equipment. 21 G.Maintenance 22 1. Maintain the soil-cement treatment in good condition from the time it first starts 23 work until all work shall is completed. 24 2. Maintenance includes immediate repairs of any defect that may occur after the 25 cement is applied. 26 3. Maintenance work shall be done by the Contractor at the Contractor's expense and 27 repeated as often as necessary to keep the area continuously intact. 28 4. Repairs are to be made in such a manner as to insure restoration of a uniform 29 surface for the full depth of treatment. 30 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 31 least 2 inches, filling the area with treated material and compacting. 32 6. Remedy any low area of subbase or base shall by replacing the material for the full 33 depth of subbase or base treatment rather than adding a thin layer of stabilized 34 material to the completed work. 35 H.Finishing 36 1. After completing compaction of the final course, clip, skin, or tight-blade the 37 surface of the cement-treated material with a maintainer or subgrade trimmer to a 38 depth of approximately 1/4 inch. 39 2. Remove loosened material and dispose of at an approved location. 40 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 41 increments of moisture as needed and until a smooth surface is attained. 42 4. Add small amounts of water as needed during rolling. Shape and maintain the 43 course and surface in conformity with the typical sections, lines, and grades shown 44 on the Drawings or as directed. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321133-7 CEMENT TREATED BASE COURSES Page 7 of 8 1 5. Surface compaction and finishing shall proceed in such a manner as to produce, in 2 not more than 2-hours, a smooth, closely knit surface, free of cracks,ridges or loose 3 material, conforming to the drawn grade and line shown on the Drawings. 4 6. After the final layer or course of the cement modified soil has been compacted, it 5 shall be brought to the required lines and grades in accordance with the typical 6 sections. 7 7. The completed section shall then be finished by rolling with a pneumatic tire or 8 other suitable roller sufficiently to create micro cracking. 9 I. Curing 10 1. General 11 a. Cure for at least 48 hours. 12 b. Maintain the moisture content during curing at no lower than 2 percentage 13 points below optimum. 14 2. Curing method depends on finished pavement type: 15 a. Concrete pavement: 16 1) Sprinkle with water 17 2) Maintain moisture during curing 18 3) Do not allow equipment on the finished course during curing except as 19 required for sprinkling, unless otherwise approved. 20 b. Asphalt Pavement: 21 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 22 2) Do not allow equipment on the finished course during curing 23 3. Begin paving operations or add courses within 14 calendar days of final compaction 24 of the cement treated base. 25 3.5 REPAIR/RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A.Density Test 29 1. City Project Representative must be on site during density testing 30 2. City to measure density of cement treated base course in accordance with ASTM 31 D6938. 32 3. Spacing directed by City(1 per block minimum). 33 4. City Project Representative determines density testing locations. 34 B.Depth Test 35 1. Take minimum of one core per 500 linear feet per each direction of travel 36 staggering test location in each lane to determine in-place depth. 37 2. City Project Representative determines depth testing locations. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 11 33-8 CEMENT TREATED BASE COURSES Page 8 of 8 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 3-11-2022 Zelalem Arega 1.3.A2,2.2.B—Added ASTM C595—Type IL Cement 1.1 A—Added alternative of using CEM-LIMEI in areas with high PI 6-10-2022 M Owen 1.2 A —Added Measurement and Payment section for CEM-LIME' 3.4 D.—Added clarification re:slurry application for CEM-LIME' 3.4 13.—Clarified time limits between application and paving 10 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321216-1 ASPHALT PAVING Page 1 of 25 SECTION 32 12 16 ASPHALT PAVING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Constructing a pavement layer composed of a compacted,dense-graded mixture of aggregate and asphalt binder for surface or base courses B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 32 01 17-Permanent Asphalt Paving Repair 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Asphalt Pavement a. Measurement 1) Measurement for this Item shall be by the square yard of completed and accepted asphalt pavement in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing, loading, unloading, storing,hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. H.M.A.C. Transition 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 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321216-2 ASPHALT PAVING Page 2 of 25 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per ton of Hot Mix Asphalt. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading,unloading, storing,hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt,aggregate,and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Base Course a. Measurement 1) Measurement for this Item shall be by the square yard of Asphalt Base Course completed and accepted in its final position for: a) Various thicknesses b) Various types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per square yard of Asphalt Base Course. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading,unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt,aggregate,and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. H.M.A.C.Pavement Level Up a. Measurement 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and accepted in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid per ton of H.M.A.C. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading,unloading, storing,hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt,aggregate,and additive 5) Materials and work needed for corrective action 6) Trial batches Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-3 ASPHALT PAVING Page 3 of 25 7) Tack coat 8) Removal and/or sweeping excess material 5. H.M.A.C. Speed Cushion a. Measurement 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each H.M.A.C. Speed Cushion installed and accepted in its final position. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading,unloading,storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate,and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 1.3 REFERENCES A. Abbreviations and Acronyms 1. RAP(reclaimed asphalt pavement) 2. SAC(surface aggregate classification) 3. BRSQC(Bituminous Rated Source Quality Catalog) 4. AQMP(Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA(Warm Mix Asphalt) B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. National Institute of Standards and Technology(MIST) a. Handbook 44 -2007 Edition: Specifications,Tolerances, and Other Technical Requirements for Weighing and Measuring Devices 3. ASTM International(ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. T 201,Kinematic Viscosity of Asphalts(Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-4 ASPHALT PAVING Page 4 of 25 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer(BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog(BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E,Calculating the Plasticity Index of Soils d. Tex 107-E,Determining the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F,Design of Bituminous Mixtures It. Tex-207-17,Determining Density of Compacted Bituminous Mixtures i. Tex 217-F,Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 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 Elongated Particles o. Tex 406-A,Material Finer Than 75 µm(No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-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,Determining Crushed Face Particle Count t. Tex 461-A,Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C,Effect of Water on Bituminous Paving Mixtures w. Tex-540-C,Measurement of Polymer Separation on Heating in Modified Asphalt Systems 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 Hot Mix Plant Asphalt Meters aa. Tex 923-K,Verifying the Accuracy of Liquid Additive Metering Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-5 ASPHALT PAVING Page 5 of 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table 1. Table 1 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 50 PG 70 55' 60' PG 76 or higher 60' 60' 'Contractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases,the contractor must use either a hand held thermal camera or a hand held infrared thermometer operated in accordance with Tex-244-F to demonstrate to the satisfaction of the City that the uncompacted mat has no more than 10'F of thermal segregation. 2. Unless otherwise shown on the Drawings,place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the City. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-6 ASPHALT PAVING Page 6 of 25 4. When the Contractor makes a source or formulation change,the City will verify that the requirements of this specification are met and may require a new laboratory mixture design,trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at least 2 times the nominal maximum aggregate size. B. Aggregate 1. General a. Furnish aggregates from sources that conform to the requirements shown in Table 1,and as specified in this Section, unless otherwise shown on the Drawings. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement(RAP)is allowed by Drawing note,provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the Drawings. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification(SAC)and perform Los Angeles abrasion,magnesium sulfate soundness,and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify Contractor test results. k. Stockpile aggregates for each source and type separately and designate for the City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F,Part II. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 321216-7 ASPHALT PAVING Page 7 of 25 Table 2 Aggregate Quali ty Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, percent, max Tex-217-F,Part I 1.5 Decantation, percent, max Tex-217-F, Part 11 1.5 Micro-Deval abrasion, percent,max Tex-461-A Note 1 Los Angeles abrasion, percent,max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent,max Tex-411-A 302 Coarse aggregate angularity,2 crushed faces, 3 percent,min Tex 460-A,Part I 85 Flat and elongated particles @ 5:1, percent, max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent, max I Tex-107-E 3 Combined Aggregate Sandequivalent, percent,min I Tex-203-F 45 1.Not used for acceptance purposes.Used by the City as an indicator of the need for further investigation. 2.Unless otherwise shown on the Drawings. 3.Unless otherwise shown on the Drawings.Only applies to crushed gravel. m. Coarse Aggregate 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from unlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample,test,and report results for unlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. 9) When blending, do not use Class C or D aggregates. 10) For blending purposes,coarse aggregate from RAP will be considered as Class B aggregate. 11) Provide coarse aggregate with at least the minimum 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,broken, or crushed asphalt pavement. 1) No RAP permitted for TYPE D H.M.A.C. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-8 ASPHALT PAVING Page 8 of 25 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise shown on the Drawings. 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch sieve. 4) RAP from either Contractor or City, including RAP generated during the project,is permitted only when shown on the Drawings. 5) City-owned RAP, if allowed for use,will be available at the location shown on the Drawings. 6) When RAP is used,determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the Drawings. 8) When RAP is allowed by plan note,use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the Drawings. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory 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 asphalt removed by extraction. 14) Do not intermingle Contractor-owned RAP stockpiles with City-owned RAP stockpiles. 15) Remove unused Contractor-owned RAP material from the project site upon completion of the project. 16)Return unused City-owned RAP to the designated stockpile location. o. Fine Aggregate 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements 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 most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. 6) With the exception of field sand,use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 2,unless otherwise approved. 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve,test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity(Tex-460-A)and flat and elongated particles (Tex-280-F). Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-9 ASPHALT PAVING Page 9 of 25 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-3 0 2. Mineral Filler a. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines,hydrated lime, cement,or fly ash. b. Mineral filler is allowed unless otherwise shown on the Drawings. c. Do not use more than 2 percent hydrated lime or cement,unless otherwise shown on the Drawings. The Drawings may require or disallow 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 linear shrinkage when tested in accordance with Tex-107-E; and meets the gradation requirements in Table 4. Table 4 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 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 performance-graded(PG)asphalt binder specified as follows: 1) Performance-Graded Binders(PG Binders) a) Must be smooth and homogeneous b) Show no separation when tested in accordance with Tex-540-C c) Meet Table 5 requirements Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 Cl00 00 00 N M¢ a f V v n N 0000 0000 00 00 Q i M n M o V a fV n N a r �o � U c 0 ^C M is n M � L � (7 00 00 O a� O CV n N O h M O O r Cd N V a3i p. N V L CV n N M 'n O � tn L 4+ x B 0000 d o a n N M W n N p F L d , 00 n I� I� M n M 00 c7 N 00 A00 00 Orelz a v w N ' n N UO Q z U U U O ❑ o o o fl aA yj ti ti U 9z CD N kf) 0- O v� n y y O CD00 �+ O C N v O U S N E N O. 0A cn G 'O cd H H O in N H E- CL iO E 0 p C; U a to ¢ cd * ai o * ai w d Q Cd a.) o � C7 H 5 � C7 H OQ� cd rL, > A w04 A � N0 00 00 y u� N N N J,a T y o 00 N N N n n C A Q U N N i i O M' C •2 C y d) 0 N E-, OOD CQ •�O ` 10 y 00 E x ' N E v ' w c F o 0 o u � . � o > 00 N o0 00 E E C o a o E d u m 7 Eo d CL N y E E aCi N � i s � E •Co c � o �O 00 •O O' C R c o f y `N C o o > E o 9 o �U o� c •o o �'}- o o v o C? N N ai O - L cOa N U �> •E g " n w t ; o E L o0 00 0o E •o E a . y' w LJ N 00 N r. n b S o _ ❑ y 0 N N i i E `b° >, O y a. o m E Co W C Lt C fx 5 ?: N CL N W r. N a 0 0•� b O > ;? V L YE C o R W � �•c �w � � � u C� 00 W N o0 00 E N R ' � u `� cZa •5� aoi � y C a N N N Q o E Fy iC N V.� d o O •O .r7 C ... �'•y y� IlI�i �O U a+ y > W N W E 3L c °� a d y �s ta o E M a!N N oo`U a M U•o 00 W r. d B� E to 00 x N 00 = E Eo Oyu c �L c ^� y o F y O N N N N Op oar goo c .� O d o arEi U 0 adH o y Q 0 r�±^ �6�2 � oAC� c y° O .p c� U C g E c N o y o Ca t.x c U s i:,Eo n of u y Cd va� a�ioo ado ° y � "'-5 4c U pE Z•o p„ u W �+ U O O �p O o P. °� ..Oy, O O y W 01) O E" c. cq 'O X f3�". O z y p aC U RM cd ca+d M ram+' Ell M t"�r L " �y N tO•^ v O d y •n iO F N L Or V1 O 0. °�x 15 aci `o 'n O o C ai EE y E 3 CF N CL °c' c a�i c F' `J c o c a a�ci Ow CIS N O= V y c, ` 'O O N 0 Z C a� >a.5t �o `= `o n o.= LL La U o N —vi'U; c�0 4 2 Wv 16 u U D R 32 12 16-12 ASPHALT PAVING Page 12 of 25 1 2 b. Separation testing is not required if: 3 1) A modifier is introduced separately at the mix plant either by injection in 4 the asphalt line or mixer, 5 2) The binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in-line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat 9 a. Unless otherwise shown on the Drawings or approved, furnish CSS-1H, SS-1H, 10 or a PG binder with a minimum high-temperature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2.A.5. 12 6. Additives 13 a. General 14 1) When shown on the Drawings,use the type and rate of additive specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt-stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling,or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) Properly labeled and unopened containers, as shipped from the 25 manufacturer,or 26 b) Sealed tank trucks with an invoice to show contents and quantities 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range,and 32 (4) Handling and storage instructions 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in-line-metering device. 38 c. Liquid Asphalt Additive Meters 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material,and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements 46 1) Unless otherwise shown on the Drawings,use the typical weight design 47 example given in Tex-204-F,Part I,to design a mixture meeting the 48 requirements listed in Tables 2 through 8. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3212 16-13 ASPHALT PAVING Page 13 of 25 1 2) Furnish the City with representative samples of all materials used in the 2 mixture design. 3 3) The City will verify the mixture design. 4 4) If the design cannot be verified by the City, furnish another mixture design. 5 Table 6 Master Gradation Bands (percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" — — — 1" 98.0-100.0 — — 3/4" 84.0-98.0 95.0-100.0 — 1/2" — — 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', percent Minimum 13.0 14.0 15.0 Plant-Produced VMA, percent Minimum 12.0 13.0 14.0 1.Voids in Mineral Aggregates. 6 7 8 Table 7 9 Laboratory Mixture Design Properties 10 Property Test Requirement 11 Method 12 Target laboratory-molded density, percent Tex-207-17 96.01 13 Tensile strength(dry),psi(molded to 93 Tex-226-F 85-200' 14 percent flpercent density) 15 [Boil testa I Tex-530-C — 16 1.Unless otherwise shown on the Drawings. 17 2.May exceed 200 psi when approved and may be waived when approved. 18 3.Used to establish baseline for comparison to production results.May be waived when 19 approved. 20 8. Warm Mix Asphalt(WMA) 21 a. WMA is defined as additives or processes that allow a reduction in the 22 temperature at which asphalt mixtures are produced and placed. 23 b. WMA is allowed for use at the Contractor's option unless otherwise shown on 24 the Drawings. 25 c. Produce an asphalt mixture within the temperature range of 215 degrees F and 26 275 degrees F. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings,produce an asphalt mixture within 73 the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the City. 14 3. Petroleum based products,such as diesel fuel, should not be used. 15 4. If wind,rain,temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment 21 1. General 22 a. Provide required or necessary equipment to produce,haul,place,compact, and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to produce a mixture meeting the required proportions. 26 2. Production Equipment 27 a. Provide: 28 1) Drum-mix type,weigh-batch,or modified weigh-batch mixing plants that 29 ensure a uniform,continuous production 30 2) Automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions 32 3) Visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions 34 4) Safe and accurate means to take required samples by inspection forces 35 5) Permanent means to check the output of metering devices and to perform 36 calibration and weight checks 37 6) Additive-feed systems to ensure a uniform, continuous material flow in the 38 desired proportion 39 3. Weighing and Measuring Equipment 40 a. General 41 1) Provide weighing and measuring equipment for materials measured or 42 proportioned by weight or volume. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-15 ASPHALT PAVING Page 15 of 25 1 2) Provide certified scales,scale installations,and measuring equipment 2 meeting the requirements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak-free weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 11 that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggregate. 14 d. Suspended Hopper 15 1) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact weight per batch. 17 2) Ensure the scale equipment is level. 18 e. Belt Scales 19 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 20 percent based on the average of 3 test runs,where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 f. Asphalt Material Meter 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or weight of asphalt material. 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes,ensure the accuracy of 27 the meter is within 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters 31 1) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material, and liquid additives. 33 2) Furnish a meter that reads in increments of 0.1 gallon or less. 34 3) Verify accuracy of the meter in accordance with Tex-923-K. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum-Mix Plants.Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System 39 1) Provide: 40 a) A minimum of 1 cold aggregate bin for each stockpile of individual 41 materials used to produce the mix 42 b) Bins designed to prevent overflow of material 43 c) Scalping screens or other approved methods to remove any oversized 44 material, roots, or other objectionable materials 45 d) A feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer 47 e) An integrated means for moisture compensation 48 f) Belt scales,weigh box, or other approved devices to measure the 49 weight of the combined aggregate Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-16 ASPHALT PAVING Page 16 of 25 1 g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt Pavement(RAP)Feed System 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating,Drying,and Mixing Systems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage 16 c) A heating system that completely burns fuel and leaves no residue 17 d) A recording thermometer that continuously measures and records the 18 mixture discharge temperature 19 e) Dust collection system to collect excess dust escaping from the drum. 20 e. Asphalt Binder Equipment 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperature point. 24 3) Produce a 24 hour chart of the recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer. 28 Supply an additional sampling port between any additive blending device 29 and mixer. 30 f. Mixture Storage and Discharge 31 1) Provide a surge-storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) Date 37 b) Project identification number 38 c) Plant identification 39 d) Mix identification 40 e) Vehicle identification 41 f) Total weight of the load 42 g) Tare weight of the vehicle 43 h) Weight of mixture in each load 44 i) Load number or sequential ticket number for the day 45 g. Truck Scales 46 1) Provide standard platform scales at an approved location. 47 5. Weigh-Batch Plants.Provide a mixing plant that complies with Section 2.2.13.4 48 "Drum-Mix Plants,"except as required below: 49 a. Screening and Proportioning Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-17 ASPHALT PAVING Page 17 of 25 1 1) Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bins that discard excessive and oversized material through 4 overflow chutes. 5 b) Provide safe access for inspectors to obtain samples from the hot 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 proportioning system with low bin indicators that 10 automatically stop when material 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 sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer 16 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh-Batch Plants,"except as specifically described below. 22 a. Aggregate Feeds 23 1) Aggregate control is required at the cold feeds.Hot bin screens are not 24 required. 25 b. Surge Bins 26 1) Provide 1 or more bins large enough to produce 1 complete batch of 27 mixture. 28 c. Hauling Equipment 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary, coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted, other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver 40 a. General 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile,typical section,and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic,dual, longitudinal-grade control system 48 and an automatic,transverse-grade control system. 49 b. Tractor Unit Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-18 ASPHALT PAVING Page 18 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 finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile,typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1/16 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski,mobile string line, or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. Ensure the devices provide a continuous,uniform mixture flow to the asphalt 24 paver. 25 c. When used,provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required,provide equipment that includes a pug mill,variable pitch 29 augers, or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader 32 a. When allowed,provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers 38 a. The Contractor may use any type of roller to meet the production rates and 39 quality requirements of the Contract unless otherwise shown on the Drawings 40 or directed. 41 b. When specific types of equipment are required,use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment 44 1) Instead of the specified equipment,the Contractor may, as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and furnish the specified 47 equipment if the desired results are not achieved. 48 d. City may require Contractor to substitute equipment if production rate and 49 quality requirements of the Contract are not met. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-19 ASPHALT PAVING Page 19 of 25 1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a"double lap"or"triple lap"coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. 11 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment 14 a. When coring is required,provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction 17 1. Design,produce, store,transport,place,and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the Drawings,provide the mix design. 20 3. The City will perform quality assurance(QA)testing. 21 4. Provide quality control(QC)testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations 24 1. General 25 a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances 29 a. Stop production if testing indicates tolerances are exceeded on any of the 30 following: 31 1) 3 consecutive tests on any individual sieve 32 2) 4 consecutive tests on any of the sieves 33 3) 2 consecutive tests on asphalt content 34 b. Begin production only when test results or other information indicate,to the 35 satisfaction of the City,that the next mixture produced will be within Table 9 36 tolerances. 37 3. Storage and Heating of Materials 38 a. Do not heat the asphalt binder above the temperatures specified in Section 39 2.2.A. or outside the manufacturer's recommended values. 40 b. On a daily basis,provide the City with the records of asphalt binder and hot- 41 mix asphalt discharge temperatures in accordance with Table 10. 42 c. Unless otherwise approved, do not store mixture for a period long enough to 43 affect the quality of the mixture,nor in any case longer than 12 hours. 44 4. Mixing and Discharge of Materials 45 a. Notify the City of the target discharge temperature and produce the mixture 46 within 25 degrees F of the target. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-20 ASPHALT PAVING Page 20 of 25 1 b. Monitor the temperature of the material in the truck before shipping to ensure 2 that it does not exceed 350 degrees F.The City will not pay for or allow 3 placement of any mixture produced at more than 350 degrees F. 4 c. Control the mixing time and temperature so that substantially all moisture is 5 removed from the mixture before discharging from the plant. 6 D. Placement Operations 7 1. Place the mixture to meet the typical section requirements and produce a smooth, 8 finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 10 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 11 or as directed. Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used,ensure the bed does not contact the paver when 13 raised. 14 5. Placement can be performed by hand in situations where the paver cannot place it 15 adequately due to space restrictions. 16 6. Hand-placing should be minimized to prevent aggregate segregation and surface 17 texture issues. 18 7. All hand placement shall be checked with a straightedge or template before rolling 19 to ensure uniformity. 20 8. Place mixture within the compacted lift thickness shown in Table 9,unless 21 otherwise shown on the Drawings or otherwise directed. 22 Table 9 23 Com acted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum in. in. B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 24 25 9. Tack Coat 26 a. Clean the surface before placing the tack coat.Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the City. 28 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures,and 31 all joints. 32 d. Prevent splattering of tack coat when placed adjacent to curb,gutter, metal 33 beam guard fence and structures. 34 e. Roll the tack coat with a pneumatic-tire roller when directed. 35 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The City may suspend paving operations until there is adequate adhesion. 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 i. Traffic should not be allowed on tack coats. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-21 ASPHALT PAVING Page 21 of 25 1 j. When a tacked road surface must be opened to traffic,they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 4 10. General placement requirements 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed. Dispose of at end of days 9 production. 10 E. Lay-Down Operation 11 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested Minimum Mixture Placement Temperature High-Temperature Minimum Placement Binder Grade Temperature Before Entering Paver PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF 18 F. Compaction 19 1. Use air void control unless ordinary compaction control is specified on the 20 Drawings. 21 2. Avoid displacement of the mixture.If displacement occurs, correct to the 22 satisfaction of the City. 23 3. Ensure pavement is fully compacted before allowing rollers to stand on the 24 pavement. 25 4. Unless otherwise directed, use only water or an approved release agent on rollers, 26 tamps,and other compaction equipment. 27 5. Keep diesel,gasoline, oil,grease, and other foreign matter off the mixture. 28 6. Unless otherwise directed, operate vibratory rollers in static mode when not 29 compacting,when changing directions,or when the plan depth of the pavement mat 30 is less than 1-1/2 inches. 31 7. Use tamps to thoroughly compact the edges of the pavement along curbs,headers, 32 and similar structures and in locations that will not allow thorough compaction with 33 the rollers. 34 8. The City may require rolling with a trench roller on widened areas, in trenches, and 35 in other limited areas. 36 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 37 traffic unless otherwise directed. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-22 ASPHALT PAVING Page 22 of 25 1 10. When directed,sprinkle the finished mat with water or limewater to expedite 2 opening the roadway to traffic. 3 11. Air Void Control 4 a. General 5 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 6 percent in-place air voids. 7 2) Do not increase the asphalt content of the mixture to reduce pavement air 8 voids. 9 b. Rollers 10 1) Furnish the type, size,and number of rollers required for compaction, as 11 approved. 12 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on 13 the Drawings. 14 3) Use additional rollers as required to remove any roller marks. 15 c. Air Void Determination 16 1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at 17 each location selected by the City for in-place air void determination. 18 2) The City will measure air voids in accordance with Tex-207-F and 19 Tex-227-F. 20 3) Before drying to a constant weight,cores may be predried using a Corelok 21 or similar vacuum device to remove excess moisture. 22 4) The City will use the average air void content of the 2 cores to calculate the 23 in-place air voids 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 percent,change the production and placement operations 27 to bring the in-place air void content within requirements. 28 e. Test Section 29 1) Construct a test section of 1 lane-width and at most 0.2 miles in length to 30 demonstrate that compaction to between 5 percent and 9 percent in-place 31 air voids can be obtained. 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 test sections per day. 35 4) When a test section producing satisfactory in-place air void content is 36 placed,resume full production. 37 12. Ordinary Compaction Control 38 a. Furnish the type, size, and number of rollers required for compaction,as 39 approved.Furnish at least 1 medium pneumatic-tire roller(minimum 12-ton 40 weight). 41 b. Use the control strip method given in Tex-207-F,Part IV,to establish rolling 42 patterns that achieve maximum compaction. 43 c. Follow the selected rolling pattern unless changes that affect compaction occur 44 in the mixture or placement conditions. 45 d. When such changes occur,establish a new rolling pattern. 46 e. Compact the pavement to meet the requirements of the Drawings and 47 specifications. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3212 16-23 ASPHALT PAVING Page 23 of 25 1 f. When rolling with the 3-wheel,tandem or vibratory rollers,start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement,overlapping on successive trips by 5 at least 1 ft.,unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On superelevated curves,begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including,but not limited to segregation,rutting, 11 raveling, flushing, fat spots,mat slippage, irregular color, irregular texture,roller 12 marks,tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify irregularities, and in such cases,the City shall promptly 15 notify the Contractor. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance,the City may require the Contractor to remove and replace(at the 18 Contractor's expense)areas of the pavement that contain the irregularities and areas 19 where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected,the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than 1 day while the Contractor is taking appropriate corrective action. 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City,remove and 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 28 3.5 REPAIR 29 A. See Section 32 01 17. 30 3.6 QUALITY CONTROL 31 A. Production Testing 32 1. Perform production tests to verify asphalt paving meets the performance standard 33 required in the Drawings and specifications. 34 2. City to measure density of asphalt paving with nuclear gauge. 35 3. City to core asphalt paving from the normal thickness of section once acceptable 36 density achieved. City identifies location of cores. 37 a. Minimum core diameter: 4 inches 38 b. Minimum spacing: 200 feet 39 c. Minimum of 1 core every block 40 d. Alternate lanes between core 41 4. City to use cores to determine pavement thickness and calculate theoretical density. 42 a. City to perform theoretical density test a minimum of 1 per day per street. 43 B. Density Test 44 1. The average measured density of asphalt paving must meet specified density. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-24 ASPHALT PAVING Page 24 of 25 1 2. Average of measurements per street not meeting the minimum specified strength 2 shall be subject to the money penalties or removal and replacement at the 3 Contractor's expense as show in Table 11. 4 5 Table 11 6 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75- ercent 91-93 100- ercent 94 90- ercent 95 75- ercent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 7 8 3. The amount of penalty shall be deducted from payment due to Contractor. 9 4. These requirements are in addition to the requirements of Article 1.2. 10 C. Pavement Thickness Test 11 1. City measure each core thickness by averaging at least 3 measurements. 12 2. The number of tests and location shall be at the discretion of the City, unless 13 otherwise specified in the special provisions or on the Drawings. 14 3. In the event a deficiency in the thickness of pavement is revealed during production 15 testing, subsequent tests necessary to isolate the deficiency shall be at the 16 Contractor's expense. 17 4. The cost for additional coring test shall be at the same rate charged by commercial 18 laboratories. 19 5. Where the average thickness of pavement in the area found to be deficient,payment 20 shall be made at an adjusted price as specified in Table 12. 21 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 12 16-25 ASPHALT PAVING Page 25 of25 1 Table 12 2 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent-Not More than 10 percent 90 percent Greater Than 10 percent-Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor as directed by City. 3 4 6. If, in the judgment of the City,the area of such deficiency warrants removal,the 5 area shall be removed and replaced, at the Contractor's entire expense, with asphalt 6 paving of the thickness shown on the Drawings. 7 7. No additional payment over the contract unit price shall be made for any pavement 8 of a thickness exceeding that required by the Drawings. 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Modified items to be included in price bid 19 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 13-1 CONCRETE PAVING Pagel of 22 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A.Section includes: 6 1. Finished pavement constructed of Portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B.Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C.Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Procurement and Contracting Requirements 12 2. Division 1 - General Requirements 13 3. Section 32 0129-Concrete Paving Repair 14 4. Section 32 13 73 -Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing, loading and unloading, storing,hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing,placing, finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal,warping, expansion, and 34 contraction joints, including all steel dowels, dowel caps and load transmission 35 units required,wire and devices for placing, holding and supporting the steel 36 bar,load transmission units, and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-2 CONCRETE PAVING Page of22 1 1.3 REFERENCES 2 A.Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification,unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33,Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 17 g. C150,Portland Cement 18 h. C595,Portland-Limestone Cement 19 i. C156, Standard Test Method for Water Loss (from a mortar specimen)Through 20 Liquid Membrane-Forming Curing Compounds for Concrete 21 j. C 172, Standard Practice for Sampling Freshly Mixed Concrete 22 k. C260,Air Entraining Admixtures for Concrete 23 1. C309,Liquid Membrane-Forming Compounds for Curing Concrete,Type 2 24 in. C494, Chemical Admixtures for Concrete, Types"A","D","F"and"G" 25 n. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 26 Admixture in Concrete 27 o. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 28 Concrete 29 p. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 30 Cement Concrete 31 q. C 1602, Standard Specification for Mixing Water Used in the Production of 32 Hydraulic Cement Concrete. 33 r. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort 34 (12,400 ft-lbf/ft3) 35 3. American Concrete Institute(ACI): 36 a. ACI 305.1-14 Specification for Hot Weather Concreting 37 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 38 c. ACI 318, Building Code Requirements for Structural Concrete and Commentary 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Mix Design: submit for approval. See Item 2A.A. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-3 CONCRETE PAVING Page 3 of 22 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A.Weather Conditions 7 1. Place concrete when concrete temperature is between 40°F and 95°F when 8 measured in accordance with ASTM C1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Concrete paving operations shall be approved by the City project manager or 11 designee when the concrete temperature exceeds 95°F. 12 b. Concrete shall not be placed when concrete temperature is above 100°F under 13 any circumstances. 14 3. Cold Weather Concreting 15 a. No concrete shall be placed when ambient temp in shade and away from 16 artificial heat is below 40°F and falling. Concrete may be placed when ambient 17 temp is above 350F and rising. Unless the City project manager or designee 18 approves paving to continue, suspend concreting operations if a descending air 19 temperature in the shade and away from artificial heat falls below 40°F. Do not 20 resume concreting operations until an ascending air temperature in the shade and 21 away from artificial heat reaches 350F and rising. Contractor should take all the 22 precautions necessary to prevent freezing of concrete. Frozen concrete must be 23 removed and replaced. 24 4. It is to be distinctly understood that the contractor is responsible for the quality and 25 strength of the concrete placed under any weather conditions. 26 B.Time: Place concrete after sunrise and no later than shall permit the finishing of the 27 pavement in natural light, or as directed by the City. 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A.Cementitious Material: ASTM C150, ASTM C595 Type IL Cement. 33 B.Aggregates: ASTM C33. 34 C.Water: ASTM C 1602. 35 D.Admixtures: When admixtures are used, conform to the appropriate specification: 36 1. Air-Entraining Admixtures for Concrete: ASTM C260. 37 2. Chemical Admixtures for Concrete: ASTM C494,Types "A", "D", "F"and"G." 38 3. Fly Ash Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-4 CONCRETE PAVING Page 4 of 22 1 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 2 ASTM C618. 3 b. Fly ash may be substituted at one pound per pound of cement up to 25%of the 4 specified cement content when such batch design is approved by the Engineer. 5 E.Steel Reinforcement: ASTM A615. 6 F.Steel Wire Reinforcement: Not used for concrete pavement. 7 G.Dowels and Tie Bars 8 1. Dowel and tie bars: ASTM A615. 9 2. Dowel Caps 10 a. Provide and install dowel caps with enough range of movement to allow 11 complete closure of the expansion joint. 12 b. Caps for dowel bars shall be of the length shown on the Drawings and shall have 13 an internal diameter sufficient to permit the cap to freely slip over the bar. 14 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 15 and one end of the cap shall be tightly closed. 16 3. Epoxy for Dowel and Tie Bars: ASTM C881. 17 a. See following table for approved producers of epoxies and adhesives 18 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308+ Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 19 20 b. Epoxy Use, Storage and Handling 21 1) Package components in airtight containers and protect from light and 22 moisture. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-5 CONCRETE PAVING Page 5 of 22 1 2) Include detailed instructions for the application of the material and all 2 safety information and warnings regarding contact with the components. 3 3) Epoxy label requirements 4 a) Resin or hardener components 5 b) Brand name 6 c) Name of manufacturer 7 d) Lot or batch number 8 e) Temperature range for storage 9 f) Date of manufacture 10 g) Expiration date 11 h) Quantity contained 12 4) Store epoxy and adhesive components at temperatures recommended by the 13 manufacturer. 14 5) Do not use damaged or previously opened containers and any material that 15 shows evidence of crystallization, lumps skinning, extreme thickening, or 16 settling of pigments that cannot be readily dispersed with normal agitation. 17 6) Follow sound environmental practices when disposing of epoxy and 18 adhesive wastes. 19 7) Dispose of all empty containers separately. 20 8) Dispose of epoxy by completely emptying and mixing the epoxy before 21 disposal 22 H.Reinforcement Bar Chairs 23 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 24 reinforcement bars and shall not bend or break under the weight of the 25 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 26 2. Bar chairs may be made of metal(free of rust),precast mortar or concrete blocks or 27 plastic. 28 3. For approval of plastic chairs,representative samples of the plastic shall show no 29 visible indications of deterioration after immersion in a 5-percent solution of 30 sodium hydroxide for 120-hours. 31 4. Bar chairs may be rejected for failure to meet any of the requirements of this 32 specification. 33 I. Joint Filler 34 1. Joint filler is the material placed in concrete pavement and concrete structures to 35 allow for the expansion and contraction of the concrete. 36 2. Wood Boards: Used as joint filler for concrete paving. 37 a. Boards for expansion joint filler shall be of the required size, shape and type 38 indicated on the Drawings or required in the specifications. 39 1) Boards shall be of selected stock of redwood or cypress. The boards shall 40 be sound heartwood and shall be free from sapwood,knots, clustered 41 birdseyes, checks and splits. 42 2) Joint filler,boards, shall be smooth, flat and straight throughout,and shall 43 be sufficiently rigid to permit ease of installation. 44 3) Boards shall be furnished in lengths equal to the width between 45 longitudinal joints, and may be furnished in strips or scored sheet of the 46 required shape. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-6 CONCRETE PAVING Page 6 of22 1 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 2 Drawings; the width shall be not less than that shown on the Drawings,providing 3 for the top seal space. 4 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 5 requirements of this specification. 6 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 7 K.Curing Materials 8 1. Membrane-Forming Compounds. 9 a. Conform to the requirements of ASTM C309,Type 2,white pigmented 10 compound and be of such nature that it shall not produce permanent 11 discoloration of concrete surfaces nor react deleteriously with the concrete. 12 b. The compound shall produce a firm, continuous uniform moisture-impermeable 13 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 14 concrete. 15 c. It shall,when applied to the damp concrete surface at the specified rate of 16 coverage,dry to touch in 1 hour and dry through in not more than 4 hours under 17 normal conditions suitable for concrete operations. 18 d. It shall adhere in a tenacious film without running off or appreciably sagging. 19 e. It shall not disintegrate,check,peel or crack during the required curing period. 20 f. The compound shall not peel or pick up under traffic and shall disappear from 21 the surface of the concrete by gradual disintegration. 22 g. The compound shall be delivered to the job site in the manufacturer's original 23 containers only,which shall be clearly labeled with the manufacturer's name,the 24 trade name of the material and a batch number or symbol with which test 25 samples may be correlated. 26 h. When tested in accordance with ASTM C156 Standard Test Method for Water 27 Loss(from a mortar specimen)Through Liquid Membrane-Forming Curing 28 Compounds for Concrete, the liquid membrane-forming compound shall restrict 29 the loss of water present in the test specimen at the time of application of the 30 curing compound to not more than 0.01-oz.-per-2 inches of surface. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL 33 A.Mix Design 34 1. Concrete Mix Design and Control 35 a. The City has a pre-approved list of concrete mix designs. The pre-approved list 36 can be found on the City website under Project Resources Folder. These mix 37 designs meet the requirements of applicable City specifications and the 38 Contractor may use mix designs from the list without the need for review and 39 approval. The contractor shall notify the City in writing which mix in the pre- 40 approved list the contractor uses for a project. 41 b. For a mix design not included in the pre-approved list,the Contractor shall 42 submit a design of the concrete mix it proposes to use and a full description of 43 the source of supply of each material component at least 10 calendar days prior 44 to the start of concrete paving operations. 45 c. The design of the concrete mix shall produce a quality concrete complying with 46 these specifications and shall include the following information: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-7 CONCRETE PAVING Page 7 of 22 l 1) Design Requirements and Design Summary 2 2) Material source 3 3) Dry weight of cement/cubic yard and type 4 4) Dry weight of fly ash/cubic yard and type, if used 5 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6 6) Design water/cubic yard 7 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8 8) Current strength tests or strength tests in accordance with ACI 318 9 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 10 and date of tests 11 10) Fineness modulus of fine aggregate 12 11) Specific Gravity and Absorption Values of fine and coarse aggregates 13 12) L.A. Abrasion of coarse aggregates 14 d. Once mix design approved by City, maintain intent of mix design and 15 maximum water to cement ratio. 16 e. No concrete may be placed on the job site until the mix design has been 17 approved by the City. 18 2. Quality of Concrete 19 a. Consistency 20 1) In general, the consistency of concrete mixtures shall be such that: 21 a) Mortar shall cling to the coarse aggregate 22 b) Aggregate shall not segregate in concrete when it is transported to the 23 place of deposit 24 c) Concrete, when dropped directly from the discharge chute of the mixer, 25 shall flatten out at the center of the pile,but the edges of the pile shall 26 stand and not flow 27 d) Concrete and mortar shall show no free water when removed from the 28 mixer 29 e) Concrete shall slide and not flow into place when transported in metal 30 chutes at an angle of 30 degrees with the horizontal 31 f) Surface of the finished concrete shall be free from a surface film or 32 laitance 33 2) When field conditions are such that additional moisture is needed for the 34 final concrete surface finishing operation,the required water shall be applied 35 to the surface by hand sprayer only and be held to a minimum amount. 36 3) The concrete shall be workable, cohesive,possess satisfactory finishing 37 qualities and be of the stiffest consistency that can be placed and vibrated into 38 a homogeneous mass. 39 4) Excessive bleeding shall be avoided. 40 5) If the strength or consistency required for the class of concrete being 41 produced is not secured with the minimum cement specified or without 42 exceeding the maximum water/cement ratio,the Contractor may use, or the 43 City may require, an approved cement dispersing agent(water reducer); or 44 the Contractor shall furnish additional aggregates, or aggregates with 45 different characteristics, or the Contractor may use additional cement in 46 order to produce the required results. 47 6) The additional cement may be permitted as a temporary measure,until 48 aggregates are changed and designs checked with the different aggregates 49 or cement dispersing agent. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321313-8 CONCRETE PAVING Page 8 of 22 1 7) The Contractor is solely responsible for the quality of the concrete 2 produced. 3 8) The City reserves the right to independently verify the quality of the 4 concrete through inspection of the batch plant, testing of the various 5 materials used in the concrete and by casting arid testing concrete cylinders 6 or beams on the concrete actually incorporated in the pavement. 7 b. Standard Class 8 1) Unless otherwise shown on the Drawings or detailed specifications,the 9 standard class for pavement and related concrete for streets and alleys is 10 shown in the following table: 11 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-9 CONCRETE PAVING Page 9 of 22 1 Standard Classes of Pavement and Related Concrete 28 Day Course Minimum Min. Aggregat Class ofMax.ax e Cementitiou Compressi General Usage Concrete w/cm Maximu 1 s ve (Informational Only) (Lb./CI) Strengthz Ratio m Size (Psi) Inch Sidewalks and ADA A 470 3,000 0.58 1-1/2 ramps,driveways, curb &gutter,median Pavement Inlets,manholes, junction boxes, CIP 470 3.000 0.50 1-1/2 encasement,blocking, collars,light pole foundations C 517 3,600 0.45 1-1/2 Headwalls,wingwalls, culverts,drilled shafts P 517 3,600 0.45 1-1/2 Machine placed Paving H 564 4,500 0.45 1-1/2 Hand Placed Paving HES 564 4,500 0.45 1-1/2 HES Paving Bridge slabs,top slabs of S 564 4,000 0.45 1-1/2 direct traffic culverts, approach slabs 2 1. All exposed horizontal concrete shall have a minimum of 3%entrained-air. 3 2. Minimum Compressive Strength Required. 4 5 a) Concrete Sidewalks and Curb& Gutter: Class A 6 b) Cast-In-Place Concrete Structures: Class CIP and Class C 7 c) Machine-Laid concrete: Class P 8 d) Hand-Laid concrete: Class H 9 e) Structural Concrete: Class S 10 f) High Early Strength Concrete: Class HES 11 (1) When shown on the Drawings or allowed, provide Class HES 12 concrete for very early opening of pavements area or leave outs to 13 traffic. 14 (2) Design class HES to meet the requirements of class specified for 15 concrete pavement and a minimum compressive strength of 2,600 16 psi in 24 hours,unless other early strength and time requirements 17 are shown on the Drawings allowed. 18 19 C. Slump 20 1) Slump requirements for pavement and related concrete shall be as specified 21 in the following table: 22 23 Concrete Pavement and Related Concrete Slump Requirements Add classes of 24 concrete Recommended Acceptable Concrete Use Design Placement Slump, and Placement (Inch) Slump, Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-10 CONCRETE PAVING Page 10 of 22 Inch Sli -Fonn/Form-Ridin Paving 1-1/2 1 —3 Hand Formed Paving 4 3-5 Headwalls,wingwalls,culverts,inlets, manholes,junction boxes, encasement, blocking,collars,light pole foundations, 4 3-5 slabs, sidewalk,curb and gutter,concrete valley gutter and other miscellaneous concrete Drilled shafts 61n 51r2-71r2 1 2 2) No concrete shall be permitted with slump in excess of the maximums 3 shown. 4 3) Any concrete mix failing to meet the above consistency requirements, 5 although meeting the slump requirements, shall be considered unsatisfactory, 6 and the mix shall be changed to correct such unsatisfactory conditions. 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A.Equipment 13 1. All equipment necessary for the construction of this item shall be on the project. 14 2. The equipment shall include spreading devices (augers), internal vibration, 15 tamping, and surface floating necessary to finish the freshly placed concrete in such 16 a manner as to provide a dense and homogeneous pavement. 17 3. Machine-Laid Concrete Pavement 18 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 19 that are uniformly supported on a sufficiently firm subbase to prevent sagging 20 under the weight of machine. 21 b. Slip-Form Paver 22 1) Slip-form paving equipment shall be provided with traveling side forms of 23 sufficient dimensions, shape and strength so as to support the concrete 24 laterally for a sufficient length of time during placement. 25 2) City may reject use of Slip-Form Paver if paver requires over-digging and 26 impacts trees, mailboxes or other improvements. 27 4. Hand-Laid Concrete Pavement 28 a. Machines that do not incorporate these features, such as roller screeds or 29 vibrating screeds, shall be considered tools to be used in hand-laid concrete 30 construction, as slumps, spreading methods,vibration, and other procedures are 31 more common to hand methods than to machine methods. 32 5. City may reject equipment and stop operation if equipment does not meet 33 requirements. 34 B.Concrete Mixing and Delivery Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 3213 13-11 CONCRETE PAVING Page 11 of 22 1 1. Transit Batching: shall not be used—onsite mixing not permitted 2 2. Ready Mixed Concrete 3 a. The concrete shall be produced in an approved method conforming to the 4 requirements of this specification and ASTM C94/C94M. 5 b. City shall have access to ready mix plant to obtain material samples. 6 c. When ready-mix concrete is used, sample concrete per ASTM C172 Alternate 7 Procedure 2: 8 1) As the mixer is being emptied, individual samples shall be taken after the 9 discharge of approximately 10 percent and 90 percent of the load. 10 2) The method of sampling shall provide that the samples are representative of 11 widely separated portions,but not from the very ends of the batch. 12 d. The mixing of each batch, after all materials are in the drum, shall continue until 13 it produces a thoroughly mixed concrete of uniform mass as determined by 14 established mixer performance ratings and inspection,or appropriate uniformity 15 tests as described in ASTM C94. 16 e. The entire contents of the drum shall be discharged before any materials are 17 placed therein for the succeeding batch. 18 f. Retempering or remixing shall not be permitted. 19 3. Delivery 20 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 21 City to prevent cold joint. 22 4. Delivery Tickets 23 a. For all operations,the manufacturer of the concrete shall,before unloading, 24 furnish to the purchaser with each batch of concrete at the site a delivery ticket 25 on which is printed, stamped, or written,the following information to determine 26 that the concrete was proportioned in accordance with the approved mix design: 27 1) Name of concrete supplier 28 2) Serial number of ticket 29 3) Date 30 4) Truck number 31 5) Name of purchaser 32 6) Specific designation of job(name and location) 33 7) Specific class, design identification and designation of the concrete in 34 conformance with that employed in job specifications 35 8) Amount of concrete in cubic yards 36 9) Time loaded or of first mixing of cement and aggregates 37 10) Water added by receiver of concrete 38 11) Type and amount of admixtures 39 C.Subgrade 40 1. When manipulation or treatment of subgrade is required on the Drawings, the work 41 shall be performed in proper sequence with the preparation of the subgrade for 42 pavement. 43 2. The roadbed shall be excavated and shaped in conformity with the typical sections 44 and to the lines and grades shown on the Drawings or established by the City. 45 3. All holes,ruts and depressions shall be filled and compacted with suitable material 46 and, if required,the subgrade shall be thoroughly wetted and reshaped. 47 4. Irregularities of more than 1/2 inch.,as shown by straightedge or template, shall be 48 corrected. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-12 CONCRETE PAVING Page 12 of 22 1 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 2 density as determined by ASTM D698. 3 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 4 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 5 pavement to ensure its being in a firm and moist condition. 6 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 7 of the work. 8 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 9 place concrete pavement. 10 10. After the specified moisture and density are achieved,the Contractor shall maintain 11 the subgrade moisture and density in accordance with this Section. 12 11. In the event that rain or other conditions may have adversely affected the condition 13 of the subgrade or base,additional tests may be required as directed by the City. 14 D.Placing and Removing Forms 15 1. Placing Forms 16 a. Forms for machine-laid concrete 17 1) The side forms shall be metal, of approved cross section and bracing, of a 18 height no less than the prescribed edge thickness of the concrete section, and a 19 minimum of 10 feet in length for each individual form. 20 2) Forms shall be of ample strength and staked with adequate number of pins 21 capable of resisting the pressure of concrete placed against them and the 22 thrust and the vibration of the construction equipment operating upon them 23 without appreciable springing, settling or deflection. 24 3) The forms shall be free from warps,bends or kinks and shall show no 25 variation from the true plane for face or top. 26 4) Forms shall be jointed neatly and tightly and set with exactness to the 27 established grade and alignment. 28 5) Forms shall be set to line and grade at least 200 feet,where practicable, in 29 advance of the paving operations. 30 6) In no case shall the base width be less than 8 inches for a form 8 inches or 31 more in height. 32 7) Forms must be in firm contact with the subgrade throughout their length 33 and base width. 34 8) If the subgrade becomes unstable, forms shall be reset,using heavy stakes 35 or other additional supports may be necessary to provide the required 36 stability. 37 b. Forms for hand-laid concrete 38 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 39 inches in thickness or equivalent when wooden forms are used, or be of a 40 gauge that shall provide equivalent rigidity and strength when metal forms are 41 used. 42 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 43 wood forms shall be used. 44 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 45 shall be rejected. 46 2. Settling. When forms settle over 1/8 inch under finishing operations,paving 47 operations shall be stopped the forms reset to line and grade and the pavement then 48 brought to the required section and thickness. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-13 CONCRETE PAVING Page 13 of 22 1 3. Cleaning. Forms shall be thoroughly cleaned after each use. 2 4. Removal. 3 a. Forms shall remain in place until the concrete has taken its final set. 4 b. Avoid damage to the edge of the pavement when removing forms. 5 c. Repair damage resulting from form removal and honeycombed areas with a 6 mortar mix within 24 hours after form removal unless otherwise approved. 7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 8 after a bulkhead for a transverse construction joint has been removed unless 9 otherwise approved. 10 e. When forms are removed before 72 hours after concrete placement,promptly 11 apply membrane curing compound to the edge of the concrete pavement. 12 E.Placing Reinforcing Steel,Tie, and Dowel Bars 13 1. General 14 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as 15 shown on the Drawings. 16 b. All reinforcing steel shall be clean, free from rust in the form of loose or 17 objectionable scale, and of the type, size and dimensions shown on the 18 Drawings. 19 c. Reinforcing bars shall be securely wired together at the alternate intersections 20 and all splices and shall be securely wired at each intersection dowel and load- 21 transmission unit intersected. 22 d. All bars shall be installed in their required position as shown on the Drawings. 23 e. The storing of reinforcing or structural steel on completed roadway slabs 24 generally shall be avoided and,where permitted, such storage shall be limited to 25 quantities and distribution that shall not induce excessive stresses. 26 2. Splices 27 a. Provide standard reinforcement splices by lapping and tying ends. 28 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 29 the Drawings. 30 3. Installation of Reinforcing Steel 31 a. All reinforcing bars and bar mats shall be installed in the slab at the required 32 depth below the finished surface and supported by and securely attached to bar 33 chairs installed on prescribed longitudinal and transverse centers as shown by 34 sectional and detailed drawings on the Drawings. 35 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 36 on the Drawings and shall be approved by the City prior to extensive fabrication. 37 c. After the reinforcing steel is securely installed above the subgrade as specified 38 in Drawings and as herein prescribed,no loading shall be imposed upon the bar 39 mats or individual bars before or during the placing or finishing of the concrete. 40 4. Installation of Dowel Bars 41 a. Install through the predrilled joint filler and rigidly support in true horizontal 42 and vertical positions by an assembly of bar chairs and dowel baskets. 43 b. Dowel Baskets 44 1) The dowels shall be held in position exactly parallel to surface and 45 centerline of the slab,by a dowel basket that is left in the pavement. 46 2) The dowel basket shall hold each dowel in exactly the correct position so 47 firmly that the dowel's position cannot be altered by concreting operations. 48 c. Dowel Caps Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-14 CONCRETE PAVING Page 14 of 22 1 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 2 direction. Grease bar before adding cap to prevent bonding with the concrete. 3 5. Tie Bar and Dowel Placement 4 a. Place at mid-depth of the pavement slab,parallel to the surface. 5 b. Place as shown on the Drawings. 6 6. Epoxy for Tie and Dowel Bar Installation 7 1) Epoxy bars as shown on the Drawings. 8 2) Use only drilling operations that do not damage the surrounding structures. 9 3) Blow out drilled holes with compressed air. 10 4) Completely fill the drilled hole with approved epoxy before inserting the tie 11 bar into the hole. 12 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 13 F.Joints 14 1. Joints shall be placed where shown on the Drawings or where directed by the City. 15 2. The plane of all joints shall make a right angle with the surface of the pavement. 16 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 17 4. Joint Dimensions 18 a. The width of the joint shall be shown on the Drawings, creating the joint 19 sealant reservoir. 20 b. The depth of the joint shall be shown on the Drawings. 21 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 22 recommendations. 23 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 24 surface at the center of the joint. 25 5. Transverse Expansion Joints 26 a. Expansion joints shall be installed perpendicularly to the surface and to the 27 centerline of the pavement at the locations shown on the Drawings, or as 28 approved by the City. Expansion joints shall continue to the farthest outside 29 edge of paving and adjacent slabs,and should extend through monolithic or 30 attached curbs so that there is no restriction to the movement of the joint at any 31 point. 32 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 33 approved by the City. 34 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 35 approved by the City, and shall be installed at the specified spacing. 36 d. Support dowel bars with dowel baskets. 37 e. Dowels shall not restrict the free opening and closing of the expansion join and 38 shall not make planes of weaknesses in the pavement. 39 f. Greased Dowels for Expansion Joints. 40 1) Coat dowels with a thin film of grease or other approved de-bonding 41 material. 42 2) Provide dowel caps on the lubricated end of each dowel bar. 43 g. Proximity to Existing Structures. When the pavement is adjacent to or around 44 existing structures, expansions joints shall be constructed in accordance with the 45 details shown on the Drawings. 46 6. Transverse Contraction Joints 47 a. Contraction or dummy joints shall be installed at the locations and at the 48 intervals shown on the Drawings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-15 CONCRETE PAVING Page 15 of 22 1 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 2 approved by the City. 3 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 4 approved by the City, and shall be installed at the specified spacing. 5 d. Saw joints in a single cut to the width and depth the plans show. Begin sawing 6 as soon as the concrete hardens sufficiently to prevent excessive raveling along 7 the saw cut and finish before conditions induce uncontrolled cracking. 8 e. The joints shall be constructed by sawing to a 1/4 - inch width and to a depth of 9 1/4 of the actual pavement thickness, or deeper if so indicated on the Drawings. 10 f. Complete sawing as soon as possible in hot weather conditions and within a 11 maximum of 24 hours after saw cutting begins under cool weather conditions. 12 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 13 the point where some raveling is observed. 14 h. Damage by blade action to the slab surface and to the concrete immediately 15 adjacent to the joint shall be minimized. 16 i. Any portion of the curing membrane which has been disturbed by sawing 17 operations shall be restored by spraying the areas with additional curing 18 compound. 19 7. Transverse Construction Joints 20 a. Construction joints formed at the close of each day's work or when the placing 21 of concrete has been interrupted for 30-minutes or longer shall be constructed 22 by use of metal or wooden bulkheads cut true to the section of the finished 23 pavement and cleaned. 24 b. Wooden bulkheads shall be constructed using material of a thickness not less 25 than nominal 2"lumber. 26 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 27 surface and at right angles to the centerline of the pavement. 28 d. Edges shall be rounded to 1/4-inch radius. 29 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 30 the work. 31 8. Longitudinal Construction Joints 32 a. Longitudinal construction joints shall be of the type shown on the Drawings. 33 9. Joint Filler 34 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 35 Drawings. 36 b. Redwood Board joints shall be used for all pavement joints except for 37 expansion joints that are coincident with a butt joint against existing 38 pavements. 39 c. Boards with less than 25-percent of moisture at the time of installation shall be 40 thoroughly wetted on the job. 41 d. Green lumber of much higher moisture content is desirable and acceptable. 42 e. The joint filler shall be appropriately drilled to admit the dowel bars when 43 required. 44 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 45 slab. The top edge shall be held not less than 1/2 inch below the finished 46 surface of the pavement in order to allow the finishing operations to be 47 continuous. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 3213 13-16 CONCRETE PAVING Page 16 of 22 1 g. The joint filler may be composed of more than one length of board in the 2 length of joint,but no board of a length less than 6 foot may be used unless 3 otherwise shown on the Drawings. 4 h. After the removal of the side forms, the ends of the joints at the edges of the 5 slab shall be carefully opened for the entire depth of the slab. 6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 7 and as specified in Section 32 13 73. Materials shall generally be handled and 8 applied according to the manufacturer's recommendations as specified in Section 9 32 1373. 10 G.Placing Concrete 11 1. Unless otherwise specified in the Drawings, the finished pavement shall be 12 constructed monolithically and constructed by machined laid method unless 13 impractical. The City will make determination of what is practical. The maximum 14 length of concrete lane that can be placed by hand pouring is 50 linear feet. 15 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 16 shall be distributed to the required depth and for the entire width of the pavement 17 by approved methods. 18 3. Any concrete not placed as herein prescribed within the time limits in the following 19 table will be rejected. Time begins when the water is added to the mixer. 20 Temperature—Time Requirements Concrete Temperature Max Time—minutes Max Time—minutes at point of placementl (no retarding a ent with retarding agent)' Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F 45 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 21 1 Normal dosage of retarder. 22 23 4. Rakes shall not be used in handling concrete. 24 5. At the end of the day, or in case of unavoidable interruption or delay of more than 25 30 minutes or longer to prevent cold joints,a transverse construction joint shall be 26 placed in accordance with 3.4.F.7 of this Section. 27 6. Honeycombing 28 a. Special care shall be taken in placing and vibrating the concrete against the 29 forms and at all joints and assemblies so as to prevent honeycombing Concrete 30 shall be uniformly consolidated throughout its width and depth, free from honey 31 combed areas, and has a consistent void-free closed surface. 32 b. Excessive voids and honeycombing in the edge of the pavement,revealed by the 33 removal of the side forms,may be cause for rejection of the section of slab in 34 which the defect occurs. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-17 CONCRETE PAVING Page 17 of 22 1 H.Finishing 2 1. Machine 3 a. Tolerance Limits 4 1) While the concrete is still workable, it shall be tested for irregularities with 5 a 10-foot straightedge placed parallel to the centerline of the pavement so as 6 to bridge depressions and to touch all high spots. 7 2) Ordinates measured from the face of the straightedge to the surface of the 8 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of 9 contact. 10 3) In no case shall the maximum ordinate to a 10-foot straightedge be greater 11 than 1/8 inch. 12 4) Any surface not within the tolerance limits shall be reworked and 13 refinished. 14 b. Edging 15 1) The edges of slabs and all joints requiring edging shall be carefully tooled 16 with an edger of the radius required by the Drawings at the time the concrete 17 begins to take its "set"and becomes non-workable. 18 2) All such work shall be left smooth and true to lines. 19 2. Hand 20 a. Hand finishing permitted only in intersections and areas inaccessible to a 21 finishing machine. 22 b. When the hand method of striking off and consolidating is permitted, the 23 concrete, as soon as placed, shall be approximately leveled and then struck off 24 with screed bar to such elevation above grade that, when consolidated and 25 finished,the surface of the pavement shall be at the grade elevation shown on 26 the Drawings. 27 28 c. The straightedge and joint finishing shall be as prescribed herein. 29 1. Curing 30 1. The curing of concrete pavement shall be thorough and continuous throughout the 31 entire curing period. 32 2. Failure to provide proper curing as herein prescribed shall be considered as 33 sufficient cause for immediate suspension of the paving operations. 34 3. The curing method as herein specified does not preclude the use of any of the other 35 commonly used methods of curing, and the City may approve another method of 36 curing if so requested by the Contractor. 37 4. If any selected method of curing does not afford the desired results, the City shall 38 have the right to order that another method of curing be instituted. 39 5. After removal of the side forms, the sides of the slab shall receive a like coating 40 before earth is banked against them. 41 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 42 as to cover the entire surfaces thoroughly and completely with a uniform film. 43 7. The rate of application shall be such as to ensure complete coverage and shall not 44 exceed 20-square-yards-per-gallon of curing compound. 45 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 46 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 47 curing period. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-18 CONCRETE PAVING Page 18 of 22 1 9. If for any reason the seal is broken during the curing period, it shall be immediately 2 repaired with additional sealing solution. 3 10. When tested in accordance with ASTM C156 Standard Test Method for Water Loss 4 (from a mortar specimen)Through Liquid Membrane-Forming Curing Compounds 5 for Concrete,the curing compound shall provide a film which shall have retained 6 within the test specimen a percentage of the moisture present in the specimen when 7 the curing compound was applied according to the following. 8 11. Contractor shall maintain and properly repair damage to curing materials on 9 exposed surfaces of concrete pavement continuously for a least 72 hours. 10 J. Monolithic Curbs 11 1. Concrete for monolithic curb shall be the same as for the pavement and shall be 12 placed within 20 minutes of the placement of the slab concrete. 13 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 14 shall be thoroughly worked to achieve an acceptable surface finish. 15 3. The exposed edges shall be rounded by the use of an edging tool to the radius 16 indicated on the Drawings. 17 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 18 K.Pavement Leaveouts 19 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 20 provided at location indicated on the Drawings or as directed by the City. 21 2. The extent and location of each leaveout required and a suitable crossover 22 connection to provide for traffic movements shall be determined in the field by the 23 City. 24 3.5 REPAIR 25 A.Repair of concrete pavement concrete shall be consistent with the Drawings and as 26 specified in Section 32 0129. 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 SITE QUALITY CONTROL 29 A.Concrete Placement 30 1. Place concrete using a fully automated paving machine. Hand paving is only 31 permitted in areas such as intersections where use of paving machine is not 32 practical. 33 a. All concrete pavement not placed by hand shall be placed using a fully 34 automated paving machine as approved by the City. 35 b. Screeds are considered hand placement paving method. 36 B.Testing of Materials 37 1. Samples of all materials for testing shall be provided by the contractor at no 38 expense to the City,unless otherwise specified in the special provisions or in the 39 Drawings. 40 2. In the event the initial sampling and testing does not comply with the specifications, 41 all subsequent testing of the material in order to determine if the material is 42 acceptable shall be at the Contractor's expense at the same rate charged by the 43 commercial laboratories. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 3213 13-19 CONCRETE PAVING Page 19 of 22 1 3. All testing shall be in accordance with applicable ASTM Standards and concrete 2 testing technician must be ACI certified or equivalent. 3 C.Pavement Thickness Test 4 1. Pavement thickness test shall be performed by a commercial testing laboratory 5 approved by the City every 100 feet or fraction thereof in accordance with TxDOT 6 Designation: Tex-423-A,unless otherwise shown on the plans. Test locations shall 7 be at the discretion of the City. 8 2. In the event a deficiency in the thickness of pavement is revealed during normal 9 testing operations, core samples shall be taken at the contractor's expense to verify 10 deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 11 3. Where the average thickness of pavement in the area found to be deficient in 12 thickness by more than 0.20 inch,but not more than 0.50-inch,payment shall be 13 made at an adjusted price as specified in the following table. 14 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00-0.20 100 percent 0.21-0.30 80 percent 0.31-0.40 70 percent 0.41-0.50 60 percent 15 16 4. Any area of pavement found deficient in thickness by more than 0.50 inch but not 17 more than 0.75 inch or 1/10 of the thickness specified on the Drawings,whichever 18 is greater, shall be evaluated by the City. 19 5. If, in the judgment of the City the area of such deficiency should not be removed 20 and replaced,there shall be no payment for the area retained. 21 6. If,in the judgment of the City,the area of such deficiency warrants removal,the 22 area shall be removed and replaced, at the Contractor's entire expense,with 23 concrete of the thickness shown on the Drawings. 24 7. Any area of pavement found deficient in thickness by more than 0.75 inch or more 25 than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced 26 with concrete of the thickness shown on the Drawings at the Contractor's sole 27 expense. 28 8. No additional payment over the contract unit price shall be made for any pavement 29 of a thickness exceeding that required by the Drawings. 30 D.Pavement Strength Test 31 1. During the progress of the work the commercial testing laboratory casts test 32 cylinders for conforming to ASTM C31,to maintain a check on the compressive 33 strengths of the concrete being placed. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 3213 13-20 CONCRETE PAVING Page 20 of 22 1 2. Test cylinders shall be taken from a representative portion of concrete being placed 2 for every 150-cubic yards of concrete pavement placed, but in no case shall fewer 3 than 1 set of cylinders be taken per day of placement. After the cylinders have been 4 cast,they shall remain on the job site and then transported, moist cured, and tested 5 in accordance with ASTM C31 and ASTM C39. 6 3. In each set, one of the cylinders shall be tested at 7 days (3 days for HES concrete), 7 two cylinders shall be tested at 28 days(three cylinders for 4"by 8"cylinders), and 8 the remaining cylinder shall be retained for testing at 56 days, if necessary. 9 Concrete must attain its design strength within 56 days. The 4"by 8"cylinders are 10 acceptable only when the nominal maximum aggregate size of the mix is less than 11 1-1/4 inch. 12 4. If the average 28-day test results indicate deficient strength,the Contractor may, at 13 its option and expense, core the pavement in question and have the cores tested by 14 an approved laboratory in accordance with ASTM C42 and ACI 318 protocol. The 15 average of all cores must meet 100 percent of the minimum specified strength,with 16 no individual core resulting in less than 90 percent of design strength, in order to 17 override the results of the cylinder tests. 18 5. In the event cylinders and/or cores do not meet minimum specified strength, 19 additional cores may be taken to identify the limits of deficient concrete pavement 20 at the expense of the Contractor. 21 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 22 meeting the minimum specified strength shall be subject to the money penalties or 23 removal and placement at the Contractor's expense as shown in the following table. 24 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent-Not More Than 10 percent 90- ercent Greater Than 10 percent-Not More Than 15 percent 80- ercent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 25 26 7. Deficiency shall be determined on a panel by panel basis. 27 8. The amount of penalty shall be deducted from payment due to Contractor 28 9. No additional payment over the contract unit price shall be made for any pavement 29 with a strength exceeding that required by the Drawings and/or specifications. 30 E.Cracked Concrete Acceptance Policy 31 1. If cracks exist in concrete pavement upon completion of the project,the Project 32 Inspector shall decide as to the need for action to address the cracking as to its 33 cause and recommended remedial work. 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade,the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The Contractor shall perform the routing 38 and sealing work as directed by the Project Inspector, at no cost to the City, 39 regardless of the cause of the cracking. 40 3. If remedial work beyond routing and sealing is determined to be necessary,the 41 Inspector and the Contractor shall meet to determine the cause of the cracking. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 13 13-21 CONCRETE PAVING Page 21 of 22 1 a. If agreement is reached that the cracking is due to deficient materials or 2 workmanship, the Contractor shall perform the remedial work at no cost to the 3 City. Remedial work in this case shall be limited to removing and replacing the 4 deficient work with new material and workmanship that meets the requirements 5 of the contract. 6 b. If the Inspector and the Contractor agree that the cause of the cracking is not 7 deficient materials or workmanship,the City may request the Contractor to 8 provide an estimate of the cost of the necessary remedial work and/or additional 9 work to address the cause of the cracking, and the Contractor will perform that 10 work at the agreed-upon price if the City elects to do so. 11 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the 12 City may hire an independent geotechnical engineer, acceptable to the Contractor, 13 to perform testing and analysis to determine the cause of the cracking. The 14 contractor shall pay 50 percent of the costs of the independent testing. Contractor 15 shall provide one half of the estimated costs of the independent testing to be held by 16 the City. 17 5. If the independent geotechnical engineer determines that the primary cause of the 18 cracking is the Contractor's deficient material or workmanship,the remedial work 19 will be performed at the Contractor's entire expense and the Contractor will also 20 reimburse the City for the City's portion of cost of the geotechnical investigation. 21 Remedial work in this case shall be limited to removing and replacing the deficient 22 work with new material and workmanship that meets the requirements of the 23 contract. 24 6. If the geotechnical engineer determines that the primary cause of the cracking is not 25 the Contractor's deficient material or workmanship,the City will return the held 26 funds to the Contractor. The Contractor, on request,will provide the City an 27 estimate of the costs of the necessary remedial work and/or additional work and 28 will perform the work at the agreed-upon price as directed by the City. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 A.No concrete washout,mix, slurry, cuts,mud or solids etc.,may enter the storm water 33 system including curb lines. Equipment washout allowed only in areas shown on 34 drawings and test materials or slag must be removed from site prior to final acceptance. 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 3213 13-22 CONCRETE PAVING Page 22 of 22 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.1)—Modified to clarify acceptable fly ash substitution in concrete paving 1.1 LA—modified to clarify concrete placement temperature restrictions Zelalem 2.4.A,B,D—to clarify concrete quality control process and requirements 03/19/2021 Arega/Doug 3.7.C&D-to modify and clarify the pavement strength test and change in Black pavement thickness measurement methodology 3.7.E—Modified to clarify cracked concrete acceptance policy 3/11/2022 Zelalem Arega 1.3.A.h,2.2—Added ASTM C595,Type IL cement 6/10/2022 M Owen 3.4 G. 1.—Clarified language re:machine laid vs.hand poured 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 1320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page I of 6 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shallbe by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall 33 34 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) 35 a. Measurement 36 1) Measurement for this Item shallbe by the linear foot of completed and 37 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb 38 height at back of walk in its final position. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"will be paid for at the unit 42 price bid per linear foot of Concrete Curb at the Back of Sidewalk. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 32 13 20-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 1 c. The price bid shall include: 2 1) Excavating and preparing the subgrade 3 2) Furnishing and placing all materials, including concrete and reinforcing 4 steel 5 3) Excavation in back of"retaining"curb 6 4) Furnishing, placing, and compacting backfill 7 3. Concrete Driveway 8 a. Measurement 9 1) Measurement for this Item shall be by the square foot of completed and 10 accepted Concrete Driveway in its final position for various: 11 a) Thicknesses 12 b) Types 13 2) Dimensions will be taken from the back of the projected curb,including the 14 area of the curb radii and will extend to the limits specified in the Drawings. 15 3) Sidewalk portion of drive will be included in driveway measurement. 16 4) Curb on drive will be included in the driveway measurement. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under"Measurement"will be paid for at the unit 20 price bid per square foot of Concrete Driveway. 21 c. The price bid shall include: 22 1) Excavating and preparing the subgrade 23 2) Furnishing and placing all materials 24 3) Temporary asphalt transition at width shown on plans(typically 9 inches) 25 when the pavement adjacent to the driveway will be improved 26 27 4. Barrier Free Ramps 28 a. Measurement 29 1) Measurement for this Item shall be per each Barrier Free Ramp completed 30 and accepted for various: 31 a) Types 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"w ill be paid for at the unit 35 price bid per each"Barrier Free Ramp"installed. 36 c. The price bid shall include: 37 1) Excavating and preparing the subgrade 38 2) Furnishing and placing all materials 39 3) Curb Ramp 40 4) Landing and detectable warning surface as shown on the Drawings 41 5) Adjacent flares or side curb 42 6) Concrete gutter width along ramp opening 43 7) Doweling into adjacent concrete pavement, if applicable 44 1.3 REFERENC ES 45 A. Abbreviations and Acronyms 46 1. TAS—Texas Accessibility Standards 47 2. TDLR—Texas Department of Licensing and Regulation 48 B. Reference Standards Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 32 13 20-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3of6 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Society for Testing and Materials (ASTM) 5 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 6 Construction(Non-extruding and Resilient Types) 7 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 8 Standard Effort(12,400 ft-lbf/ft3) 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 12 A. Mix Design: submit for approval. Section 32 13 13. 13 B. Product Data: submit product data and sample for pre-cast detectable warning for 14 barrier free ramp. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 21 L 12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 24 2.2 EQUIPMENT AND MATERIALS 25 A. Forms:wood or metal straight, free from warp and of a depth equal to the thickness of 26 the finished work. 27 B. Concrete:see Section 32 13 13. 28 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 29 class for concrete sidewalks,driveways and barrier free ramps is shown in the 30 following table: 31 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concretel Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 32 C. Reinforcement: see Section 32 13 13. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 32 1320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be#3 deformed 2 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless 3 otherwise shown on the Drawings or detailed specifications. 4 D. Joint Filler 5 1. Wood Filler: see Section 32 13 13. 6 2. Pre-Molded Asphalt Board Filler 7 a. Use only in areas where not practical for wood boards. 8 b. Pre-molded asphalt board filler: ASTM D545. 9 c. Install the required size and uniform thickness and as specified in Drawings. 10 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 11 mixture of asphalt and vegetable fiber and/or mineral filler. 12 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. Surface Preparation 20 1. Excavation: Excavation required for the construction of sidewalks,driveways and 21 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 22 established by the City. 23 2. Fine Grading 24 a. The Contractor shall do all necessary filling, leveling and fine grading required 25 to bring the subgrade to the exact grades specified and compacted to at least 90 26 percent of maximum density as determined by ASTM D698. 27 b. Moisture content shall be within minus 2 to plus 4 of optimum. 28 c. Any over-excavation shall be repaired to the satisfaction of the City. 29 B. Demolition /Removal 30 1. Sidewalk,Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 31 3.4 INSTALLATION 32 A. General 33 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 34 2. Sidewalks constructed in driveway approach sections shall have a minimum 35 thickness equal to that of driveway approach or as called for by Drawings and 36 specifications within the limits of the driveway approach. 37 .3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 38 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 39 The construction of the driveway approach shall include the variable height radius 40 curb or a pan driveway approach in accordance with the Drawings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 32 13 20-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 1 4. All pedestrian facilities shall comply with provisions of TAS including location, 2 slope, width, shapes,texture and coloring. Pedestrian facilities installed by the 3 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 4 separate pay). 5 B. Forms:Forms shall be securely staked to line and grade and maintained in a true 6 position during the depositing of concrete. 7 C. Reinforcement: see Section 32 13 13. 8 D. Concrete Placement: see Section 32 13 13. 9 E. Finishing 10 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 11 even surface. 12 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 13 3. Provide exposed aggregate finish for driveways and sidewalks if specified. 14 4. Edge joints and sides shall with suitable tools. 15 F. Joints 16 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 17 using redwood. 18 2. Expansion joints shall be placed at intervals ten times the width of the sidewalk. 19 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 20 driveways, curbs, formations,other sidewalks and other adjacent old concrete work 21 Similar material shall be placed around all obstructions protruding into or through 22 sidewalks or driveways. 23 4. All expansion joints shall be 1/2 inch in thickness. 24 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 25 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 26 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 27 marking tool. Saw cutting of joints to the required depth may be desirable on wider 28 sidewalks and is acceptable if approved by the City 29 7. When sidewalk is against the curb,expansion joints shall be spaced to match those 30 in the curb, possibly in addition to the required spacing above. 31 G. Barrier Free Ramp 32 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 33 manufactured by StrongGo Industries or approved equal by the City. 34 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 35 of pedestrian travel, and extend to the limit of the width of the landing where the 36 pedestrian access route enters the street. 37 3. Locate detectable warning surface so that the edge nearest the curb line is at the 38 extension of the face of the curb. 39 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 40 5. Install detectable warning surface according to manufacturer's instructions. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 32 13 20-6 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACt VIENTS [NOT USED] 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.3—Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F.Griffin CorrectedPart 1,1.2,A,3,b, 1 to read,from.. .square foot of Concrete Sidewalk. to.. each"Barrier Free Ramp"installed June 5,2018 M Owen Revised Measurement and Payment.section. April 29,2021 M Owen 1.2 A.4.c.Revise Barrier Free Ramp—Payment Section December 91 M Owen 1.2 A. l.c.and 1.2 A.3.c.Clarified Mat is included in bid items for sidewalk and 2021 driveway,respectively 12 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 32 13 73-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 32 13 13 -Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation,furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean,dry and frost free. C. Do not place sealant in an expansion-type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant:ASTM D5893. 2. Joint Filler,Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 13 73-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found,repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape,using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack-free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAHURESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 14 16-1 BRICK UNIT PAVING Page 1 of 9 SECTION 32 14 16 BRICK UNIT PAVING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor,materials and equipment necessary to install brick pavers, set in mortar on reinforced concrete base for: a. New brick paving b. Brick paving repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 32 13 13 -Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Brick Paving a. Measurement 1) Measurement for this Item shall be by the square yard of Brick Paving. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per square yard of Brick Paving completed and accepted in its final position per Drawings. c. The price bid shall include: 1) Sample panels 2) Shaping and fine grading the roadbed 3) Furnishing and applying all water required 4) Furnishing, loading and unloading, storing,hauling,handling,mixing, placing,finishing and curing all concrete ingredients for concrete base material 5) Furnishing and installing all reinforcing steel for concrete base 6) Furnishing,mixing and placing all setting materials including mortar setting bed,wet mortar joint filler and high bond mortar mix 7) Furnishing and setting all brick unit pavers 8) Sealing joints 2. Brick Paving Repair a. Measurement 1) Measurement for this Item shall be by the square yard of Brick Paving Repaired. b. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 14 16-2 BRICK UNIT PAVING Page 2 of 9 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per square yard of Brick Paving Repair completed and accepted in its final position per Drawings. c. The price bid shall include: 1) Sample panels 2) Shaping and fine grading the roadbed 3) Furnishing and applying all water required 4) Furnishing, loading and unloading, storing,hauling,handling,mixing, placing,finishing and curing all concrete ingredients for concrete base material 5) Furnishing and installing all reinforcing steel for concrete base 6) Furnishing,mixing and placing all setting materials including mortar setting bed,wet mortar joint filler and high bond mortar mix 7) Furnishing and setting all brick unit pavers 8) Sealing joints 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. C67,Test Methods of Sampling and Testing Brick and Structural Clay Tile b. C 144,Aggregate for Masonry Mortar c. C150, Portland Cement d. C207, Specification for Hydrated Lime for Masonry Purposes e. C902, Specification for Pedestrian and Light Traffic Paving Brick f. C 1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete 3. The Brick Industry Association,Technical Notes a. No. 1,Cold and Hot Weather Construction 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's technical data for each manufactured product, including certification that each product complies with specified requirements. B. Samples 1. For material verification purposes submit the following: a. Manufacturer's testing certification conforming to ASTM C67 testing methods for: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 14 16-3 BRICK UNIT PAVING Page 3 of 9 1) Compressive strength,pounds per square inch 2) Absorption, 5 hour submersion in cold water 3) Absorption,24 hour submersion in cold water 4) Maximum saturation coefficient 5) Initial rate of absorption(suction) 6) Abrasion index 7) Freeze-thaw 8) Efflorescence b. Masonry paving unit samples for each type of masonry paving required. Include in each set the full range of exposed color and texture to be expected in the completed work. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Installer: Brick paver and any subcontractors shall have experience in brick paving and their previous work will be reviewed by the City prior to start of work. B. Sample Panel: Prior to installation of 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. Include color range, size,texture,bond,expansion jointing,pattern,finish,and workmanship. 2. Make 6 feet x 6 feet minimum. 3. Provide range of color,texture and workmanship 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 to the City until an acceptable panel is constructed. 5. Obtain City's acceptance of visual qualities of the panel before start of masonry paving work. 6. Maintain the sample panel as the standard of minimal quality for approval of all proposed brick pavement work required for the project. Locate sample panel near the pavement work to facilitate comparison 7. Do not change source of brands for masonry units, setting materials, or grout during progress of work. 8. Remove sample panel from the site at completion of project. 1.10 DELIVERY,STORAGE,AND HANDLING A. Delivery: Brick pavers and associated installation materials shall be delivered to the job adequately protected from damage during transit. 1. Brick pavers shall be carefully packed by the supplier for shipment with name of manufacturer and identification of contents. 2. Pavers damaged in any manner will be rejected and replaced with new materials at no additional cost to the City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 14 16-4 BRICK UNIT PAVING Page 4 of 9 B. Storage: Protect grout and mortar materials during storage and construction against wetting by rain, snow or ground water and against soilage or intermixture with earth or other types of materials. 1. Protect grout and mortar materials from deterioration by moisture and temperature. 2. Store in a dry location or in waterproof container. 3. Keep containers tightly closed and away from open flame. Protect liquid components from freezing. 1.11 FIELD CONDITIONS A. Ambient Conditions 1. Normal construction: temperatures between 40 degrees and 100 degrees. 2. Cold Weather Construction:temperatures below 40 degrees a. Comply with requirements for masonry construction in cold weather from the BIA Technical Notes on Brick Construction,No. 1, Cold and Hot Weather Construction,Table No. 1 as summarized in the following table: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 14 16-5 BRICK UNIT PAVING Page 5 of 9 Preparation Construction Protection Temperature' Requirements Requirements Requirements (Prior to Work) (Work in Progress) (After Masonry is Placed Do not lay masonry units having either a temperature Heat mixing water or sand to below 20 degrees F or produce mortar between 40 containing frozen moisture, degrees F and 120 degrees visible ice,or snow on their surface. F. Completely cover newly 40 degrees F to Do not heat water or constructed masonry 32 degrees F Remove visible ice and aggregates used in mortar or with a weather-resistive snow from top surface of membrane for 24 hr after existing foundations and grout above 140 degrees F. construction. masonry to receive new Heat grout materials when construction. Heat these their temperature is below 32 surfaces above freezing, degrees F. using methods that do not result in damage. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in 32 degrees F to Comply with cold weather masonry. Comply with cold 25 degrees F requirements above. weather requirements Heat grout materials so grout above. is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 degrees F. Comply with cold weather Completely cover newly requirements above. constructed masonry Heat masonry surfaces under with weather-resistive construction to 40 degrees F insulating blankets or equal protection for 24 hr 25 degrees F to Comply with cold weather and use wind breaks or 20 degrees F requirements above. enclosures when the wind after completion work. velocity exceeds 15 mph. Extend time periodd to 48 hr for grouted masonry, Heat masonry to a minimum unless the only cement of 40 degrees F prior to in the grout is Type III grouting. Portland cement. Maintain newly constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using heated 20 degrees F and Comply with cold weather Comply with cold weather enclosures,electric below requirements above. requirements above. heating blankets, infrared lamps,or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements,after masonry is placed,are based on mean daily temperatures. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 32 14 16-6 BRICK UNIT PAVING Page 6 of 9 3. Hot Weather Construction: temperatures above 100 degrees a. Comply with requirements for masonry construction in hot weather from the BIA Technical Notes on Brick Construction,No L, Cold and Hot Weather Construction,Table No. 1 as summarized in the following table: Preparation Protection Temperature' Requirements Construction Requirements Requirements (Prior to Work) (Work in Progress) (After Masonry is Placed Above 115 Use cool mixing water for degrees For Shade materials and mixing mortar and grout.Ice must be 105 degrees F equipment from direct melted or removed before with a wind sunlight. water is added to other mortar Comply with hot weather velocity over 8 or grout materials. requirements below. mph Comply with hot weather requirements below. Comply with hot weather requirements below. Maintain mortar and grout at a temperature below 120 degrees F. Provide necessary Flush mixer,mortar transport Above 100 conditions and equipment to container,and mortar boards Fog spray newly degrees F or produce mortar having a with cool water before they constructed masonry until 90 degrees F with temperature below 120 come into contact with mortar damp,at least 3 times a 8 mph wind degrees F. ingredients or mortar. day until the masonry is 3 Maintain sand piles in a days old. damp, loose condition. Maintain mortar consistency by retempering with cool water. Use mortar within 2 hr of initial mixing. 1.Preparation and Construction requirements are based on ambient temperatures. Protection requirements,after masonry is placed,are based on mean daily temperatures. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Rigid Concrete Base: See Section 32 13 13. B. Reinforcing Steel: Section 32 13 13 C. Paving Brick for Heavy Vehicular Traffic: Standard Solid(uncored)Paving Brick of modular size,2-1/4 inches x 3-5/8 inches x 7-5/8 inches except as indicated, as per ASTM C 1272,Type R,Application PX. D. Setting Materials 1. The mortar setting bed shall consist of a. I part Portland cement-ASTM C 150, Type I b. 1/4 part hydrated lime by volume-ASTM C207,Type 5 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 14 16-7 BRICK UNIT PAVING Page 7 of 9 c. 3 parts damp sand-ASTM C144(for high-bond mortar, gradation in accordance with additive manufacturer's recommendations). d. Add water to obtain stiff mix-ASTM C 1602. 2. The wet mortar joint filler shall consist of: a. I part Portland cement-ASTM C 150,Type 1 b. 3 parts dry sand-ASTM C 144. c. Add water to obtain a wet mix-ASTM C 1602 3. High bond mortar mix shall consist of: a. 1 sack Portland cement-ASTM C 150,Type 1 b. 50 pounds workability additive-"A"Marble Dust by Armco Steel Corporation, Piqua Quarries,or Ute Dolomite Limestone by U.S.Lime Division of Flintkote Corporation,or Micro Fill No. 2 by Pure Stone Company,Marble Falls,Texas or approved equal c. 3-1/4 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 accordance with High Bond Additive manufacturer's recommendations. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place 8-inch reinforced concrete base under proposed brick pavement. 1. Concrete base: See Section 32 13 13. a. Design concrete mix design for a minimum compressive strength of 3,000 pounds per square inch at the age of 2 days for either type I or type III cement 2. Reinforcing Steel: Section 32 13 13 a. No.4 bars at 18 inches on center both directions 3. Keep concrete surfaces to receive pavers dry, clean, free of oily or waxy films and level. 4. Verify gradients and elevations of base are as indicated on Drawings. B. Protect adjacent finished surfaces from soiling, staining,and other damage during construction. Clean and restore any damage or stains to adjacent surfaces to equal or better than original condition. C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an amount that can be covered with pavers before initial set. D. Set pavers in the patterns shown in the field with uniform tight joints (1/4-inch). Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 14 16-8 BRICK UNIT PAVING Page 8 of 9 E. Do not use pavers with chips,cracks, or voids. F. Set paver in 1-inch layer of neat cement paste over setting bed. G. Tolerances: Tolerances shall be checked continuously as work progresses so that nonconforming areas can be corrected before mortar sets. 1. Alignment tolerances: maximum 1/4 inch in 20 feet; 1/2 inch in 40 feet 2. Surface tolerance: maximum plus or minus 1/8 inch in 8 feet noncumulative 3. Alignment and surface tolerances will be checked and enforced. The Contractor shall make provisions that brick pavers can meet these tolerances as they are supplied. Imperfections in the brick dimensions and surfaces will not constitute as reasons to accept inferior paving and the work will be rejected. H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large areas of pavers for later leveling. I. After pavers are set and cleaned free of mortar,fill joints with mortar,completely filling voids. J. Remove excess dry joint filler mixture and fog surface with fine water spray. K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed broken edges will not be allowed. L. A 7 day damp cure is required. Employ barricades to restrict traffic during the 7 day cure period. After the 7 day damp cure period, clean the surface with stiff brush and brick manufacturer's recommended cleaning solution in increments not exceeding 100 square feet, leaving surface clean and free of mortar and grout stains. M. At the end of each day, spray paved areas with a fine mist of water. Fill joints within 3 days after the pavers are set. Spray paved areas until the joints are 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. Remove and replace masonry paving units as directed by the City that are loose, chipped, broken, stained or otherwise damaged,or if units do not match adjoining units as intended. 2. Provide new units to match adjoining units and install in same manner as original units,with same joint treatment to eliminate evidence of replacement. 3. Pointing: during tooling of joints,enlarge voids or holes and completely fill with mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform appearance,properly prepared to application of sealant. 4. Cleaning: Remove excess mortar/grout from exposed brick surfaces,wash and scrub clean. 5. Protect masonry paving installations from deterioration, discoloration or damage during subsequent constructions and until acceptance of work, in compliance with recommendations of installer and paving unit manufacturer. B. Trench Repair 1. Preparation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 14 16-9 BRICK UNIT PAVING Page 9 of 9 a. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. b. Surface Preparation: mark pavement cut repairs for approval by the CITY. 2. Removal 1) Use care in removing brick pavers to be repaired to prevent damage to brick pavers adjacent to the repair area. 3. Installation: See Article 3.4. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 3.4.A.Modified information to match City of Fort Worth Standard Detail Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Pagel of 6 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A.Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B.Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C.Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 6. Section 32 1123—Flexible Base Courses 18 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A.Measurement and Payment 21 1. Concrete Curb and Gutter 22 a. Measurement 23 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 24 Gutter. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per linear foot of Concrete Curb and Gutter complete and in place by 29 curb height. 30 c. The price bid shall include: 31 1) Excavation and preparing the subgrade, including placement of flexbase or 32 cement treated base under curb& gutter and 12"behind back of curb 33 2) Required excavation and backfill behind the curb 34 3) Removal and disposal of all excavated material 35 4) Furnishing and placing all materials, including foundation course, 36 reinforcing steel, and expansion material 37 5) Temporary asphalt transition at width shown on plans(typically 9 inches) 38 when the pavement adjacent to the curb & gutter will be improved 39 2. Concrete Valley Gutter 40 a. Measurement Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 1 1) Measurement for this Item shall be by the square yard of Concrete Valley 2 Gutter. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"will be paid for at the unit 6 price bid per square yard of Concrete Valley Gutter complete and in place for: 7 a) Various street types 8 c. The price bid shall include: 9 1) Required excavation 10 2) Preparing the subgrade, including placement of flexbase or stabilized 11 cement treated subgrade 12 3) Furnishing and placing all materials, including foundation course, 13 reinforcing steel, and expansion material 14 4) Temporary asphalt transition at width shown on plans(typically 9")when 15 the pavement adjacent to the valley gutter will improved 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 ACTION SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD CONDITIONS 25 A.Weather Conditions: See Section 32 13 13. 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS 28 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 29 2.2 EQUIPMENT AND MATERIALS 30 A.Forms: See Section 32 13 13. 31 B.Concrete: 32 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 33 class for concrete curb&gutter and valley gutter is shown in the following table: 34 35 Standard Classes of Pavement Concrete Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 Item Class of Minimum 28 Day Maximum Course Concret Cementitious Min. Water/ Aggregat e , Compressiv Cementitiou e Lb./CY e S Maximu Strength Ratio m psi Size, inch Curb A 470 3,000 0.58 1-1/2 Gutte r Valle H 564 4,500 0.45 1-1/2 y Gutte r 1 C.Reinforcement: See Section 32 13 13. 2 D.Joint Filler 3 1. Wood Filler: see Section 32 13 13. 4 2. Pre-Molded Asphalt Board Filler 5 a. Use only in areas where not practical for wood boards 6 b. Pre-molded asphalt board filler: ASTM D545 7 c. Install the required size and uniform thickness and as specified in the Drawings. 8 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 9 mixture of asphalt and vegetable fiber and/or mineral filler. 10 E.Expansion Joint Sealant: See Section 32 13 73. 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION 17 A.Demolition/Removal: See Section 02 41 13. 18 3.4 INSTALLATION 19 A.Forms 20 1. Extend forms the full depth of concrete. 21 2. Wood forms: minimum of 1-1/2 inches in thickness 22 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 23 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 24 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 25 rejected. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 1 B.Reinforcing Steel 2 1. Place all necessary reinforcement for City approval prior to depositing concrete. 3 2. All steel must be free from paint and oil and all loose scale,rust, dirt and other 4 foreign substances. 5 3. Remove foreign substances from steel before placing. 6 4. Wire all bars at their intersections and at all laps or splices. 7 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,whichever is 8 greater. 9 C.Concrete Placement 10 1. Deposit concrete to maintain a horizontal surface. 11 2. Work concrete into all spaces and around any reinforcement to form a dense mass 12 free from voids. 13 3. Work coarse aggregate away from contact with the forms 14 4. Hand-Laid Concrete—Curb and gutter 15 a. Shape and compact subgrade to the lines, grades and cross section shown on the 16 Drawings. 17 b. Lightly sprinkle subgrade material immediately before concrete placement. 18 c. Deposit concrete into forms. 19 d. Shape the concrete to the required curb and gutter design and provide a brush 20 finish. 21 5. Machine-Laid Concrete—Curb and Gutter 22 a. Hand-tamp and sprinkle subgrade material before concrete placement. 23 b. Provide clean surfaces for concrete placement. 24 c. Place the concrete to correct line and grade with approved self-propelled 25 equipment. 26 d. Brush finish surfaces immediately after extrusion or slipforming. 27 6. Hand-Laid Concrete—Concrete Valley Gutter: See Section 32 13 13. 28 7. Expansion joints 29 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 30 intersection returns and other rigid structures. 31 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 32 pavement joints to a depth of 1-1/2 inches. 33 c. Place expansion joints at all intersections with concrete driveways, structures, 34 valley gutters,and existing curb and gutters. 35 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 36 depth of the concrete. 37 e. Make expansion joints perpendicular and at right angles to the face of the curb. 38 f. Neatly trim any expansion material extending above the surface of the finished 39 work. 40 g. Make expansion joints in the curb and gutter coincide with existing concrete 41 expansion joints. 42 h. Longitudinal dowels across the expansion joints in the curb and gutter are 43 required. 44 i. Install 3 - 1/2"round, smooth bars, 24 inches in length, for dowels at each 45 expansion joint. 46 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 47 provides a minimum of 1-inch free expansion. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 16 13-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 6 1 k. Support dowels by an approved method. 2 D.Curing: see Section 32 13 13. 3 3.5 REPAIRIRESTORATION [NOT USED] 4 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL 6 A.Inspections 7 1. Steel reinforcement placement 8 2. Headed bolts and studs 9 3. Verification of use of required design mixture 10 4. Concrete placement, including conveying and depositing 11 5. Curing procedures and maintenance of curing temperature 12 B.Concrete Tests: Perform testing of fresh concrete sample obtained according to 13 ASTM C172 with the following requirements: 14 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each 15 concrete mixture exceeding 5 cubic yards,but less than 150 cubic yards,plus 1 set 16 for each additional 150 cubic yard or fraction thereof. 17 2. Slump: ASTM C143; 1 test at point of placement for each concrete sample,but not 18 less than 1 test for each day's pour of each concrete mixture. Perform additional 19 tests when concrete consistency appears to change. 20 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; 1 test for 21 each sample,but not less than 1 test for each days pour of each concrete mixture. 22 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 23 5. Compression Test Specimens: ASTM C31. 24 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 25 1) Do not transport field cast cylinders until they have cured for a 26 minimum of 24 hours. 27 6. Compressive-Strength Tests: ASTM C39; 28 a. Test 1 cylinder at 7 days. 29 b. Test 2 cylinders at 28 days. 30 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 31 compressive-strength tests shall contain Project identification name and number, 32 date of concrete placement,name of concrete tester and inspector, location of 33 concrete batch in Work, design compressive strength at 28 days, concrete mixture 34 proportions and materials, compressive breaking strength, and type of break for 35 both 7-and 28-day tests. 36 8. Additional Tests: Additional tests of concrete shall be made when test results 37 indicate that slump, air entrainment, compressive strengths, or other City 38 specification requirements have not been met. The Lab Services division may 39 conduct or request tests to determine adequacy of concrete by cored cylinders 40 complying with ASTM C42 or by other methods as directed by the Project 41 Manager. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321613-6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements,provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 7 approved by the Project Engineer. Core sampling and testing shall be at 8 Contractors expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered by 11 the Project Engineer shall be provided by the Contractor without cost to the 12 City. 13 9. Additional testing and inspecting, at Contractor's expense,will be performed to 14 determine compliance of replaced or additional work with specified requirements. 15 10. Correct deficiencies in the Work that test reports and inspections indicate does not 16 comply with the Contract Documents. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified payment item to vary by street type 10/05/2016 Z.Arega Added Subsection 2.2.B.1 and Subsection 3.7 1.2 A 1.c. Clarified what price bid includes for curb&gutter 12/09/2021 M Owen 1..2 A 2.d. Clarified what price bid includes for valley gutter 2.2 B. 1.Updated table:Valley gutter concrete shall meet hand poured concrete aving requirements 6/10/2022 M Owen 1.2 A 1.C.Clarify that price for curb&gutter to include excavation and removal and disposal of excavated material 26 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321723-1 PAVEMENT MARKINGS Page 1 of 11 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot-applied, spray(HAS)pavement markings 8 b. Thermoplastic, hot-applied, extruded(HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 e. Preformed Contrast Markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B.Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C.Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A.Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"shall be paid for at the unit 28 price bid per linear foot of"Pvmt Marking"installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing(when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 17 23-2 PAVEMENT MARKINGS Page 2 of 11 1 b. Payment 2 1) The work performed and materials famished in accordance with this Item 3 shall be paid for at the unit price bid per each"Legend"installed for: 4 a) Various types 5 b) Various applications 6 c. The price bid shall include: 7 1) Installation of Pavement Marking 8 2) Glass beads,when required 9 3) Surface preparation 10 4) Clean-up 11 5) Testing 12 3. Preformed Thermoplastic—Contrast Markings 13 a. Measurement 14 1) Measurement for this Item shall be per linear foot of material placed or per 15 each for legend items 16 b. Payment 17 1) The work performed and materials famished in accordance with this Item 18 shall be paid for at the unit price bid per linear foot or per each for legends for 19 "Preformed Thermoplastic—Contract Markings"installed for: 20 a) Various Widths 21 b) Various Types 22 c) Various Applications 23 c. The price bid shall include: 24 1) Installation of Contrast Markings, including solid black and solid white or 25 yellow material as preformed 26 2) Railroad Legend shall include X and RR legend markings and three 24" 27 stop bars 28 3) Surface preparation 29 4) Clean-up 30 5) Testing 31 4. Raised Markers 32 a. Measurement 33 1) Measurement for this Item shall be per each Raised Marker installed. 34 b. Payment 35 1) The work performed and materials famished in accordance with this Item 36 shall be paid for at the unit price bid per each"Raised Marker"installed for: 37 a) Various types 38 c. The price bid shall include: 39 1) Installation of Raised Markers 40 2) Surface preparation 41 3) Clean-up 42 4) Testing 43 5. Work Zone Tab Markers 44 a. Measurement 45 1) Measurement for this Item shall be per each Tab Marker installed. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 shall be paid for at the unit price bid per each"Tab Marker"installed for: 49 a) Various types Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 c. The price bid shall include: 2 1) Installation of Tab Work Zone Markers 3 6. Fire Lane Markings 4 a. Measurement 5 1) Measurement for this Item shall be per the linear foot. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under"Measurement"shall be paid for at the unit 9 price bid per linear foot of"Fire Lane Marking"installed. 10 c. The price bid shall include: 11 1) Surface preparation 12 2) Clean-up 13 3) Testing 14 7. Pavement Marking Removal 15 a. Measurement 16 1) Measure for this Item shall be per linear foot. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under"Measurement"shall be paid for at the unit 20 price bid per linear foot of"Remove Pvmt Marking"performed for: 21 a) Various widths 22 c. The price bid shall include: 23 1) Removal of Pavement Markings 24 2) Clean-up 25 8. Raised Marker Removal 26 a. Measurement 27 1) Measurement for this Item shall be per each Pavement Marker removed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 shall be paid for at the unit price bid per each"Remove Raised Marker" 31 performed. 32 c. The price bid shall include: 33 1) Removal of each Marker 34 2) Disposal of removed materials 35 3) Clean-up 36 9. Legend Removal 37 a. Measurement 38 1) Measure for this Item shall be per each Legend removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"shall be paid for at the unit 42 price bid per linear foot of"Remove Legend"performed for: 43 a) Various types 44 b) Various applications 45 c. The price bid shall include: 46 1) Removal of Pavement Markings 47 2) Clean-up Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321723-4 PAVEMENT MARKINGS Page 4 of 11 1 1.3 REFERENCES 2 A.Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition 7 a. Part 3,Markings 8 3. American Association of State Highway and Transportation Officials (AASHTO) 9 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 10 4. Federal Highway Administration(FHWA) 11 a. 23 CFR Part 655,FHWA Docket No. FHWA-2009-0139 12 5. Texas Department of Transportation(TxDOT) 13 a. DMS-4200,Pavement Markers (Reflectorized) 14 b. DMS-4300,Traffic Buttons 15 c. DMS-8220,Hot Applied Thermoplastic 16 d. DMS-8240,Permanent Prefabricated Pavement Markings 17 e. DMS-8241,Removable Prefabricated Pavement Markings 18 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A.Submittals shall be in accordance with Section 0133 00. 22 B.All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING 29 A.Storage and Handling Requirements 30 1. The Contractor shall secure and maintain a location to store the material in 31 accordance with Section 01 50 00. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS 35 2.1 OWNER-SUPPLIED PRODUCTS 36 A.New Products 37 1. Refer to Drawings to determine if there are owner-supplied products for the Project. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 1723-5 PAVEMENT MARKINGS Page 5 of 11 1 2.2 MATERIALS 2 A.Manufacturers 3 1. Only the manufacturers as listed in the City's Standard Products List will be 4 considered as shown in Section 01 60 00. 5 a. The manufacturer must comply with this Specification and related Sections. 6 2. Any product that is not listed on the Standard Products List is considered a 7 substitution and shall be submitted in accordance with Section 01 25 00. 8 B.Materials 9 1. Pavement Markings 10 a. Thermoplastic, hot applied, spray 11 1) Refer to Drawings and City Standard Detail Drawings for width of 12 longitudinal lines. 13 2) Product shall be especially compounded for traffic markings. 14 3) When placed on the roadway,the markings shall not be slippery when wet, 15 lift from pavement under normal weather conditions nor exhibit a tacky 16 exposed surface. 17 4) Cold ductility of the material shall permit normal road surface expansion 18 and contraction without chipping or cracking. 19 5) The markings shall retain their original color, dimensions and placement 20 under normal traffic conditions at road surface temperatures of 158 degrees 21 Fahrenheit and below. 22 6) Markings shall have uniform cross-section, clean edges, square ends and no 23 evidence of tracking. 24 7) The density and quality of the material shall be uniform throughout the 25 markings. 26 8) The thickness shall be uniform throughout the length and width of the 27 markings. 28 9) The markings shall be 95 percent free of holes and voids, and free of 29 blisters for a minimum of 60 days after application. 30 10) The material shall not deteriorate by contact with sodium chloride, calcium 31 chloride or other chemicals used to prevent roadway ice or because of the oil 32 content of pavement markings or from oil droppings or other effects of traffic. 33 11) The material shall not prohibit adhesion of other thermoplastic markings if, 34 at some future time, new markings are placed over existing material. 35 a) New material shall bond itself to the old line in such a manner that no 36 splitting or separation takes place. 37 12) The markings placed on the roadway shall be completely retroreflective 38 both internally and externally with traffic beads and shall exhibit uniform 39 retro-directive reflectance. 40 13) Traffic beads 41 a) Manufactured from glass 42 b) Spherical in shape 43 c) Essentially free of sharp angular particles 44 d) Essentially free of particles showing cloudiness, surface scoring or 45 surface scratching 46 e) Water white in color 47 f) Applied at a uniform rate Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 g) Meet or exceed Specifications shown in AASHTO Standard 2 Specification for Glass Beads Used in Pavement Markings,AASHTO 3 Designation: M 247-09. 4 b. Thermoplastic,hot applied, extruded 5 1) Product shall be especially compounded for traffic markings 6 2) When placed on the roadway, the markings shall not be slippery when wet, 7 lift from pavement under normal weather conditions nor exhibit a tacky 8 exposed surface. 9 3) Cold ductility of the material shall permit normal road surface expansion 10 and contraction without chipping or cracking. 11 4) The markings shall retain their original color, dimensions and placement 12 under normal traffic conditions at road surface temperatures of 158 degrees 13 Fahrenheit and below. 14 5) Markings shall have uniform cross-section, clean edges, square ends and no 15 evidence of tracking. 16 6) The density and quality of the material shall be uniform throughout the 17 markings. 18 7) The thickness shall be uniform throughout the length and width of the 19 markings. 20 8) The markings shall be 95 percent free of holes and voids,and free of 21 blisters for a minimum of 60 days after application. 22 9) The minimum thickness of the marling, as measured above the plane 23 formed by the pavement surface, shall not be less than 1/8 inch in the center 24 of the marking and 3/32 inch at a distance of/z inch from the edge. 25 10)Maximum thickness shall be 3/16 inch. 26 11) The material shall not deteriorate by contact with sodium chloride,calcium 27 chloride or other chemicals used to prevent roadway ice or because of the oil 28 content of pavement markings or from oil droppings or other effects of traffic. 29 12) The material shall not prohibit adhesion of other thermoplastic markings if, 30 at some future time, new markings are placed over existing material. New 31 material shall bond itself to the old line in such a manner that no splitting or 32 separation takes place. 33 13) The markings placed on the roadway shall be completely retroreflective 34 both internally and externally with traffic beads and shall exhibit uniform 35 retro-directive reflectance. 36 14) Traffic beads 37 a) Manufactured from glass 38 b) Spherical in shape 39 c) Essentially free of sharp angular particles 40 d) Essentially free of particles showing cloudiness, surface scoring or 41 surface scratching 42 e) Water white in color 43 f) Applied at a uniform rate 44 g) Meet or exceed Specifications shown in AASHTO Standard 45 Specification for Glass Beads Used in Pavement Markings,AASHTO 46 Designation: M 247-09. 47 c. Preformed Polymer Tape 48 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 49 3M High Performance Tape Series 3801 ES, or approved equal. 50 d. Preformed Heat-Activated Thermoplastic Tape Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 2 mil preformed thermoplastic or approved equal. 3 2. Raised Markers 4 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 5 Control Devices. 6 b. Non-reflective markers shall be Type Y(yellow body) and Type W(white body) 7 round ceramic markers and shall meet or exceed the TxDOT Specification 8 DMS-4300. 9 c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification 10 DMS-4200 for high-volume retroreflective raised markers and be available in 11 the following types: 12 1) Type I-C, white body, 1 face reflects white 13 2) Type II-A-A, yellow body, 2 faces reflect amber 14 3) Type II-C-R, white body, 1 face reflects white,the other red 15 16 3. Work Zone Markings 17 a. Tabs 18 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 19 of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker Tabs." 20 2) Removable markings shall not be used to simulate edge lines. 21 3) No segment of roadway open to traffic shall remain without permanent 22 pavement markings for a period greater than 14 calendar days. 23 b. Raised Markers 24 1) All raised pavement markers shall meet the requirements of DMS-4200. 25 c. Striping 26 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 27 8200. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL 30 A.Performance 31 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 32 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed(m h <30 35—50 >55 2-lane roads with centerline n/a 100 250 markings only 1 All other roads 2 n/a 50 100 33 (1)Measured at standard 30-m geometry in units of mcd/m2/lux. 34 (2)Exceptions: 35 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 36 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 37 long as the RRPMs are maintained so that at least 3 are visible from any position along that 38 line during nighttime conditions. 39 B.When continuous roadway lighting assures that the markings are visible,minimum 40 pavement marking retroreflectivity levels are not applicable. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 PART 3 - EXECUTION 2 3.1 EXAMINATION [NOT USED] 3 3.2 PREPARATION 4 A.Pavement Conditions 5 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 6 markings and other forms of contamination. 7 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 8 curing membrane. 9 3. Pavement to which material is to be applied shall be completely dry. 10 4. Pavement shall be considered dry,if,on a sunny day after observation for 15 11 minutes,no condensation develops on the underside of a 1 square foot piece of 12 clear plastic that has been placed on the pavement and weighted on the edges. 13 5. Equipment and methods used for surface preparation shall not damage the 14 pavement or present a hazard to motorists or pedestrians. 15 3.3 INSTALLATION 16 A.General 17 1. The materials shall be applied according to the manufacturer's recommendations. 18 2. Markings and markers shall be applied within temperature limits recommended by 19 the material manufacturer, and shall be applied on clean, dry pavement having a 20 surface temperature above 50 degrees Fahrenheit. 21 3. Markings that are not properly applied due to faulty application methods or being 22 placed in the wrong position or alignment shall be removed and replaced by the 23 Contractor at the Contractor's expense. If the mistake is such that it would be 24 confusing or hazardous to motorists, it shall be remedied the same day of 25 notification. Notification will be made by phone and confirmed by fax. Other 26 mistakes shall be remedied within 5 days of written notification. 27 4. When markings are applied on roadways open to traffic,care will be taken to 28 ensure that proper safety precautions are followed, including the use of signs, 29 cones,barricades, flaggers, etc. 30 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 31 6. Temperature of the material must be equal to the temperature of the road surface 32 before allowing traffic to travel on it. 33 B.Pavement Markings 34 1. Thermoplastic,hot applied, spray 35 a. This method shall be used to install and replace long lines—centerlines, lane 36 lines, edge lines, turn lanes, and dots. 37 b. Markings shall be applied at a 110-mil thickness. 38 c. Markings shall be applied at a 90-mil thickness when placed over existing 39 markings. 40 d. A sealer shall be used if concrete or asphalt is older than three(3)years. 41 e. Typical setting time shall be between 4 minutes and 10 minutes depending upon 42 the roadway surface temperature and the humidity factor. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June I0,2022 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 2 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 3 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 subparagraph 2A.A.1 of this Specification. 5 2. Thermoplastic,hot applied, extruded 6 a. This method shall be used to install and replace crosswalks and stop-lines. 7 b. Markings shall be applied at a 125-mil thickness. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 3. Preformed Polymer Tape 11 a. This method shall be used to install and replace crosswalks, stop-lines, and 12 legends. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 4. Preformed Heat-Activated Thermoplastic Tape 18 a. This method shall be used to install and replace crosswalks, stop-lines, and 19 legends. 20 b. The applied marking shall adhere to the pavement surface with no slippage or 21 lifting and have square ends, straight lines and clean edges. 22 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 23 this Specification. 24 C.Raised Markers 25 1. All permanent raised pavement markers on Portland Cement roadways shall be 26 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 27 2. All permanent raised pavement markers on new asphalt roadways may be installed 28 with epoxy or bituminous adhesive. 29 3. A chalk line, chain or equivalent shall be used during layout to ensure that 30 individual markers are properly aligned. All markers shall be placed uniformly 31 along the line to achieve a smooth continuous appearance. 32 D.Work Zone Markings 33 1. Work shall be performed with as little disruption to traffic as possible. 34 2. Install longitudinal markings on pavement surfaces before opening to traffic. 35 3. Maintain lane alignment traffic control devices and operations until markings are 36 installed. 37 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 38 shown on the Drawings. 39 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 40 of a surface treatment, unless otherwise shown on the Drawings. 41 6. Place markings in proper alignment with the location of the final pavement 42 markings. 43 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 44 transverse lines. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 17 23-10 PAVEMENT MARKINGS Page 10 of 11 1 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 2 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 3 beam automobile headlight. 4 9. The daytime and nighttime reflected color of the markings must be distinctly white 5 or yellow. 6 10. The markings must exhibit uniform retroreflective characteristics. 7 11. Epoxy adhesives shall not be used to work zone markings. 8 3.4 REMOVALS 9 1. Pavement Marking and Marker Removal 10 a. The industry's best practice shall be used to remove existing pavement markings 11 and markers. 12 b. If the roadway is being damaged during the marker removal,Work shall be 13 halted until consultation with the City. 14 c. Removals shall be done in such a matter that color and texture contrast of the 15 pavement surface will be held to a minimum. 16 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 17 1/4 inch in depth resulting from the removal of pavement markings and markers. 18 Driveway patch asphalt emulsion may be broom applied to reseal damage to 19 asphaltic surfaces. 20 e. Dispose of markers in accordance with federal, state, and local regulations. 21 f. Use any of the following methods unless otherwise shown on the Drawings. 22 1) Surface Treatment Method 23 a) Apply surface treatment at rates shown on the Drawings or as directed. 24 Place a surface treatment a minimum of 2 feet wide to cover the existing 25 marking. 26 b) Place a surface treatment,thin overlay, or microsurfacing a minimum 27 of 1 lane in width in areas where directional changes of traffic are 28 involved or in other areas as directed by the City. 29 2) Bum Method 30 a) Use an approved burning method. 31 b) For thermoplastic pavement markings or prefabricated pavement 32 markings,heat may be applied to remove the bulk of the marking material 33 prior to blast cleaning. 34 c) When using heat, avoid spalling pavement surfaces. 35 d) Sweeping or light blast cleaning may be used to remove minor residue. 36 3) Blasting Method 37 a) Use a blasting method such as water blasting, abrasive blasting,water 38 abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 39 blasting, or brush blasting as approved. 40 b) Remove pavement markings on concrete surfaces by a blasting method 41 only. 42 4) Mechanical Method 43 a) Use any mechanical method except grinding. 44 b) Flail milling is acceptable in the removal of markings on asphalt and 45 concrete surfaces. 46 2. If a location is to be paved over,no additional compensation will be allowed for 47 marking or marker removal. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 32 17 23-11 PAVEMENT MARKINGS Page 11 of 11 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A.All lines must have clean edges, square ends, and be uniform cross-section. 5 B.The density and quality of markings shall be uniform throughout their thickness. 6 C.The applied markings shall have no more than 5 percent,by area, of holes or voids and 7 shall be free of blisters. 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 11 A.Contractor shall clean up and remove all loose material resulting from construction 12 operations. 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 6/10/22 M Owen 1.1 A and 1.2 A—Revised to address preformed"contrast'pavement markings 19 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10,2022 321725- I CURB ADDRESS PAINTING Page 1 of 3 SECTION 32 17 25 CURB ADDRESS PAINTING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Painting of house addresses on curb of driveway radiuses that are removed and replaced as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall include two curb faces. Both curb faces shall be paid for as a single bid item. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Curb Address Painting" completed per address. 3. The price bid shall include: a. Furnishing all labor, materials and equipment b. Any incidentals necessary to complete Curb Address Painting 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.4 —1.12 [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES, MATERIALS A. Materials 1. All materials shall be of recent product and suitable for its intended purpose. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Version November 4,2013 321725-2 CURB ADDRESS PAINTING Page 2 of 3 2. Background paint shall be 7100 Series 100%Acrylic Satin White paint manufactured by Kwal Paint, or approved equal. 3. Lettering paint shall be 7100 Series 100%Acrylic Satin Black paint manufactured by Kwal Paint, or approved equal. B. Size Requirements 1. The minimum size for the background shall be 6-inches wide by 16-inches long, or as directed in the Drawings. 2. The minimum size for letters shall be 4-inches high, or as directed in the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Provide surface preparation in accordance with manufacturer's recommendations. B. Surface Conditions 1. Unless approved otherwise by the City,surface conditions must meet the following minimum 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 work shall occur if weather conditions may harm or damage the final finished surface. 3.4 APPLICATION A. Apply in accordance with the manufacturer's recommendations. B. Background Application 1. Apply the background with 3-or 4-inch roller with %-inch nap,unless otherwise approved by the City. C. Letter Application 1. Apply the lettering with 1- or''/2-inch artificial nylon or polyester or combination brush and stencils, unless otherwise approved by the City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Version November 4,2013 32 1725-3 CURB ADDRESS PAINTING Page 3 of 3 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/4/2013 Fred Griffin Clarified 1.2.A.La—to show bid item includes two curb faces. And 1.2.A.2.a— includes per address. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Version November 4,2013 3231 13-1 CHAIN LINK FENCE AND GATES Page 1 of 7 SECTION 32 31 13 CHAIN LINK FENCE AND GATES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Galvanized coated chain link(non-security) fencing and accessories in accordance with the City's Zoning Ordinance. 2. Wrought iron fencing and accessories 3. Steel tube fencing and accessories 4. On utility projects: a. When existing fence is within the project Site(i.e.parallel to the utility trench and/or within utility easement)and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench,the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Chain Link Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Chain Link Fence installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of Chain Link Fence installed for various: a) Heights b) Fabric materials c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling 2. Wrought Iron Fence Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3231 13-2 CHAIN LINK FENCE AND GATES Page 2 of 7 a. Measurement 1) Measurement for this Item shall be by the linear foot of Wrought Iron Fence installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of Wrought Iron Fence installed for various heights. c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling 3. Steel Tube Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of Steel Tube Fence installed for various heights. c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip,if shown in Drawings 3) Cleanup 4) Hauling 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification,unless a date is specifically cited. 2. American Society for Testing and Materials(ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 123, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products c. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric d. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes e. F 626, Standard Specification for Fence Fittings f. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework g. F 1083, Standard Specification for Pipe, Steel,Hot-Dipped Zinc-Coated (Galvanized)Welded,for Fence Structures h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS A. Shop drawings Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3231 13-3 CHAIN LINK FENCE AND GATES Page 3 of 7 1. Layout of fences and gates with dimensions, details,and finishes of components, accessories and post foundations if requested by the City. B. Product data 1. Manufacturer's catalog cuts indicating material compliance and specified options. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 MANUFACTURED UNITS/MATERIALS A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvanized coated chain link fencing. 2. Approved Manufacturer or equal: a. Allied Fence, Inc. b. American Fence Corp. c. Anchor Fence, Inc. d. Master Halco, Inc. B. Materials 1. Chain Link Fence a. General 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. 2) Gate hinges,post caps,barbed wire supporting arms, stretcher bar bands and other parts shall be of steel,malleable iron, ductile iron or equal 3) Post tops,rail end,ties and clips may be of aluminum. 4) Use only new material, or salvaged/existing material if approved by City or noted on Drawings. b. Steel Fabric 1) Fabric a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled (2) Furnish 1-piece fabric widths. 2) Fabric Finish: Galvanized,ASTM A 392, Class I,with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3231 13-4 CHAIN LINK FENCE AND GATES Page 4 of 7 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh,with both top and bottom selvages twisted and barged. d) Furnish 1-piece fabric widths. d. Steel Framing 1) Steel 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 minimum average 1.8 oz/ft2 of coated surface area 2) Steel pipe-Type II a) ASTM F 1043,Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on Drawings d) Protective coating per ASTM F 1043 (1) External coating Type B (a) Zinc with organic overcoat (b) 0.9 oz1ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Minimum 0.9 oz/ft2 zinc or Type D,zinc pigmented, 81 percent nominal coating,minimum 3 mils 3) Formed steel("C")sections: a) Roll formed steel shapes complying with ASTM F 1043,Group 11 b) Minimum yield strength:45,000 psi(310 MPa) c) Sizes as indicated on Drawings d) External coating per ASTM F 1043,Type A (1) Minimum average 2.0 ozlft2 of zinc per ASTM A 123 4) Steel square sections a) ASTM A 500,Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on Drawings d) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface area e. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provide 1 cap for each post. c) Cap to have provision for barbed wire when necessary. d) "C"shaped line post without top rail or barbed wire supporting arms do not require post caps. e) Where top rail is used,provide tops to permit passage of top rail. 3) Top rail and rail ends Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 323113-5 CHAIN LINK FENCE AND GATES Page 5 of 7 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing b) Pressed steel per ASTM F626 c) For connection of rail and brace to terminal posts 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts b) Double wrap 13 gauge for rails and braces. c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and tension(stretcher bar)bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment c) At square post provide tension bar clips. 7) Tension(stretcher)bars: a) 1 piece lengths equal to 2 inches less than full height of fabric b) Minimum cross-section of 3/16 inch x 3/4 inch c) Provide tension(stretcher)bars where chain link fabric meets terminal posts. 8) Tension wire a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b) Tensile strength: 75,000 psi 9) Truss rods&tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 pounds 10) Nuts and bolts are galvanized. 2. Wrought Iron Fence: specified per Drawings. 3. Steel Tube Fence: specified per Drawings. 4. Setting Materials a. Concrete 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steel 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3231 13-6 CHAIN LINK FENCE AND GATES Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm,undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm,undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils,and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 5. Bracing a. Install horizontal pipe brace at mid-height for fences 6 feet and taller,on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod,ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths,21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension(stretcher)bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 323113-7 CHAIN LINK FENCE AND GATES Page 7 of 7 c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per Drawings D. Steel Tube Fence: install per Drawings 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.modified to describe when City would pay for fence replacement on utility projects Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 323129-1 WOOD FENCE AND GATES Page 1 of 5 SECTION 32 3129 WOOD FENCE AND GATES PART1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Construction of wood fences and gates along boundaries,property lines in accordance with the City's Zoning Ordinance. 2. On utility projects: a. When existing fence is within the project Site(i.e.parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench,the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Wood Fence installed, including gates. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of Wood Fence installed for by height. 3. The price bid shall include: a. Furnishing all materials for fence and gates b. All preparation, erection and installation of materials 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification,unless a date is specifically cited. 2. American Society for Testing and Materials(ASTM): Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 323129-2 WOOD FENCE AND GATES Page 2 of 5 a. A 123, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products b. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes c. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework d. F 1083, Standard Specification for Pipe, Steel,Hot-Dipped Zinc-Coated (Galvanized)Welded,for Fence Structures 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Shop drawings: Layout offences and gates with dimensions,details,and finishes of components,accessories and post foundations B. Product data: Manufacturer's catalog cuts indicating material compliance and specified options C. Building Permit:All fences over 6 feet 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Gate hinges and post caps shall be of steel,malleable iron, ductile iron or equal. 2. Post tops may be of aluminum. B. Slats: Redwood or cedar free from all major decay or defects which would weaken or otherwise cause them to be unsuitable for fence slats. C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. D. Corner, Gate,End,or Line Posts 1. Wood Posts a. Minimum size: 4-inch x 4-inch cedar wood post or match existing b. Free from all decay,splits,multiple cracks,or any other defect which would weaken the posts or otherwise cause them to be structurally unsuitable for the purpose intended 2. Steel Posts a. Steel pipe-Type I Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 323129-3 WOOD FENCE AND GATES Page 3 of 5 1) ASTM F 1083 2) Standard weight schedule 40 3) Minimum yield strength: 30,000 psi 4) Sizes as indicated on Drawings 5) Hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated surface area. b. Steel pipe-Type II 1) ASTM F 1043,Group IC 2) Minimum yield strength: 50,000 psi 3) Sizes as indicated on Drawings 4) Protective coating per ASTM F 1043 5) External coating Type B a) Zinc with organic overcoat b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film 6) Internal coating Type B a) Minimum 0.9 oz/ft2 zinc or Type D,zinc pigmented, 81 percent nominal coating,minimum 3 mils c. Formed steel("C")sections 1) Roll formed steel shapes complying with ASTM F 1043,Group II 2) Minimum yield strength: 45,000 psi(310 MPa) 3) Sizes as indicated on Drawings 4) External coating per ASTM F 1043,Type A a) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 d. Steel square sections 1) ASTM A 500, Grade B 2) Minimum yield strength: 40,000 psi 3) Sizes as indicated 4) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface area 3. Accessories a. Post caps 1) Formed steel or cast malleable iron weather tight closure cap for tubular posts. 2) Provide one cap for each post. 3) Cap to have provision for barbed wire when necessary. 4) "C"shaped line post without top rail or barbed wire supporting arms do not require post caps. 5) Where top rail is used,provide tops to permit passage of top rail. 4. Setting Materials a. Concrete 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged concrete allowed. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 32 31 29-4 WOOD FENCE AND GATES Page 4 of 5 3.2 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Wood Fence Framing 1. Steel Posts are required for all required screening fences. 2. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 3. Space line posts uniformly at 10 feet on center. 4. Set all posts in concrete. a. Drill holes in firm,undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post(minimum 12 inches). c. Set post bottom 24 inches below surface when in firm,undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils,and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. f. Trowel finish around post. Slope to direct water away from posts. 5. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. B. Slats 1. Place slats approximately 1 inch above the ground,and on a straight grade between posts by excavating high points of the ground. 2. Fasten slats to top and bottom railings with 2 galvanized screws designed for wood fence construction at both the top and bottom rail. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 323129-5 WOOD FENCE AND GATES Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.LA.modified to describe when City would pay for fence replacement on utility projects Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 323213-1 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 1 of 6 SECTION 32 32 13 CAST-IN-PLACE CONCRETE RETAINING WALLS PART1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Construction of cast-in-place concrete retaining wall adjacent to concrete sidewalk (3 foot maximum height)of the size and shape detailed on the Drawings and at the location shown on the Drawings. 2. Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall of the size and shape detailed on the Drawings and at the location shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 03 30 00-Cast-in-Place Concrete 4. Section 3123 16—Unclassified Excavation 5. Section 3123 23 -Borrow 6. Section 3124 00-Embankments 7. Section 32 13 20-Concrete Sidewalks,Driveways and Barrier Free Ramps 8. Section 33 46 00- Subdrainage 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Retaining Wall Adjacent to Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of the front surface of the wall(face)from the top of the adjacent sidewalk to the top of the wall. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per square foot of Concrete Retaining Wall Adjacent to Sidewalk constructed. c. The price bid shall include: 1) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing,placing,and compacting backfill(except in embankment areas) 5) Furnishing and placing concrete,reinforcing steel,waterproofing material, filter material and drain pipe,joint material,water stop,and filter fabric when required Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5,2018 323213-2 CAST-M-PLACE CONCRETE RETAINING WALLS Page 2 of 6 6) Fabricating, curing, and finishing wall including special coatings when specified 2. Concrete Sidewalk Adjacent to Retaining Wall a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk Adjacent to Retaining Wall in its final position. Measurement shall be taken from face of wall to edge of concrete sidewalk. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid per square foot of Concrete Sidewalk Adjacent to Retaining Wall installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3. TxDOT Standard—Spread Footing Walls a. Measurement 1) Measurement for this Item shall be by the square foot of the front surface of the wall.Unless otherwise shown on the Drawings,measure area from finished ground line on the face of the exterior wall to the top of the wall including any coping required(not including railing). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid per square foot of Spread Footing Wall constructed. c. The price bid shall include: 1) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing,placing,and compacting backfill(except in embankment areas) 5) Furnishing and placing concrete,reinforcing steel,waterproofing material, filter material and drain pipe,joint material,water stop,and filter fabric when required 6) Fabricating, curing,and finishing wall including special coatings when specified 1.3 REFERENCES A. Definitions 1. Permanent Wall-Retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specified in the Drawings. B. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 1. ASTM International(ASTM): a. D4491, Standard Test Methods for Water Permeability of Geotextiles by Permittivity b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5,2018 3232 13-3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 6 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles d. D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile 2. Texas Department of Transportation(TXDOT), Standard Specifications for Construction and Maintenance of Highways and Bridges: a. 110,Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 420, Concrete Structures e. 421, Hydraulic Cement Concrete f. 423,Retaining Walls g. 440, Reinforcing Steel h. 445, Galvanizing i. 458, Waterproofing Membranes for Structures j. 556,Pipe Underdrains 3. TxDOT Standard—Spread Footing Walls a. RW 1 (L)A—Low Footing Pressure,Design A Retaining Walls b. RW 1 (L)B—Low Footing Pressure,Design B Retaining Walls c. RW 1 (L)C—Low Footing Pressure,Design C Retaining Walls d. RW 1 (H)A—High Footing Pressure,Design A Retaining Walls e. RW 1 (H)B—High Footing Pressure, Design B Retaining Walls £ RW 1 (H)C—High Footing Pressure,Design C Retaining Walls g. RW 2—Retaining Wall Miscellaneous Details 4. Texas Department of Transportation(TXDOT),Manual of Testing Procedures: a. Tex-616-J, Construction Fabrics 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. See Section 03 30 00. 1.6 ACTION SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. See Section 03 30 00. 1.10 DELIVERY,STORAGE,AND HANDLING A. See Section 03 30 00. 1.11 SITE CONDITIONS A. Ambient Conditions: See Section 03 30 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5,2018 3232 13-4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 6 1.12 WARRANTY [NOT USED] PART2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Concrete and Reinforcing Steel 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. 2. TxDOT Standard—Spread Footing Walls a. 420,Concrete Structures b. 421,Hydraulic Cement Concrete c. 440,Reinforcing Steel d. 445, Galvanizing e. 458, Waterproofing Membranes for Structures B. Backfill 1. Concrete Retaining Wall with Sidewalk a. Section 3123 23 2. TxDOT Standard—Spread Footing Walls a. 132,Embankments C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00 2. TxDOT Standard—Spread Footing Walls a. 556,Pipe Underdrains D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as UV-resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric,and forms a mat of uniform quality. d. Fabric fibers are continuous and random throughout the fabric. e. The fabric is mildew resistant and rot-proof,and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fabric must conform to the requirements listed in Table 1 when tested in accordance with the test methods specified. Table 1 Filter Fabric Requirements Physical Properties Test Method Value Fabric Weight,on an ambient Tex-6164 4 oz/yard temperature air-dried,tension free sample Permittivity, 1/sec ASTM D4491 1.0,min Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5,2018 323213-5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 6 Tensile Strength, lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield,percent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Construct retaining walls in accordance with the Drawings and to the pertinent requirements of the following Sections: 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00 b. Section 31 23 16 c. Section 3123 23 d. Section 3124 00 e. Section 33 46 00 2. TxDOT Standard—Spread Footing Walls a. 110,Excavation b. 132,Embankment c. 400,Excavation and Backfill for Structures d. 423,Retaining Walls e. 420,Concrete Structures f. 458,Water proofing Membranes for Structures g. 556,Pipe Underdrains 3.5 REPAIR A. See Section 03 30 00. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. See Section 03 30 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5,2018 3232 13-6 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 6 of 6 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Payment Item for concrete retaining wall with sidewalk was broken into two Items:one for the face of wall and one for the sidewalk. 6/5/18 M Owen Revised Summary and Measurement and Payment sections. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5,2018 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 1. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 7 the Drawings within the Roadway Right-of ways (Roadway ROW includes 8 medians and parkways between the curb and property line. 9 2. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 3. Related Specification Sections include but are not necessarily limited to 12 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 13 2. Division 1 -General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 1. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item and 20 measured as provided under"Measurement"will be paid for at the unit price 21 bid per cubic yard of in place/tamped Topsoil. 22 b. All excavation required by this Item in cut sections shall be measured in 23 accordance with provisions for the various excavation items involved with the 24 provision that excavation will be measured and paid for once,regardless of the 25 manipulations involved. 26 3. The price bid shall include: 27 a. Furnishing Topsoil 28 b. Loading 29 c. Hauling 30 d. Placing 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I1,2022 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 1. Topsoil 6 1. Use easily cultivated, fertile topsoil that: 7 a. Is free from objectionable material including subsoil,weeds,clay lumps, non- 8 soil materials, roots, stumps or stones larger than 1.0 inches 9 b. Has a high resistance to erosion 10 c. Is able to support plant growth 11 2. Secure topsoil from approved sources. 12 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 13 available upon request. 14 4. pH: 5.5 to 8.5. 15 5. Liquid Limit: 50 or less 16 6. Plasticity Index:20 or less 17 7. Gradation:maximum of 10 percent passing No. 200 sieve 18 2. Water: Clean and free of industrial wastes and other substances harmful to the growth 19 of vegetation 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 1. Finishing of Roadway Right-of-Ways 27 1. Smoothly shape right-of-ways,shoulders, slopes, and ditches. 28 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 29 adjacent to the roadway. 30 3. In the event that unsuitable material for right-of-ways is encountered, extend the 31 depth of excavation in the right-of-ways to 6 inches and backfillwith minimum of 3 32 inches of topsoil. 33 4. Make standard right-of-ways grade perpendicular to and draining to the curb line. 34 a. Minimum: 1/4 inch per foot 35 b. Maximum: 4:1 36 c. City may approve variations from these requirements in special cases. 37 5. Whenever the adjacent property is lower than the design curb grade and runoff 38 drains away from the street,the right-of-ways grade must be set level with the top 39 of the curb. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 6. The design grade from the right-of-ways extends to the back of the walk line. 2 7. From that point(behind the walk),the grade may slope up or down at maximum 3 slope of 4:1. 4 2. Placing of Topsoil 5 1. Spread the topsoil to a uniform loose cover at the thickness specified. 6 2. Place and shape the topsoil as directed. 7 a. Hand tamp or roll topsoil surface(with hand tamper or landscaping roller or 8 other accepted method)and finish a minimum of 5 feet from all flatwork. 9 b. Ensure topsoil is free from objectionable material including subsoil, weeds, 10 clay lumps,non-soil materials, roots, stumps or stones larger than 1.0 inches 11 c.No additional topsoil should be added within the critical root zone of trees. 12 Tamp the topsoil with a light roller or other suitable equipment. 13 3.5 REPAIR/RESTORATION] [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARYOF CHANCE 3/11/2022 M Owen Revised title of specification andprovided clarifications in Sections 1.1 Sutnmary, 2 Materials,3.4Installation 25 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 32 92 13-1 SODDING Page I of 7 1 SECTION 32 92 13 2 SODDING 3 4 PART 1 - GINIItAL 5 1.1 SUMMARY 6 A Section Includes: 7 1. Furnishing and installing grass sod as shown on Drawings,or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1.None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 31 10 00— Site Clearing 14 4. Section 32 91 19—Topsoil Placement and Finishing of Parkways 15 5. Section 32 84 23 -Irrigation 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A Measurement and Payment 18 1. Sod Placement 19 a. Measurement 20 1)Measurement for this Item shall be by the square yard of Sod complete in 21 place for uniform vegetative coverage. 22 b. Payment 23 1)The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per square yard of Sod placed. 26 c.The price bid shall include: 27 1) Surface preparation, scarifying subgrade,cleaning, and fine grading as 28 described in section 3.3 Preparation 29 2)Furnishing and placing all sod(until established complete in place with no 30 gaps or overlaps) 31 3)Rolling and tamping 32 4)Watering (until established) 33 5)Fertilizer, if required by City to be determined by soil test 34 6)Disposal of surplus materials off site or as directed by City 35 7)Weed removal(until established) 36 8)Mowing of two cycles,beginning at thirty(30)days from installation or 37 when blade height is 4"or greater,whichever comes first 38 9)Mowing cycles shall be spaced a minimum of ten(10)days apart(until 39 established) 40 d. Exceptions to c. include the following for areas to be turned over to adjacent 41 properties for maintenance: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 13-2 SODDING Page 2 of 7 1 1)Sod shall be watered until turned over to adjacent property owner for 2 maintenance 3 2)Fertilization will not be required 4 3)Mowing not required for projects in areas where maintenance willbe 5 immediately turned over to adjacent property owners 6 2. Mowing 7 a. Measurement 8 1)Measurement for this Item shall be per each for the project,beyond the two 9 (2)mow cycles included in sodding price,as approved and directed by the 10 City 11 b. Payment 12 1)The work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price bid per each. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 INFORMATIONAL SUBMITTALS 19 A Certifications, Samples and Documentation 20 1. Certificates and/or labels and samples of sod, fertilizer,compost,soil amendments 21 and/or other materials,including a certificate from the vendor indicating sod is free 22 from weeds. 23 2.Delivery receipts and copies of invoices for materials used for this work shall be 24 subject to verification by the City 25 R Exc eptions 26 1. Certifications, samples and associated documentation will not be required for sod to 27 be turned over to adjacent property owner for maintenance 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A Developer/contractor who plants material is responsible for the supervision of crew,the 32 site,and the maintenance of the material until the project is accepted by the City 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A Sod 35 1. Protect from exposure to wind,sun and freezing. 36 2. Keep stacked sod moist,consistently throughout stack. 37 3. Sod upon delivery may be inspected by City 38 4. Harvesting and planting operations shall be coordinated with not more than seventy- 39 two(72)hours elapsing between harvesting and placement,rolling,tamping,and 40 watering of sod. 41 B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically 42 required by City for the project. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 13-3 SODDING Page 3 of 7 1 1. Provide unopened bags labeled with the manufacturer's guaranteed fertilizer 2 analysis. 3 2. Conform to Texas fertilizer law,Texas Agriculture Code Chapter 63. 4 3. Provide to City application rate for which fertilizer will be applied. 5 1.11 FIELD [SITE] CONDITIONS 6 A Grading of site and installation of topsoil must be approved by City prior to application 7 of sod. 8 1.12 WARRANTY 9 A Warranty Period: Until project acceptance or through required maintenance period, 10 whichever is longer duration of time. 11 B. Warrant sod against defects in product,installation and workmanship. 12 1. Exceptions include 13 a. When maintenance is transferred to the adjacent property owner during the 14 project or after project acceptance 15 b. Vandalism caused by persons other than contractor or subcontractors ofthis 16 project 17 c.Improper watering by persons other than contractor or subcontractors of this 18 project 19 d. Damage caused by vehicles or equipment other than contractor or 20 subcontractors of this project. 21 e. Sod that goes dormant after job acceptance 22 PART 2 - PRODUCTS 23 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 24 2.2 MATERIALS AND EQUIPMENT 25 A Materials 26 1. Sod 27 a. Sod Varieties (match existing if applicable) 28 1) "Cynodon dactylon TIF419"or"TIFWAY" or"TIFTUF"(Bermudagrass 29 hybrid) 30 2)or an approved St.Augustine grass 31 3)or an approved Zoysia grass 32 b. Sod must contain stolons, leaf blades,rhizomes and roots as appropriate to 33 species. 34 c.Sod shall be alive, healthy and free of insects, disease, stones, undesirable 35 foreign materials and weeds and grasses deleterious to its growth or which might 36 affect its subsistence or hardiness when transplanted. 37 1)Johnsongrass not allowed 38 2)Nutgrass not allowed 39 3)Millet not allowed 40 d. Sod shall have been produced on growing beds of clay or clay loam topsoil. 41 e. Sod must not be harvested or planted when its moisture condition is so 42 excessively wet or dry that its survivalwill be affected. 43 2. Minimum sod thickness: 1/2-inch minimum Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 9213-4 SODDING Page 4of7 1 a. Maximum grass height:2-inches 2 b. Dimensions 3 1)Machine cut to uniform soil thickness. 4 2) Sod is to be cut in strips 16-inches wide and 24-inches long or approved 5 equal. 6 3) Sod shall be of equal width and of a size that permits the sod to be lifted, 7 handled and rolled without breaking. 8 c.Broken or torn sod or sod with uneven ends shall be rejected. 9 d. Temporary Erosion Control or Over Seed of dormant sod—consist of the sowing 10 of cool season plant seed. Seed must be included between November 1 through 11 March 1 or as directed by the City. 12 13 Cornrnon Name Botanical Name I bs./Acre Ibs./Acre broadcast drilled seed method method Flbon Rye Secale cereale 100-120 80-100 14 3.Fertilizer to be installed only as directed by City or as indicated in construction 15 documents 16 a.Determined by soil testing report 17 b.Acceptable condition for distribution per manufacturer's instructions 18 c.Applied uniformly over sod area. Do not fertilize inside the dripline of trees,or 19 Tree Protection Area. 20 4.Topsoil: See Section 32 9119. 21 5. Water: clean and free of industrial wastes or other substances harmful to the 22 germination of seed or to the growth of the vegetation. 23 2.3 ACCESSORIES 24 A SOD PINS 25 1.Metal 26 2. Wood pegs 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A City may examine site grading to ensure it conforms to approved drawings,prior to 32 installing sod. 33 1. City will notify Contractor if grading is to be inspected prior to sod installation. 34 2.If required for specific project, Contractormust coordinate inspection seventy-two 35 (72)hours prior to cutting of sod and delivery 36 B. Sod may be inspected by City upon delivery. 37 3.3 PREPARATION 38 A Surface Preparation:clear surface of allmaterial including the following and dispose of 39 off-site or as directed by City: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 3292 13-5 SODDING Page 5 of 7 1 1. Stumps, stones,and other objects larger than 1-inch. 2 2. Roots,brush,wire, stakes, etc. 3 3. Any objects that may interfere with sodding or maintenance. 4 B. Scarify Subgrade 5 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 6 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval 7 a. For tilled areas,use a heavy-duty disc or a chisel-type breaking plow, chisels 8 set not more than 10-inches apart. 9 b. Initial tillage shall be done in a crossing pattern for double coverage, then 10 followed by a disc harrow. Depth of tillage may be up to 3-inches. 11 c.Areas sloped greater than 3:1:run a tractor parallel to slope to provide less 12 seed/water run-off 13 3. Areas near trees:Do not till within dripline of tree. Do not disturb the Tree Protection 14 Area, or canopy dripline. 15 C. Cleaning 16 1. Soil shall be further prepared by the removal of debris,building materials, rubbish, 17 and rock I-inch and greater, and weeds. 18 2. Remove and dispose of debris off-site. 19 D. Fine Grading: 20 1. After scarifying or tilling and cleaning, all areas to be sodded shall have 3-inches of 21 topsoil placed,be leveled, fine graded by use of weighted spike and harrow, or float 22 drag, or hand grading to eliminate ruts, depressions, humps,and objectionable soil 23 clods. This shall be the final soil preparation step to be completed prior to 24 inspection before sodding. 25 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 26 3.4 INSTALLATION 27 A. General 28 1. Do not lay sod when ground is frozen. 29 2. Over-seeding with Elbon Rye shall be included from November 1 until March 1. 30 Refer to Section 32 92 14"Seeding" for seed rates. 31 B. Installation 32 1. Plant sod specified after the area has been inspected and accepted by City for 33 planting 34 2. Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per Section 35 32 91 19 on areas to receive sod. 36 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid 37 perpendicular to slopes greater than or equal to 4:1. 38 4. Use care to retain native soil on the roots of the sod during the process of excavating, 39 hauling and planting. 40 5. Keep sod material moist from the time it is dug until planted. Dry sod shall be 41 rejected. 42 6. Fill in slumped areas due to watering to keep sod moist. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 13-6 SODDING Page 6 of 7 1 7. Place sod so that the entire area designated for sodding is covered with no gaps or 2 overlapping material 3 8. Fill voids left in the solid sodding with additional sod and tamp. 4 9. Stagger joints and seams. 5 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. 6 a. Use pedestrian mechanical process(no motorized vehicles/equipment). 7 b. Low spots,or settlement greater than 1-inch,that may cause tripping hazard 8 shall be leveled 9 c.Finished grade of sod shall be maximum 1-inch below adjacent edges including 10 curbs, drives,and walkways. 11 11.Peg sod with wooden pegs(or wire staple)driven through the sod block to the firm 12 earth in areas that may slide due to the height or slope of the surface or nature of the 13 soil. 14 C. Watering and Finishing 15 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and 16 rolled. 17 2. Generally, as recommended by the vendor 18 3. Water source shall be clean and free of industrial waste or other substances harmful 19 to the germination of the seed or growth of the vegetation. 20 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must 21 be over-seeded as directed in 2.2 A2.d. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE 31 A Sodding 32 1. Water and mow sod until completion and final acceptance of the Projector as 33 directed by the City. 34 2. Trim and maintain along edges including curbs, drives,and walkways with 35 maximum 1-inch surface elevation change. 36 3. Sod shall be rooted to scarified soil with continuous surface coverage with no gaps or 37 overlapping edges. 38 4. Includes protection,replanting,and maintaining grades with no settlement over 1- 39 inch, and immediate repair of erosion damage until the project receives final 40 acceptance. 41 5. Sod shall not be considered finally accepted until the sod has started to peg down 42 (roots growing into the soil)and is free from dead blocks of sod. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 13-7 SODDING Page 7of7 1 B. Acceptance 2 1. Sod shall be accepted once fully established. 3 a. Sodded area must have 100 percent ground coverage and a blade height of 3- 4 inches with 2 mow cycles,minimum ten(10)days apart,performed by the 5 Contractor prior to consideration of acceptance by the City. 6 b. Grass shall be actively growing and free of disease and pests. 7 c.Ground surface to be smooth and free of foreign material and rock or clods 1- 8 inch diameter and greater. 9 C. Replanting 10 1. Replant areas with dead blocks of sod(50 percent of individual block or greater). 11 D. Rejection 12 1. City may reject sod area based on the following items prior to final acceptance: 13 a. Weed populations 14 b. Poor installation including but not limited to gaps and/or overlapping sod 15 c.Disease and/or pests 16 d. Insufficient or over watering 17 e. Poor or improper maintenance 18 f. Soil settlement in excess of 1-inch. 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE Removed information and details regarding seed, native grasses and wildflowers. These items are addressed in new specification 32 92 14 and Parks specification for native grasses/wildflowers. Items pertaining to fertilizer throughout document updated to include soil testing.Remove and replace"block sod"with"sod" May 13,2021 M Owen throughout document.Updated 1.2 payment measurement.3.3 Preparation updatedto reflect current industry tree care standards for root zone disturbance.3.4 Installation added descriptionsto clarify acceptable installation.3.13 Maintenance added descriptions to clarify acceptance andrejection of sodded areas including growth, mow cycle and watering.Inserted exceptions associatedwith sod to be turned over to adjacent property owner. 22 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 9214-1 NON-NATIVE SEEDING Page 1 of 8 1 SECTION 32 92 14 2 NON-NATIVE SEEDING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. Furnishing and installing grass seed as shown on Drawings, or as directed. 7 B.Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C.Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 3. Section 31 10 00— Site Clearing 13 4. Section 32 91 19—Topsoil Placement and Finishing of Parkways 14 5. Section 32 84 23—Irrigation(if used) 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement and Payment 17 1. Seeding 18 a. Measurement 19 1) Measurement for this Item shall be by the square yard of Seed spread, 20 complete in place for uniform vegetative coverage. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per square yard of Seed placed for various installation methods. 25 c. The price bid shall include: 26 1) Surface preparation, scarifying subgrade,cleaning, and fine grading as 27 described in section 3.3 Preparation 28 2) Furnishing and placing all Seed(until established complete in place) 29 3) Perform soil testing,if requirement is included on construction drawings, as 30 directed by City 31 4) Furnishing and applying water Slurry and hydraulic mulching, if using 32 method 33 5) Fertilizer, if required by City to be determined by soil test 34 6) Soil Retention Blanket, if required on construction drawings, as directed by 35 City 36 7) Watering (until established) 37 8) Disposal of surplus materials off site or as directed by City 38 9) Weed Removal (until established) 39 10)Minimum mowing of two cycles,beginning forty-five(45)days from 40 germination or when blade height it 4" or greater,whichever comes first 41 11)Mowing cycles shall be spaced a minimum of ten(10) days apart(until 42 established) Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 14-2 NON-NATIVE SEEDING Page 2 of 8 1 2. Mowing 2 a. Measurement 3 1) Measurement for this Item shall per each,beyond the minimum of two(2) 4 mow cycles included in seeding price, as approved and directed by the City. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price bid per each. 9 10 1.3 REFERENCES [NOT USED] 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 ACTION SUBMITTALS [NOT USED] 13 1.6 INFORMATIONAL SUBMITTALS 14 A.Certifications, Samples and Documentation 15 1. As requested by the City,certificates and/or labels and samples of seed,fertilizer, 16 compost, soil amendments and/or other materials, including a certificate from the 17 vendor indicating seed is free from weeds. 18 a. Seeds 19 1) Vendors' certification that seeds meet Texas State seed law including: 20 a) Testing and labeling for pure live seed(PLS) 21 b) Name and type of seed 22 2) All seed shall be tested in a laboratory with certified results presented to the 23 City in writing,prior to planting. 24 3) All seed to be of the previous season's crop and the date on the container 25 shall be within twelve(12)months of the seeding date. 26 2. All delivery receipts and copies of invoices for materials used for this work shallbe 27 subject to verification by the City. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A.Developer/contractor who plants material is responsible for the supervision of his crew, 32 the site,and the maintenance of the material until the project is accepted by the City. 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A.Seed 35 1. Shall be Bermuda and/or Elbon Rye seed unless otherwise specified. 36 2. Each species of seed shallbe supplied in a separate, labeled container for 37 acceptance by the City. 38 B.Fertilizer, as determined by soil testing report provided to Contractor or as directed by 39 City 40 1. Provide unopened bags labeled with the analysis. 41 2. Conform to Texas fertilizer law,Texas Agriculture Code Chapter 63. 42 3. Provide to City application rate for which fertilizer will be applied. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 14-3 NON-NATIVE SEEDING Page 3of8 1 1.11 FIELD [SITE] CONDITIONS 2 A Grading of site and installation of topsoil must be approved by City prior to application 3 of seed. 4 1.12 WARRANTY 5 A Seed to be replaced if coverage does not exceed 70 percentwithin forty-five(45)days 6 from germination. 7 B.Warranty Period:until job acceptance or through maintenance period,whichever is 8 longer duration of time. 9 C.Warrant seed against defects in product, installation and workmanship. 10 1. Exceptions include 11 a. Vandalism caused by persons other than contractor or subcontractors of this 12 project 13 b. Improper watering or maintenance by persons other than contractor or 14 subcontractors of this project 15 c. Damage caused by vehicles or equipment other than contractor or subcontractors 16 of this project. 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 19 2.2 MATERIALS AND EQUIPMENT 20 A Materials 21 1. Seed 22 a. General 23 1) Plant all seed at rates based on pure live seed(PLS) 24 a) Pure Live Seed(PLS)determined using the formula: 25 (1) Percent Pure Live Seed=Percent Purity x[(Percent Germination+ 26 Percent Firm or Hard Seed)+ 100] 27 2) Availability of Seed 28 a) Substitution of individual seed types due to lack of availability may be 29 done through the submittal process for review and approval by City. 30 b) Notify the City prior to bidding of difficulties locating certain species. 31 3) Weed seed 32 a) Not exceed one percent by weight of the total of pure live seed(PLS) 33 and other material in the mixture 34 b) Seed not allowed: 35 (1) Johnson grass 36 (2) Nutgrass 37 (3) Millet 38 4) Harvest seed within twelve(12)months prior to planting 39 b. Non-native Grass Seed 40 1) Plant between March 21 and October 31 41 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 14-4 NON-NATIVE SEEDING Page 4 of 8 75 Bermda(hulled) Cynodon dactylon 95 90 1 2) Plant between November 1 and March 20 2 Lbs. Co1xonName Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) Cynodon dactylon 85 90 3 4 c. Temporary Erosion Control Seed-Consist of the sowing of cool season plant 5 seeds. Plant mix below must be included with Bermuda between November 1 6 through March 1. 7 Common Name Botanical Name LbsJAcre LbsJAcre broadcast drilled seed method method F1bon Rye Secale cereale 100-120 80-100 8 9 2. Hydromulch 10 a. For use with conventional mechanical or hydraulic planting of seed. 11 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 12 (waste products from paper mills or recycled newspaper). 13 c. No growth or germination inhibiting factors. 14 d. No more than ten percent moisture,air dry weight basis. 15 e. Additives: binder in powder form. 16 f. Form a strong moisture retaining mat. 17 3. Fertilizer to be installed only as directed by City or as indicated in construction 18 documents 19 a. Determined by soil testing report 20 b. Acceptable condition for distribution per manufacturer's instructions 21 c. Applied uniformly over the seeded area. Do not fertilize inside the dripline of 22 trees,or Tree Protection Area. 23 4. Topsoil: See Section 32 91 19. 24 5. Water:clean and free of industrial wastes or other substances harmful to the 25 germination of the seed or to the growth of the vegetation. 26 27 2.3 ACCESSORIES 28 AS oil Retention Blanket 29 1. Biodegradable Erosion Control Blanket made from natural fibers including 30 coconut,straw, or wood fiber. 31 2. As specified for sloped areas or as directed,not for general use. 32 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 14-5 NON-NATIVE SEEDING Page 5 of 8 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION 5 A.City may examine site grading to ensure grading conforms to approved drawings,prior to 6 installation of seed. 7 1. City will notify Contractor if grading is to be inspected prior to seed installation. 8 3.3 PREPARATION 9 A.Surface Preparation:clear surface of all material including the following and dispose of 10 off-site or as directed by City: 11 1. Stumps, stones,and other objects larger than 1-inch. 12 2. Roots,brush,wire, stakes, etc. 13 3. Any objects that may interfere with seeding or maintenance. 14 R Scarify Subgrade 15 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 16 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City 17 approval 18 a. For tilled areas, use a heavy-duty disc or a chisel-type breaking plow, chisels 19 set not more than 10-inches apart. 20 b. Initial tillage shall be done in a crossing pattern for double coverage,then 21 followed by a disc harrow. Depth of tillage may be up to 3-inches. 22 c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 23 seed/water run-off 24 3. Areas near trees:Do not till within dripline of tree. Do not disturb the Tree 25 Protection Area, or canopy dripline. 26 C.Cleaning 27 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 28 and rock 1-inch and greater, and weeds. 29 D.Fine Grading: 30 1. After scarifying or tilling and cleaning, all areas to be seeded shall have 3-inches of 31 topsoil placed,be leveled, fine graded, and a weighted spike and harrow or float 32 drag. The required shall be the elimination of ruts, depressions,humps,and 33 objectionable soil clods. This shall be the final soil preparation step to be completed 34 prior to inspection before seeding. 35 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 36 3.4 INSTALLATION 37 A.General 38 1. Seed only those areas indicated on the Drawings and areas disturbed by 39 construction. 40 2. Mark each area to be seeded in the field prior to seeding for City approval. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 14-6 NON-NATIVE SEEDING Page 6 of 8 1 3. Provide written notice of installation and maintenance schedule to resident or 2 business adjacent to the project 3 B.Broadcast Seeding 4 1. Broadcast seed in two(2)directions at right angles to each other. 5 2. Harrow or rake lightly to cover seed. 6 3. Never cover seed with more soil than twice its diameter. 7 C.Mechanically Seeding(Drilling): 8 1. Uniformly distribute seed over the areas shown on the Drawings or as directed. 9 2. All varieties of seed and fertilizer, as determined by soil testing report,may be 10 distributed at the same time provided that each component is uniformly applied at 11 the specified rate. 12 3. Drill seed at a depth of 1/4-inch to 3/8-inch utilizing a pasture or rangeland type 13 drill. 14 4. Drill on the contour of slopes 15 5. After planting roll with a roller integral to the seed drill, or a corrugated roller of the 16 "Cultipacker" type. 17 6. Roll slope areas on the contour. 18 D.Hydromulching (only as approved by submittals) 19 1. Mixing: Seed,mulch, fertilizer and water may be mixed provided that: 20 a. Mixture is uniformly suspended to form a homogenous slurry. 21 b. Mixture forms a blotter-like ground cover impregnated uniformly with grass 22 seed. 23 c. Mixture is applied within thirty(30)minutes after placed in the equipment. 24 2. Placing 25 a. Uniformly distribute in the quantity specified over the areas shown on the 26 Drawings or as directed. 27 E.Fertilizing, as determined by soil testing report:uniformly apply fertilizer over seeded 28 area. 29 1. No fertilizer shall be applied within The Tree Protection Area,or dripline of trees. 30 F.Watering 31 1. Furnish water by means of temporary metering/irrigation,water truck or by any 32 other method necessary to achieve an acceptable stand of turf as defined in 3.13. 33 2. Water source shall be clean and free of industrial waste or other substances harmful 34 to the germination of the seed or growth of the vegetation. 35 3. Water soil to a minimum depth of 4-inches within forty-eight(48)hours of seeding. 36 4. Water at least twice daily for fourteen(14)days after seeding in such a manner as to 37 prevent washing of the slopes or dislodgement of the seed, or as directed by the 38 City. 39 5. On day fifteen(15), apply an amount of water that is equal to the average amount of 40 rainfall plus 1/2-inch per week until final acceptance by City. 41 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 14-7 NON-NATIVE SEEDING Page 7 of 8 1 3.5 REPAIR/RESTORATTON [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE 10 A.Seeded Areas 11 1. Water and mow seeded area until completion and final acceptance of the Project or 12 as directed by the City. 13 2. Maintain the seeded area until each of the following is achieved: 14 a. Vegetation is evenly distributed 15 b. Vegetation is free from bare areas 16 c. Trim and maintain along edges including curbs,drives, and walkways with 17 maximum 1-inch surface elevation change. 18 d. Includes protection,reseeding, and maintaining grades with no settlement over 19 1-inch,and immediate repair of erosion damage until the project receives final 20 acceptance. 21 R Acceptance 22 1. Turf will be accepted once fully established as follows: 23 a. Seeded area must have minimum 70 percent uniform ground coverage without 24 bare areas greater than six-inches square or thirty-six(36)square inches and 25 blade height of 3-inches with two(2)mow cycles, minimum ten(10)days apart, 26 performed by the Contractor prior to consideration of acceptance by the City. 27 b. Grass shall be actively growing and free of disease and pests. 28 c. Ground surface to be smooth and free of foreign material and rocks or clods 1- 29 inch diameter and greater. 30 C.Rejection 31 1. City may reject seeded area based on the following items: 32 a. Weed populations 33 b. Poor installation including lack of coverage 34 c. Disease and/or pests 35 d. Insufficient or over watering 36 e. Poor or improper maintenance 37 f. Soil settlement in excess of 1-inch 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION 40 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 32 92 14-8 NON-NATIVE SEEDING Page 8 of 8 1 Revision Log DATE NAME SUMMARY OF CHANGE Removed information and details regarding sod,native grasses and wildflowers. These items are addressed in 32 92 13 and new specification 32 92 15.Updated 1.2 payment measurement.Items pertaining to fertilizer throughout document updated to 5/13/2021 C Moon clude soil testing.2.2 planting dates updated to reflect typical frost dates.3.3 reparation updatedto reflect current industry tree care standards for root zone sturbance.3.4 Installation added descriptions to clarify watering.3.13 Maintenance dded descriptions to clarify acceptance andrejection of seeded areas including owth,mow cycle and watering. 2 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13,2021 330130-1 SEWER AND MANHOLE TESTING Page 1 of 7 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection(Mandrel)Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 14 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 15 5. Pipe testing will include deflection(mandrel)test for pipe. 16 6. Hydrostatic testing is not allowed. 17 7. Manhole testing will include vacuum test. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 —General Requirements 24 3. Section 03 80 00—Modifications to Existing Concrete Structures 25 4. Section 33 04 50—Cleaning of Sewer Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Pipe Testing 29 a. Measurement 30 1) This Item is considered subsidiary to the sanitary sewer main(pipe) 31 completed in place. 32 b. Payment 33 1) The work performed and the materials furnishing in accordance with this 34 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 35 (pipe)complete in place, and no other compensation will be allowed. 36 2. Manhole Testing 37 a. Measurement 38 1) Measurement for testing manholes shall be per each vacuum test. 39 b. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7,2018 33 01 30-2 SEWER AND MANHOLE TESTING Page 2 of 7 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each vacuum test completed. 3 c. The price bid shall include: 4 1) Mobilization 5 2) Plugs 6 3) Clean-up 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS 10 A. Submittals shall be in accordance with Section 0133 00. 11 B. All submittals shall be approved by the City prior to delivery. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS 14 A. Test and Evaluation Reports 15 1. All test reports generated during testing(pass and fail) 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Certifications 19 1. Mandrel Equipment 20 a. If requested by City,provide Quality Assurance certification that the equipment 21 used has been designed and manufactured in accordance to the required 22 specifications. 23 2. Joint Testing 24 a. Testing Service-Engage a qualified independent testing agency to perform 25 joint evaluation tests 26 b. Equipment -If requested by City, provide Quality Assurance certification that 27 the equipment used has been designed and manufactured in accordance to the 28 required specifications. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7,2018 33 01 30-3 SEWER AND MANHOLE TESTING Page 3of7 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION 9 A. Low Pressure Air Test(Pipe 60 inch and smaller) 10 1. Clean the sewer main before testing,as outlined in Section 33 04 50. 11 2. Plug ends of all branches, laterals,tees,wyes, and stubs to be included in test. 12 B. Low Pressure Joint Air Test(Pipe 27 inch or larger) 13 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 14 2. Assemble individual joint tester over each joint from within the pipe. 15 C. Deflection(mandrel)test(Pipe) 16 1. Perform as last work item before final inspection. 17 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 18 3. Materials 19 a. Mandrel used for deflection test 20 1) Use of an uncertified mandrel or a mandrel altered or modified after 21 certification will invalidate the deflection test. 22 2) Mandrel requirements 23 a) Odd number of legs with 9 legs minimum 24 b) Effective length not less than its nominal diameter 25 c) Fabricated of rigid and nonadjustable steel 26 d) Fitted with pulling rings and each end 27 e) Stamped or engraved on some segment other than a runner indicating 28 the follow ing: 29 (1) Pipe material specification 30 (2) Nominal size 31 (3) Mandrel outside diameter (OD) 32 f) Mandrel diameter must be 95 percent of inside diameter(ID)of pipe. 33 g) Mandrel equipment shall be suitable for the pipe material to prevent 34 damage to the pipe. Consult manufacturer for appropriate mandrel 35 equipment. 36 D. Vacuum test(Manhole) 37 1. Plug lifting holes and exterior joints. 38 2. Plug pipes and stubouts entering the manhole. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7,2018 33 01 30-4 SEWER AND MANHOLE TESTING Page 4 of 7 1 3. Secure stubouts,manhole boots, and pipe plugs to prevent movement while vacuum 2 is drawn. 3 4. Plug pipes with drop connections beyond drop. 4 5. Place test head inside the frame at the top of the manhole. 5 3.4 INSTALLATION 6 A. Low pressure air test(Pipe 60"Inch and Smaller) 7 1. Install plug with inlet tap. 8 2. Connect air hose to inlet tap and a portable air control source. 9 3. After the stabilization period (3.5 psig minimum pressure) start the stopwatch. 10 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 11 psig. Minimum permissible pressure holding time per diameter per length of pipe 12 is computed from the following equation: 13 14 T=(0.0850*D*K) 15 Q 16 Where: 17 T=shortest time, seconds,allowed for air pressure to drop to 1.0 psig 18 K= 0.000419*D*L, but not less than 1.0 19 D= nominal pipe diameter, inches 20 L=length of pipe being tested(by pipe size), feet 21 Q= 0.0015, cubic feet per minute per square foot of internal surface 22 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 23 through 60-inch based on the equation above. 24 25 UNI-B-6, Table 1 26 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe 27 indicated for q=0.00 15 Specification Tire fa Len Shown minsec 1 2 3 4 _......,..... _,,,... _....... Pipe Mi mman Length for Terse for Diameter Tim Minimum Conger 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft (in) sue' Tim(ft) Length(sec) 4 3:46 597 .380 L 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46 6 Y40 398 .854 L 5:40 5:40 5:40 5:40 5:40 5:40 5:42 624 ......_.__.......,.._.. ........_....___'8.... _. ............ .._..._.._-_. .---..___......_....._._._._.....,._,,,...._........__............ ..._. 5.42..... ...._..._.._.......... 8 7:34 298 1.520 L 734 7:34 7:34 734 736 8:52 lOD8 1124 .. ,., _ ... .... ... .......... ._. _._...... __......,,.._....._.. ]0 926 239 2.374L 426 926 926 453 11:52 13:51 15.49 17:48 ..... .........._ ...,..,... .._.... ,._ _......_. ., ._.... .. _..._ _ _,....._,,., . ..,,,_,._..._ _.._,._.. 12 1120 199 3.418L 11:20 1120 1124 14:15 17D5 19:56 2247 253800 ...1.._5 14:10 _.._-.1.59,. ,.,5.3.4_2.L . .., .14,:10 14:.1.0... 17.48.... .,, .2215 . 26:42D0 . .3...1 D9 ._...3..5..:.3.6..D..0... ..40D4D_0 .... __..._.. --- .._. _ 18 1700 133 7 L 19:13 2 3:3 • 7. 4100-- .... 21 19:50 114 10:470 L 1950 26:1000 34:5400 43:3700 522100 61 D0:00 69:48D0 7831 D0 _.,, _. .. .._... .. __. ....__ ... ........ ......_...... ---------- ... 24 22:40 99 13.674 L 22:47 34:1100 45:3400 56:5800 6922.00 79:46,00 91AM 10233D0 27 2530.00 88 17.306L 28:51D0 43:16D0 57:4100 72,07.00 8632.00 100:57D0 11522:00 129:48D0 ._........._. ._ .._.. ....... _-...... ._ ._..�_......_____�.. .._.._.._.._ ___.__..___. .___�..._ ..._...._._.._._„ 30 282000 80 21:366L 35:37DO BODO 71:13D0 89:0200 106:5000 12438D0 14226:00 160:ISD0 33 31:1OD0 72 25.852L 43,05.00 64M 86:1OD0 107.43.00 M.16D0 IMAi00 17221D0 193:53D0 36 34:0000 66 30.768 L 51:17.00 _ 765500 10234D0 128:1200 153:5000 17929.,00 20507:00 230.46.00 42 39:48D0 57 41.883L 69:48:00 104:42:00 13937D0 17430D0 2092400 244:19D0 279:13:00 3140700 . _..... _. _..., .. ..... _.. ...-_, _ .... ..._._..__., .0_,. _._..__.._._ _. . 14., .. 48 45:34D0 50 54.705 L 91:IOD0 136:45D0 1822100 227:5500 27331.00 319D6D0 364:4200 410:17D0 ..... . ... ... ..... .,,.. ...- __.._.. .. .... ........_.. ,... .._364:2,., ... _._....... 54 51:02D0 44 69.236 L 115:24.00 173 U,00 230:47D0 28829.00 346.1100 403:5300 46134:00 51916D0 60 56:40D0 40 85.476 L 14228D0 213:41D0 294:55DO 35609D0 42723D0 49837D0 56950:00 641104D0 28 29 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7,2018 33 01 30-5 SEWER AND MANHOLE TESTING Page 5 of 7 1 2 6. Stop test if no pressure loss has occurred during the first 25 percent of the 3 calculated testing time. 4 B. Low pressure joint air test(27 Inch or larger pipe) 5 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM 6 C1103 as follows: 7 2. Equipment shall be the product of manufacturers having more than five years of 8 regular production of successful joint testers. Joint tester shall be as manufactured 9 by Cherne Industrial, Inc., of Edina,Minnesota, or approved equal. 10 3. Follow equipment manufacturer's recommendations when performing tests;only 11 experienced technicians shall perform tests. 12 4. The testing equipment shall be assembled and positioned over the center of the pipe 13 joint and the end element tubes inflated to a maximum of 25 psi. 14 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and 15 pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to 16 testing. 17 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the 18 pressure from 3.5 psig to 2.5 psig. 19 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig 20 is greater than 10 seconds. 21 C. Deflection(mandrel)test(Pipe) 22 1. For pipe 36 inches and smaller,the mandrel is pulled through the pipe by hand to 23 ensure that maximum allowable deflection is not exceeded. 24 2. Maximum percent deflection by pipe size is as follows: 25 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 26 27 D. Vacuum test(Manhole) 28 1. Test manhole prior to coating with epoxy or other material. 29 2. Draw a vacuum of 10 inches of mercury and turnoff the pump. 30 3. With the valve closed, read the level vacuum level after the required test time. 31 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 32 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7,2018 33 0130-6 SEWER AND MANHOLE TESTING Page 6 of 7 1 2 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 I T=6.5 I T=8 3 **For manholes over 18 feet deep,add"T"seconds as shown foreach respective 4 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 5 depth. (Example: A 30 foot deep,4-foot diameter. Total test time would be 70 6 seconds. 40+6(5)=70 seconds) 7 8 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 9 failed the test. 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL 13 A Non-Conforming Work 14 1. Low pressure air test(Pipe 60 Inch and smaller) 15 a. Should the air test fail, find and repair leak(s)and retest. 16 2. Low pressure joint air test(Pipe 27 inch or larger) 17 a. 100 percent of all joints shall be field tested,prior to the placement of backfill 18 over the spring line of the pipe, after the pipe has been substantially locked in to 19 place by embedment. If the pipe does not pass the field air test,the joint will be 20 pulled and refitted or rejected and removed from the project. After full 21 placement of backfill and proper compaction, 100%of all joints will be tested 22 again, as the installation progresses. At no time shall pipe installation exceed 23 300 feet beyond the last joint tested. 24 b. No more than 2 percent of the total number of joints failing to meet the 25 requirements of this test shall be field repaired by joint grout injection,or band 26 clamps, or other method. Any joints over 2%requiring field repairs shall be 27 rejected and removed from the project site. Rejected pipe shall be removed 28 from the project. Installation shall be stopped until defective joints are repaired 29 or replaced. 30 3. Should Deflection (mandrel)test(Pipe) 31 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 32 b. Uncover overdeflected pipe. Reinstall if not damaged. 33 c. If damaged,remove and replace. 34 4. Vacuum test(Manhole) Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7,2018 33 0130-7 SEWERAND MANHOLE TESTING Page 7 of 7 1 a. Should the vacuum test fail, repair suspect area and retest. 2 l) External repairs required for leaks at pipe connection to manhole. 3 a) Shall be in accordance with Section 03 80 00. 4 2) Leaks within the manhole structure may be repaired internally or 5 externally. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARYOF CHANGE 8/10/2018 W.Norwood 3.4.1)Require testing prior to coating manholes 3.3,A&B, Add individual joint testing option for 27 inch and larger with independent testing. 9/7/2018 W.Norwood 3.4.A Include UNI-13-6,Table I for low pressure air test 4.4.13 Include individual joint testing requirements 15 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7,2018 33 0131 -1 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page I of 10 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARY SEWER 3 PART 1 - GINIItAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television(CCTV)Inspection 7 of sanitary sewer 8 2. For City Capital Improvement Projects,which include sanitary sewer 9 rehabilitation projects, a Post-CCTV is required. Pre-CCTV for mains will be 10 project specific and noted on the plans. 11 3. For new development sanitary sewer installation, a Post-CCTV is required. 12 4. For all City Capital Improvement Projects and new development sanitary sewer 13 installation, a Final Manhole CCTV is required. 14 5. Final-CCTV will be project specific, and would include major collector,arterial, 15 County,Railroad, and TXDOT projects that include extensive paving, 16 structures, drainage, and grading activities 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include,but are not necessarily limited to: 20 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 —General Requirements 23 3. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 24 4. Section 33 04 50—Cleaning of Sewer Mains 25 5. Section 01 32 16—Construction Progress Schedule 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Pre-CCTV Inspection 28 1. Measurement 29 a. Measurement for this Item will be by the linear foot of line televised for CCTV 30 Inspection performed prior to any line modification or replacement determined 31 from the distance recorded on the video log. 32 2. Payment 33 a. The work performed and materials furnished in accordance with this Item and 34 measured as provided under"Measurement"w ill be paid for at the unit price 35 bid per linear foot for"Pre-CCTV Inspection". 36 1) Contractor will not be paid for unaccepted video. 37 3. The price bid shall include: 38 a. Mobilization 39 b. Cleaning 40 c. Digital file Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 0131 -2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARYSEWER Page 2 of 10 1 B. Post-CCTV Inspection 2 1. Measurement 3 a. Measurement for this Item will be by the linear foot of line televised for CCTV 4 Inspection performed following repair or installation determined from the 5 distance recorded on the video log. 6 2. Payment 7 a. The work performed and materials furnished in accordance with this Item and 8 measured as provided under"Measurement"will be paid for at the unit price 9 bid per linear foot for"Post-CCTV Inspection'. 10 1) Contractor will only be paid for video that is accepted in writing by Water 11 Department. 12 3. The price bid shall include: 13 a. Mobilization 14 b. Cleaning 15 c. Digital file 16 C. Final-CCTV Inspection 17 1. Measurement 18 a. Measurement for this Item will be by the linear foot of lime televised for CCTV 19 Inspection performed following repair or installation determined from the 20 distance recorded on the video log. 21 2. Payment 22 a. The work performed and materials furnished in accordance with this Item and 23 measured as provided under"Measurement"w ill be paid for at the unit price bid 24 per linear foot for"Final-CCTV Inspection'. 25 1) Contractor will only be paid for video that is accepted in writing by Water 26 Department. 27 3. The price bid shall include: 28 a. Mobilization 29 b. Cleaning 30 c. Digital file 31 D. Final- Manhole CCTV Inspection 32 1. Measurement 33 a. Measurement for this Item will be per each manhole,junction structure, 34 televised for CCTV Inspection performed following repair,manhole coating, 35 final adjustments to grade,and/or installation determined on the video log. 36 2. Payment 37 a. The work performed and materials furnished in accordance with this Item and 38 measured as provided under"Measurement"w ill be paid for at the unit price bid 39 per each for"Final-Manhole CCTV Inspection'. 40 1) Contractor will only be paid for video that is accepted in writing by Water 41 Department. 42 3. The price bid shall include: 43 a. Mobilization 44 b. Cleaning 45 c. Digital file Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 0131 -3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page 3 of 10 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. City of Fort Worth Water Department 7 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 8 Program(CCTV Manual). City of Fort Worth Water Department CCTV 9 Inspection Log. 10 B. Definitions 11 1. Pre-CCTV—CCTV Inspection performed by Contractor on existing mains prior 12 to any line modification or replacement. 13 2. Post CCTV—CCTV Inspection performed by Contractor following installation 14 of new mains but before completion of other infrastructure(i.e. streets, 15 sidewalks, final grading,etc.) 16 3. Final CCTV—CCTV Inspection performed by Contractor on mains and 17 manholes after all construction is complete. Includes CCTV of the manholes 18 (including grade rings,casting, etc.)after street construction, final grading, and 19 manhole coating, if the coating is required. 20 C. Final Manhole CCTV—CCTV Inspection performed by Contractor on manholes and/or 21 junction structures,after all construction is complete. Includes CCTV of the manholes/ 22 (including grade rings,casting, etc.)after street construction,final grading, and 23 manhole coating, if the coating is required. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Sanitary Sewer Lines 27 a. Meet with City of Fort Worth Water Department staff to confirm that the 28 appropriate equipment, software, standard templates,defect codes and defect 29 rankings are being used, if required. 30 B. Schedule 31 1. Include Pre,Post,Final Manhole, and Final CCTV schedule as part of the 32 Construction Progress Schedule per Section 01 32 16. 33 2. Allow time for City review (2 weeks minimum—Notification needs to be sent 34 out to Project Manager, City Inspector, &Field Operations).Post-CCTV can be 35 scheduled and submitted for review after each sewer main construction has been 36 completed. 37 3. If CCTV is accepted by City Project Manager,proceed with work If rejected, 38 coordinate with City per Part 1.4 A. 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 0133 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1I,2022 33 01 31 -4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page 4 of 10 1 B. All CCTV submittals shall be submitted to the City Inspector to be uploaded to 2 common location for review and comment by Water Operations and Inspections. 3 Alternatively, the Inspector can provide Contractor access to upload directly to common 4 location.Inspection and Water Operations staff shall be notified when CCTV upload is 5 completed. 6 C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual 7 provide video data per the CCTV Manual. Provide additional copy of video in video 8 file MP4 with H.264 code—Advanced Video Coding and compression standard. 9 D. If inspected with other software provide video data in video file MP4 with H.264 code— 10 Advanced Video Coding and compression standard. 11 E. Inspection Report shall include: 12 1. Asset 13 a. Date of Inspection 14 b. City 15 c. Project Name(Address accepted if project name does not exist) 16 d. Main Number—as shown on drawings or GIS ID(If Available) 17 e. Upstream Manhole Station—as shown on drawings or GIS ID(If Available) 18 f. Downstream Manhole Station—as shown on drawings or GIS ID(If Available) 19 g. Pipe Diameter 20 h. Material 21 i. Pipe Length 22 j. Mapsco Location Number 23 k. Date Constructed 24 1. Pipe Wall Thickness 25 in. Grade percentage 26 n. Inspector Name 27 2. Inspection 28 a. Inspection Number(i.e. Is,2"d,etc...) 29 b. Crew Number 30 c. Operator Name 31 d. Operator Comments 32 e. Reason for Inspection 33 f. Equipment Number 34 g. Camera Travel Direction is Upstream to Downstream—Deviation will require 35 written justification,with the exception of stubouts&abandonment plugs that 36 will always be recorded from the downstream side. 37 h. Inspected Length(feet) 38 i. Work Order Number(if required) 39 j. City Project Number(if required) 40 k. City Contract Name 41 1. Consultant Company Name 42 in. Consultant Contact Name 43 n. Consultant Contact Phone Number 44 o. Contractor Company Name 45 p. Contractor Contact Name 46 q. Contractor Contact Phone Number 47 F. CCTV overlay screen shall include (opening text to CCTV inspection) 48 a. Date of inspection Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 0131 -5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page 5 of 10 1 b. City Name 2 c. City Project number 3 d. Project name 4 e. Main number 5 f. Upstream SS Manhole (or Plug)station 6 g. Downstream SS Manhole station 7 h. Diameter 8 i. Grade/Slope 9 j. Material 10 k. Length 11 1. Contractor 12 in. Inspectors name 13 n. Travel direction 14 o. Date Construction 15 1.6 INFORMATIONAL SUBNHTTALS 16 A. Pre-and Post CCTV submittals 17 1. CCTV video results shall be submitted to City that can be uploaded to shared 18 common location by the inspection staff, upon confirmation that the submittal is 19 complete(partial submissions are not accepted,except in special situations that 20 are approved by the Water Department). For pre-CCTV submittals, approval of 21 the submittal shall be provided by the Project Manager prior to construction 22 start when connecting to existing sewer. 23 2. Alternatively, the Inspector can provide Contractor access to upload directly to 24 common location. Inspection and Water Operations staff shall be notified when 25 CCTV upload is completed in order to confirm submittal is complete.Inspection 26 Report(separate report file for each individual shall be submitted to Inspector or 27 directly uploaded to shared common location. 28 R Additional information that may be requested by the City 29 1. Listing of cleaning equipment and procedures 30 2. Listing of flow diversion procedures if required 31 3. Listing of CCTV equipment 32 4. Listing of backup and standby equipment 33 5. Listing of safety precautions and traffic control measures 34 1.7 CLOSEOUT SUBNHTTALS 35 A. Final CCTV shall not be completed until all manholes and surface covers are set to final 36 grade.All as built changes to plan and profile drawings (redlines),are required to be 37 reflected on the final CCTV inspection information. Final CCTV shall not be 38 completed until all as built corrections have been made. 39 1. Final-CCTV submittals Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 01 31 -6 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page 6 of 10 1 a. CCTV video results shall be submitted to City that can be uploaded to shared 2 common location by the inspection staff,upon confirmation that the submittal 3 is complete(partial submissions are not accepted,except in special situations 4 that are approved by the Water Department). Alternatively, the Inspector can 5 provide Contractor access to upload directly to common location. Inspection 6 and Water Operations staff shall be notified when CCTV upload is completed 7 in order to confirm submittal is complete. Sanitary sewer video file(s) in MP4 8 with R264 code Advanced Video Coding and compression standard 9 b. City Project Number displayed within text of sanitary sewer video. 10 c. Construction Plans identifying the line segments that were videoed. Include 11 cover sheet, 1 digital copy of the redlines(Contractor to upload into Accela or 12 BIM 360), overall line layout sheet(s),and plan and profile sheet(s). 13 1) One(1) 11"X 17"copy 14 d. Sanitary sewer line segment from drawings match line segments on Inspection 15 Report. Recommend some minimum guidance for standardization of line 16 segment submittals,to include proper identification of Project:name, CPN, line 17 identification and stations, as well as format(e.g. PDF?)and minimum 18 annotations required to explain deviations from policies as specified in this 19 document, or any anomalies that are considered within tolerance. 20 e. Inspection Report(separate report file for each individual shall be submitted to 21 Inspector or directly uploaded to shared common location. 22 f. Allow two(2)weeks to review before requesting final inspection. After review 23 by the City Inspector and Water Field Operations, if applicable a combined set 24 of punch list items will be submitted to the Contractor for correction. 25 g. 26 1.8 J. CCTV SPEADSHEET LOG INEXCEL FORMAT MAINTENANCE MATERIAL 27 SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 A. Equipment- 34 1. Closed Circuit Television Camera 35 a. The television camera used shall be one specifically designed and constructed 36 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 37 picture of the entire periphery of the pipe. The camera shall be operative in 100 38 percent humidity/submerged conditions. The equipment will provide a view of 39 the pipe ahead of the equipment and of features to the side of the equipment 40 through turning and rotation of the lens. The camera shall be capable of tilting 41 at right angles along the axis of the pipe while panning the camera lens through 42 a full circle about the circumference of the pipe. The lights on the camera shall 43 also be capable of panning 90-degrees to the axis of the pipe. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 0131 -7 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page 7 of 10 1 b. The radial view camera must be solid state color and have remote control of the 2 rotational lens. The camera shall be capable of viewing the complete 3 circumference of the pipe and manhole structure, including the cone-section or 4 corbel. The camera lens shall be an auto-iris type with remote controlled 5 manual override. 6 2. Video Capture System 7 a. The video and audio recordings of the sewer inspections shall be made using 8 digital video equipment. A video enhancer may be used in conjunction with, 9 but not in lieu of,the required equipment. The digital recording equipment shall 10 capture sewer inspection on USB drive, with each sewer segment(from 11 upstream manhole to downstream manhole) inspection recorded as an individual 12 file in MP4 with H.264 code format. 13 14 b. The system shall be capable of printing pipeline inspection reports with 15 captured images of defects or other related significant visual information on a 16 standard color printer. 17 c. The system shall store digitized color picture images and be saved in digital 18 format on a USB drive. 19 d. The system shall be able to produce data reports to include,at a minimum, all 20 observation points and pertinent data. All data reports shall match the defect 21 severity codes outlined in the City's CCTV manual(electronic copy available 22 on Water Department's website— 23 http://fortwortlitexas.gov/water/wastewater/CCTV Manual. 24 25 e. Camera footage, date&manhole numbers shall be maintained in real time and 26 shall be displayed on the video monitor as well as the video character 27 generators illuminated footage display at the control console. 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION 32 A. General 33 1. Prior to inspection obtain pipe and manhole asset identification numbers from 34 the plans or City to be used during inspections. Inspections performed using 35 identification numbers other than the fine number(or existing sanitary sewer 36 main/lateral) and station numbers from plans or from assigned numbers from the 37 City will not be accepted. 38 2. CCTV Inspection shall not commence until the sewer section to be televised has 39 been completely cleaned in conformance with Section 33 04 50. 40 3. CCTV Inspection shall not commence until the sewer section to be televised 41 has been completely cleaned in conformance with Section 33 04 50. (Sewer 42 system should be connected to existing sewer system and should be active) 43 4. A final CCTV Inspection of newly installed sewers (not yet in service) shall not 44 commence until completion of the following items: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 33 0131 -8 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page 8 of 10 1 a. Manhole final grade is set(after street paving,under Final CCTV, Final 2 Manhole CCTV) 3 b. Manhole lining is complete(after street paving, under Final CCTV, Final 4 Manhole CCTV) 5 c. Sewer main is cleaned 6 d. Sewer air test is complete 7 e. Vacuum test of manholes 8 f. Installation of all lateral services and completion of low pressure testing of all 9 new services 10 g. All sewer main and manhole work is complete 11 Once reviewed and accepted by Water Field Operations the sewer system should be 12 connected to existing sewer system and ready for use upon final acceptance of the 13 project. 14 5. Temporary Bypass Pumping(if required) shall conform to Section 33 03 10. 15 B. General 16 1. Use manual winches,power winches,TV cable, and power rewinds that do not 17 obstruct the camera view,allowing for proper evaluation. 18 C. Pipe 19 1. Begin inspection immediately after cleaning of the main. 20 2. Move camera through the line in either direction at a moderate rate, stopping 21 when necessary to permit proper documentation of the main's condition. 22 3. Do not move camera at a speed greater than 30 feet per minute. 23 4. During investigation stop camera at each defect along the main. 24 a. Record the nature, location and orientation of the defector infiltration location 25 as specified in the CCTV Manual. 26 5. Service connections,Pan the Camera to get a complete overview of service 27 connection including zooming into service connection Include location(i.e. 1 28 o'clock, etc...)See photos 17 thru 23 for examples 29 6. Joint defects,Include comment on condition, signs of damage, etc... Note 30 offset and/or separation at a joint. Includes joints where one pipe is not 31 correctly aligned with the connecting section of pipe causing a lip that could 32 impede flow or a section of pipe that is aligned but has pulled apart horizontally 33 and may not connect to the other section of pipe. See Photos 24 thru 29, 35,36 34 for examples 35 7. Notate visible pipe defects such as cracks, broken or deformed pipe, holes, 36 offset joints,obstructions, sags or debris (show as%of pipe diameter).If debris 37 has been found in the pipe during the post or final-CCTV inspection, additional 38 cleaning is required, and pipe shall be re-televised. See Photos 1 thru 12 for 39 examples 40 8. Notate Infiltration/Inflow locations. See Photos 13,20 for examples 41 9. Notate Pipe material transitions. See Photos 30 for example Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 0131 -9 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page 9 of 10 1 10. Notate other locations that do not appear to be typical for normal pipe 2 conditions. For example, locations could include conflicts between the replaced 3 main with other utilities (including paving and storm sewer),causing pipe 4 deflections, sags, etc.holding water. This could also include any damage to the 5 main and/or services after the main has been replaced. These locations could 6 occur between the Post-CCTV and Final-CCTV submittals. See Photos 31 thru 7 34 for examples 8 11. Note locations where camera is underwater and level as a%of pipe diameter. 9 Camera underwater—Point in which the camera lens is 100%submerged 10 underwater and/or 50%of the pipe's diameter. Camera emerged—Point in 11 which the camera lens has emerged from being underwater. Severity is 12 described in ranges by linear feet. This would include pipe deflections causing 13 a considerable increase(i.e. double or more) in the depth of flow in the pipe (to 14 at least between 1/3 to'/2 of the pipe diameter). See attached example photos at 15 the end of this Specification showing the depth changes in%full of pipe. See 16 Photos 14 thru 16 for examples. 17 12. Provide accurate distance measurement. 18 a. The meter device is to be accurate to the nearest 1/10 foot. 19 13. CCTV recording segments are to be single continuous file item. 20 a. A single segment is defined from manhole to manhole. 21 b. Only single segment video's will be accepted and preferably include manhole 22 inspections (manhole to manhole). 23 c. Individual manhole inspection will require written justification, included under 24 the Final-CCTV bid item. 25 14. Pre-Installation Inspection for Sewer Mains to be rehabilitated 26 a. Perform Pre-CCTV inspection immediately after cleaning of the main and 27 before rehabilitation work. 28 1) No cleaning equipment in the main during CCTV. 29 2) Water shall be present(or flowing)while recording CCTV to confirm 30 system functionality. 31 b. If, during inspection,the CCTV will not pass through the entire section of main 32 due to blockage or pipe defect, set up so the inspection can be performed from 33 the opposite manhole. 34 c. City Project Manager(PM) shall review and may consult with Sewer Projects 35 Reporting and Operations (SPRO), and provide comments on identified defects. 36 Contractor shall present proposed repair method(s) for approval by the City 37 PM,before proceeding with construction. 38 d. Provisions for repairing or replacing the impassable location are addressed in 39 Section 33 3120, Section 33 3121, Section 33 3122 and Section 33 3123. 40 15. Post-and Final Installation Inspection 41 a. Prior to inserting the camera, flush and clean the main in accordance to Section 42 33 04 50. Water should be present/flowing during the recording operation, to 43 demonstrate the functioning of the installed system. 44 16. Documentation of CCTV Inspection 45 a. Sanitary Sewer Lines 46 1) Follow the CCTV Manual(CCTV standard manual supplied by City upon 47 request)for the inspection video, data logging and reporting or Part 1.5 E of 48 this section. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 01 31 -10 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION—SANITARY SEWER Page 10 of 10 1 D. Manhole 2 1. Final Manhole CCTV Inspection recording segments,will reveal condition of 3 manhole in its entirety, including corrosion protection if applicable. Camera 4 should pan the entire manhole while lowering to include complete view of 5 invert. This requirement applies to new manhole installations and rehabilitated 6 manholes after epoxy lining installed, if applicable. 7 2. Notate Infiltration/Inflow locations for Pre-construction CCTV recordings. 8 3. Post-Installation CCTV Inspection is only done after all construction is 9 complete. 10 E. Gefnple4e manhele instalWiea before inspee6en begiff&. 11 3.4 REPAIR /RESTORATION [NOT USED] 12 3.5 RE-INSTALLATION [NOT USED] 13 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.7 SYSTEM STARTUP [NOT USED] 15 3.8 ADJUSTING [NOT USED] 16 3.9 CLEANING 17 A. See Section 33 04 50. 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 23 END OF SECTION 24 Revision Log DATE NAME SUMMARYOF CHANGE 12/20/2012 D.Johnson Various— Added requirements for coordination withT/PW for Storm Sewer CCTV 4/29/2021 J Kasavich Various—Alternative to CCTV Manual,modified submittal detail requirements 3/11/2022 M Owen Removed referencedto storm drain 25 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 1 rr' _ - t Photo 1 Flow Depth Acceptable C�hIFLICT 62 _ l� M�l: DS+ I� IV�1-l: ��+72 .y 1 '1'1�'13/2079 '1 1:'17:30 Af�i; - '19.2 ft. Photo 2 Flow Level Acceptable INFLICT U1H: 0+� DIUIH; 20�+1F . ., 11121V PhotoA. 3 Flow Level Acceptable CONFLICT � USMH: 05+48 D�NiH: t12+45 r k Photo 4 Flow Level is elevated. COrNFLICT 3 �JIl�lli: � +� DSMH: �1Z+45 r I. r ,* CONFLICT 3 UMFi� D5+4 .;DSN1H: Q2+45 t Photo 6 Flow above 30%. Potential Sag or debris. '1'1l1�12019 �:� f:42 AIVI '1 ? f�. f i � { r Photo 7 Offset Joint Example IVFLICT - . UIVI�I� 19�+7 DIVIH: 17+�1 { 1 Photo 8 Flow appears to be stagnant possible 1FLICT l� lV�FI: 1�+7 D �111H: 'f7+4'f s DebrisPhoto 9 - t 1FL1 � MFI: 19+�� DSMH: 17+4'1 i Photo 10 Debris evident. Clean and Re-CCTV prior to submittal. 1 C�IVFLICT 22 U �F�: 1 + aSMH: '17+ ' + E• + �� j • Photo 11 CCTV should not be submitted. Clean and Re-CCTV prior to submittal CONFLICT 22 USMH: '17+ DSMH: '14+42 .... . � k In�peion Abandoned, End �rve END RSU � : rt ■12�1�� ■� �:�4:�� M �9 � f't■ Photo 12 Surveynot r - - - corrective action ii - II 5 11/15/2019 I' I J I AM 129.6 - Photo 14 Water level approaching submerging camera. Record beginning of level increase and note the point at which the water level returns to normal.Corrective action will be required. CONFLICT 8 ` 6+22 ■ r r 4 y Photo 15 Camera submerged. Note beginning point of increase level and the end of the increased depth. Corrective action will be required M i Photo 16 Camera submerged. Note beginning point of increase level and the end of the increased depth. Corrective action will be required r 1 Photo 17 Service Tap. Note the location and position of tap in relation to the sewer main. Repair required? ON q F IL A s iL Photo 18 CCTV should include view of service line. Retake CCTV Video? 5 . r Photo 19 Service tap holding water. Corrective action required. F•i * 1 i Photo 20 Service tap is installed incorrectly. Also is a point of potential Photo 21 Proper Shot . Rosedale ■ 19 a i . ■ R r I h 7ervi- ce Left } 66 ■ L Photo 22 Debris in service line. Corrective action required i . � F Photo 23 Service tap at proper location. A +9? POST PATCHES F � - r s i - .� SS�Q: L339� Damage to liner. Repaired is required. t k - 4 Photo 25 Damage to liner. Repair is required. _ 1 F Photo 26 Damage to Liner. Repair � � � - Raw 6 +97 POST PATCHES r l �r r - T Photo 28 Damaged Liner. Damage to be repaired. IVFLICT 0 UIVIH: ��+ 7 DI�IIH: 06+09 Photo 29 Liner Damaged. Damaged to be repaired. r� ri Rosedale + ■ i ■ ' 1 '1 / 8 / 2019 r , ,i 14f19 to . . AAA Photo 31 Beginning of potential impact from adjacent utilities Repair required? r Ro , a , * r f i to 12 + 00 Photo 32 Continuation of impact from adjacent utilities Repair required? Rosedale y ■ y 11 /-8 / 2019 * i J ■ w ■ 1 ` Photo 33 Continuation of impact from adjacent utilities Repair required? f ■ o # # ■ F Iq- ■ i , ■ 0189 1■Ft J t 1 . 9ft ; ■ ftdX- Photo 34 End of impact for potential impact from adjacent utilities.Repair required? k To 3 ES S Photo 35 Short Joint installed(not a closure piece)does not comply with specification Repair required? 4 4 c� Photo 36 Short piece installed with wye inserted does not comply with design � : ® ` 4P ro . i J CD w F co cn # a F m r 3D # CU T • i 4 _ a _ - _ cm f Lrl + .. C::) # + k t.a... NilIL r ' * i W4 dr ri + ' CL) p Not, CIO C\1 -f- I l d� r - a y r _I IL _737 y � 5_ r =J � . y� . . �� mop— I ' •�� � . \ . . % [�| po � , ,�� .� . . -�% � ,� 1k �. - . . % � IP d ' -�' — ` db , -\ 10 _ � _� � 6k� - �. , � .� m � cm C3' ■. CM r r 1 MU ame %..o 4) *�' 4-J a cn Ln Z3 O C' . C3 IN cn C3 C3 4. 4- C:) CD ' �_- 4 w rt s• - C3 LO 4 ti.i S' + { . 1p 4 CO a r - .41 i 1 aqp At r s . _ . _ . &2 Cl a. e%;Iw Von , , 411, . � �■ � �_ �� � . . � ■ � � ■ �^� 4C� . — _•; � / . k . . d1lLj Z , . N Z �- „ AN ,� � �it Am. VT -- iW- • ' , � , 2 - . ' ' ' s L z . . . . ip Liki - � - . - \ , . - � . , — _ lot . /� � . �� ■ . ¥ �■. # ' .S a L -!E P— t. LL CL m ..r C3 LID � i MK � � . ' � � -� , . � • � � � - ' . . 4 � � 1 Oj m CM C\l a _ t .r...:: cr- + 0 T *" +� 1,y� , CL r ir CM f * ;p r �l • LL 4 { ■ Ln Cl . Lr) M C3 o') C •CM .. *_ cn ,. { I� �-�-LIJ �--� M - Qi 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 SECTION 33 03 10 BYPASS PUMPING OF EXISTING SEWER SYSTEMS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer lines unless otherwise specified in the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for"Bypass Pumping". 3. The price bid shall include: a. Mobilization b. Development of bypass plans c. Transportation and storage d. Setup e. Confined space entry f. Plugging g. Pumping h. Clean up i. Manhole restoration j. Surface restoration 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Occupational Safety and Health Organization(OSHA). 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3303 10-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabilitating any facilities. 2. City reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. 3. Review bypass pumping arrangement or layout in the field with City prior to beginning operations. Facilitate preliminary bypass pumping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities,coordinate the reestablishment of sewer flow with City staff. 5. Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: a. Personnel on site b. Portable SCADA equipment 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the City for approval a minimum of 7 days prior to commencing work. Include the following details: 1. Schedule for installation and maintenance of the bypass pumping system 2. Staging areas for pumps 3. Pump sizes,capacity,number of each size,and power requirements 4. Calculations for static lift, friction losses,and velocity 5. Pump curves showing operating range and system head curves 6. Sewer plugging methods 7. Size, length,material,joint type,and method for installation of suction and discharge piping 8. Method of noise control for each pump and/or generator, if required 9. Standby power generator size and location 10. Suction and discharge piping plan 11. Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill 12. Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers(office, mobile) 13. A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 33 03 10-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Pa,-e 3 of 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2. Provide fully automatic self-priming pumps. Foot-valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5. If multiple pumps are required to meet the flow requirements,provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. Install pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs 1. Plugs a. Select a plug that is made for the size and potential pressure head that will be experienced. b. Provide an additional anchor, support or bracing to secure plug when back pressure is present. c. Use accurately calibrated air pressure gauges for monitoring the inflation pressure. d. Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its pressure rating. 2. Stop Logs a. Use stop log devices designed for the manhole or sewer vault structure in use. b. If applicable,obtain stop logs from City that may be used on specific structures. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3303 10-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the City. B. Make preparations to comply with OSHA requirements when working in the presence of sewer gases,oxygen-deficient atmospheres and confined 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 submittals provided per this Specification. B. Sewer flow stoppage 1. Plugging a. Use confined space procedures and equipment during installation when necessary. b. Thoroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully supported by the pipe. d. Position the plug where there are not sharp edges or protrusions that may damage the plug. e. Use pressure gauges for measuring inflation pressures. f. Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. 4. Do not construct bypass facilities where vehicular traffic may travel over the piping. a. Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field [OR] Site Tests and Inspections 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. Have City staff on site during tests. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal—preventing surge, surcharging and major downstream disturbance. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.6—Clarified submittals required for 18"and larger lines Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330430-1 TEMPORARY WATER SERVICES Page 1 of 4 SECTION 33 04 30 TEMPORARY WATER SERVICES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Water Service needed to maintain service during water main replacement project B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. Fire Hydrant Meters D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Specification 32 12 16—Asphalt Paving 4. Specification 33 05 10—Utility Trench Excavation,Embedment and Backfill 5. Specification 33 04 40—Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10—Water Services 1-inch to 2-inch 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials famished in accordance with this Item and measured under"Measurement"will be paid for at the unit price bid for "Temporary Water Service"of the type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops f. Temporary asphalt for crossings g. Traffic Control h. Disinfection i. Removal of temporary services Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 330430-2 TEMPORARY WATER SERVICES Page 2 of 4 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. NSF International a. 61,Drinking Water System Components—Health Effects 3. ASTM International(ASTM): a. D3035, Standard Specification for Polyethylene(PE)Plastic Pipe(DR-PR) Based on Controlled Outside Diameter 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruption and meet requirements of Division 1. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Fire Hydrant Meters 2.2 EQUIPMENT,PRODUCT TYPE,AND MATERIALS A. Description 1. Regulatory Requirements a. All Temporary Water Service components in contact with potable water shall conform to the requirements of NSF 61. B. Materials 1. Service Couplings,Fittings,and Corporation Stops a. Conform to Section 33 12 10. 2. Service lines a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 11 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 330430-3 TEMPORARY WATER SERVICES Page 3 of 4 3. Temporary Water Service Maur a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. 3/4-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 3 5 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. B. Temporary Water Service Installation 1. Connect to 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 available,tap existing water main. 1) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main,unless approved by the City. 2. Water service a. Connect 3/4-inch water service to 2-inch temporary water service main. b. Remove existing meters,tag with address and provide to City Inspector. c. Connect%-inch temporary water service to existing private service. d. Cover domestic meter box with protective guard or barricade. C. Intersection and Driveway Approach Crossing for Temporary Water Service 1. Crossing for Temporary Water Service Main Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 330430-4 TEMPORARY WATER SERVICES Page 4 of 4 a. Cover temporary service line with sufficient asphalt to protect service line and to provide a driveable crossing. b. If required to bury temporary service line due to high volume traffic,or other reasons required by the City, excavate, embed and backfill in accordance with Section 33 05 10. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each water service installation for leaks with full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 33 04 40-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART1 - GENERAL 1.1 SUMMARY A. General 1. Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned(purged)and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code JAC)established by the Texas Commission on Environmental Quality(TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning,disinfection,hydrostatic testing,and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place,and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Water Works Association/American(AWWA): a. C301,Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. b. C303, Concrete Pressure Pipe,Bar-Wrapped, Steel-Cylinder Type. c. C651,Disinfecting Water Mains. d. C655,Field De-Chlorination. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains,provide the following: 1. Cleaning Plan—Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan—prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De-chlorination d. Sampling 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses,wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the 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 installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning Wye, remove cleaning wye covers, etc. b. Where expulsion of the pig is required through a dead-ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide 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 into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method 1. Prepare the main by installing blow-offs at appropriate locations,of sufficient sizes and numbers,and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow-off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main—3/4-inch blow-off 2) 10-inch through 12-inch main— I-inch blow-off 3) 16-inch and greater main—2-inch blow-off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing 1. All water main that is to be under pressure,shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25(187 psi minimum)times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum)times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter,or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings,or approved by the City. 2) If the City denies approval to test against existing water distribution system valve,then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch-pound units, L= SD SIP 148,000 Where: L=testing allowance(make up water),gallons per hour S=length of pipe tested, ft. D=nominal diameter of pipe, in. P=average test pressure during the hydrostatic test,psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail,the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the"continuous feed" method or the"slug"method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved 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: 50 mg/L minimum,or as required by TCEQ,whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg/L free chlorine, minimum,for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L,the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de-chlorination chemical,or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained,the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 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: 100 mg/L minimum,or as required by TCEQ,whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or"slug"of chlorinated water that shall expose all interior surfaces to the"slug"for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion,test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 c. After satisfactory completion of the disinfection operation,as determined by the City,remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General.All chlorinated water shall be de-chlorinated before discharge to the environment. Chemical amounts,as listed in ANSUAWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de-chlorination procedures listed in ANSUAWWA C655: "Field De-Chlorination". De-Chlorination shall continue until chlorine residual is non-detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de-chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill.If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ(or local, state of federal agencies)for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing(Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples,taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City),plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 a. Unsatisfactory test results require a repeat of the disinfection process and re- sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 3.10.E.Le.-Added service lines to hydrostatic testing requirements 1.3.A.2.d Added AW WA C655 Field De-Chlorination as reference 2/6/2013 D Townsend 3.10.G—Added De-Chlorination Requirement Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 330450??-1 CLEANING OF SEWER MAINS PIPES Page 1 of 5 1 SECTION 33 04 50 2 CLEANING OF PIPES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any television inspection,pipes shall be cleaned to remove all debris, solids, 7 sand, grease, grit, etc. from the sewer and manholes. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 01 31 —Closed Circuit Television (CCTV) Inspection—Sanitary Sewer 15 4. Section 33 0132—Closed Circuit Television (CCTV) Inspection—Storm 16 Drain/Storm Sewer 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Cleaning of Pipe 19 1. Measurement and Payment 20 a. Measurement 21 1) This Item is considered subsidiary to the pipe being cleaned. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item are subsidiary to the unit price bid per linear foot of pipe complete in 25 place, and no other compensation will be allowed. 26 B. Cleaning of Pipe—Condition Assessment for Storm Drain 27 1. Measurement and Payment 28 a. Measurement 29 1) This Item is to be measured by the linear foot when performed ahead of 30 storm drain condition assessment.Measurement for this Item will be by the 31 linear foot of pipe cleaned. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item and measured as provided under"Measurement"will paid for at the unit 35 price bid per linear foot for"Clean Storm Pipe Ahead of Condition 36 Assessment"for different ranges of pipe diameters, and no other 37 compensation will be allowed. 38 1.3 REFERENCES [NOT USED] 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 04 50??-2 CLEANING OF SEWER MAINS PIPES Page 2 of 5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 11 2.2 PRODUCT TYPES 12 A. Use only the type of cleaning material which will not create hazards to health or 13 property or affect treatment plant processes. 14 2.3 ACCESSORIES 15 2.4 SOURCE QUALITY CONTROL 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 21 3.5 REPAIR/RESTORATION [NOT USED] 22 3.6 RE-INSTALLATION [NOT USED] 23 3.7 FIELD [oRj SITE QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING 27 A. General 28 1. All materials, equipment, and personnel necessary to complete the cleaning of pipes 29 and manholes must be present on the jobsite prior to isolating the manhole or line 30 segment and beginning the cleaning process. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 330450??-3 CLEANING OF SEWER MAINS PIPES Page 3 of 5 1 2. Maintain clean work and surrounding premises within the work limits so as to 2 comply with Federal, State,and local environmental and anti-pollution laws, 3 ordinances, codes,and regulations when cleaning and disposing of waste materials, 4 debris,and rubbish. 5 3. Keep the work and surrounding premises within work limits free of accumulations 6 of dirt,dust, waste materials, debris, and rubbish. 7 4. Suitable containers for storage of waste materials,debris, and rubbish shall be 8 provided until time of disposal. 9 a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 10 for the disposal of this material. 11 b. Under no circumstances shall sewage or solids removed from the main or 12 manhole be dumped onto streets or into ditches, catch basins,storm drains,or 13 sanitary sewers. 14 5. The cleaning process shall remove all grease, sand, silts, solids,rags,debris, etc. 15 from each sewer segment, including the manhole(s). 16 6. Selection of cleaning.equipment and the method for cleaning shall be based on the 17 condition of the pipes at the time work commences and will be subject to approval 18 by the City. 19 7. All cleaning equipment and devices shall be operated by experienced personnel. 20 8. Satisfactory precautions shall be taken to protect the pipes and manholes from 21 damage that might be inflicted by the improper use of the cleaning process or 22 equipment. 23 9. Any damages done to a sewer main and/or structure by the Contractor shall be 24 repaired by the Contractor at no additional cost and to the satisfaction of the City. 25 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 26 11. The Contractor may be required to demonstrate the performance capabilities of the 27 cleaning equipment proposed for use on the project. 28 a. If the results obtained by the proposed pipe cleaning equipment are not 29 satisfactory,the Contractor shall use different equipment and/or attachments, as 30 required, to meet City satisfaction. 31 b. More than 1 type of equipment/attachments may be required at a location. 32 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, 33 weir, dam, or suction shall be constructed in the downstream manhole in such a 34 manner that all the solids and debris are trapped for removal. 35 13. Whenever hydraulically-propelled cleaning tools which depend upon water 36 pressure to provide their cleaning force,or any tool which retard the flow of water 37 in the pipes are used,precautions shall be taken to ensure that the water pressure 38 created does not cause any damage or flooding to public or private property being 39 served by the manhole section involved. 40 14. Any damage of property, as a result of flooding, shall be the liability and 41 responsibility of the Contractor. 42 15. The flow of wastewater present in a sanitary sewer main shall be utilized to provide 43 necessary fluid for hydraulic cleaning devices whenever possible. 44 16. When additional quantities of water from fire hydrants are necessary to avoid delay 45 in normal working procedures,the water shall be conserved and not used 46 unnecessarily. 47 a. No fire hydrant shall be obstructed or used when there is a fire in the area. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Revised March 11,2022 330450??-4 CLEANING OF SEWER MAINS PIPES Page 4 of 5 1 b. It is the responsibility of the Contractor to obtain the fire hydrant,water meter 2 and all related charges for the set-up,including the water usage bills from 3 respective water purveyor agency. 4 c. All expenses shall be considered incidental to the cleaning of the existing pipes. 5 B. Methods 6 1. Hydraulic Cleaning 7 a. Hydraulic-propelled devices which require a head of water to operate must 8 utilize a collapsible dam. 9 b. The dam must be easily collapsible to prevent damage to the sewer main, 10 property, etc. 11 c. When using hydraulically-propelled devices,precautions shall betaken to 12 ensure that the water pressure created does not cause damage or flood public or 13 private property. 14 d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 15 elevation that could cause overflow of sewage into area waterways or laterals. 16 e. The flow of wastewater present in a sanitary sewer main shall be utilized to 17 provide necessary fluid for hydraulic cleaning devices whenever possible. 18 2. High-Velocity Cleaning 19 a. Cleaning equipment that uses a high velocity water jet for removing debris shall 20 be capable of producing a minimum volume of 50 gpm, with a pressure of 1,500 21 psi, for a pipe and 3,500 psi for the(manhole) structure at the pump. 22 1) Any variations to this pumping rate must be approved, in advance,by the 23 City. 24 2) To prevent damage to older pipes and property, a pressureless than 1500 25 psi can be used. 26 3) A working pressure gauge shall be used on the discharge of all high- 27 pressure water pumps. 28 4) For pipes 18 inches and larger in diameter, in addition to conventional 29 nozzles, use a nozzle which directs the cleaning force to the bottom of the 30 pipe. 31 5) Operate the equipment so that the pressurized nozzle continues to move at 32 all times. 33 6) The pressurized nozzle shall be turned off or reduced anytime the hose is 34 on hold or delayed in order to prevent damage to the line. 35 3. Mechanical Cleaning 36 a. Mechanical cleaning, in addition to normal cleaning when required, shall be 37 with approved equipment and accessories driven by power winching devices. 38 b. Submit the equipment manufacturer's operational manual and guidelines to the 39 City, which shall be followed strictly unless modified by the City. 40 c. All equipment and devices shall be operated by experienced operators so that 41 they do not damage the pipe in the process of cleaning. 42 d. Buckets, scrapers, scooters,porcupines,kites,heavy duty brushes, and other 43 debris-removing equipment/accessories shall be used as appropriate and 44 necessary in the field, in conjunction with the approved power machines. 45 e. The use of cleaning devices such as rods,metal pigs,porcupines, root saws, 46 snakes, scooters,sewer balls,kites, and other approved equipment, in 47 conjunction with hand winching device,and/or gas, electric rod propelled 48 devices,shall be considered normal cleaning equipment. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 04 50??-5 CLEANING OF SEWER MAINS PIPES Page 5 of 5 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARYOF CHANGE 3/1 1/2022 M Owen Revised language to refer to cleaning of pipes instead of sewer 7 8 9 10 11 12 13 14 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 -1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 of 21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Inc luding: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include,but are not necessarily limited to: 27 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 28 Contract 29 2. Division 1—General Requirements 30 3. Section 02 41 13— Selective Site Demolition 31 4. Section 02 41 15—Paving Removal 32 5. Section 02 41 14—Utility Removal/Abandonment 33 6. Section 03 30 00—Cast-in-place Concrete 34 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 35 8. Section 31 10 00— Site Clearing 36 9. Section 3125 00—Erosion and Sediment Control 37 10. Section 33 05 26—Utility Markers/Locators 38 11. Section 34 71 13—Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 21 1 1. Trench Excavation,Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans.No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre-bid item and measured as 19 provided under"Measurement"will be paid for at the unit price bid per 20 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing,hauling, placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when aground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for"Ground Water Control" 44 inc luding: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 21 1 f) Removal of groundwater control system 2 5. Trench Safety 3 a. Measurement 4 1) Measured per linear foot of excavation for all trenches that require trench 5 safety in accordance with OSHA excavation safety standards (29 CFR Part 6 1926 Subpart P Safety and Health regulations for Construction) 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per linear foot of excavation to comply with OSHA excavation 11 safety standards (29 CFR Part 1926.650 Subpart P),including, but not 12 limited to, all submittals, labor and equipment. 13 1.3 REFERINC ES 14 A. Definitions 15 1. General—Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 17 noted. 18 2. Definitions for trench width, backfll, embedment, initial backfill, pipe zone, 19 haunching bedding, springline, pipe zone and foundation are defined as shown in 20 the following schematic: INN�WUF5*lswliiUNPAVED AREAS ` /IN r.6, m INITIAL ��' Uj SPRINGUNE HAUNCHINC a �f BEDDING . FWNDA OON 0D CLEARANCE EXCAVATED TRENCH WDTH 21 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,202I -4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 21 1 3. Deleterious materials —Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas —The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas —The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 R Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts(12,400 ft lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity-Flow Applications 33 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods(Shallow Depth) 35 1. ASTM 3017- Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods(Shallow Depth) 37 in. ASTM D4254-Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 41 Regulations for Construction, Subpart P-Excavations 42 1.4 ADNIINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 21 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights-of-Way(ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements,unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils,embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement,then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 21 1 d. Do not block drainage ways. 2 e. Only materials used for l working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: sand material consisting of durable particles,free of thin or 23 elongated pieces, lumps of clay, loam or vegetable matter and meets the 24 following gradation may be used for utility sand embedment/backfill 25 Sieve Size Percent Retained '/s" 0 1/4" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 26 27 e. The City has a pre-approved list of sand sources for utility embedment. The 28 pre-approved list can be found on the City website,Project Resources page. 29 The utility sand sources in the pre-approved list have demonstrated continued 30 quality and uniformity on City of Fort Worth projects. Sand from these sources 31 are pre-approved for use on City projects without project specific testing. 32 2. Crushed Rock 33 a. Durable crushed rock or recycled concrete 34 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -7 UTILITY TRENCH EXCAVATION,EMBEDMENT,ANDBACKFILL Page 7 of 21 1 c. May be unwashed 2 d. Free from significant silt clay or unsuitable materials 3 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 4 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 5 sodium sulfate soundness per ASTM C88 6 3. Fine Crushed Rock 7 a. Durable crushed rock 8 b. Meets the gradation of ASTM D448 size numbers 8 or 89 9 c. May be unwashed 10 d. Free from significant silt clay or unsuitable materials. 11 e. Have a percentage of wear not more than 40 percentper ASTM C131 or C535 12 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 13 sodium sulfate soundness per ASTM C88 14 4. Ballast Stone 15 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 16 b. May be unwashed 17 c. Free from significant silt clay or unsuitable materials 18 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 19 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 20 sodium sulfate soundness per ASTM C88 21 5. Acceptable Backfill Material 22 a. In-situ or imported soils classified as CL, CIS SC or GC in accordance with 23 ASTM D2487 24 b. Free from deleterious materials, boulders over 6 inches in size and organics 25 c. Can be placed free from voids 26 d. Must have 20 percent passing the number 200 sieve 27 6. Blended Backfill Material 28 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in-situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials,boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In-situ soils classified as ML, NK PT, OL or OH in accordance with ASTM 35 D2487 36 8. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit less than 35 39 c. Plasticity index between 8 and 20 40 9. Cement Stabilized Sand(CSS) 41 a. Sand 42 1) Shall be clean, durable sand meeting grading requirements for fine 43 aggregates of ASTM C33 and the following requirements: 44 a) Classified as SW, SP, or SM by the United Soil Classification System 45 of ASTM D2487 46 b) Deleterious materials 47 (1) Clay lumps,ASTM C142, less than 0.5 percent 48 (2) Lightweight pieces,ASTM C123, less than 5.0 percent Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 _8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 21 1 (3) Organic impurities,ASTM C40, color no darker than standard 2 color 3 (4) Plasticity index of 4 or less when tested in accordance with ASTM 4 D4318. 5 b. Minimum of 4 percent cement content of Type I/H portland cement 6 c. Water 7 1) Potable water, free of soils, acids, alkalis, organic matter or other 8 deleterious substances,meeting requirements of ASTM C94 9 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 10 e. Strength 11 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 12 D1633,Method A 13 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 14 D1633, Method A 15 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 16 that exceeds the maximum compressive strength shall be removed by the 17 Contractor for no additional compensation. 18 f. Random samples of delivered product will be taken in the field at point of 19 delivery for each day of placement in the work area. Specimens will be prepared 20 in accordance with ASTM D1632. 21 10. Controlled Low Strength Material(CLSM) 22 a. Conform to Section 03 34 13 23 11. Trench Geotextile Fabric 24 a. Soils other than ML or OH in accordance with ASTM D2487 25 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 26 2) Fibers shall retain their relative position 27 3) Inert to biological degradation 28 4) Resist naturally occurring chemicals 29 5) UV Resistant 30 6) Miraf1 140N by Tenc ate, or approved equal 31 b. Soils Classified as ML or OH in accordance with ASTM D2487 32 1) High-tenacity monofilament polypropylene woven yarn 33 2) Percent open area of 8 percent to 10 percent 34 3) Fibers shall retain their relative position 35 4) Inert to biological degradation 36 5) Resist naturally occurring chemicals 37 6) UV Resistant 38 7) Mirafi FW402 by Tencate, or approved equal 39 12. Concrete Encasement 40 a. Conform to Section 03 30 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 21 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Review all known, identified or marked utilities, whether public or private,prior to 8 excavation. 9 2. Locate and protect all known, identified and marked utilities or underground 10 facilities as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances 15 observed within the project limits. 16 5. Coordinate with the Owner(s)of underground facilities. 17 6. Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities. 19 7. Repair any damages resulting from the construction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In-Place Conditions 24 1. Pavement 25 a. Conduct activities in such away that does not damage existing pavement that is 26 designated to remain. 27 1) Where desired to move equipment not licensed for operation on public 28 roads or across pavement,provide means to protect the pavement from all 29 damage. 30 b. Repair or replace any pavement damaged due to the negligence of the 31 contractor outside the limits designated for pavement removal at no additional 32 cost to the City. 33 2. Drainage 34 a. Maintain positive drainage during construction and re-establish drainage for all 35 swales and culverts affected by construction. 36 3. Trees 37 a. When operating outside of existing ROW, stake permanent and temporary 38 construction easements. 39 b. Restrict all construction activities to the designated easements and ROW. 40 c. Flag and protect all trees designated to remain in accordance with Section 31 10 41 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 21 1 d. Conduct excavation,embedment and backfill in a manner such that there is no 2 damage to the tree canopy. 3 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 4 specifically allowed by the City. 5 1) Pruning or trimming may only be accomplished with equipments 6 specifically designed for tree pruning or trimming. 7 f. Remove trees specifically designated to be removed in the Drawings in 8 accordance with Section 31 10 00. 9 4. Above ground Structures 10 a. Protect all above ground structures adjacent to the construction. 11 b. Remove above ground structures designated for removal in the Drawings in 12 accordance with Section 02 41 13 13 5. Traffic 14 a. Maintain existing traffic, except as modified by the traffic control plan,and in 15 accordance with Section 34 71 13. 16 b. Do not block access to driveways or alleys for extended periods of time unless: 17 1) Alternative access has been provided 18 2) Proper notification has been provided to the property owner or resident 19 3) It is specifically allowed in the traffic control plan 20 c. Use traffic rated plates to maintain access until access is restored. 21 6. Traffic Signal—Poles, Mast Arms, Pull boxes, Detector loops 22 a. Notify the City's Transportation Management Division a minimum of 48 hours 23 prior to any excavation that could impact the operations of an existing traffic 24 signal. 25 b. Protect all traffic signal poles, mast arms,pull boxes,traffic cabinets,conduit 26 and detector loops. 27 c. Immediately notify the City's Transportation Management Division if any 28 damage occurs to any component of the traffic signal due to the contractors 29 activities. 30 d. Repair any damage to the traffic signal poles, mast arms,pull boxes,traffic 31 cabinets, conduit and detector loops as a result of the construction activities. 32 7. Fences 33 a. Protect all fences designated to remain. 34 b. Leave fence in the equal or better condition as prior to construction. 35 3.4 INSTALLATION 36 A. Excavation 37 1. Excavate to a depth indicated on the Drawings. 38 2. Trench excavations are defined as unclassified. No additional payment shall be 39 granted for rock or other in-situ materials encountered in the trench. 40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 41 and bracing in accordance with the Excavation Safety Plan. 42 4. The bottom of the excavation shall be firm and free from standing water. 43 a. Notify the City immediately if the water and/or the in-situ soils do not provide 44 for a firm trench bottom. 45 b. The City will determine if any changes are required in the pipe foundation or 46 bedding. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of21 1 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 2 excavation shall not advance beyond the pipe placement so that the trench may be 3 backfilled in the same day. 4 6. Over Excavation 5 a. Fill over excavated areas with the specified bedding material as specified for 6 the specific pipe to be installed. 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7. Unacceptable Backfill Materials 10 a. In-situ soils classified as unacceptable backfill material shall be separated from 11 acceptable backfill materials. 12 b. If the unacceptable backfill material is to be blended in accordance with this 13 Specification,then store material in a suitable location until the material is 14 blended. 15 c. Remove all unacceptable material from the project site that is not intended to be 16 blended or modified. 17 8. Rock—No additional compensation will be paid for rock excavation or other 18 changed field conditions. 19 B. Shoring, Sheeting and Bracing 20 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 21 specific excavation safety system in accordance with Federal and State 22 requirements. 23 2. Excavation protection systems shall be designed according to the space limitations 24 as indicated in the Drawings. 25 3. Furnish,put in place and maintain a trench safety system in accordance with the 26 Excavation Safety Plan and required by Federal, State or local safety requirements. 27 4. If soil or water conditions are encountered that are not addressed by the current 28 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 29 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 30 City. 31 5. Do not allow soil, or water containing soil,to migrate through the Excavation 32 Safety System in sufficient quantities to adversely affect the suitability of the 33 Excavation Protection System.Movable bracing, shoring plates or trench boxes 34 used to support the sides of the trench excavation shall not: 35 a. Disturb the embedment located in the pipe zone or lower 36 b. Alter the pipe's line and grade after the Excavation Protection System is 37 removed 38 c. Compromise the compaction of the embedment located below the spring lime of 39 the pipe and in the haunching 40 C. Water Control 41 1. Surface Water 42 a. Furnish all materials and equipment and perform all incidental work required to 43 direct surface water away from the excavation. 44 2. Ground Water 45 a. Furnish all materials and equipment to dewater groundwater by a method 46 which preserves the undisturbed state of the subgrade soils. 47 b. Do not allow the pipe to be submerged within 24 hours after placement. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 21 1 c. Do not allow water to flow over concrete until it has sufficiently cured. 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below 10 the top of the bedding 11 b) A firm trench bottom cannot be maintained due to ground water 12 c) Ground water entering the excavation undermines the stability of the 13 excavation. 14 d) Ground water entering the excavation is transporting unacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site,the contractor will be eligible to submit a change order. 19 f. Control of ground water shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 1) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete, remove all ground water control 26 equipment not called to be incorporated into the work. 27 h. Water Disposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 31 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than,or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If ground water is in sufficient quantity to cause sand to pump,then use 39 crushed rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents, 41 then crushed rock shall be paid by the pre-bid unit price. 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm,uniform bedding. 44 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 46 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches,but not 48 more than 12 inches,above the pipe. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 21 1 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 2 the elevation of the valve nut. 3 j. Form all blocking against undisturbed trench wall to the dimensions in the 4 Drawings. 5 k. Compact embedment and initial backfill. 6 1. Place marker tape on top of the initial trench backfill in accordance with 7 Section 33 05 26. 8 2. Water Lines 16-inches through 24-inches in diameter: 9 a. The entire embedment zone shall be of uniform material. 10 b. Utility sand may be used for embedment when the excavated trench depth is 11 less than 15 feet deep. 12 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 13 trench depths 15 feet, or greater. 14 d. Crushed rock shall be used for embedment for steel pipe. 15 e. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock come into contact with utility sand 17 f. Place evenly spread bedding material on a firm trench bottom. 18 g. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required not specifically identified in the 22 Contract Documents, then crushed rock shall be paid by the pre-bid unit 23 price. 24 h. Place pipe on the bedding according to the alignment shown on the Drawings. 25 i. The pipe line shall be within: 26 1) t3 inches of the elevation on the Drawings for 16-inch and 24-inch water 27 lines 28 j. Place and compact embedment material to adequately support haunches in 29 accordance with the pipe manufacturer's recommendations. 30 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 31 but not more than 12 inches, above the pipe. 32 1. Where gate valves are present, the initial backfill shall extend to up to the valve 33 nut. 34 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 35 ASTM D 698. 36 n. Density test performed by a commercial testing firm approved by the City to 37 verify that the compaction of embedment meets requirements. 38 o. Place trench geotextile fabric on top of the initial backfill. 39 p. Place marker tape on top of the trench geotextile fabric in accordance with 40 Section 33 05 26. 41 3. Water Lines 30-inches and greater in diameter 42 a. The entire embedment zone shall be of uniform material. 43 b. Crushed rock shall be used for embedment. 44 c. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand. 46 d. Place evenly spread bedding material on a firm trench bottom. 47 e. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 21 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment shown on the Drawings. 5 g. The pipe line shall be within: 6 1) tl inch of the elevation on the Drawings for 30-inch and larger water lines 7 h. Place and compact embedment material to adequately support haunches in 8 accordance with the pipe manufacturer's recommendations. 9 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 10 not exceed the spring line prior to compaction. 11 j. Place remaining embedment, including initial backfill, to a minimum of 6 12 inches, but not more than 12 inches, above the pipe. 13 k. Where gate valves are present,the initial backfill shall extend to up to the valve 14 nut. 15 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 in. Density test maybe performed by a commercial testing firm approved by the 18 City to verify that the compaction of embedment meets requirements. 19 n. Place trench geotextile fabric on top of the initial backfill. 20 o. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 23 a. The entire embedment zone shall be of uniform material. 24 b. Crushed rock shall be used for embedment. 25 c. Place evenly spread bedding material on a firm trench bottom. 26 d. Spread bedding so that lines and grades are maintained and that there are no 27 sags in the Sanitary sewer pipe line. 28 e. Provide firm,uniform bedding. 29 1) Additional bedding may be required if ground water is present in the 30 trench. 31 2) If additional crushed rock is required which is not specifically identified in 32 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 33 price. 34 f. Place pipe on the bedding according to the alignment shown in the Drawings. 35 g. The pipe line shall be within±0.1 inches of the elevation, and be consistent 36 with the grade shown on the Drawings. 37 h. Place and compact embedment material to adequately support haunches in 38 accordance with the pipe manufacturer's recommendations. 39 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 40 exceed the spring line prior to compaction. 41 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 42 but not more than 12 inches, above the pipe. 43 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 44 ASTM D 698. 45 1. Density test maybe performed by a commercial testing firm approved by the 46 City to verify that the compaction of embedment meets requirements. 47 in. Place trench geotextile fabric on top of the initial backfill. 48 n. Place marker tape on top of the trench geotextile fabric in accordance with 49 Section 33 05 26. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 21 1 5. Storm Sewer(RCP) 2 a. The bedding and the pipe zone up to the spring line shall he of uniform 3 material. 4 b. Crushed rock shall be used for embedment up to the spring line. 5 c. The specified backfill material maybe used above the spring line. 6 d. Place evenly spread bedding material on a firm trench bottom. 7 e. Spread bedding so that lines and grades are maintained and that there are no 8 sags in the storm sewer pipe line. 9 f. Provide firm, uniform bedding. 10 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required which is not specifically identified in 13 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 14 price. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe line shall be within±0.1 inches of the elevation, and be consistent 17 with the grade, shown on the Drawings. 18 i. Place embedment material up to the spring line. 19 1) Place embedment to ensure that adequate support is obtained in the haunch. 20 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 21 ASTM D 698. 22 k. Density test maybe performed by a commercial testing firm approved by the 23 City to verify that the compaction of embedment meets requirements. 24 1. Place trench geotextile fabric on top of pipe and crushed rock. 25 6. Storm Sewer(PP-Polypropylene) 26 a. The entire embedment zone shall be of uniform material. 27 b. Crushed rock shall be used for embedment up to top of pipe. 28 c. Place evenly spread bedding material on a firm trench bottom. 29 d. Spread bedding so that lines and grades are maintained and that there are no sags 30 in the storm sewer pipe line. 31 e. Provide firm,uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required which is not specifically 35 identified in the Contract Documents,then crushed rock shall be paid 36 by the pre-bid unit price. 37 f. Place pipe on the bedding according to the alignment shown in the Drawings. 38 g. The pipe line shall be within±0.1 inches of the elevation, and be consistent with 39 the grade shown on the Drawings. 40 h. Place and compact embedment material to adequately support haunches in 41 accordance with the pipe manufacturer's recommendations. 42 i. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 j. Density test may be performed by City to verify that the compaction of 45 embedment meets requirements. 46 k. Place trench geotextile fabric on top of the initial backfill. 47 7. Storm Sewer Reinforced Concrete Box 48 a. Crushed rock shall be used for bedding. 49 b. The pipe zone and the initial backfill shall be: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,202I -16 UT ILIT Y T RENC H EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the storm sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in I I the Contract Documents,then crushed rock shall be paid by the pre-bid unit 12 price. 13 f. Fill the annular space between multiple boxes with crushed rock,CLSM 14 according to 03 34 13. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe shall be within±0.1 inches of the elevation, and be consistent with the 17 grade, shown on the Drawings. 18 L Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 19 D698. 20 8. Water Services(Less than 2 Inches in Diameter) 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. Place evenly spread bedding material on a firm trench bottom. 24 d. Provide firm, uniform bedding. 25 e. Place pipe on the bedding according to the alignment of the Plans. 26 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 27 9. Sanitary Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rock shall be used for embedment. 30 c. Place evenly spread bedding material on a firm trench bottom. 31 d. Spread bedding so that lines and grades are maintained and that there are no 32 sags in the sanitary sewer pipe line. 33 e. Provide firm, uniform bedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 38 pric e. 39 f. Place pipe on the bedding according to the alignment of the Drawings. 40 g. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches,but not more than 12 inches,above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test maybe required to verify that the compaction meets the density 44 requirements. 45 E. Trench Backfill 46 1. At a minimum,place backfill in such a manner that the required in-place density 47 and moisture content is obtained, and so that there will be no damage to the surface 48 pavement or structures due to any trench settlement or trench movement. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I7 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill (not under existing pavement or future pavement) 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater(under existing or future pavement) 10 1) Backfill depth from 0 to 15 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specifically required 20 b) 21 c. Backfill for service lines: 22 1) Backfill for water or sewer service lines shall be the same as the 23 requirement of the main that the service is connected to. 24 3. Required Compaction and Density 25 a. Final backfill(depths less than 15 feet/under existing or future pavement) 26 1) Compact acceptable backfill material, blended backfill material or select 27 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 28 moisture content within-2 to+5 percent of the optimum moisture. 29 2) CSS or CLSM requires no compaction. 30 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 31 1) Compact select backfillto a minimum of 98 percent Standard Proctor per 32 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 33 moisture up to the final grade. 34 2) CSS or CLSM requires no compaction. 35 c. Final backfill(not under existing or future pavement) 36 1) Compact acceptable backfill material blended backfill material, or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 38 moisture content within-2 to+5 percent of the optimum moisture. 39 4. Saturated Soils 40 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 41 optimum moisture content,the soils are considered saturated. 42 b. Flooding the trench or water jetting is strictly prohibited. 43 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 44 Appendix, Contractor shall proceed with Work following all backfill procedures 45 outlined in the Drawings for areas of soil saturation greater than 5 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Revised April 2,2021 -18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 21 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with 7 the saturated soils that may include: 8 (1) Imported backfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictly prohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfa undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring 20 or due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 05 26. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples 25 and perform standard proctor test in accordance with ASTM D698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the required densities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wet backfill 33 3) Placement and moving trench box, if used 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled 37 material. 38 f. The City will provide a qualified testing lab full time during this period to 39 randomly test density and moisture continent. 40 1) The testing lab will provide results as available on the job site. 41 7. Varying Ground Conditions 42 a. Notify the City of varying ground conditions and the need for additional 43 proctors. 44 b. Request additional proctors when soil conditions change. 45 c. The City may acquire additional proctors at its discretion. 46 d. Significant changes in soil conditions will require an additional Means and 47 Methods demonstration. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 21 1 3.5 REPAIR [NOT USED] 2 3.6 RE—INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. City will perform new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths,the proctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shall be in conformance with ASTM D2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place, move and remove testing trench protection as necessary to facilitate all 24 test conducted by the commercial testing firm approved by the City. 25 d. The commercial testing lab will perform moisture/density test for every 200-ft 26 or less of trench length, as measured along the length of the pipe. A minimum of 27 one test shall be performed for every 2 vertical feet of compacted backfill 28 material, independent of the contractor's lift thickness for compaction.Test 29 locations shall be staggered within each lift so that successive lifts are not tested 30 in the same location. A random number generator may be used to determine test 31 locations. Moisture/density tests shall be performed at a depth not more than 2 32 feet above the top of the pipe bedding and in 2-foot increments up to the final 33 grade. The project inspector or project manager may request testing at an 34 increased frequency and/or at specific locations. 35 e. The contractor can proceed with subsequent earthwork only after test results for 36 previously completed work comply with requirements. If the required 37 compaction density has not been obtained,the backfill should be scarified and 38 moistened or aerated, or removed to a depth required, and be replaced with 39 approved backfill, and re-compacted to the specified density at the contractor's 40 expense. In no case will excavation, pipe-laying, or other operation be allowed 41 to proceed until the specified compaction is attained. 42 f. The testing lab will provide results to Contractor and the City's Inspector upon 43 completion of the testing. 44 g. A formal report will be posted to the City's Accela(Developer Projects)and 45 BIM 360(City Projects) site within 48 hours. 46 h. Test reports shall include: 47 1) Location of test by station number Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 21 1 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 3. Density of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill material, 9 blended backfill material, cement modified backfill material or select material 10 will follow the same testing procedure as backfill. 11 b. The City may test fine crushed rock or crushed rock embedment in accordance 12 with ASTM D2922 or ASTM 1556. 13 B. Non-Conforming Work 14 1. All non-conforming work shall be removed and replaced. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15' and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 11/09/16 Z.Arega 2.2.A.I.d Modify gradation for sand material 2.2 A. 1.E.-Added reference to pre-approved list of sand sources for embedment; 3.3 A.6.-Changed reference to Transportation Management Division;3.4- 2/26/2021 Z.Arega Provided clarification re:use of commercial testing firms approved by City and backfill requirements;and 3.7 A.2.Provided clarification re:backfill testing requirements. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 -21 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 21 of 21 4/2/2021 M Ogren 3.4 D.6.Add requirements Storm Sewer(PP -Polypropylene) 1 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2,2021 3305 12-1 WATER LINE LOWERING Page 1 of 4 SECTION 33 05 12 WATER LINE LOWERING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Locations where existing 12-inch or smaller water lines are crossed by a new storm sewer, sanitary sewer or water transmission main and the existing water line is to be lowered under the proposed improvement and no design profile has been provided in the Drawings 2. Locations where a new 12-inch or smaller water line is installed and crosses an existing underground conflict which requires the water line to be lowered greater than two feet below the standard depth and has not been detailed in the Drawings 3. 16-inch and larger water lines are excluded from this Section and should be specifically designed for lowering and paid for by unit price items B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10—Utility Trench Excavation,Embedment, and Backfill 5. Section 33 11 10—Ductile Iron Pipe 6. Section 33 11 11 —Ductile Fittings 7. Section 33 11 12—Polyvinyl Chloride(PVC)Pressure Pipe 8. Section 33 12 25—Connection to Existing Water Main 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Line Lowering a. Measurement 1) Measurement for this Item shall be per each by size of each Water Line Lower performed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Water Line Lowering" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Ductile Iron or PVC Pipe and Ductile Iron Fittings Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3305 12-2 WATER LINE LOWERING Page 2 of 4 2) Polyethylene encasement 3) Paving removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing and placement of embedment 8) Furnishing,placement,and compaction of backfill 9) Thrust restraint 10) Bolts and nuts 11) Gaskets 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 16) Connections to the existing water line 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Texas Commission on Environmental Quality(TCEQ) a. Title 30 Texas Administrative Code(TAC)Chapter 290,Public Drinking Water. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS A. Materials 1. Ductile Iron Pipe shall conform to Section 33 11 10. 2. Ductile Iron Fittings with retainer glands shall conform to Section 33 11 11. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330512-3 WATER LINE LOWERING Page 3 of 4 3. Polyvinyl Chloride(PVC)pressure Pipe shall conform to Section 33 11 12. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify elevation of conflict which requires the water line to be relocated. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Water lines lowered to resolve conflicts between the water line and a proposed utility shall be lowered to maintain a 2-foot separation between the outside diameters of the water line and the other buried utilities. a. When approved by the Water Department,the 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 Crossing Sanitary Sewer 1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Title 30 TAC Chapter 290. C. Water Lines Crossing under Storm Drains 1. Water lines crossing within 2 feet below storm drains shall be constructed of Ductile Iron Pipe in accordance with Section 33 11 10. D. Install Ductile Iron Pipe in accordance with Section 33 11 10. E. Install Ductile Iron Fittings with retainer glands in accordance with Section 33 11 11. F. Install Polyvinyl Chloride(PVC)Pressure Pipe in accordance with Section 33 11 12. G. Disinfect and test at the direction of the City. H. Complete connections to the existing main in accordance with Section 33 12 25. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3305 12-4 WATER LINE LOWERING Page 4 of 4 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.LA—Clarification of when Section is applicable Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 33 05 13-1 FRAME,COVER,AND GRADE RINGS Page 1 of 6 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART 1 - GINII2AL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast iron frame, cover and grade rings used as access ports into water,sanitary 7 sewer and storm drain structures such manholes or vaults 8 2. Compression Molded Composite Frames and Covers used as access ports into 9 sanitary sewer and water structures such as manholes and junction boxes. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to the structure containing the frame, cover 20 and grade rings. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the unit price bid per each structure complete in place,and no 24 other compensation will be allowed. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification,unless a date is specifically cited. 30 2. ASTM International(ASTM) 31 a. ASTM A48—Standard Specification for Gray Iron Castings 32 b. ASTM A536 - Standard Specification for Ductile Iron Castings 33 c. ASTM C478- Specification for Precast Reinforced Concrete Manhole Sections 34 3. American Association of State Highways and Transportation Officials (AASHTO) 35 a. AASHTO HS-25 —AASHTO Highway Bridge Specification:Axial Loading to 36 meet or exceed 21,280 pounds/wheel load 37 b. AASHTO M306—Standard Specification for Drainage, Sewer,Utility and 38 Related Castings Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 33 05 13-2 FRAME,COVER,AND GRADE RINGS Page 2 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. All castings shall be cast with: 9 a. Approved foundry's name 10 b. Part number 11 c. Country of origin 12 2. All moldings shall display: 13 a. Approved Molder 14 b. Molding date 15 c. Wording that material is non-metallic 16 d. Country of origin 17 3. Provide manufacturers: 18 a. Specifications 19 b. Load tables 20 c. Dimension diagrams 21 d. Anchor details 22 e. Installation instructions 23 B. Certificates 24 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and 25 AASHTO designations. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 35 A. Manufacturers 36 1. Only the manufacturers as listed on the City's Standard Products List will be 37 considered as shown in Section 0160 00 unless otherwise specified on the plans. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 33 05 13-3 FRAME,COVER,AND GRADE RINGS Page 3of6 1 a. The manufacturer must comply with this Specification and related Sections. 2 2. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section 01 25 00. 4 B. Cast Iron Covers 5 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 6 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 7 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 8 loading with permanent deformation. 9 4. Covers 10 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 11 frame and cover 12 b. Provide with 2 inch wide pick slots in lieu of pick holes. 13 c. Provide gasket in frame and cover. 14 d. Standard Dimensions 15 1) Sanitary Sewer 16 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 17 cover assemblies unless otherwise specified in the Contract Documents. 18 2) Storm Drain 19 a) Provide a clear opening of 24 inches for all storm drain frames, inlets 20 and cover assemblies unless otherwise specified in the Contract 21 Documents. 22 b) Provide a minimum clear opening of 30 inches for all storm sewer 23 manholes and junction structures. 24 e. Standard Labels 25 1) Water 26 a) Cast lid with the word"WATER"in 2-inch letters across the lid. 27 2) Sanitary Sewer 28 a) Cast Gd with the word"SANITARY SEWER" in 2-inch letters across 29 the lid. 30 3) Storm Drain 31 a) Cast lid with the word"STORM DRAIN"in 2-inch letters across the 32 lid. 33 f. Hinge Covers 34 1) Provide water tight gasket on all hinged covers. 35 2) Water 36 a) Provide hinged covers for allwater structures. 37 3) Sanitary Sewer 38 a) Provide hinged covers for all manholes or structures constructed over 39 24-inch sewer lines and larger and for manholes where rim elevations are 40 greater than 12 inches above the surface. 41 C. Composite Covers 42 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or 43 combined with reinforcing fiber rovings, short fiber filaments, or equivalent 44 nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a 45 polymer,vinylester, or a blend of these. The moldings shall be true to pattern in 46 locations affecting their strength and value for the service intended. Before the 47 moldings are removed from the molding operation,they shall be thoroughly 48 deflashed and cleaned at the parting lines, holes, notches and all exposed edges. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 33 05 13-4 FRAME,COVER,AND GRADE RINGS Page 4 of 6 1 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 2 loading with permanent deformation. Composite frames shall have a minimum wall 3 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 4 impact. 5 3. Metal reinforcements or metal hinges molded within the composite shall not be 6 permitted. 7 4. All composite moldings shall have LJV stabilizers (concentrations from 0.05%to 8 5%)added prior to shaping the product by injection molding. 9 5. Covers 10 a. Composite covers shall be compression molded under high pressures (>0.5 11 tons/sq inch of x-y surface area)and high temperatures(>200 degrees F). 12 Components for locking systems below the cover exposed to sewer environment 13 shall be made of noncorrosive materials such as nonmagnetic 316 stainless steel 14 (Austenite)or a polymer. 15 b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 16 frame and cover 17 c. Provide with 2 inch wide pick slots in lieu of pick holes. 18 d. Provide gasket in frame and cover. 19 e. Standard Dimensions 20 1) Sanitary Sewer and Water 21 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 22 cover assemblies unless otherwise specified in the Contract Documents. 23 f. Standard Labels 24 1) Sanitary Sewer 25 a) Cast lid with the word"SANITARY SEWER" in 1-1/2-inch 26 (minimum)or 2-inch(maximum) letters across the lid. 27 2) Water 28 a) Cast lid with the word"WATER"in 1-1/2-inch(minimum)or 2-inch 29 (maximum)letters across the lid. 30 b) 31 g. Hinge Covers 32 1) Ifinged covers shall be double-hinged allowing a minimal 1800 full 33 opening. 34 2) Provide water tight gasket on all hinged covers. 35 3) Sanitary Sewer 36 a) Provide hinged covers for all manholes or structures constructed over 37 all sewer limes. 38 D. Grade Rings 39 1. Provide grade rings in sizes from 2-inch up to 8-inch. 40 E. Joint Sealant 41 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 42 form. 43 2. Provide sealant that is not dependant on a chemical action for its adhesive 44 properties or cohesive strength. 45 3. Provide adhesive as recommended by manufacturer on composite covers/grade 46 rings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 33 05 13-5 FRAME,COVER,AND GRADE RINGS Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand,mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame, cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame, cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes,junction boxes, in the flood plain 25 and where specked on the Drawings. Hinges are not required on composite 26 manholde covers. 27 C. Joint Sealing 28 1. Seal frame, grade rings and structure with specified sealant. 29 D. Concrete Collar 30 1. Provide concrete collar around all frame and cover assemblies constructed at grade. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 33 05 13-6 FRAME,COVER,AND GRADE RINGS Page 6 of 6 1 3.5 REPAIR /RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.4.d2)b)—Updated to clear opening dimensions to 22 '/z inches 3/19/2021 C.Henry 2.2.B.4.d.2)a)—Updated to clear opening dimensions to 24 inches 2.2.B.4.d2)b)—Updated to clear opening dimensions to 30 inches 7/02/2021 M Owen Included composite requirements 12/09/2021 M Owen Update specification to correspond to standard detail revisions. 13 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9,2021 33 05 14-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 1 of 8 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS,VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets,valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 32 01 17—Permanent Asphalt paving Repair 16 4. Section 32 0129—Concrete Paving Repair 17 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 6. Section 33 05 13—Frame, Cover and Grade Rings 19 7. Section 33 39 10—Cast-in-Place Concrete Manholes 20 8. Section 33 39 20—Precast Concrete Manholes 21 9. Section 33 12 20—Resilient Seated(Wedge)Gate Valve 22 10. Section 33 12 21—AWWA Rubber-Seated Butterfly Valve 23 11. Section 33 04 11—Corrosion Control Test Station 24 12. Section 33 04 12—Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole—Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a grade 31 as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each"Manhole Adjustment, 35 Minor"completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 05 14-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 8 1 5) Grade rings or other adjustment device 2 6) Reuse of the existing manhole frame and cover 3 7) Furnishing,placing and compaction of embedment and backfill 4 8) Concrete base material 5 9) Permanent asphalt patch or concrete paving repair,as required 6 10)Clean-up 7 2. Manhole -Major Adjustment 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring structural 10 modifications to raise or lower a manhole to a grade as specified on the 11 Drawings. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item will be paid for at the unit price bid per each"Manhole Adjustment, 15 Major"completed. 16 c. The price bid shall include: 17 1) Pavement removal 18 2) Excavation 19 3) Hauling 20 4) Disposal of excess material 21 5) Structural modifications,grade rings or other adjustment device 22 6) Reuse of the existing manhole frame and cover 23 7) Furnishing, placing and compaction of embedment and backfill 24 8) Concrete base material 25 9) Permanent asphalt patch or concrete paving repair,as required 26 10)Clean-up 27 3. Manhole -Major Adjustment with Frame and Cover 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment requiring structural 30 modifications to raise or lower a manhole to a grade specified on the 31 Drawings or structural modifications for a manhole requiring a new frame and 32 cover,often for changes to cover diameter. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item will be paid for at the unit price bid per each"Manhole Adjustment, 36 Major wf Cover"completed. 37 c. The price bid shall include: 38 1) Pavement removal 39 2) Excavation 40 3) Hauling 41 4) Disposal of excess material 42 5) Structural modifications, grade rings or other adjustment device 43 6) Frame and cover 44 7) Furnishing,placing and compaction of embedment and backfill 45 8) Concrete base material 46 9) Permanent asphalt patch or concrete paving repair, as required 47 10)Clean-up 48 4. Inlet 49 a. Measurement Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 05 14-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TOGRADE Page 3 of 8 1 1) Measurement for this Item shall be per each adjustment requiring structural 2 modifications to inlet to a grade specified on the Drawings. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item will be paid for at the unit price bid per each"Inlet Adjustment' 6 completed. 7 c. The price bid shall include: 8 1) Pavement removal 9 2) Excavation 10 3) Hauling 11 4) Disposal of excess material 12 5) Structural modifications 13 6) Furnishing, placing and compaction of embedment and backfill 14 7) Concrete base material, as required 15 8) Surface restoration,permanent asphalt patch or concrete paving repair, as 16 required 17 9) Clean-up 18 5. Valve Box 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment to a grade specified 21 on the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each"Valve Box Adjustment' 25 completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Adjustment device 32 6) Furnishing,placing and compaction of embedment and backfill 33 7) Concrete base material, as required 34 8) Surface restoration,permanent asphalt patch or concrete paving repair, as 35 required 36 9) Clean-up 37 6. Cathodic Protection Test Station 38 a. Measurement 39 1) Measurement for this Item shall be per each adjustment to a grade specified 40 on the Drawings. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each"Cathodic Protection Test 44 Station Adjustment'completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 05 l4-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 8 1 5) Adjustment device 2 6) Furnishing, placing and compaction of embedment and backfill 3 7) Concrete base material, as required 4 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 5 required 6 9) Clean-up 7 7. Fire Hydrant 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring stem 10 extensions to meet a grade specified by the Drawings. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 14 Extension" completed. 15 c. The price bid shall include: 16 1) Pavement removal 17 2) Excavation 18 3) Hauling 19 4) Disposal of excess material 20 5) Adjustment materials 21 6) Furnishing, placing and compaction of embedment and backfill 22 7) Concrete base material, as required 23 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 24 required 25 9) Clean-up 26 8. Meter Box 27 a. Measurement 28 1) Minor adjustments to meter box less than 6-inches vertical shall be 29 considered subsidiary to the meter box pay item. 30 2) Measurement for this Item shall be per each water meter adjustment 31 required in excess of 6-inches vertically to meet a grade specified by the 32 Drawings. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item will be paid for at the unit price bid per each"Meter Box Adjustment 36 Extension"completed. 37 c. The price bid shall include: 38 1) Excavation 39 2) Hauling 40 3) Disposal of excess material 41 4) Adjustment materials 42 5) Furnishing,placing and compaction of embedment and backfill 43 6) Concrete base material, as required 44 7) Surface restoration,unimproved area,as required 45 8) Clean-up 46 47 9. Miscellaneous Structure This Item is intended for a unique structure. Bid Item 48 should include details to identify the specific structure(i.e. Miscellaneous Structure 49 Adjustment, Sta. 1+00) Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 05 14-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 8 1 a. Measurement 2 1) Measurement for this Item shall be per each adjustment requiring structural 3 modifications to said structure to a grade specified on the Drawings. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with this 6 Item will be paid for at the unit price bid per each"Miscellaneous Structure 7 Adjustment"completed. 8 c. The price bid shall include: 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 12 4) Disposal of excess material 13 5) Structural modifications 14 6) Furnishing,placing and compaction of embedment and backfill 15 7) Concrete base material 16 8) Permanent asphalt patch or concrete paving repair, as required 17 9) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Minor Adjustment 21 a. Refers to a small elevation change performed on an existing manhole where the 22 existing frame and cover are reused. 23 2. Major Adjustment 24 a. Refers to a significant elevation change performed on an existing manhole 25 which requires structural modification or when a 24-inch ring is changed to a 26 30-inch ring. 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. Texas Commission on Environmental Quality (TCEQ): 32 a. Title 30, Part I, Chapter 217, Subchapter C,Rule 217.55—Manholes and 33 Related Structures. 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD [SITE] CONDITIONS [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Revised March 11,2022 330514-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 8 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cast-in-Place Concrete 6 1. See Section 03 30 00. 7 B. Modifications to Existing Concrete Structures 8 1. See Section 03 80 00. 9 C. Grade Rings 10 1. See Section 33 05 13. 11 D. Frame and Cover 12 1. See Section 33 05 13. 13 E. Backfill material 14 1. See Section 33 05 10. 15 F. Water valve box extension 16 1. See Section 33 12 20. 17 G. Corrosion Protection Test Station 18 1. See Section 33 04 11. 19 H. Cast-in-Place Concrete Manholes 20 1. See Section 33 39 10. 21 I. Precast Concrete Manholes 22 1. See Section 33 39 20. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION 28 A. Verification of Conditions 29 1. Examine existing structure to be adjusted, for damage or defects that may affect 30 grade adjustment. 31 a. Report issue to City for consideration before beginning adjustment. 32 3.3 PREPARATION 33 A. Grade Verification Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 05 14-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 7 of 8 1 1. On major adjustments confirm any grade change noted on Drawings is consistent 2 with field measurements. 3 a. If not, coordinate with City to verify final grade before beginning adjustment. 4 3.4 ADJUSTMENT 5 A. Manholes, Inlets,and Miscellaneous Structures 6 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 7 30-inch frame and cover assembly per TCEQ requirement. 8 2. On manhole major adjustments, inlets and miscellaneous structures protect the 9 bottom using wood forms shaped to fit so that no debris blocks the invert or the 10 inlet or outlet piping in during adjustments. 11 a. Do not use anymore than a 2-piece bottom. 12 3. Use the least number of grade rings necessary to meet required grade. 13 a. For example, if a 1-foot adjustment is required,use 2 6-inch rings, not 6 2-inch 14 rings. 15 b. The maximum height of adjustment shall be no more than 12 inches for any 16 combination of grade rings. If 12 inches is required, use 3—4 inch rings. 17 B. Valve Boxes 18 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 19 the Draw ings. 20 C. Backfill and Grading 21 1. Backfill area of excavation surrounding each adjustment in accordance to Section 22 3305 10. 23 D. Pavement Repair 24 1. If required pavement repair is to be performed in accordance with Section 32 01 17 25 or Section 32 0129. 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 REINSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 05 14-8 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 8 of 8 1 END OF SECTION Revis ion Log DATE NAME SUMMARYOF CHANGE 1.2.A—Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover;Added 12/20/2012 D.Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustment s 3.4—Pavement repair requirements were added 9/20/2017 W.Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.bAdd requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings 3/11/2022 M Owen Add measurement and payment section for meter box adjustment 2 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 330516-1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 05 16 CONCRETE WATER VAULTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-In-Place Concrete 4. Section 03 80 00—Modifications to Existing Concrete Structures 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each"Water Meter and Vault"complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO). 3. American Concrete Institute(ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International(ASTM): a. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858, Standard Specification for Underground Precast Concrete Utility Structures Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330516-2 CONCRETE WATER VAULTS Page 2 of 5 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures,Pipes, and Laterals. 5. Occupational Safety and Health Administration(OSHA) a. 1910.23,Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY,STORAGE,AND HANDLING A. Deliver vault or panels(units)to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking,distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330516-3 CONCRETE WATER VAULTS Page 3 of 5 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES,MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance/Design Criteria 1. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable-linked rubber seal devices or grout, as shown in Drawings,to provide seals around pipe penetrations. 3. Vault Access a. Cover/Door 1) For non-traffic areas—non H-20 loading 30-inch x 36-inch steel single leaf door,Bilco Type J model or approved equal 2) For traffic areas—32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door,provide an automatic hold-open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction—Conform to Section 03 30 00. 2. Frame and Cover—Conform to Section 33 05 13. 3. Grade Ring—Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel—Conform to Section 03 30 00. 5. Sewer Pipe Connections—Conform to ASTM C923 or ASTM C1628. 6. Adjustable-linked rubber seal devices a. Manufactured by Link-Seal or approved equal 7. Interior Coating or Liner—Conform to Section 33 39 60. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330516-4 CONCRETE WATER VAULTS Page 4 of 5 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness (DFT)no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume f 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock(per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable-linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330516-5 CONCRETE WATER VAULTS Page 5 of 5 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.3—Modified vault hatch door and ladder requirements 2.2.C.6—Modified rubber seal requirements Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 05 17-1 CONCRETECOLLARS Page 1 of 4 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART 1 - GENEFtAI. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. Concrete Collars for Valves 8 3. These Items are intended f or use in asphalt streets and unimproved areas—not for 9 use itt concrete streets. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 03 30 00—Cast-In-Place Concrete 17 4. Section 03 80 00—Modifications to Existing Concrete Structures 18 5. Section 33 05 13—Frame, Cover, and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each"Concrete Collar for 27 Manhole" installed. 28 c. The price bid will include: 29 1) Concrete Collar 30 2) Excavation 31 3) Forms 32 4) Reinforcing steel(if required) 33 5) Concrete 34 6) Backfill 35 7) Pavement removal 36 8) Hauling 37 9) Disposal of excess material 38 10)Placement and compaction of backfill 39 11)Clean-up 40 12)Additional pavement around perimeter of concrete collar as required for 41 rim adjustment on existing manhole. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 0517-2 CONCRETECOLLARS Page 2 of 4 1 2. Valve 2 a. Measurement 3 1) Measurement for this Item shall be per each. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with this 6 Item shall be paid for at the unit price bid per each"Concrete Collar for 7 Valve" installed. 8 c. The price bid will include: 9 1) Concrete Collar 10 2) Excavation 11 3) Forms 12 4) Reinforcing steel(if required) 13 5) Concrete 14 6) Bac kfill 15 7) Pavement removal 16 8) Hauling 17 9) Disposal of excess material 18 10)Placement and compaction of backfill 19 11)Clean-up 20 12)Additional pavement around perimeter of concrete collar as required for 21 rim adjustment on existing manhole. 22 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 33 05 17-3 CONCRETE COLLARS Page 3 of 4 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete—Conform to Section 03 30 00. 23 2. Reinforcing Steel—Conform to Section 03 2100. 24 3. Frame and Cover—Conform to Section 33 05 13. 25 4. Grade Ring—Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 330517-4 CONCRETE COLLARS Page 4 of 4 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 c. Sono Tube or approved equivalent may be used to perform the adjustment as 8 substitute for grade rings. 9 2. Set frame on top of manhole or grade rings using continuous water sealant o clean 10 smooth surface(when sono tube is used in lieu of grade rings, sealant is not 11 required). 12 3. Remove debris, stones and dirt to ensure a watertight seal. 13 4. Do not use steel shims,wood, stones or other unspecified material to obtain the 14 final surface elevation of the manhole frame. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARYOF CHANGE 12/20/2012 D.Johnson 1.1.A.2—Blue text added to clarify where concrete collars are to be installed. 3/11/2022 M Owen Added measurement and payment for"Concrete Collar for Valve"and provided option to use Sono tube or approvedequal product in lieu of grade rings 27 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11,2022 330520-1 AUGER BORING Page 1 of 7 SECTION 33 05 20 AUGER BORING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 22—Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Administration(OSHA) a. OSHA Regulations and Standards for Underground Construction,29 CFR Part 1926, Subpart S,Underground Construction and Subpart P,Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation 1. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330520-2 AUGER BORING Page 2 of 7 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information,project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name,contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330520-3 AUGER BORING Page 3 of 7 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements(settlement/heave)to values that shall not cause damage to adjacent utilities or surface features(i.e.pavement, structures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.4 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330520-4 AUGER BORING Page 4 of 7 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities,construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment,power,water and utilities for tunneling, spoil removal and disposal,grouting and other associated work required for the methods of construction. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways,railroads,canal channels,adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures,operate with a full crew 24 hours a day, including weekends and holidays,without interruption,until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system(800-245-4545)to request marking of utilities by utility owners/operators that subscribe to One Call,and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines,cables,or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers,pipe,property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it,such work shall be sheeted securely and braced in a manner to prevent earth from caving in. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 05 20-5 AUGER BORING Page 5 of 7 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole,required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter 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 material near the top of the working pit and disposed of as required. 1) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations,a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade 1. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330520-6 AUGER BORING Page 6 of 7 3.5 CLEANUP AND RESTORATION A. After completion of the boring,all construction debris,spoils, oil, grease and other materials shall be removed from the pipe, pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections 1. Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements,data and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to,during and following all boring operations. 1) This shall include, but not be limited to,visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance 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. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical,hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 05 20-7 AUGER BORING Page 7 of 7 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict,comply with the more stringent requirements. 6. If personnel will enter the pipe during construction,the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330521-1 TUNNEL LINER PLATE Page I of 5 SECTION 33 05 21 TUNNEL LINER PLATE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 23—Hand Tunneling 4. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. Measurement 1) Measured horizontally along the surface for the length of Tunnel Liner Plate installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing/Tunnel Liner Plate,By Other than Open Cut" installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Tunnel Liner Plate,By Other than Open Cut"installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing,placement,and compaction of backfill Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330521 -2 TUNNEL LINER PLATE Page 2 of 5 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO) a. LRFD,Bridge Design Manual, Section 12.13 b. M190,Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. American Society of Testing and Materials (ASTM): a. A 123, Standard Specification for Zinc(Hot-Dip Galvanized)Coating on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating(Hot Dip)on Iron and Steel Hardware. c. A1011, Standard Specification for Steel, Sheet and Strip,Hot-Rolled,Carbon, Structural,High-Strength Low-Alloy and High-Strength Los-Alloy with Improved Formability,and Ultra-High Strength. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating a. Material data b. Field touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 3. Grout coupling location and spacing Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330521-3 TUNNEL LINER PLATE Page 3 of 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING A. Deliver,handle and store Tunnel Liner Plate in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00, and/or as specified herein. a. The manufacturer must comply with this Specification and related Sections. b. Manufactured by Contech Construction Products,Inc.,American Commercial Inc., or approved equal. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Design Criteria a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO LRFD,Bridge Design Manual, Section 12.13. b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. c. Allow a maximum deflection of 3 percent. d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength and resistance to deflection. C. Materials 1. Tunnel Liner Plate a. Provide new,corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A1011. 1) Potable and Reclaimed Water carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A 123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b) Coated (1) Plate to be coated with a bituminous coating meeting the performance requirements of AASHTO M190 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 330521-4 TUNNEL LINER PLATE Page 4 of 5 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 inches, measured on crests of corrugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A 123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO LRFD, Bridge Design Manual, Section 12.13. 1) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 3) Where groundwater is encountered gasketed liner plates shall be used. 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: 2-Flanged Liner 4-Flanged Liner Tunnel Plate Thickness Plate Thickness Diameter (gauge) (gauge) inches Bury Depth: 8 feet-16 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 12 8 Greater than 72 Project Specific Project Specific Design Design *The information in the above table is based on the following assumptions: AASHTO Section 16: "Steel Tunnel Liner Plates",H2O loading angle of 0 and bury depth of 8 feet to 16 feet. For projects not meeting these assumptions, a specific design should be performed to determine the appropriate thickness for the liner plate. 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 33 05 24. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 0521 -5 TUNNEL LINER PLATE Page 5 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 33 0523. B. Carrier 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 shall be performed in accordance with Section 33 05 23. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.3.A.3-AASHTO reference updated to current publication Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 0522-1 STEEL CASING PIPE Page 1 of 6 SECTION 33 05 22 STEEL CASING PIPE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 4. Section 33 05 20—Auger Boring 5. Section 33 05 23—Hand Tunneling 6. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing,By Open Cut"installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement,and compaction of embedment 8) Furnishing,placement,and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330522-2 STEEL CASING PIPE Page 2 of 6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing/Tunnel Liner Plate,By Other than Open Cut" installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing,By Other than Open Cut"installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing,placement, and compaction of backfill 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. A139, Standard Specification for Electric-Fusion(Arc)-Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association(AWWA): a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape-Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330522-3 STEEL CASING PIPE Page 3 of 6 a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas,consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads,and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING A. Delivery,Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer,for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects,consider the following: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 05 22-4 STEEL CASING PIPE Page 4 of 6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness (inches) inches 14— 18 .3125 (5/16) 20—24 .375 (3/8) 26—32 .5 (1/2) 34—42 .625 (5/8) 44—48 .6875 (11/16) Greater than 48 1 Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method,provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth-wall,carbon steel pipe conforming to ASTM A139,Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330522-5 STEEL CASING PIPE Page 5 of 6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference,whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch,whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding,the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of t 21/2 degrees and with a width of root face 1/16 inch f 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. l. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press-fit connection(Permalok or equal)prior to installation of the pipe,depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press-fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330522-6 STEEL CASING PIPE Page 6 of 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 23 or Section 33 05 20. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•A—Formatting modified to apply thickness requirements for all casing installation methods Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330523-1 HAND TUNNELING Page 1 of 10 SECTION 33 05 23 HAND TUNNELING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 21 —Tunnel Liner Plate 4. Section 33 05 22—Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe installation. 2. Payment a. The work performed and materials furnished in accordance with this Item are considered subsidiary the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. HB-17, Standard Specifications for Highway Bridges. 3. Occupational Safety and Health Administration(OSHA) a. OSHA Regulations and Standards for Underground Construction,29 CFR Part 1926, Subpart S,Underground Construction and Subpart P,Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330523-2 HAND TUNNELING Page 2 of 10 1. The Contractor shall provide written notice to the City at least 72 hours in advance of the planned launch of tunneling operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit the following, when required by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified c. Shaft layout drawings 1) Detailing dimensions and locations of all equipment, including overall work area boundaries,crane, front-end loader, forklift,spoil stockpiles, spoil hauling equipment,pumps, generator,pipe storage area,tool trailer or containers,fences,and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable construction areas shown on the Drawings d. Schedule in accordance with Division 1 to include the following activities as independent items: 1) Mobilization 2) Shaft excavation and support 3) Water control at shafts 4) Working slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft backfill 8) Site restoration 9) Cleanup 10) Demobilization 2. For all projects,provide the following for Contact Grouting: a. Contact Grouting(outside of casing)Work Plan and Methods including: 1) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials 4) Grout mix details including: a) Proportions b) Admixtures including: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330523-3 HAND TUNNELING Page 3 of 10 (1) Manufacturer's literature (2) Laboratory test data verifying the strength of the proposed grout mix (3) Proposed grout densities (4) Viscosity (5) Initial set time of grout (a) Data for these requirements shall be derived from trial batches from an approved testing laboratory. 5) Submit a minimum of 3 other similar projects where the proposed grout mix design was used. 6) Submit anticipated volumes of grout to be pumped for each application and reach grouted. B. Daily Records 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to beginning Hand Tunneling. 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data or records were taken. 3. Daily records shall include: a. Date b. Time c. Name of operator d. Tunnel drive identification e. Installed liner ring and corresponding tunnel length f. Time required to tunnel each ring g. Time required to set subsequent ring h. Spoil volumes(muck carts per liner ring and estimated volume of spoil in each muck cart) i. Grout volumes and pressures j. Soil conditions, including occurrences of unstable soils and estimated groundwater inflow rates, if any k. Line and grade offsets 1. Any movement of the guidance system In. Problems encountered during tunneling n. Durations and reasons for delays o. Manually recorded observations made: 1) At intervals of not less than 2 every 5 feet 2) As conditions change 3) As directed by the City and/or Engineer 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Failure to meet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. 2. Contractor Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 05 23-4 HAND TUNNELING Page 4 of 10 a. All tunneling work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 projects of similar diameter in similar ground conditions. 3. All Work by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City's absence. 4. The Contractor shall allow access to the City and/or Engineer and shall furnish necessary assistance and cooperation to aid in the observations, measurements,data and sample collection including, but not limited to,the following: a. The City and/or Engineer shall have access to the tunneling system prior to, during and following all tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and following all tunneling operations. 1) This shall include,but not be limited to,visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to, during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21. 2. Casing Pipe shall be in accordance with Section 33 05 22. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports 2. Tolerance a. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter(O.D.). Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330523-5 HAND TUNNELING Page 5 of 10 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements(settlement/heave)to values that shall not cause damage to adjacent utilities and facilities. b. Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Tunneling shall not begin until the following have been completed: 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with the requirements of the Specifications. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. a. Provide the Engineer and Owner with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 5. All specified settlement monitoring points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability 1. Confirm that the ground will remain stable without movement of soil or water while the entry/exit location shoring is removed and while the tunnel is launched or received into a shaft. 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: a. Prevent the inflow of weak,running or flowing soils. b. Prevent the inflow of loose rock. c. Prevent and control groundwater inflows. 3.4 INSTALLATION A. Tunnel Methods Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330523-6 HAND TUNNELING Page 6 of 10 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where not allowed on the Drawings or permits. 2. The Contractor shall be fully responsible to: a. Ensure the methods used are adequate for the protection of workers,pipe, property and the public b. Provide a finished product as required. B. General 1. The Contractor shall immediately notify the City, in writing, if and when any problems are encountered with equipment or materials,or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of Specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 3. Furnish all necessary equipment,power,water and utilities for tunneling, spoil removal and disposal,grouting and other associated work required for the methods of construction. 4. Promptly clean up. Remove and dispose of any spoil or slurry spillage. 5. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day,including weekends and holidays,without interruption,until those conditions no longer jeopardize the stability of the Work. C. Installation with Steel Casing Pipe 1. Jack the pipe from the low or downstream end,unless specified otherwise. a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 1) When operating jacks,apply pressure evenly. b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or back stop. d. Set the pipe to be jacked on guides,properly braced together,to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. f. In general,excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embankment with jacks into the space excavated. 2. The excavation for the underside of the pipe,for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 1) This clearance shall be tapered off to 0 at the point where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330523-7 HAND TUNNELING Page 7 of 10 3. If desired,use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. 4. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. a. Remove and replace any pipe damaged in the jacking operations. b. The Contractor shall absorb the entire expense. D. Installation with Tunnel Liner Plate 1. Install the tunnel liner plates to the limits indicated on the Drawings and as specified in AASHTO HB-17, Section II-26,Construction of Tunnels Using Steel Tunnel Liner Plates. a. Assemble liner plates into circumferential rings. b. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel. 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. a. Maintain a maximum of/z inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 3. Liner plate installation shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates,poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during installation. 4. Tunneling operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities,facilities and improvements. a. In no case shall ground movements cause damage to adjacent structures, roadways, or utilities. b. The Contractor shall repair any damage resulting from construction activities, at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting I. Pressure grout any voids caused by or encountered during the tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space between the outside of the casing/tunnel liner and the excavation. a. For tunnel liner plate, install pressure grout mix at the end of each work day or more often,as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48- inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330523-8 HAND TUNNELING Page 8 of 10 4. Install pressure grout from the low end for all crossings where grout fittings are not used. a. Seal the low end and pressure grout until grout is extruded from the opposite end. F. Control of Line and Grade 1. Confirm that all established benchmarks and control points provided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a laser or theodolite guidance system. c. Submit to the City copies of field notes used to establish all lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the work and the correction of it,as required. 2. The casing/tunnel liner shall be installed in accordance with the following tolerances: a. Variations from design line or grade: f 2 inches maximum 1) If the installation is off line or grade,make the necessary corrections and return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 4. If the pipe installation does not meet the specified tolerances,correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. 2. Correct the condition and remove,clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstruction by methods submitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris,reinforced concrete,rocks,whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting tools with diligent effort, and 2) Are located partially or wholly within the cross-sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 05 23-9 HAND TUNNELING Page 9 of 10 b. Payment will be negotiated with the Contractor on a case-by-case basis. c. The City and/or Engineer shall be provided an opportunity to view obstruction prior to removal. 1) Any removal process that does not allow direct inspection of the nature and position of the obstruction will not be considered for payment. d. No additional compensation will be allowed for removing, clearing or otherwise making it possible for the shield to advance past objects consisting of cobbles,boulders,wood,reinforced concrete,and other objects or debris with maximum lateral dimensions less than 50 percent of the outer diameter of the shield. 3.5 CLEANUP AND RESTORATION A. After completion of the tunneling, all construction debris, spoils, oil,grease and other materials shall be removed from the tunneling pipe, shafts and all work areas. 1. Cleaning shall be incidental to the construction. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or tunneling. 2. Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to construction. 3. Restoration shall be completed no later than 30 days after tunneling is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Safety 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. 2. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform 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 underground work areas. 3. Perform all Work in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies.Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S,Underground Construction and Subpart P,Excavations. a. In the event of conflict,comply with the more stringent requirements. 4. If personnel will enter the pipe during construction,the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 05 23-10 HAND TUNNELING Page 10 of 10 a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate'at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 0130—Sewer and Manhole Testing 15 4. Section 33 11 13 - Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 19 a. Measurement 20 1) Measured horizontally along the surface from centerline to centerline of the 21 beginning of the casing/liner to the end of the casing/liner 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid per linear foot for"Sewer Carrier Pipe"complete in place for: 26 a) Various Sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Sanitary Sewer Main(Pipe)in Casing/Tunnel 29 Liner Plate as specified by the Drawings 30 2) Mobilization 31 3) Grout 32 4) Casing Spacers 33 5) End seals 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Clean-up 38 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 39 a. Measurement 40 1) Measured horizontally along the surface from centerline to centerline of the 41 beginning of the casing/liner to the end of the casing/liner Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"shall be paid for at the 4 unit price bid per linear foot for"Water Carrier Pipe"complete in place for: 5 a) Various Sizes 6 c. The price bid shall include: 7 1) Furnishing and installing Water Main(Pipe) in Casing/Tunnel Liner Plate 8 as specified by the Drawings 9 2) Mobilization 10 3) Grout 11 4) Joint restraint 12 5) Casing Spacers 13 6) End seals 14 7) Excavation 15 8) Hauling 16 9) Disposal of excess material 17 10) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 21 2. Casing:A steel pipe or tunnel liner installed by trenchless methods that supports the 22 ground and provides a stable underground excavation for installation of the carrier 23 pipe 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification,unless a date is specifically cited. 28 2. American Society of Testing and Materials(ASTM) 29 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 32 Mortars(Using 2-in or[50 mm] Cube Specimens). 33 c. D638, Standard Test Method for Tensile Properties of Plastics. 34 3. International Organization for Standardization(ISO): 35 a. 9001,Quality Management Systems-Requirements. 36 4. Occupational Safety and Health Administration(OSHA) 37 a. OSHA Regulations and Standards for Underground Construction,29 CFR Part 38 1926, Subpart S,Underground Construction and Subpart P,Excavation. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 0133 00. 42 B. All submittals shall be approved by the City prior to delivery. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment,materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by-case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space(between casing pipe and casing/tunnel liner plate)Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f. Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches,without hold down jacks or a 46 restrained spacer,provide buoyant force calculations during grouting and 47 measures to prevent flotation. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1) Calculations sealed by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of annular space, if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 ISO9001:2000. 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Manufacturers 17 1. Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 01 60 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 0125 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 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 of this Specification, incorporating all support/insulator 27 dimensions required. Diameter Specification inches Material Reference Water Line 6-12 DIP Restrained 33 11 10 DIP(Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP(Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and reater AWWA C301 Restrained 33 11 15 Sanitary DIP(with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 20 DIP(with Ceramic Epoxy) 33 11 10 18 and reater Fiberglass 33 31 13 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of I0 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 1) Fill all voids between the carrier pipe and the casing or liner with grout. 4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 5 shall be in contact with the grout. 6 b. For water line installation: 7 1) No annular space fill will be used. 8 3. Grout Mixes 9 a. Low Density Cellular Grout(LDCC) 10 1) Annular space(between sewer carrier pipe and casing/liner)grout shall be 11 LDCC. 12 2) The LDCC shall be portland cement based grout mix with the addition of a 13 foaming agent designed for this application. 14 3) Develop 1 or more grout mixes designed to completely fill the annular 15 space based on the following requirements: 16 a) Provide adequate retardation to completely fill the annular space in 1 17 monolithic pour. 18 b) Provide less than 1 percent shrinkage by volume. 19 c) Compressive Strength 20 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 21 d) Design grout mix with the proper density and use proper methods to 22 prevent floating of the carrier pipe. 23 e) Proportion grout to flow and to completely 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 the 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 than 24-inch diameter,use hard rubber seals,Model 29 PL Link Seal as manufactured by the Thunderline Corporation or approved 30 equal. 31 2) For water piping 24-inch diameter and greater, use pull-on, 1/8 inch thick, 32 synthetic rubber end seals,Model C, as manufactured by Pipeline Seal and 33 Insulator, Inc. or approved equal. 34 3) For sewer piping,no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. 36 b. Design end seals to withstand the anticipated soil or grouting pressure and be 37 watertight to prevent groundwater from entering the casing. 38 5. Casing Spacers/Insulators 39 a. Provide casing spacers/insulators to support the carrier pipe during installation 40 and grouting(where grout is used). 41 1) For concrete pressure pipe,mortar bands may be allowed in lieu of casing 42 spacers/isolators. 43 2) Mortar bands shall be in accordance with Section 33 11 13. 44 b. Casing Spacers/Isolators material and properties: 45 1) Shall be minimum 14 gage 46 2) For water pipe,utilize Stainless Steel. 47 3) For sewer pipe, utilize Coated Steel. 48 4) Suitable for supporting weight of carrier pipe without deformation or 49 collapse during installation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,20I3 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 1 c. Provide restrained-style casing spacers to hold all pipes stable during grouting 2 operations and prevent floating or movement. 3 d. Provide dielectric strength sufficient to electrically isolate each component 4 from one another and from the casing. 5 e. Design risers for appropriate loads,and,as a minimum: 6 1) Provide 10 gage steel risers 7 a) Provide stainless steel bands and risers for water installations. 8 f. Band material and criteria 9 1) Provide polyvinyl chloride inner liner with: 10 a) Minimum thickness of 0.09 inches 11 b) Durometer"A"of 85-90 hardness 12 c) Minimum dielectric strength of 58,000 volts 13 g. Runner material and criteria 14 1) Provide pressure-molded glass reinforced polymer or UHMW with: 15 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 16 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 17 steel studs. 18 3) Runner studs and nuts shall be recessed well below the wearing surface of 19 the runner 20 a) Fill recess with a corrosion inhibiting filler. 21 h. Riser height 22 1) Provide sufficient height with attached runner allow a minimum clearance 23 of 2 inches between the outside of carrier pipe bells or couplings and the 24 inside of the casing liner surface. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3- EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. General 33 1. Carrier pipe installation shall not begin until the following tasks have been 34 completed: 35 a. All required submittals have been provided,reviewed and accepted. 36 b. All casing/liner joints are watertight and no water is entering casing or liner 37 from any sources. 38 c. All contact grouting is complete. 39 d. Casing/liner alignment record drawings have been submitted and accepted by 40 City to document deviations due to casing/liner installation. 41 e. Site safety representative has prepared a code of safe practices and an 42 emergency plan in accordance with applicable requirements. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 1 2. The carrier pipe shall be installed within the casings or liners between the limits 2 indicated on the Drawings,to the specified lines and grades and utilizing methods 3 which include due regard for safety of workers,adjacent structures and 4 improvements, utilities and the public. 5 B. Control of Line and Grade 6 1. Install Carrier pipe inside the steel casing within the following tolerances: 7 a. Horizontal 8 1) f 2 inches from design line 9 b. Vertical 10 1) ±I inch from design grade 11 2. Check line and grade set up prior to beginning carrier pipe installation. 12 3. Perform survey checks of line-and-grade of carrier pipe during installation 13 operations. 14 4. The Contractor is fully responsible for the accuracy of the installation and the 15 correction of it,as required. 16 a. Where the carrier pipe installation does not satisfy the specified tolerances, 17 correct the installation, including if necessary,redesign of the pipe or structures 18 at no additional cost to City. 19 C. Installation of Carrier Pipe 20 1. Pipe Installation 21 a. Remove all loose soil from casing or liner. 22 b. Grind smooth all rough welds at casing joints. 23 2. Installation of Casing Spacers 24 a. Provide casing spacers, insulators or other approved devices to prevent 25 flotation,movement or damage to the pipe during installation and grout backfill 26 placement. 27 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 28 casings or tunnels. 29 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 30 insulators and pipe insertion. 31 d. Install spacers in accordance with manufacturer's recommendations. 32 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 33 and the casing. 34 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 35 the casing/liner in a manner that could damage the pipe or coatings. 36 1) If guide rails are allowed,place cement mortar on both sides of the rails. 37 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 38 lubricant to minimize friction when installing the carrier pipe. 39 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 40 casing. 41 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 42 firm,uniform and continuous support for the pipe. If the trench requires some 43 backfill to establish the final trench bottom grade,place the backfill material in 44 6-inch lifts and compact each layer. 45 j. After the casing or tunnel liner has been placed,pump dry and maintain dry 46 until the casing spacers and end seals are installed. 47 3. Insulator Spacing Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 a. Maximum distance between spacers is to be 6 feet. 2 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 3 1) Install 2 spacers within 1 foot on each side of the bell or flange. 4 2) Remaining 2 spacers shall be spaced equally. 5 c. If the casing or pipe is angled or bent, reduce the spacing. 6 d. The end spacer must be within 6 inches of the end of the casing pipe,regardless 7 of size of casing and pipe or type of spacer used. 8 e. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the 9 spigot into the bell. 10 4. After installation of the carrier pipe: 11 a. Mortar inside and outside of the joints,as applicable 12 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 13 1) If continuity exists,remedy the short,by all means necessary including 14 removing and reinstalling the carrier pipe,prior to applying cellular grout. 15 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 16 casing. 17 d. If steel pipe is used and not welded prior to installation in casing/liner,welding 18 of pipe will only be allowed after grouting of annular space is complete. 19 D. Installation of End Seals 20 1. For Water Pipes 21 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 22 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 23 casing. Securely fasten with stainless steel bands. 24 2. For Sewer Pipes 25 a. Grout annular space between carrier pipe and casing as indicated in this 26 Specification. 27 E. Annular Space Grouting(For Sewer Only) 28 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 29 operation as necessary. 30 2. Mixing of Grout 31 a. Mix material in equipment of sufficient size to provide the desired amount of 32 grout material for each stage in a single operation. 33 1) The equipment shall be capable of mixing the grout at the required densities 34 for the approved procedure and shall be capable of changing the densities 35 as required by field conditions. 36 3. Backfill Annular Space with Grout 37 a. Prior to filling of the annular space,test the carrier pipe in accordance with 38 Section 33 0130. 39 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 40 do not exceed this pressure. 41 c. After the installation of the carrier pipe,the remaining space(all voids)between 42 the casing/liner and the carrier shall be filled with LDCC grout. 43 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 44 be in contact with the grout. 45 2) Grout shall be pumped through a pipe or hose. 46 3) Use grout pipes,or other appropriate materials,to avoid damage to carrier 47 pipe during grouting. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 1 4. Injection of LDCC Grout 2 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 3 approved recommendations or 5 psi(whichever is lower). 4 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 5 velocity and pressure compatible with the size/volume of the annular space. 6 c. Once grouting operations begin, grouting shall proceed uninterrupted,unless 7 grouting procedures require multiple stages. 8 d. Grout placements shall not be terminated until the estimated annular volume of 9 grout has been injected. 10 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 11 6. Protect and preserve the interior surfaces of the casing from damage. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Reports and Records required for pipe installations greater than 48-inches and longer 16 than 350 feet 17 1. Maintain and submit daily logs of grouting operations. 18 a. Include: 19 1) Grouting locations 20 2) Pressures 21 3) Volumes 22 4) Grout mix pumped 23 5) Time of pumping 24 2. Note any problems or unusual observations on logs. 25 B. Grout Strength Tests 26 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 27 cylinder molds or grout cubes obtained during grouting operations. 28 2. City will perform field sampling during annular space grouting. 29 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 30 cubic yards of grout injected but not less than 1 set for each grouting shift. 31 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 32 C39(cylindrical specimens)or ASTM C 109(cube specimens). 33 c. Remaining samples shall be tested as directed by City. 34 C. Safety 35 1. The Contractor is responsible for safety on the job site. 36 a. Perform all Work in accordance with the current applicable regulations of the 37 Federal, State and local agencies. 38 b. In the event of conflict,comply with the more restrictive applicable 39 requirement. 40 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 41 shafts/pits. 42 a. Diesel,electrical,hydraulic and air powered equipment is acceptable, subject to 43 applicable local, State and Federal regulations. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 33 05 24-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 3. Methods of construction shall be such as to ensure the safety of the Work, 2 Contractor's and other employees on site and the public. 3 4. Furnish and operate a temporary ventilation system in accordance with applicable 4 safety requirements when personnel are underground. 5 a. Perform all required air and gas monitoring. 6 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 7 atmosphere free of toxic or flammable gasses in all underground work areas. 8 5. Perform all Work in accordance with all current applicable regulations and safety 9 requirements of the federal, state and local agencies. 10 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 11 Underground Construction and Subpart P,Excavations. 12 b. In the event of conflict,comply with the more stringent requirements. 13 6. If personnel will enter the pipe during construction,the Contractor shall develop an 14 emergency response plan for rescuing personnel trapped underground in a shaft 15 excavation or pipe. 16 a. Keep on-site all equipment required for emergency response in accordance with 17 the agency having jurisdiction 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.I—Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1.1.0—Added Concrete Pressure Pipe Specification reference. 6/19/2013 D.Johnson 2.2.B.5—Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3—Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. 27 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 4 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for"Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing,placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Public Works Association(AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers(Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width—3 inch minimum 3) Weight—27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids,chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 (1) Color—Blue(in accordance with APWA Uniform Color Code) (2) Legend—Caution Potable Water Line Below(repeated every 24 inches) b) Reclaimed water lines (1) Color—Purple(in accordance with APWA Uniform Color Code) (2) Legend—Caution Reclaimed Water Line Below(repeated every 24 inches) c) Sewer Line (1) Color—Green(in accordance with APWA Uniform Color Code) (2) Legend—Caution Sewer Line Below(repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts,or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color—Blue(in accordance with APWA Uniform Color Code) (2) Legend—Caution Potable Water Line Below b) Reclaimed water lines (1) Color—Purple(in accordance with APWA Uniform Color Code) (2) Legend—Caution Reclaimed Water Line Below c) Sewer lines (1) Color—Green(in accordance with APWA Uniform Color Code) (2) Legend—Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers(Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep,with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches(not including post cap). 3. Where possible,place surface markers near fixed objects. 4. Place Surface Markers at the following locations: Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line(or end of casing pipe)for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings,or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Removed references to Utility Marker Balls throughout. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330530-1 LOCATION OF EXISTING UTILITIES Page I of 4 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid per each"Exploratory Excavation for Existing Utilities"specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing,placing and compaction of embedment 8) Furnishing,placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings,or as directed. b. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing,placing and compaction of embedment 8) Furnishing,placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called"D-Hole"within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Society of Civil Engineers(ASCE) a. ASCE Publication Cl/ASCE 38(Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations,the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies,as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 1105-1 BOLTS,NUTS,AND GASKETS Page 1 of 7 SECTION 33 1105 BOLTS,NUTS,AND GASKETS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All nuts,bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push-on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 04 10—Joint Bonding and Electrical Isolation 4. Section 33 11 10—Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all"Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 331105-2 BOLTS,NUTS,AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute(AISI). 3. American Society of Mechanical Engineers(ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service,or Both. c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural Steel d. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association(AWWA): a. CI I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service—Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile-Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41,Ductile-Iron Pipe and Fittings. 6. Fastener Quality Act(FQA) a. Public Law 106-34(P.L. 106-34) 7. NSF International(NSF): a. 61,Drinking Water System Components-Health Effects. 8. Society for Protective Coating(SSPC) Surface Preparation Standards(SP): a. SP2, Hand Tool Cleaning b. SP3,Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 331105-3 BOLTS,NUTS,AND GASKETS Page 3 of 7 1. Furnish an affidavit certifying that all fasteners,excluding T-Bolts, shall conform to the Fastener Quality Act(FQA)(P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations(bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Regulatory Requirements 1. All fasteners,excluding T-Bolts, shall conform to the Fastener Quality Act(FQA) (P.L. 106-34).All fasteners shall meet the marking requirements set forth by this Act. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 331105-4 BOLTS,NUTS,AND GASKETS Page 4 of 7 C. T-Bolts and Nuts 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion-resistant, low-carbon weathering steel in accordance with AWWA/ANSI C111/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193,Grade B8,Class 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194,Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel,carbide solution treated) 3. Nuts and Washers: ASTM A194,Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push-on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas,foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR,unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas,foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 05-5 BOLTS,NUTS,AND GASKETS Page 5 of 7 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets 1. Furnish Viton®(Fluorocarbon)Rubber, hydrocarbon resistant gaskets,when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10,threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic-filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white"or"white"when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of ASTM B 117, "Salt Spray Test"and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 331105-6 BOLTS,NUTS,AND GASKETS Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A,AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel(AWWA C200,C301,or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly,tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass,tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass,tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 2. Space rods evenly around the pipe. 3. During assembly,tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass,tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass,tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of from the nuts. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 331105-7 BOLTS,NUTS,AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform,thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp-edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection,overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-1 DUCTILE IRON PIPE Page I of 13 SECTION 33 1110 DUCTILE IRON PIPE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 4. Section 33 04 10—Joint Bonding and Electrical Isolation 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 1105—Bolts,Nuts, and Gaskets 9. Section 33 11 11 —Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting,manhole,or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"DIP"installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-2 DUCTILE IRON PIPE Page 2 of 13 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non-restrained,mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO). 3. American Society of Mechanical Engineers(ASME): a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 4. ASTM International(ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service,or Both c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association(AWWA): Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-3 DUCTILE IRON PIPE Page 3 of 13 a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- Enamel and Tape-Hot Applied. b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41,Ductile-Iron Pipe and Fittings. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. CI04/A21.4,Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. c. CI I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. CI 15/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50,Thickness Design of Ductile-Iron Pipe. f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast,for Water. g. C600,Installation of Ductile-Iron Water Mains and their Appurtenances 7. NSF International(NSF): a. 61,Drinking Water System Components-Health Effects. 8. Society for Protective Coatings(SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4,including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands,thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-4 DUCTILE IRON PIPE Page 4 of 13 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made, and that all tests have been performed in accordance with AWWA/ANSI C151/A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Change orders, specials,and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations(pipe, lining, and coatings)shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing 1. The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C1 l l/A21.11,AWWA/ANSI C150/A21.15,and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class,but in no case should they be less than the following: Diameter Min Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI"or"Ductile"shall be clearly labeled on each pipe b. Weight,pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-6 DUCTILE IRON PIPE Page 6 of 13 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50,AWWA/ANSI C151/A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill(w)= 130 pcf 2) Live Load=AASHTO HS 20 3) Trench Depth= 12 feet minimum,or as indicated in Drawings 4) Bedding Conditions=Type 4 5) Working Pressure(P,r)= 150 psi 6) Surge Allowance(Ps)= 100 psi 7) Design Internal Pressure(Pi)=P,r+Ps or 2:1 safety factor of the actual working pressure plus the actual surge pressure,whichever is greater. a) Test Pressure= (1) No less than 1.25 minimum times the stated working pressure(187 psi minimum)of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure(225 psi minimum)at the lowest elevation of the test section. 8) Maximum Calculated Deflection(D,,)=3 percent 9) Restrained Joint Safety Factor(Sf)= 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall 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 the bend,tee,plug,valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust,the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure(Pi)whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings,AWWA M41, and the following: 1) The weight of earth(We)shall be calculated as the weight of the projected soil prism above the pipe,for unsaturated soil conditions. 2) Soil density= 130 pcf(maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-7 DUCTILE IRON PIPE Page 7 of 13 8. Joints a. General—Comply with AWWA/ANSI C I I I/A21.11. b. Push-On Joints c. Mechanical Joints d. Push-On Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in Section 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push-on Restrained 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 01 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints—AWWA/ANSI Cl 15/A21.15,ASME B 16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C 115. a) Provide bolts and nuts in accordance with Section 33 1105. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating,minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 0160 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density(LLD) polyethylene conforming to AWWA/ANSI C I05/A21.5 or 4 mil high density cross-laminated(HDCL)polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 e. Marking: At a minimum of every 2 feet along its length,the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning—Corrosion Protection—Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water,perform one of the following: a) Label polyethylene encasement with"RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater,perform one of the following: a) Label polyethylene encasement with"WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-9 DUCTILE IRON PIPE Page 9 of 13 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI CI04/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section 01 60 00. 2) Apply 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 from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should betaken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut,coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein,as specified in AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-10 DUCTILE IRON PIPE Page 10 of 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes,slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris,dirt, animals and trash—during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI CI I I/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe,refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins 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 bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-11 DUCTILE IRON PIPE Page 11 of 13 1. Preparation a. Remove all lumps of clay,mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 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 prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type(Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe,centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug,but not tight,fit along barrel of pipe, securing fold at quarter points. h. Repair cuts,tears,punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type(Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. b. Slip tube around pipe,centering it to provide 6 inches 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 quarter points; secure ends. d. Before making up joint,slip 3-foot length of polyethylene tube over end of proceeding pipe section,bunching it accordion-fashion lengthwise. e. After completing joint,pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section,bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 10-12 DUCTILE IRON PIPE Page 12 of I3 e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint,make overlap and secure ends. h. Repair cuts,tears,punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Shaped Appurtenances a. Cover 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 practical to wrap valves,tees,crosses, 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, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube,wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs,air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance 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 through polyethylene,with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 3.5 REPAUVRESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general,there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,20I2 33 11 10-13 DUCTILE IRON PIPE Page 13 of 13 5. Promptly remove rejected pipe from the site. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV)Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.Lb.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12—Added reference to Section 33 1105 and removed material specification for bolts,nuts and gaskets Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 11 11 -1 DUCTILE IRON FITTINGS Page 1 of 13 1 SECTION 33 11 11 2 DUCTILE IRON FITTINGS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water,wastewater,and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC)Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 03 30 00—Cast-in-Place Concrete 17 4. Section 33 04 10—Joint Bonding and Electrical Isolation 18 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 20 7. Section 33 1105—Bolts,Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI CI53/A21.53. 28 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10(full 32 body)Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 33 (compact)Ductile Iron Fittings at his convenience,then the weight shall be 34 measured in accordance with AWWA/ANSI C153/A21.53. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under"Measurement"will be paid for at the unit 38 price bid per ton of"Ductile Iron Water Fittings with Restraint". 39 c. The price bid shall include: 40 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 41 Drawings Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -2 DUCTILE IRON FITTINGS Page 2 of 13 1 2) Polyethylene encasement 2 3) Lining 3 4) Pavement removal 4 5) Excavation 5 6) Hauling 6 7) Disposal of excess material 7 8) Furnishing and installing bolts, nuts, and restraints 8 9) Furnishing, placement and compaction of embedment 9 10)Furnishing, placement and compaction of backfill 10 11)Trench water stops 11 12)Clean-up 12 13)Cleaning 13 14)Disinfection 14 15)Testing 15 2. Ductile Iron Sewer Fittings 16 a. Measurement 17 1) Shall be per ton of fittings supplied 18 2) Fittings weights are the sum of the various types of fittings multiplied by 19 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 20 3) The fitting weights listed in AWWA/ANSI Cl 10/A21.1O are only allowed 21 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 22 Drawings specifically call for an AWWA/ANSI C11O/A21.1O fittings. 23 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10(full 24 body)Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 25 (compact)Ductile Iron Fittings at his convenience,then the weight shall be 26 measured in accordance with AWWA/ANSI C153/A21.53. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per ton of"Ductile Iron Sewer Fittings". 31 c. The price bid shall include: 32 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 33 Drawings 34 2) Epoxy Coating 35 3) Polyethylene encasement 36 4) Liming 37 5) Pavement removal 38 6) Excavation 39 7) Hauling 40 8) Disposal of excess material 41 9) Furnishing and installing bolts,nuts, and restraints 42 10)Furnishing,placement and compaction of embedment 43 11)Furnishing,placement and compaction of backfill 44 12)Clean-up 45 13)Cleaning 46 14)Disinfection 47 15)Testing Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -3 DUCTILE]RON FITTINGS Page 3 of 13 1 1.3 REFERENC ES 2 A. Definitions 3 1. Gland or Follower Gland 4 a. Non-restrained,mechanical joint fitting 5 2. Retainer Gland 6 a. Mechanically restrained mechanical joint fitting, consisting of multiple 7 gripping wedges incorporated into a follower gland meeting the applicable 8 requirements of ANSI/AWWA C 110/A21.10. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification,unless a date is specifically cited. 13 2. American Society of Mechanical Engineers (ASME): 14 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 15 3. ASTM International(ASTM): 16 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 17 High Temperature or High Pressure Service and Other Special Purpose 18 Applications 19 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 20 Pressure or High Temperature Service, or Both 21 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids. 24 e. B117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 25 4. American Water Works Association(AWWA): 26 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 27 Enamel and Tape-Hot Applied. 28 b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 29 c. M41,Ductile-Iron Pipe and Fittings. 30 5. American Water Works Assoc iation/American National Standards Institute 31 (AWWA/ANSI): 32 a. C104/A21.4,Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 33 b. C105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 34 c. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. 35 d. CI I I/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 36 e. CI 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 37 Threaded Flanges. 38 f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast, for Water. 39 g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 40 6. NSF International(NSF): 41 a. 61,Drinking Water System Components -Health Effects. 42 7. Society for Protective Coatings (SSPC): 43 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS /INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 1105. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C110/A21.10orAWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOTUSED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings)shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 or AWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 0160 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 1 4. Fittings Markings 2 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 3 b. Minimum markings shall include: 4 1) "DI"or"Ductile"cast or metal stamped on each fitting 5 2) Applicable AWWA/ANSI standard for that the fitting 6 3) Pressure rating 7 4) Number of degrees for all bends 8 5) Nominal diameter of the openings 9 6) Year and country fitting was cast 10 7) Manufacturer's mark 11 5. Joints 12 a. Mechanical Joints with mechanical restraint 13 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 14 ANSI/AWWA C110/A21.10. 15 2) The retainer gland shall have the following working pressure ratings based 16 on size and type of pipe: 17 a) Ductile Iron Pipe 18 (1) 3-inch— 16-inch, 350 psi 19 (2) 18-inch—48-inch, 250 psi 20 b) PVC C900 and C905 21 (1) 3-inch—12-inch, 305psi 22 (2) 14-inch—16-inch,235psi 23 (3) 18-inch—20-inch,200psi 24 (4) 24-inch—30—inch 165psi 25 c) Ratings are for water pressure and must include a minimum safety 26 factor of 2 to 1 in all sizes 27 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it 28 should be easy to differentiate between the 2. 29 4) Gland body, wedges and wedge actuating components shall be cast from 30 grade 65-45-12 ductile iron material in accordance with ASTM A536. 31 5) Mechanical joint restraint shall require conventional tools and installation 32 procedures per AWWAC600,while retaining full mechanical joint 33 deflection during assembly as well as allowing joint deflection after 34 assembly. 35 6) Proper actuation of the gripping wedges shall be ensured with torque 36 limiting twist off nuts. 37 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 38 b. Push-On,Restrained Joints 39 1) Restraining Push-on joints by means of a special gasket 40 a) Only those products that are listed in 0160 00 41 b) The working pressure rating of the restrained gasket must exceed the 42 test pressure of the pipe line to be installed. 43 c) Approved for use of restraining Ductile Iron Pipe in casing with a 44 carrier pipe of 4-inches to 12-inches 45 d) Otherwise only approved if specially listed on the drawings 46 2) Push-on Restrained Joint bell and spigot 47 a) Only those products list in the standard products list will be allowed for 48 the size listed in the standard products list per Section 01 60 00 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -7 DUCTILE IRON FITTINGS Page 7 of 13 1 b) Pressure rating shall exceed the working and test pressure of the pipe 2 line 3 c. Flanged Joints 4 1) AWWA/ANSI C115/A21.15,ASME B16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASME B16.1,Class 6 125. 7 3) Field fabricated flanges are prohibited. 8 6. Gaskets 9 a. Provide Gaskets in accordance with Section 33 1105. 10 7. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to 12 Section 33 04 10. 13 8. Bolts and Nuts 14 a. Mechanical Joints 15 1) Provide bolts and nuts in accordance with Section 33 1105. 16 b. Flanged Ends 17 1) Meet requirements ofAWWA C115. 18 a) Provide bolts and nuts in accordance with Section 33 1105. 19 9. Flange Coatings 20 a. Connections to Steel Flanges 21 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 22 Tape System in accordance with Section 33 1105. 23 10. Ductile Iron Fitting Exterior Coatings 24 a. All Ductile Iron Fittings shall have an asphaltic coating,minimum of 1 mil 25 thick, on the exterior, unless otherwise specified in the Contract Documents. 26 11. Polyethylene Encasement 27 a. All buried Ductile Iron Fittings shall be polyethylene encased. 28 b. Only manufacturers listed in the City's Standard Products List as shown in 29 Section 0160 00 will be considered acceptable. 30 c. Use only virgin polyethylene material. 31 d. Encasement for buried fittings shall be 8 mil linear low density(LLD) 32 polyethylene conforming to AWWA/ANSI C 105/A21.5 or 4 mil high density 33 cross-laminated(HDCL)polyethylene encasement conforming to conforming 34 to AWWA/ANSI C 105/A21.5 and ASTM A674. 35 e. Marking: At a minimum of every 2 feet along its length,the mark the 36 polyethylene film with the following information: 37 1) Manufacturer's name or trademark 38 2) Year of manufacturer 39 3) AWWA/ANSI C105/A21.5 40 4) Minimum film thickness and material type 41 5) Applicable range of nominal diameter sizes 42 6) Warning—Corrosion Protection—Repair Any Damage 43 f. Special Markings/Colors 44 1) Reclaimed Water,perform one of the following: 45 a) Label polyethylene encasement with"RECLAIMED WATER", 46 b) Provide purple polyethylene in accordance with the American Public 47 Works Association Uniform Color Code;or Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 13 1 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2 2) Wastewater, perform one of the following: 3 a) Label polyethylene encasement with"WASTEWATER"; 4 b) Provide green polyethylene in accordance with the American Public 5 Works Association Uniform Color Code;or 6 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 7 g. Minimum widths 8 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter NEn. Width —Flat Tube Min. Width —Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 9 12. Ductile Iron Fittings Interior Lining 10 a. Cement Mortar Lining 11 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 12 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 13 NSF 61. 14 b. Ceramic Epoxy or Epoxy Linings 15 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 16 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 17 List as shown in Section 0160 00. 18 2) Apply lining at a minimum of 40 mils DFT 19 3) Due to the tolerances involved,the gasket area and spigot end up to 6 20 inches back from the end of the spigot end must be coated with 6 mils 21 nominal, 10 mils maximum using a Joint Compound as supplied by the 22 manufacturer. 23 a) Apply the joint compound by brush to ensure coverage. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 1 b) Care should betaken that the joint compound is smooth without excess 2 buildup in the gasket seat or on the spigot ends. 3 c) Coat the gasket seat and spigot ends after the application of the lining. 4 4) Surface preparation shall be in accordance with the manufacturer's 5 recommendations. 6 5) Check thickness using a magnetic film thickness gauge in accordance with 7 the method outlined in SSPC PA 2. 8 6) Test the interior lining of all fittings for pinholes with a non-destructive 9 2,500 volt test. 10 a) Repair any defects prior to shipment. 11 7) Mark each fitting with the date of application of the lining system along 12 with its numerical sequence of application on that date and records 13 maintained by the applicator of his work. 14 8) For all Ductile Iron Fittings in wastewater service where the fitting has 15 been cut, coat the exposed surface with the touch-up material as 16 recommended by the manufacturer. 17 a) The touch-up material and the lining shall be of the same manufacturer. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. General 26 1. Install fittings, specials and appurtenances as specified herein, as specified in 27 AWWA C600,AWWA M41, and in accordance with the fittings manufacturer's 28 recommendations. 29 2. Lay fittings to the lines and grades as indicated in the Drawings. 30 3. Excavate and backfill trenches in accordance with 33 05 10. 31 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 32 B. Joint Making 33 1. Mechanical Joints with required mechanical restraint 34 a. All mechanical joints require mechanical restraint. 35 b. Bolt the retainer gland into compression against the gasket,with the bolts 36 tightened down evenly then cross torqued in accordance with AWWA C600. 37 c. Overstressing of bolts to compensate for poor installation practice will not be 38 permitted. 39 2. Push-on Joints (restrained) 40 a. All push-on joints shall be restrained push-on type. 41 b. Install Push-on joints as defined in AWWA/ANSI CI I I/A21.11. 42 c. Wipe clean the gasket seat inside the bell of all extraneous matter. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -10 DUCTILE IRON FITTINGS Page 10of 13 1 d. Place the gasket in the bell in the position prescribed by the manufacturer. 2 e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 3 gasket and the outside of the spigot prior to entering the spigot into the bell. 4 f. When using a field cut plain end piece of pipe,refinished the field cut and scarf 5 to conform to AWWA M-41. 6 3. Flanged Joints 7 a. Use erection bolts and drift pins to make flanged connections. 8 1) Do not use undue force or restraint on the ends of the fittings. 9 2) Apply even and uniform pressure to the gasket. 10 b. The fitting must be free to move in any direction while bolting. 11 1) Install flange bolts with all boh heads faced in 1 direction. 12 4. Joint Deflection 13 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 14 and grades and shown in the Drawings. 15 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 16 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 17 C600. 18 d. The manufacturer's recommendation may be used w ith the approval of the 19 Engineer. 20 C. Polyethylene Encasement Installation 21 1. Preparation 22 a. Remove all lumps of clay,mud, cinders,etc.,on fittings surface prior to 23 installation of polyethylene encasement. 24 1) Prevent soil or embedment material from becoming trapped between 25 fittings and polyethylene. 26 b. Fit polyethylene film to contour of fittings to affect a snug,but not tight encase 27 with minimum space between polyethylene and fittings. 28 1) Provide sufficient slack in contouring to prevent stretching polyethylene 29 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 30 joints or fittings, and to prevent damage to polyethylene due to backfilling 31 operations. 32 2) Secure overlaps and ends with adhesive tape and hold. 33 c. For installations below water table and/or in areas subject to tidal actions, seal 34 both ends of polyethylene tube w ith adhesive tape at joint overlap. 35 2. Tubular Type(Method A) 36 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 37 section. 38 b. Slip tube around finings, centering it to provide 1 foot overlap on each adjacent 39 pipe section and bunching it accordion-fashion lengthwise until it clears fittings 40 ends. 41 c. Lower fittings into trench with preceding section of pipe. 42 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 43 e. After assembling fittings make overlap of polyethylene tube,pull bunched 44 polyethylene from preceding length of pipe, slip it over end of the fitting and 45 wrap until it overlaps joint at end of preceding length of pipe. 46 f. Secure overlap in place. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -11 DUCTILE IRON FITTINGS Page 11 of 13 1 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 2 barrel of fitting, securing fold at quarter points. 3 h. Repair cuts,tears, punctures or other damage to polyethylene. 4 i. Proceed with installation of next fitting in same manner. 5 3. Tubular Type(Method B) 6 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 7 section. 8 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 9 end. 10 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 11 barrel of fitting, securing fold at quarter points; secure ends. 12 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 13 proceeding pipe section, bunching it accordion-fashion lengthwise. 14 e. After completing joint, pull 3-foot length of polyethylene over joint, 15 overlapping polyethylene previously installed on each adjacent section of pipe 16 by at least 1 foot;make each end snug and secure. 17 4. Sheet Type 18 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 19 section. 20 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 21 clears the fitting ends. 22 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 23 quadrant of fitting. 24 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 25 e. Lower wrapped fitting into trench with preceding section of pipe. 26 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 27 g. After completing joint, make overlap and secure ends. 28 h. Repair cuts,tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of fittings in same manner. 30 5. Pipe-Shaped Appurtenances 31 a. Cover bends,reducers,offsets, and other pipe-shaped appurtenances with 32 polyethylene in same manner as pipe and fittings. 33 6. Odd-Shaped Appurtenances 34 a. When it is not practical to wrap valves,tees, crosses and other odd-shaped 35 pieces in tube,wrap with flat sheet or split length polyethylene tube by passing 36 sheet under appurtenances and bringing it up around body. 37 b. Make seams by bringing edges together, folding over twice and taping down. 38 c. Tape polyethylene securely in place at the valve stem and at any other 39 penetrations. 40 7. Repairs 41 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 42 or with short length of polyethylene sheet or cut open tube,wrapped around 43 fitting to cover damaged area, and secure in place. 44 8. Openings in Encasement 45 a. Provide openings for branches, service taps,blow-offs, air valves and similar 46 appurtenances by making an X-shaped cut in polyethylene and temporarily 47 folding back film. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -12 DUCTILE IRON FITTINGS Page 12 of 13 1 b. After appurtenance is installed, tape slack securely to appurtenance and repair 2 cut, as well as other damaged area in polyethylene with tape. 3 c. Service taps may also be made directly through polyethylene,with any 4 resulting damaged areas being repaired as described above. 5 9. Junctions between Wrapped and Unwrapped Fittings 6 a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 7 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 8 b. Secure end with circumferentialturns of tape. 9 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 10 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 11 Fittings. 12 D. Blocking 13 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 14 crosses and plugs in the pipe lines as indicated in the Drawings. 15 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 16 normal to the thrust. 17 3. The supporting area for each block shall be at least as great as that indicated on the 18 Drawings and shall be sufficient to withstand the thrust,including water hammer, 19 which may develop. 20 4. Each block shall rest on a firm,undisturbed foundation or trench bottom. 21 5. If the Contractor encounters soilthat appears to be different than that which was 22 used to calculate the blocking according to the Drawings,the Contractor shall 23 notify the Engineer prior to the installation of the blocking. 24 3.5 REPAIR/RESTORATION 25 A. Patching 26 1. Excessive field-patching is not permitted of lining or coating. 27 2. Patching of lining or coating will be allowed where area to be repaired does not 28 exceed 100 square inches and has no dimensions greater than 12 inches. 29 3. In general,there shall not be more than 1 patch on either the lining or the coating of 30 any fitting. 31 4. Wherever necessary to patch the fitting: 32 a. Make patch with cement mortar as previously specified for interior joints. 33 b. Do not install patched fitting until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 c. Promptly remove rejected fittings from the site. 36 3.6 RE-INSTALLATION [NOT USED] 37 3.7 FIELD loR] SITE QUALITY CONTROL 38 A. Potable Water Mains 39 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 40 a. Clean, flush,pig, disinfect,hydrostatic test and bacteriological test the water 41 main as specified in Section 33 04 40. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 11 -13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.I.c—Restraints included in price bid 1.2.A.2.c—Restraints included in price bid 1.3—Added definitions of gland types for clarity 12/20/2012 D. Johnson 2.2.13.5—Removed unrestrained push-on and mechanical joints 2.2.13.6, 7, 8, and 9—Added reference to Section 33 05 10 and 33 04 10;removed material specifications for bolts,nuts and gaskets. 3.4—Requirement for all mechanical and push-on joints to be restrained 3.4.1)—Corrected reference 9/20/2017 W.Norwood 2.2.B.5.a.7—Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe 10 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20,2017 33 11 12-1 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 1 of 8 SECTION 33 1112 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride(PVC)Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. 33 0131 —Closed Circuit Television(CCTV)Inspection 4. 33 04 40—Cleaning and Acceptance Testing of Water Mains 5. 33 05 10—Utility Trench Excavation,Embedment and Backfill 6. 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 —Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting,manhole,or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid per linear foot of"PVC Water Pipe"installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid per linear foot of"Sewer Force Main"installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16,2018 33 11 12-2 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 2 of 8 f. Disposal of excess material g. Furnishing,placement and compaction of embedment h. Furnishing,placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up in. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO). 3. ASTM International(ASTM): a. D 1784, Standard Specification for Rigid Poly(Vinyl-Chloride)(PVC) Compounds and Chlorinated Poly(Vinyl Chloride)(CPVC)Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association(AWWA): a. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride(PVC)Pressure Pipes and Fittings for Water. c. C900,Polyvinyl Chloride(PVC)Pressure Pipe,and Fabricated Fittings,4 IN through 60 IN, for Water Transmission and Distribution. d. M23,PVC Pipe—Design and Installation. e. M41,Ductile-Iron Pipe and Fittings. 5. NSF International(NSF): a. 61,Drinking Water System Components—Health Effects. 6. Underwriters Laboratories,Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. For PVC Pressure Pipe that is used for water distribution,wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16,2018 33 11 12-3 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 3 of 8 d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas,to verify the restraint lengths shown on the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16,2018 33 11 12-4 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 4 of 8 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC,meeting the requirements of ASTM D 1784,with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class inch (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16,2018 33 11 12-5 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 5 of 8 C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill(w)= 130 pcf b. Live Load=AASHTO HS 20 c. Trench Depth= 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor= 1.0 f. Working Pressure(PW)= 150 psi g. Surge Allowance(PS)= 100 psi minimum h. Test Pressure= 1) No less than 1.25 times the stated working pressure(187 psi minimum)of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure(225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection=3 percent j. Restrained Joint Safety Factor(SF)= 1.5 k. Maximum Joint Deflection=50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends,tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints,where required, shall be used for a sufficient distance from each side of the bend,tee,plug,valve,or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure(Pi),whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth(We)as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density= 115 pcf(maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered,reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised November 16,2018 33 11 12-6 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 6 of 8 4. Joints a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push-on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non-toxic and NSF approved for potable water applications. d. Push-On Restrained Joints shall only be as approved in the Standard Products List in Section 0160 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein,as specified in AWWA C600,AWWA C605,AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt,animals and trash—during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16,2018 33 11 12-7 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 7 of 8 2. Push-on Joints a. Install Push-On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe,refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions,or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV)Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO27I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16,2018 33 11 12-8 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3—revised maximum joint deflection requirements 12/20/2012 D.Johnson 3A.C.1—Added reference to Ductile Iron Fittings 3.4.D—Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B.5.from"The pipe material shall be PVC,meeting the 4/1/2013 F.Griffin requirements of ASTM D1784,with a cell classification oft " to"The pipe material shall be PVC,meeting the requirements of ASTM D1784,with a cell classification of 12454". 11/14/2018 D.V.Magada All references to the use of C905 are no longer applicable and are deleted. 1.3.A.4.c.—Updated to reflect C900 applicable on PVC pipe sizes 4"through 60". Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16,2018 3312 10-1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 27 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way,fittings and water meter boxes complete in place,as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1—General Requirements 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25—Connection to Existing Water Mains CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 331210-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 27 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new"Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 331210-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 27 14) Surface Restoration associated with Meter Box installation and connection, excluding grass(seeding, sodding or hydro-mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each "Bored Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 331210-4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 27 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro-mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with relocation of the meter, associated private service line,fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each"Water Meter Service, Reconnection" installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 331210-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 27 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro-mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service" performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer,check valve, and isolation valve relocation, if applicable CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 331210-6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 27 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling 11) Disposal of excess material 12) Surface restoration,excluding grass(seeding, sodding or hydro-mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way,including corporation stop,curb stop,fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service(Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop,fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 27 a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98,Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures i. D883, Standard Terminology Relating to Plastics. j. D1693, Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold-Water Meters- Displacement Type, Bronze Main Case. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 331210-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 27 b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components- Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380(P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621E, Frames,Covers,Gratings,Steps,Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 27 1. Prior to shipment of any Water Service components,the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines"Lead-free"for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 3312 10-11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 27 a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter(O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 %inch per foot or 0.1458 inch per inch ±0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point,the stem end of the key shall not fracture. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 27 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1%:-inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type,or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. e. Overall Length 1) 3-5/16 inch+ 1/8 inch for 1-inch diameter 2) 4-1/32 inch +9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide 0-ring seal at top and bottom. a) 0-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 10-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 27 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide 0-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through,full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double 0-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through,full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 27 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 27 a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. N uts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1%-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with 0-ring seal seat at the upper end CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 27 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an 0-ring seat or a uniform flat drop-in flange gasket surface. 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to I %Z-inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss,and shall be free of burrs or fins. h) The valve shall be strong,well designed, neat in appearance,water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 3312 10-17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 27 e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/Pre Consumer Recycled Content-verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway—designed to withstand loading in non- deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-18 WATER SERVICES 1-INCH TO 2-INCH Page 18 of 27 d. Have pipe holes measuring a minimum of 2-1/2"x 3-1/4". e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 4-inch,3/-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size:working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x%-inch or%-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth 'Molly' logo molded into the lid. 3) Bear the Manufacturer's IS(name or logo)and Country of Origin. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-19 WATER SERVICES 1-INCH TO 2-INCH Page 19 of 27 4) Be designed both with and without AMI receptacles 5) Have a molded tread-plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end-point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area,to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti-flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents,ground smooth, and cleaned with shot blasting,to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of±1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary±5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-20 WATER SERVICES 1-INCH TO 2-INCH Page 20 of 27 a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/Pre Consumer Recycled Content-verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a 'knock-out" plug to accept the AM end-point. Knock-out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock-out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread-pattern-tread dimensions shall be.188-inch x .938-inch x.150-inch deep. (10)Have"City of Fort Worth" molded into the lid. (11)Have"Water Meter" molded into the lid-Font shall be standard Facial CNC font with 1-inch characters x .150-inch deep. (12)Have a molded pick hole pocket-dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13)Have 2 pieces of%:-inch rebar located in lid pockets for locatability as shown in Drawings. (14)Have location capability using metal detector. b) Domestic Manufacture Only-Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non-deliberate and incidental traffic only as . CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 3312 10-21 WATER SERVICES 1-INCH TO 2-INCH Page 21 of 27 e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) a) For use with services utilizing 5/8-inch x 3/-inch,3/-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x%-inch or 3/-inch or 1-inch Single service meter: b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1%-inch and 2-inch Water Services with a horizontal check valve,with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present,the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 3312 10-22 WATER SERVICES 1-INCH TO 2-INCH Page 22 of 27 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option,the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test,the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type c. Size of Pipe PART 3- EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-23 WATER SERVICES 1-INCH TO 2-INCH Page 23 of 27 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/-inch Service Lines with 1-inch new Service Line,tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate,embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such away that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-24 WATER SERVICES 1-INCH TO 2-INCH Page 24 of 27 C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings,or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed,threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required,shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-25 WATER SERVICES 1-INCH TO 2-INCH Page 25 of 27 a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter% inch to 3/ inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove,tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 33 12 10-26 WATER SERVICES 1-INCH TO 2-INCH Page 26 of 27 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, 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 outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[OR]SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 3312 10-27 WATER SERVICES 1-INCH TO 2-INCH Page 27 of 27 Revision Log DATE NAME SUMMARY OF CHANGE Added Blue Text for clarification 1.2 A.—Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking 12/20/2012 D.Johnson Water Act—All materials shall be lead free in accordance with this Act. 1.2.A.3—Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.13.—added certification submittals for compliance with regulatory requirements Added the phrase',including grass'to lines; Part 1,1.2.A.1.c.14,Part1,1.2.A.2.c.13, Part 1,1.2.A.2.c.13,Part 1,1.2.A.3.c.11, 2/13/2013 F.Griffin Part1, 1.2.A.4.c.11 Added the phrase'and replacement'to line Part 1,1.2.A.4.c.7 Revised lines with'including grass'replacing with'excluding grass(seeding,sodding or hydromulching paid separately)' 4/26/2013 F.Griffin Included in Part 1,1.2,A,1,c,14; Part 1,1.2,A,2,c,13;Part 1,1.2,A,3,c,11; Part 1,1.2,A,4,2,11 1.2.A.4.c—Addition of private water service appurtenances relocation to being 6/19/2013 D.Johnson included in the linear foot price of private water services 11/21/2016 W.Norwood Require meter box suitable for AMI meter.2.2,C,11&2.2,C,12 11/21/2016 W.Norwood Require service saddle with double straps.2.2,C,9,b 2/14/17 W.Norwood 2.2,C,9.a.3 Remove table"Fit Contour of pipe..." 2/14/17 W.Norwood 3.4,C,1.d.(2)Remove nylon sleeve inserts,require cc threads. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised February 14,2017 331220-1 RESILIENT SEATED(WEDGE)GATE VALVE Page 1 of 14 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the Contract 13 2. Division 1—General Requirements 14 3. Section 33 1105— Bolts, Nuts, and Gaskets 15 4. Section 33 11 10—Ductile Iron Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Gate Valve 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each "Gate Valve" installed 24 for: CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-2 RESILIENT SEATED(WEDGE)GATE VALVE Page 2 of 14 1 a) Various sizes 2 c. The price bid shall include: 3 1) Furnishing and installing Gate Valves with connections as specified in the 4 Drawings 5 2) Valve box 6 3) Extension 7 4) Extensions for valves in vaults 8 5) Valve vault and appurtenances(for 16-inch and larger gate valves) 9 6) Petrolatum tape for connections to steel flanges 10 7) 2-inch risers(for 16-inch and larger gate valves) 11 8) Isolation kits when installed with flanged connections 12 9) Polyethylene encasement 13 10) Pavement removal 14 11) Excavation 15 12) Hauling 16 13) Disposal of excess material 17 14) Furnishing, placement and compaction of embedment 18 15) Furnishing, placement and compaction of backfill 19 16) Clean-up 20 17) Cleaning 21 18) Disinfection 22 19) Testing 23 2. Cut-in Gate Valve 24 a. Measurement 25 1) Measurement for this Item shall be per each. 26 b. Payment CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-3 RESILIENT SEATED(WEDGE)GATE VALVE Page 3 of 14 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each "Cut-in Gate Valve" 3 installed for: 4 a) Various sizes 5 c. The price bid shall include: 6 1) Furnishing and installing Gate Valves with connections as specified in the 7 Drawings 8 2) System dewatering 9 3) Connections to existing pipe materials 10 4) Valve box 11 5) Extension 12 6) Extensions for valves in vaults 13 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 14 8) Petrolatum tape for connections to steel flanges 15 9) 2-inch risers(for 16-inch and larger gate valves) 16 10) Isolation kits when installed with flanged connections 17 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 18 12) Polyethylene encasement 19 13) Pavement removal 20 14) Excavation 21 15) Hauling 22 16) Disposal of excess material 23 17) Furnishing, placement and compaction of embedment 24 18) Furnishing, placement and compaction of backfill 25 19) Clean-up 26 20) Cleaning 27 21) Disinfection CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-4 RESILIENT SEATED(WEDGE)GATE VALVE Page 4 of 14 1 22) Testing 2 1.3 REFERENCES 3 A. Abbreviations and Acronyms 4 1. NRS—Non Rising Stem 5 2. OS&Y—Outside Screw and Yoke 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. American Association of State Highway and Transportation Officials(AASHTO). 11 3. American Society of Mechanical Engineers (ASME): 12 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125,and 250). 13 4. American Iron and Steel Institute (AISI). 14 5. ASTM International (ASTM): 15 a. A48,Standard Specification for Gray Iron Castings. 16 b. A242,Standard Specification for High-Strength Low-Alloy Structural Steel. 17 c. A307,Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 18 Tensile Strength. 19 d. A536, Standard Specification for Ductile Iron Castings. 20 e. B117,.Standard Practice for Operating Salt Spray(Fog)Apparatus. 21 f. B633,Standard Specification for Electrode posited Coatings of Zinc on Iron and 22 Steel. 23 6. American Water Works Association (AWWA): 24 a. C509, Resilient-Seated Gate Valves for Water Supply Service. 25 b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. 26 c. C550, Protective Interior Coatings for Valves and Hydrants. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-5 RESILIENT SEATED(WEDGE)GATE VALVE Page 5 of 14 1 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings,4 IN 2 through 12 IN, for Water Transmission and Distribution. 3 7. American Water Works Association/American National Standards Institute 4 (AWWA/ANSI): 5 a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 6 b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 7 c. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 8 Threaded Flanges. 9 8. NSF International (NSF): 10 a. 61, Drinking Water System Components- Health Effects. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 0133 00. 14 B. All submittals shall be approved by the City prior to delivery. 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16 A. Product Data 17 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 18 supplied, including: 19 a. Dimensions, weights, material list, and detailed drawings 20 b. Joint type 21 c. Maximum torque recommended by the manufacturer for the valve size 22 2. Polyethylene encasement and tape 23 a. Whether the film is linear low density or high density cross linked polyethylene 24 b. The thickness of the film provided 25 3. Thrust Restraint, if required by contract Documents 26 a. Retainer glands CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-6 RESILIENT SEATED(WEDGE)GATE VALVE Page 6 of 14 1 b. Thrust harnesses 2 c. Any other means 3 4. Instructions for field repair of fusion bonded epoxy coating 4 5. Gaskets 5 B. Certificates 6 1. Furnish an affidavit certifying that all Resilient Seated (Wedge)Gate Valves meet 7 the provisions of this Section,each valve meets Specifications,all inspections have 8 been made and that all tests have been performed in accordance with AWWA 9 C509 or AWWA C515. 10 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 11 3. Furnish affidavit that Resilient Seated (Wedge)Gate Valve manufacturer has five 12 years experience manufacturing Resilient Seated Gate Valves of similar service and 13 size with experience record. 14 4. Furnish affidavit that Resilient Seated (Wedge)Gate Valve manufacturer owns or 15 controls any foreign factory/foundry that supplies valve casings and can certify 16 that the Resilient Seated (Wedge)Gate Valve manufacturer is in control of quality 17 control at the foreign factory/foundry. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 24 project. 25 1) Change orders, specials and field changes may be provided by a different 26 manufacturer upon City approval. 27 b. For valves less than 16-inch,valves of each size shall be the product of 1 28 manufacturer, unless approved by the City. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 331220-7 RESILIENT SEATED(WEDGE)GATE VALVE Page 7 of 14 1 1) Change orders, specials and field changes may be provided by a different 2 manufacturer upon City approval. 3 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 4 d. For valves equipped with a bypass, the bypass valve must be of the same 5 manufacturer as the main valve. 6 e. Resilient Seated Gate Valves shall be new. 7 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 8 successful experience manufacturing of Resilient Seated Gate Valves of similar 9 service and size, and indicated or demonstrate an experience record that is 10 satisfactory to the Engineer and City.This experience record will be thoroughly 11 investigated by the Engineer, and acceptance will be at the sole discretion of 12 the Engineer and City. 13 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 14 bypass; that are not manufactured within the United States of America, shall 15 be manufactured by factories/foundries that are owned or controlled (partial 16 ownership) such that the Resilient Seated Gate Valve Manufacturer can 17 control and guarantee quality at the foreign factory/foundry. 18 1.10 DELIVERY,STORAGE,AND HANDLING 19 A. Storage and Handling Requirements 20 1. Protect all parts so that no damage or deterioration will occur during a prolonged 21 delay from the time of shipment until installation is completed and the units and 22 equipment are ready for operation. 23 2. Protect all equipment and parts against any damage during a prolonged period at 24 the site. 25 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 26 strongly built and securely bolted thereto. 27 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 28 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 29 extremes in temperature. 30 6. Secure and maintain a location to store the material in accordance with Section 01 31 6600. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 331220-8 RESILIENT SEATED(WEDGE)GATE VALVE Page 8 of 14 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY 3 A. Manufacturer Warranty 4 1. Manufacturer's Warranty shall be in accordance with Division 1. 5 PART 2- PRODUCTS 6 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed on the City's Standard Products List will be 10 considered as shown in Section 0160 00. 11 a. The manufacturer must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 0125 00. 14 B. Description 15 1. Regulatory Requirements 16 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall 17 meet or exceed the requirements of this Specification. 18 b. All valve components in contact with potable water shall conform to the 19 requirements of NSF 61. 20 C. Materials 21 1. Valve Body 22 a. Valve body: ductile iron per ASTM A536 23 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 24 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 25 C111/A21.11. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 331220-9 RESILIENT SEATED(WEDGE)GATE VALVE Page 9 of 14 1 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 2 mils, meeting AWWA C550 requirements 3 e. Buried valves: Provide with polyethylene encasement in accordance with 4 AWWA/ANSI C105/A21.5. 5 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 6 2. Wedge (Gate) 7 a. Resilient wedge: rated at 250 psig cold water working pressure 8 b. The wedge (gate)for all valve sizes shall be 1 piece,fully encapsulated with a 9 permanently bonded EPDM rubber. 10 3. Bypass 11 a. For gate valves using a double roller,track and scrapper system, an integrally 12 cast bypass on the body of the valve is required_ 13 1) Orient the bypass on the same side of the gate valve as the spur gear to 14 allow operation of both valves from the manhole opening. 15 2) The bypass shall be a minimum 4-inch in size. 16 4. Gate Valve Bolts and Nuts 17 a. Bonnet, Stuffing Box and Gear Box- Hex head bolt, and hex nut: Steel ASTM 18 A307 Gr. B, Zinc Plate per ASTM B633,SC3 for non-buried service(4-inch 19 through 12-inch valves) or as specified in 2.2.C.4.b. 20 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) 21 and for valves 16-inch through 36-inch (non-buried service) 22 5. Bolts and Nuts 23 a. Mechanical Joints 24 a) Provide bolts and nuts in accordance with Section 33 1105. 25 b. Flanged Ends 26 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 27 material. 28 2) Provide bolts and nuts in accordance with Section 33 1105. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-10 RESILIENT SEATED(WEDGE)GATE VALVE Page 10 of 14 1 3) Flanged isolation kits shall be provided when connecting to buried steel or 2 concrete pressure pipe. Kits shall conform to Section 33 0410. 3 6. Joints 4 a. Valves: flanged,or mechanical-joint or any combination of these as specified 5 on the Drawings or in the project Specifications 6 1) Flanged-joints: AWWA/ANSI C115/A21.15,ASME B16.1, Class 125 7 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 8 Class 125. 9 b) Field fabricated flanges are prohibited. 10 2) Steel or concrete pressure pipe 11 a) Use flange-joints unless otherwise specified in the Contract 12 Documents. 13 3) Ductile Iron or PVC pressure pipe 14 a) Use mechanical joints with mechanically restrained retainer glands 15 unless otherwise specified in the Contract Documents. 16 7. Operating Nuts 17 a. Supply for buried service valves 18 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 19 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 20 operating nut base. 21 d. To open,the operating nut shall be turned to the RIGHT(CLOCKWISE) 22 direction. Nut shall be painted red per AWWA specifications 23 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 24 from transferring torque to that shaft or the gear box that exceeds the 25 manufacturer's recommended torque. 26 f. Furnish handwheel operators for non-buried service,or when shown in the 27 Drawings. 28 8. Gearing 29 a. Gate valves that are 24 inch and larger: Equip with a spur gear. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 333150-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 15 1 b) Various materials 2 c. The price shall include: 3 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 4 the Drawings 5 2) Pavement removal 6 3) Excavation 7 4) Hauling 8 5) Disposal of excess material 9 6) Tee connection to main 10 7) Service Line 11 8) Fittings 12 9) 2-way cleanout and cap with concrete pad 13 10) Surface restoration surrounding 2-way cleanout 14 11) Furnishing, placing and compaction of embedment and backfill 15 12) Clean-up 16 4. Private Service Relocation 17 a. Measurement 18 1) Measured horizontally along the surface from center line to center line of 19 the fitting, manhole or appurtenance 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this 22 Item and measured as provided under"Measurement" will be paid for at 23 the unit price bid per linear foot for"Private Sewer Service" installed for: 24 a) Various sizes 25 b) Various materials 26 c. The price shall include: 27 1) Obtaining appropriate Permit CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 333150-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 15 1 1) The work performed and materials furnished in accordance with this Item 2 will be paid for at the unit price bid per each"DIP Sewer Service" installed 3 for: 4 a) Various sizes 5 c. The price bid shall include: 6 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified 7 by the Drawings 8 2) Pavement removal 9 3) Excavation 10 4) Hauling 11 5) Disposal of excess material 12 6) Tee connection to main 13 7) Fittings 14 8) 2-way cleanout and cap with concrete pad 15 9) Surface restoration,excluding grass (seeding, sodding or hydro-mulch paid 16 separately) 17 10) Furnishing, placing and compaction of embedment 18 11) Furnishing, placing and compaction of backfill 19 12) Clean-up 20 3. New Bored Sewer Service 21 a. Measurement 22 1) Measurement for this Item shall be per each Bored Sewer Service 23 complete in place. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"will be paid for at the 27 unit price bid per each "Bored Sewer Service" installed for: 28 a) Various sizes CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 333150-2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 15 1 a. Measurement 2 1) Measurement for this Item shall be per each "Sewer Service" complete in 3 place. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for at the unit price bid per each "Sewer Service" installed for: 7 a) Various sizes 8 c. The price bid shall include: 9 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 10 the Drawings 11 2) Pavement removal 12 3) Excavation 13 4) Hauling 14 5) Disposal of excess material 15 6) Tee connection to main 16 7) Fittings 17 8) 2-way cleanout and cap with concrete pad 18 9) Surface restoration,excluding grass(seeding,sodding or hydro-mulch paid 19 separately) 20 10) Furnishing, placing and compaction of embedment 21 11) Furnishing, placing and compaction of backfill 22 12) Clean-up 23 2. New Ductile Iron Sewer Service 24 a. Measurement 25 1) Measurement for this Item shall be per each Ductile Iron Sewer Service 26 complete in place. 27 b. Payment CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 15 1 SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection,service line and 2-way cleanout from the main 7 to the right-of-way, as shown on the Drawings, directed by the Engineer and 8 specified herein for: 9 a. New Service 10 b. New Service (Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1—General Requirements 18 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 19 4. Section 33 1110—Ductile Iron Pipe 20 5. Section 33 11 11—Ductile Iron Fittings 21 6. Section 33 3120—Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. New Sewer Service CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 33 31 23-8 SANITARY SEWER PIPE ENLARGEMENT Page 8 of 8 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333123-7 SANITARY SEWER PIPE ENLARGEMENT Page 7 of 8 6. Join the replacement pipe on site in appropriate working lengths near the insertion pit. a. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any 1 time shall be 600 linear 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 segments of the HDPE pipe, as approved by the Engineer. E. New Pipe Installation 1. Install new pipe in accordance with the manufacturer's recommendations. F. Anchoring New Pipe and Sealing Manholes 1. After the new pipe has been installed in the entire length of the 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 less than 4 inches). 2. Wait a minimum of 10 hours after installation before sealing 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. Grout flexible connector in the manhole,filling all voids the full thickness of the manhole wall. 5. Restore manhole bottom and invert. G. Sewer Service Connections 1. Install service connections in accordance with Section 33 31 50. H. Rescue 1. The cost for rescue of static,hydraulic or pneumatic hammer"moling"devices or modified boring"knives"that become stuck or excessively buried and require additional excavation to retrieve shall be the sole responsibility of the Contractor. I. Surface Restoration 1. Any damage caused to paving structures or any other surface fracture resulting from the pipe enlargement shall be repaired or replaced to the same condition,or better,at the expense of the Contractor. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Post-Construction Closed Circuit Television(CCTV)Inspection 1. Video Inspection a. Conduct a Post-Construction CCTV Inspection in accordance with Section 33 0131. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333123-6 SANITARY SEWER PIPE ENLARGEMENT Page 6 of 8 a. Removal of obstruction is considered subsidiary to CCTV inspection. C. Point Repairs 1. Perform point repair as identified on the Drawings or at the discretion of the City. This may include: 1) Pipe replacement 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert 3.4 INSTALLATION A. Site Organization 1. Locate insertion or access pits such that their total number will be minimized and the length of replacement pipe installed in a single pull shall be maximized. 2. Use existing manholes wherever practical. a. Manhole inverts and bottoms may be removed to permit access for installation equipment. 3. Locate equipment used to perform the work away from buildings so as not to create a noise impact. Conform to City of Fort Worth Code of Ordinances,Part II, Section 23-8. a. Provide silencers or other devices to reduce machine noise as needed to meet requirements. B. Schedule 1. Upon commencement of the actual pipe enlargement,do not begin a segment of work that cannot be completed before the end of the work day. C. Finished Pipe 1. The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration,pitting,varying wall thickness,pipe separation and other deformities. 2. Carefully cut out the replacement pipe passing through or terminating in a manhole in a shape and manner approved by the Engineer. 3. Streamline and improve the manhole invert and benches to ensure smooth flow. 4. The installed pipe shall meet the leakage requirements of the pressure test specified herein. D. Pipe Jointing 1. Assemble and join sections of HDPE replacement pipe on the job site above ground. 2. Use the heating and butt-fusion system for jointing in strict conformance with the manufacturer's printed instructions and in accordance to Section 33 31 15. 3. Ensure that the butt-fusion joints have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure and alignment. 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt- fusion joint. 5. Make all joints available for inspection by the Engineer before insertion. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333123-5 SANITARY SEWER PIPE ENLARGEMENT Page 5 of 8 a. The manufacturer must comply with this Specification and related Sections. 1. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. HDPE Pipe a. The pipe and fitting material shall conform to Section 33 31 15. 2. Service Saddles a. Conform to Section 33 3150. 3. Repair Clamp a. Conform to Section 33 31 15. 4. Manhole Inverts and Benches a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Provide Pre-Construction Closed Circuit Television(CCTV)Inspection of the pipeline to be replaced/enlarged in conformance with Section 33 01 31. a. Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks,obstacles and service connections by Closed Circuit Color Television. B. Evaluation and Assessment 1. Identify, by location,the presence of line obstructions in the existing sewer(heavy solids,dropped joints,protruding service taps or collapsed pipe)which will prevent completion of the pipe bursting/crushing process and which cannot be removed by conventional sewer cleaning equipment. 2. Identify,by location,the presence of sags in the sewer line(s)by the following procedure: a. Perform CCTV inspection. b. Provide CCTV inspection 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 be replaced by point repair. 3.3 PREPARATION A. Bypassing Sewage 1. Bypass pump sewage in accordance with Section 33 03 10. B. Line Obstructions 1. If identified in the CCTV inspection, remove line obstruction. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333123-4 SANITARY SEWER PIPE ENLARGEMENT Page 4 of 8 2. Provide a phasing plan with the sequence of construction prior to the start of construction. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Special Procedure Submittals 1. Provide a bypass pumping plan when required by Contract Documents in accordance with Section 33 03 10. 2. Provide a phasing plan with the sequence of construction prior to the start of construction. 1.7 CLOSEOUT SUBMITTALS A. Record Documentation 1. Provide Closed Circuit Television inspection reports in accordance with Section 33 0131. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. The Contractor shall be certified by the particular Pipe Enlargement system manufacturer that such firm is a licensed installer of their system. No other Pipe Enlargement system other than those listed in these Specifications is acceptable. 2. The Contractor shall be able to show that the personnel directly involved with the Pipe Enlargement have adequate experience with similar work. B. Pre-construction and Post-construction Testing 1. Provide Pre-construction and Post-construction Closed Circuit Television(CCTV) Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 33 01 31. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333123-3 SANITARY SEWER PIPE ENLARGEMENT Page 3 of 8 1.3 REFERENCES A. Abbreviations and Acronyms 1. HDPE—High Density Polyethylene 2. CCTV—Closed Circuit Television B. Definitions 1. Pipe Bursting/Crushing a. The reconstruction of gravity sewer pipe by installing an approved pipe material by use of a static,hydraulic or pneumatic hammer"moling"device, suitably sized to break out the old pipe or by using a modified boring"knife" with a flared plug that implodes and crushes the existing sewer pipe. b. Forward progress of the "mole"or the "knife" may be aided by the use of hydraulic equipment or other apparatus. c. The replacement pipe is either pulled or pushed into the bore. d. The method allows for replacement of pipe sizes from 8-inches through 21- inches and/or upsizing in varying increments up to 21-inches. C. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Society for Testing and Materials(ASTM): a. D1248 Specifications for Polyethylene Plastic Molding and Extension Materials b. D1693 Test for Environmental Stress-Cracking of Ethylene Plastics c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings d. D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials e. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials f. F714 Specification for Polyethylene(PE)Plastic Pipe(SDR-PR)Based on Outside Diameter(3"IPS and Larger) 3. City of Fort Worth Code of Ordinances a. Part 11,Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City,Engineer,franchise utilities,etc. as described in the Drawings. 2. Provide advanced notice prior to commencing actual pipe enlargement activities, as described in the Drawings, in order to allow the City to provide appropriate advanced notice to affected residents. 3. Review the location and number of insertion or access pits with the City Inspector prior to excavation. B. Sequencing 1. Provide a bypass pumping plan,when required,detailing collection and discharge locations and method of bypass pumping in accordance with Section 33 03 10, prior to the start of construction. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333123-2 SANITARY SEWER PIPE ENLARGEMENT Page 2 of 8 7) Bypass Pumping for pipes smaller than 18-inches 8) Disposal of excess material 9) Furnishing,placement and compaction of backfill 10) Clean-up 11) Cleaning 12) Testing 2. Point Repair a. Measurement 1) Measurement for this Item shall be by the linear foot measured horizontally along 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 performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"Sewer 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) Excavation 5) Hauling 6) Bypass Pumping for pipes smaller than 18-inches 7) Disposal of excess material 8) Furnishing,placement and compaction of backfill 9) Clean-up 10) Cleaning 11) Testing 3. Service Reinstatement,Pipe Enlargement a. Measurement 1) Measurement for this Item shall be per each service to be reinstated. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'shall be paid for at the unit price bid per each"Service Reinstatement,Pipe Enlargement'. c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Launching pit 6) Receiving pit 7) Bypass Pumping for pipes smaller than 18-inches 8) Disposal of excess material 9) Furnishing,placement and compaction of backfill 10) Clean-up 11) Cleaning 12) Testing Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333123-1 SANITARY SEWER PIPE ENLARGEMENT Page 1 of 8 SECTION 33 3123 SANITARY SEWER PIPE ENLARGEMENT PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing(Pipe Bursting/Crushing) a. This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 0130—Sewer and Manhole Testing 4. Section 33 01 31 —Closed Circuit Television(CCTV)Inspection 5. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 7. Section 33 31 15—High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 8. Section 33 3150—Sanitary Sewer Service Connections and Service Line 9. Section 33 39 10—Cast-in-Place Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Installation by Pipe Enlargement a. Measurement 1) Measured horizontally along the surface from center line to center line of the manhole or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"Pipe Enlargement"installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Launching pit 6) Receiving pit Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333120-6 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 6 of 6 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 3150. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 2. Air Test and Deflection(Mandrel)Test a. Perform in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D.Johnson 2.2.B.Lb—Pipe Material Clarification Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 333120-5 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 5 of 6 3) PVC cell classification 4) ASTM or Standard Dimension Ratio(SDR)designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall be gasket,bell and spigot,push-on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push-on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 3150. 6. Detectable Metallic Tape a. See Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe,specials and appurtenances as specified herein, as specified in Section 33 05 10,and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris,dirt, animals and trash—during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 333I20-4 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 4 of 6 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D 1784,with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w)= 130 pounds per cubic foot b) Live Load=AASHTO HS 20 c) Trench Depth= 12 feet minimum, or as indicated in Drawings d) Maximum(E')= 1,000 max e) Deflection Lag Factor(DL)= 1.0 f) Bedding Factor constant(K)=0.1 g) Mean radius of the pipe(r),inches,as indicated in Drawings h) Marston's load per unit length (W),pounds per inch, calculate per Drawings i) PVC modulus of elasticity(E)=400,000 psi j) Moment of inertia of pipe wall per unit length,(I)=t3/12,(in4/in),per pipe type and size (1) Where(t)=pipe thickness, inches k) Maximum Calculated Deflection =5 percent h. Pipe Flotation: If the pipe is buried in common saturated soil(about 120 pounds per cubic foot)with at least 1'/z pipe diameters of cover,pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb>Wp+Wf+Wd Where: Fb=buoyant force,pound per foot Wp=empty pipe weight, pound per foot Wf=weight of flooded soil, pound per foot Wd=weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 33 31 20-3 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 3 of 6 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034(4-inch through 15-inch)and ASTM F679(18-inch through 27-inch). 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 0166 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance/Design Criteria 1. Pipe a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 333120-2 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 2 of 6 h. Trench water stops i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation(AASHTO). 3. ASTM International(ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride)(PVC) Compounds and Chlorinated Poly(Vinyl Chloride)(CPVC)Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly(Vinyl Chloride)(PVC)Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality(TCEQ): a. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.53 —Pipe Design. b. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.54—Criteria for Laying Pipe. c. Title 30,Part I, Chapter 217, Subchapter C,Rule 217.57—Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories,Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio(SDR) 5. Cell classification 6. Laying lengths B. Certificates Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 333120-1 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 1 of 6 SECTION 33 3120 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride(PVC)pipe 4-inch through 27-inch for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 0130—Sewer and Manhole Testing 4. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 6. Section 33 05 26—Utility Markers/Locators 7. Section 33 31 50—Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"PVC Pipe"installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths,for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing,placement and compaction of embedment g. Furnishing,placement and compaction of backfill Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19,2013 33 31 15-6 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 6 of 6 F. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 0131. 2. Air Test a. Provide an Air Test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 04/23/2019 Walter Norwood 1.LA referenced Section 33 3121 and was corrected to reflect Section 33 31 23. Revised to include HDPE by open cut installation 08/19/2022 Kim Keefer Added Paragraph 1.2.A.2 Added Paragraph 3.4.0 for direct bury installation CITY OF FORT WORTH Sanitary Sewer Rehabilitation&Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02719 Revised April 23,2019 ADDENDUM No.2 3331 15-5 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 5 of 6 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3-EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe,fittings, specials and appurtenances as specified herein,as specified in Section 33 3121,and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. If applicable excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed HDPE pipe in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris,dirt, animals and trash—during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Direct Burial 1. Buried HDPE pipe and fittings shall be installed in accordance with ASTM D 2321. The design window identified in AWWA M55 chapter 5 shall be considered acceptable design and installation conditions. 2. No additional joint restraints shall be placed in the HDPE pipe system since the fused joint system is fully restrained. D. Pipe Joining a. Join pipe in accordance with ASTM F2620. b. Operators must be certified 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 itself,be properly aligned and contain no gaps or voids. e. Remove bead projection on the outside of the pipe to reduce drag during pipe installation process. E. Connection Installation 1. See Section 33 31 50. CITY OF FORT WORTH Sanitary Sewer Rehabilitation&Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02719 Revised April 23,2019 ADDENDUM No.2 3331 15-4 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 4 of 6 B. Materials 1. Pipe and Fittings a. Material shall be minimum DR-17 Extra High Molecular Weight, High Density Polyethylene PE 3408, Cell Class PE345464D or E (inner wall shall be white or light in color)per ASTM D3350. b. Material shall be homogeneous throughout and free of- Abrasion, cutting or gouging of the outside surface extending to more than 10 percent of the wall thickness in depth 2) Cracks 3) Kinking(generally due to excessive or abrupt bending) 4) Flattening 5) Holes 6) Blisters 7) Other defects c. Pressure and Deflection Design 1) Pipe design shall be based on trench conditions and design pressure class specified in the drawings. 2) Pipe shall be designed according to the methods indicated in AWWA/ANSI C906-21 and AWWA M55 a) Unit Weight of Fill(w)= 130 Pcf b) Live Load—AASHTO HS 20 c) Trench Depth= 12 feet minimum,or as indicated in Drawings d) Maximum Calculated Deflection=5 percent d. Pipe with gashes,nicks, abrasions or any such physical damage which may have occurred during storage and/or handling,which are larger/deeper than 10 percent of the wall thickness shall not be used and shall be removed from the construction site. e. Pipe and fittings shall be uniform in color,opacity,density and other physical properties. 1) Pipe and fittings not meeting these criteria will be rejected. f. Pipe Markings 1) Meet the minimum requirements 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 or Standard Dimension Ratio(SDR)designation e) Cell classification f) Seal of testing agency that verified the suitability of the pipe 2. Connections a. Use only manufactured fittings. b. See Section 33 31 50. 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 ACCESSORIES [NOT USED] CITY OF FORT WORTH Sanitary Sewer Rehabilitation&Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02719 Revised April 23,20I9 ADDENDUM No.2 33 31 15-3 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 3 of 6 4. Pressure Rating 5. Standard Dimension ratio(SDR) 6. Cell classification 7. Laying lengths B. Certificates 1. Furnish an affidavit certifying that all HDPE gravity pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM standards as listed herein. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size,unless otherwise specified by the City. 1) Change orders,specials and field changes maybe provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with and ASTM D3350. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Pipe and fittings shall be transported, stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 0166 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY[NOT USED] PART 2-PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. CITY OF FORT WORTH Sanitary Sewer Rehabilitation& Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 402719 Revised April 23,2019 ADDENDUM No.2 33 31 15-2 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 2 of 6 • Various Embedments • Various Depths c. The price bid shall include: 1) Furnishing and installing HDPE gravity pipe with fittings and joints as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Furnishing, placement and compaction of embedment 7) Furnishing,placement and compaction of backfill 8) Trench waters stops 9) Clean-up 10) Cleaning 11) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings Materials. b. D3261,Standard Specifications for Butt Heat Fusion Polyethylene (PE)Plastic Fittings for PE Plastic pipe and tubing. c. F2620, Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings. 3. Texas Commission on Environmental Quality(TCEO): a. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.53—Pipe Design b. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.54—Criteria for Laying Pipe. c. Title 30,Part I, Chapter 217,Subchapter C,Rule 217.57—Testing Requirements for Installation of Gravity Collection System Pipes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Gravity pipe 2. Manufacturer 3. Nominal pipe diameter CITY OF FORT WORTH Sanitary Seiver Rehabilitation& Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02719 Revised April 23,2019 ADDENDUM No.2 333115-1 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Pagel of 6 SECTION 33 3115 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. High Density Polyethylene(HDPE)pipe 8-inch and larger for the use in gravity sanitary sewer replacement by open cut and rehabilitation by pipe enlargement per Section 33 3123 B. Deviations from this City of Fort Worth Standard Specification 1. Revisions for application of HDPE to open cut gravity sanitary sewer application. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 0130—Sewer and Manhole Testing 4. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 6. Section 33 05 26—Utility Markers/Locators 7. Section 33 3121 —Sanitary Sewer Pipe Enlargement 8. Section 33 31 50—Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Sanitary Sewer Pipe Enlargement a. Measurement 1) This item is considered subsidiary to Sanitary Sewer Pipe Enlargement per Section 33 31 21. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of Pipe Enlargement per Section 33 3121,and no other compensation will be allowed. 2. Sanitary Sewer Open Cut a. Measurement 1) Measured horizontally along the surface from center line of the manhole or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"HDPE Pipe"installed for: • Various Sizes • Various Standard Dimension Ratios CITY OF FORT WORTH Sanitary Sewer Rehabilitation&Waterline Replacement Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 402719 Revised April 23,2019 ADDENDUM No.2 333112-7 CURED IN PLACE PIPE(CIPP) Page 7 of 7 4. Blind holes, over cutting and holes that miss the tap must be repaired to the satisfaction of the City. 5. If additional work is required to restore the lateral connection outside of the pipe follow the requirements of Section 33 31 50. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television(CCTV)Inspection a. Perform a Pre-CCTV and a Post-CCTV Inspection in accordance with Section 33 0131. 2. The inspection must be completed and the quality of installation must be acceptable to the City prior to restoring services. 3. If the CIPP is deemed unacceptable by the City, provide a method of repair or replacement for review and approval by the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3331 12-6 CURED IN PLACE PIPE(CIPP) Page 6 of 7 3. Prepare for bypass pumping per Section 33 03 10. C. Liner(tube)Preparation 1. Resin Impregnation a. Impregnate the liner in a saturation facility where the environment can be consistently controlled. b. Use sufficient quantity of resin to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the potential loss of resin during installation through cracks and irregularities in the original pipe wall. c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper thickness. 2. If transported to the site,refrigerate as necessary to maintain stable environment for the impregnated liner. 3.4 INSTALLATION A. Safety 1. Carry out operation in accordance with all OSHA and manufacturer's safety requirements including,but not limited to, safety requirements involving confined space entry. B. Liner installation 1. The impregnated liner can be placed in the pipe by either direct inversion or the pull in place method. 2. Follow ASTM F1216 Specification for direct inversion installation. 3. Follow ASTM F1743 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 from substantial wrinkles, as well as defects and improper service connections. C. Curing 1. Curing of the CIPP may be done by water, steam or Ultra Violet(UV) light source, depending on the liner type and resin. Each method must follow the recommendation of the manufacturer. 2. Place a sufficient amount of temperature and/or monitoring gauges within the system to insure curing throughout the liner is consistent and uniform. A minimum of 2 gauges is required, I at each end of the liner. 3. Upon completion of the curing process provide the City with the monitoring data. D. Reinstatement of lateral connections I. After the liner pipe is cured in place have the lateral connections reinstated within 18 hours. 2. Reinstate the service by cutting the liner from the inside of the pipe. For small diameter pipe a remote operated cutting device may be used. For larger pipe the liner may be cut by hand. 3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches the existing tap invert,there are no jagged edges and a minimum of 95 percent of the tap opening is restored. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333112-5 CURED IN PLACE PIPE(CIPP) Page 5 of 7 b. Construct liner to withstand installation pressures, have sufficient strength to bridge missing pipe and stretch to fit irregular pipe sections. c. The wet out liner shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness. d. Manufacture liner to a size that when installed will tightly fit the internal circumference and length of the original pipe. Make allowance for circumferential stretching during construction. e. Manufacture to length necessary to fully span the distance between manholes. Include sufficient amount of material for sealing at manholes and product sample, if required. f. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear,detailed examination with CCTV inspection per Section 33 0131 can be made. 2. Resin a. The resin system will be manufactured by an approved company selected by the CIPP liner manufacturer. Provide documentation of approval, if requested. b. The resin system shall be corrosion resistant polyester or vinyl ester system including all required catalysts and initiators that create a composite that satisfies the requirements of ASTM F1216,ASTM D5813 and ASTM F1743. c. The resin used shall produce a proper CIPP system,which will be resistant to abrasion caused by solid,grit or sand. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL[NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] A. Inspection 1. Prior to installation,conduct an inspection of the existing pipe identified for rehabilitation along with the surrounding job site conditions. 2. Complete a Pre-CCTV inspection per Section 33 01 31. 3. Observe flows at different times of the date to determine or verify flow conditions in preparation for bypass pumping. 4. Verify accessibility conditions and coordinate with city regarding easement access and limitations. 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be rehabilitated without compromising the CIPP system. B. Host Pipe Preparation 1. Clean the pipe per Section 33 04 50. 2. Inspect pipe as required by this Specification. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 31 12-4 CURED IN PLACE PIPE(CIPP) Page 4 of 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. General 1. All pipe furnished and installed shall be in conformance with and ASTM F1216(6- inch through 60-inch). B. Manufacturer and Installers 1. Only the Manufacturer/Installers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The Manufacturer/Installer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. C. Performance/Design Criteria 1. Liner(tube) a. Design liner for a 50-year service life under continuous loading conditions. b. Consider no bonding to the original pipe wall. c. Base design on a fully deteriorated host pipe condition as defined in ASTM F1216. d. Calculate wall thickness per ASTM F 1216 Appendix X 1. 1) Assume the following values for the design: a) Safety Factor(N)=2.0 b) Ovality(C)=5 percent c) Enhancement Factor(K)=7.0 d) Groundwater Depth(HW)=per Drawings, feet e) Soil Depth(H)=per Drawings,feet f) Soil Modulus(E')= 1,000,psi g) Soil Density(w)= 130 pounds per cubic foot h) Live Load=ASSHTO HS 20 2) The minimum allowable wall thickness for fiberglass liner is 2.8 millimeters and can be increased as necessary to meet ASTM F 1216 Appendix X 1 design formula. 3) The minimum allowable wall thickness for felt liner is 6.0 millimeters and can be increased as necessary to meet ASTM F 1216 Appendix X 1 design formula. 4) Fiberglass or felt products below the stated minimum wall thickness will not be allowed under any circumstances. D. Materials 1. Liner(tube) a. The liner consists of absorbent non-woven felt or seamless spirally wound glass fiber. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3331 12-3 CURED IN PLACE PIPE(CIPP) Page 3 of 7 b. Ground water table elevation c. Depth of cover at deepest location d. Modulus of soil stiffness e. Long term modulus of elasticity f. Live loading g. Factor of safety against buckling h. Assumed pipe ovality C. Certificates 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and meets the requirements of above referenced ASTM standards. D. Source Quality Control Submittals 1. Manufacturer to provide third party test results supporting the long term performance and structural strength of the pipe being manufactured 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturing and Installation a. Finished pipe shall be the product of 1 manufacturer. b. Liner manufacturing operations shall be performed at 1 location. c. The pipe manufacturer shall: 1) Have performed a minimum 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(6- inch through 60-inch). B. Certifications 1. Manufacturing and Installation a. Operate pipe manufacturing and installation under a quality management system certified by third party ISO 9000. Provide proof of certification upon request. b. If Installer is different company than Manufacturer,then installer must provide certification from the manufacturer that he/she is licensed and fully trained as an installer of the product upon request. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Follow manufacturer's recommendation on all storage and handling requirements. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3331 12-2 CURED IN PLACE PIPE(CIPP) Page 2 of 7 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"Service Reconnection, CIPP". c. The price bid shall include: 1) Mobilization 2) Furnishing and installing CIPP as specified by the Drawings 3) Hauling 4) Disposal of excess material 5) Clean-up 6) Cleaning 7) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO). 3. ASTM International(ASTM): a. D5813, Standard Specification for Cured-In-Place Thermosetting Resin Sewer Piping Systems. b. F1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube. c. F 1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP). 4. International Organization for Standardization(ISO): a. 9000,Quality Management System-Fundamentals and Vocabulary. 5. Occupational Safety and Health Administration (OSHA). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Flexible Liner(tube) a. Tabular summary by sewer segment noting required CIPP thickness per section 2. Resin a. Technical data sheet showing physical and chemical properties b. Test results of chemical resisting testing performed by resin manufacturer B. Shop Drawings 1. Provide calculations to support CIPP design thickness after curing. List the following criteria used for the calculations: a. Assumed host pipe condition Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3331 12-1 CURED IN PLACE PIPE(CIPP) Page 1 of 7 SECTION 33 31 12 CURED IN PLACE PIPE(CIPP) PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cured in Place Pipe(CIPP)6-inch through 60-inch for gravity sanitary sewer rehabilitation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 0130—Sewer and Manhole Testing 4. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 5. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 6. Section 33 04 50—Cleaning of Sewer Mains 7. Section 33 31 50—Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Cured in Place Pipe(CIPP) a. Measurement 1) Measured horizontally along the surface from center line to center line of the manhole or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"CIPP"installed for: a) Various sizes c. The price bid shall include: 1) Mobilization 2) Furnishing and installing CIPP as specified by the Drawings 3) Hauling 4) Disposal of excess material 5) Clean-up 6) Cleaning 7) Testing 2. Service Reconnection, CIPP a. Measurement 1) Measurement for this Item shall be per each service reconnected. b. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 331240-7 FIRE HYDRANTS Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.F.2.a.1).a).(2)Added paint manufacturer specification 12/20/2012 D.Johnson 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act(P.L. 111-380)—All material s to be lead-free in accordance with this act. 11/27/2013 D.Townsend Sections modified are 1.1.A.1, 1.9.A.2,and 2.2.E.I Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1,2.2.B.I.c,2.4.13.2 H.R.3588(P.L. 113-64)signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act(P.L. 111-380)requirement for fire hydrant. All previous revisions related to"lead-free"requirement are now deleted including those revisions 1/3/2014 D.Townsend made 11/27/2013,those being: Sections modified are 1.I.A.1, 1.9.A.2,and 2.2.E.I Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1,2.2.13.I.c,2.4.13.2 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3,2014 331240-6 FIRE HYDRANTS Page 6 of 7 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces,rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17,to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base,vertical to ground elevation. b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD CONTROL A. Field Inspections 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant,to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service 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 Fire Hydrant or its appurtenances do not meet the criteria of the AWWA Manual of Water Supply Practice M17,the Contractor will remedy the situation criteria, at the Contractor's expense. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3,2014 331240-5 FIRE HYDRANTS Page 5 of 7 a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed,stem shall be grooved and sealed with 0-rings. 3. Provide crushed rock for placement around base conforming to Section 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 for above grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA C502. B. Markings 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3,2014 331240-4 FIRE HYDRANTS Page 4 of 7 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance/Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/8 inch at the top 2) Open by turning the operating nut to the right(clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes,threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 21/2-inch(nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH(NFPA 1963) b) Pump nozzle (1) 4-inch(nominal size of connection) (a) Thread Designation 4-4 NH(NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel(if needed)and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non-corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry-Barrel Fire Hydrant Assembly a. Internal parts 1) Threads Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3,2014 331240-3 FIRE HYDRANTS Page 3 of 7 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502,UL 246 and FM 1510. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Dry-Barrel Fire Hydrant shall be 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 Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3,2014 331240-2 FIRE HYDRANTS Page 2 of 7 n. Disinfection o. Testing 1.3 REFERENCES A. Definitions 1. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Water Works Association(AWWA): a. C502,Dry-Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17)—Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61,Drinking Water System Components—Health Effects 4. National Fire Protection Association(NFPA) a. 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories,Inc. (UL) a. 246,Hydrants for Fire-Protection Service 6. Factory Mutual(FM) a. Class Number 1510,Approval Standard for Fire Hydrant(Dry Barrel Type)for Private Fire Service 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Dry-Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3,2014 33 12 40-1 FIRE HYDRANTS Page 1 of 7 SECTION 33 12 40 FIRE HYDRANTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Dry-barrel fire hydrants with 5'/4-inch main valve for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 5. Section 33 11 10—Ductile Iron Pipe 6. Section 33 11 11 —Ductile Iron Fittings 7. Section 33 11 14—Buried Steel Pipe and Fittings 8. Section 33 12 20—Resilient Seated(Wedge)Gate Valve 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant,complete in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under"Measurement"will be paid for at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry-Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Adjusting hydrant to the appropriate height e. Painting f. Pavement Removal g. Excavation h. Freight, loading,unloading and handling i. Disposal of excess material j. Furnish,placement and compaction of embedment k. Furnish,placement and compaction of backfill 1. Blocking,Braces and Rest in. Clean up Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3,2014 33 12 25-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•C.3 and 4—Added reference to Section 33 1105 and removed bolt,nut and gasket material specification 2/6/2013 D.Townsend 3.4.B.4 Modified to refer to Section 33 04040 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 33 12 25-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4 If any discharge of chlorinated water occurs,discharged water shall be de- chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used,the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re-pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 33 12 25-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C,ASTM A285 Grade C,ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 4. Gaskets a. Provide gaskets in accordance with Section 33 1105. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation, if needed,that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 3305 10. 2. Verify that all equipment and materials are available on—site prior to the shutdown of the existing main. 3. Pipe lines shall be completed,tested and authorized for connection to the existing system in accordance with Section 33 04 40. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 33 12 25-5 CONNECTION TO EXISTING WATER MAINS Page 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 repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 33 12 25-4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M.a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time,coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data,if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions,weights,material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch,or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 33 12 25-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers(ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International(ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel,Low- and Intermediate-Tensile Strength. g. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association(AWWA): a. C200, Steel Water Pipe-6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service—Sizes 4 IN through 144 IN. c. C213,Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C11 l/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. C115A21/15,Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threaded Flanges. 6. NSF International(NSF): a. 61,Drinking Water System Components—Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60,Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Meetings 1. Required for any connections to an existing,pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 33 12 25-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation(as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including,but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation(as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 331225-1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include,but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 5. Section 33 05 30—Location of Existing Utilities 6. Section 33 1105—Bolts,Nuts,and Gaskets 7. Section 33 11 10—Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place,and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Connection to Existing Water Maid'installed for: a) Various sizes of existing water distribution main Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 33 12 20-14 RESILIENT SEATED(WEDGE)GATE VALVE Page 14 of 14 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A—Modified acceptable size range and added requirement for bypass in 30-inch gate valves,Blue text added for exceptions 1.2 Measurement and Payment—Added Cut-In Gate Valve 1.2.A.l.c and 1.2.A.2.c—added additional items to be included in price bid 1.6.A—removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D.Johnson 1.9.A.1—Added requirement for bypass valve manufacturing 2.2.C.—Added requirement for 30-inch gate valves to have a bypass and bypass material requirements;Added reference to Section 33 1105 and removed material specification for bolts,nuts and gaskets;Added requirement for flanged isolation kits;Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3—Modified acceptable cast iron from Class 40 to Class 35B;Added requirements for reclaimed water applications 1.1.A.2 Revision-Gate valves larger than 24-inches may be approved by the City on a case-by-case basis 1.6.13.3 Added Section.Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section—Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D.Townsend in foreign factories/foundries providing components to certify on-site quality control. 1.9.A.l.f Added Section.Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.l.g Added Section.Requirement for Gate Valve manufacturers ownership(or control)in foreign factories/foundries providing components to certify on-site quality control 1.1.A.1 Revised maximum allowable Resilient Seated(Wedge)Gate Valve from 30-inch to 48-inch 1.1.A.1.a Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D.Townsend 2.2.C.3.Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller,track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications 3 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-13 RESILIENT SEATED(WEDGE)GATE VALVE Page 13 of 14 1 4. If access and operation of the valve meet the City's criteria,then the valve will be 2 accepted as installed. 3 B. Non-Conforming Work 4 1. If access and operation of the valve or its appurtenances does not meet the City's 5 criteria,the Contractor will remedy the situation until it meets the City's criteria, 6 at the Contractor's expense. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-12 RESILIENT SEATED(WEDGE)GATE VALVE Page 12 of 14 1 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 2 1) Valve box covers shall be round for potable water applications and square 3 for reclaimed water applications. 4 g. Box extension material shall be AWWA C900 PVC or ductile iron. 5 2.4 SOURCE QUALITY CONTROL[NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. All valves shall be installed in vertical position when utilized in normal pipeline 13 installation. 14 2. Valves shall be placed at line and grade as indicated on the Drawings. 15 3. Polyethylene encasement installation shall be in accordance with Section 33 1110. 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD[OR] SITE QUALITY CONTROL 19 A. Field Inspections 20 1. Before acceptance of the installed valve,the City Field Operations Staff shall have 21 the opportunity to operate the valve. 22 2. The City shall be given the opportunity to inspect all buried flanges before they are 23 covered. 24 3. The Operator will be assessing the ease of access to the operating nut within the 25 valve box and ease of operating the valve from a fully closed to fully opened 26 position. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 33 12 20-11 RESILIENT SEATED(WEDGE)GATE VALVE Page 11 of 14 1 b. Bevel gears for horizontally mounted valves are not allowed. 2 c. The spur gear shall be designed and supplied by the manufacturer of the valve 3 as an integral part of the gate valve. 4 9. Gaskets 5 a. Provide gaskets in accordance with Section 33 1105. 6 2.3 ACCESSORIES 7 A. All gate valves shall have the following accessories provided as part of the gate valve 8 installation: 9 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 10 within 1 foot of the surface of the ground,when the operating nut on the gate 11 valve is 3 feet or more beneath the surface of the ground. Extension Stems are: 12 a. Not required on City stock orders 13 b. Not to be bolted or attached to the valve-operating nut 14 c. To be of cold rolled steel with a cross-sectional area of 1 square inch,fitting 15 loosely enough to allow deflection 16 2. Furnish joint components such as gaskets,glands, lubricant, bolts, and nuts in 17 sufficient quantity for assembly of each joint. 18 3. Cast Iron Valve Boxes: provide for buried service gate valves,cast iron valve boxes 19 and covers 20 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5%-inch 21 shafts,screw type, consisting of a top section and a bottom section. 22 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 23 in attached in Section 0160 00. 24 c. Valve box covers shall be so designed that they can be easily removed to 25 provide access to valve operating nut. 26 d. Valve box covers must be designed to stay in position and resist damage under 27 AASHTO HS 20 traffic loads. 28 e. Each cover shall be casted with the word "WATER" or"RECLAIMED" in raised 29 letters on the upper surface. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised May 6,2015 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 15 1 2) Obtaining Right of Entry 2 3) Performing relocation as specified in the Drawings 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess material 6 7) Service Line-private side by plumber 7 8) Fittings 8 9) Furnishing, placing and compaction of embedment 9 10) Furnishing, placing and compaction of backfill 10 11) Clean-up—surface restoration,excluding grass (seeding, sodding or hydro- 11 mulch paid separately) 12 S. Sewer Service Reconnection 13 a. Measurement 14 1) Measurement for this Item shall be per each "Sewer Service 15 Reconnection"complete in place from public service line connection to 16 private service line connection. 17 b. Payment 18 1) The work performed in conjunction with the relocation of a sewer service, 19 associated with private service line,fittings and cleanout S feet or less in 20 any direction from the centerline of the existing service line and the 21 materials furnished in accordance with this Item will be paid for at the unit 22 price per each "Sewer Service, Reconnection" performed for: 23 a) Various service sizes 24 c. The price bid shall include: 25 1) Private service line 26 2) Fittings 27 3) Private connection to sewer service 28 4) Pavement removal CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 15 1 5) Excavation 2 6) Hauling 3 7) Disposal of excess material 4 8) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 5 separately) 6 9) 7 10) 8 11) Clean-up 9 6. 2-way Cleanout 10 a. Measurement 11 1) Measurement for this Item shall be per each when only a"2-way 12 Cleanout" is installed. 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this 15 Item shall be paid for at the unit price bid per each "2-way Cleanout" 16 installed for: 17 a) Various sizes 18 b) Various materials 19 c. The price bid shall include: 20 1) Furnishing and installing the 2-way Cleanout and cap as specified in the 21 Drawings 22 2) Pavement removal 23 3) Concrete pad 24 4) Surface restoration,excluding grass (seeding, sodding or hydro-mulch paid 25 separately) 26 5) Hauling 27 6) Disposal of excess material 28 7) Furnishing, placing and compaction of backfill CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 15 1 8) Clean-up 2 7. Service Reinstatement 3 a. Measurement 4 1) Measurement for this Item shall be per each Reinstatement of Service 5 associated with the sewer main being rehabilitated by a trenchless 6 method. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this item 9 and measured as provided under"Measurement" will be paid for at the 10 unit price bid per each "Sewer Service, Reinstatement" for: 11 a) Various sizes 12 c. The price bid shall include: 13 1) Tap to existing main (if required) 14 2) Pavement removal 15 3) Excavation 16 4) Hauling 17 5) Disposal of excess material 18 6) Tee connection to main 19 7) Service line (if required) 20 8) Fittings 21 9) Furnishing, placing and compaction of embedment and backfill 22 10) Clean-up—surface restoration, excluding grass (seeding, sodding or hydro- 23 mulch paid separately)references 24 B. Definitions 25 1. New Service 26 a. New service applies to the installation of a service with connection to a new or 27 existing sewer main. 28 b. The service materials would include service line,fittings and cleanout. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 15 1 2. Bored Service 2 a. Bored service applies to the installation of a service with connection to a new 3 or existing sewer main including a bore under an existing road. 4 b. The service materials would include service line,fittings and cleanout. 5 3. Private Service Relocation 6 a. Private service relocation applies to the replacement of the existing sewer 7 service line on private property typically associated with the relocation of the 8 existing main. 9 b. Typical main relocation will be from a rear lot easement or alley to the street. 10 4. Service Reinstatement 11 a. Service reinstatement applies to the reconnection of an existing service to an 12 existing main that has been rehabilitated by trenchless methods such as pipe 13 enlargement(pipe bursting), slip lining or CIPP. 14 C. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. ASTM International (ASTM): 19 a. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) 20 Sewer Pipe and Fittings 21 b. ASTM D1785 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, 22 Schedules 40, 80 and 120. 23 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 24 Pipe for Sewers and Other Gravity-Flow Applications 25 d. ASTM D2412 Standard Test Method for Determination of External Loading 26 Characteristics of Plastic Pipe by Parallel-Plate Loading 27 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 28 Pipes Using Flexible Elastomeric Seals 29 3. Texas Commission on Environmental Quality CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 333150-9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 15 1 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54—Criteria for Laying 2 Pipe and Rule 3 b. Title 30, Part I, Chapter 217,Subchapter C, 217.55—Manholes and Related 4 Structures 5 1.3 ADMINISTRATIVE REQUIREMENTS 6 A. Scheduling 7 1. Provide advance notice for service interruption to property owner and meet 8 requirements of Division 0. 9 1.4 SUBMITTALS 10 A. Submittals shall be in accordance with Section 0133 00. 11 B. All submittals shall be approved by the City prior to delivery. 12 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product data shall include, if applicable: 14 1. Tee connection or saddle 15 2. Fittings (including type of cleanout) 16 3. Service line 17 B. Certificates 18 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 19 this Section. 20 1.6 CLOSEOUT SUBMITTALS[NOT USED] 21 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.8 QUALITY ASSURANCE [NOT USED] 23 1.9 DELIVERY,STORAGE,AND HANDLING 24 A. Storage and Handling Requirements CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 33 31 50-10 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 10 of 15 1 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 2 guidelines. 3 2. Protect all parts such that no damage or deterioration will occur during a 4 prolonged delay from the time of shipment until installation is completed and the 5 units and equipment are ready for operation. 6 3. Protect all equipment and parts against any damage during a prolonged period at 7 the site. 8 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 9 extremes in temperature. 10 5. Secure and maintain a location to store the material in accordance with Section 01 11 6600. 12 1.10 FIELD [SITE] CONDITIONS [NOT USED] 13 1.11 WARRANTY[NOT USED] 14 PART 2- PRODUCTS 15 2.1 OWNER-FURNISHED [NOT USED] 16 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 17 A. Manufacturers 18 1. Only the manufacturers as listed on the City's Standard Products List will be 19 considered as shown in Section 0160 00. 20 a. The manufacturer must comply with this Specification and related Sections. 21 2. Any product that is not listed on the Standard Products List is considered a 22 substitution and shall be submitted in accordance with Section 0125 00. 23 3. The services and appurtenances shall be new and the product of a manufacturer 24 regularly engaged in the manufacturing of services and appurtenances having 25 similar service and size. 26 B. Materials/Design Criteria 27 1. Service Line and Fittings (including tee connections) CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 33 31 50-11 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page it of 15 1 a. PVC pipe and fittings on public property shall be in accordance with Section 33 2 3120. 3 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 4 with ASTM D1785. 5 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 6 with Section 33 1110 and Section 33 1111. 7 2. Service saddle 8 a. Service saddles shall only be allowed when connecting a new service to an 9 existing sanitary sewer main and shall: 10 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 11 neoprene gasket for seal against main 12 2) Use saddle to fit outside diameter of main 13 3) Use saddle with grooves to retain band clamps 14 4) Use at least 2 stainless steel band clamps for securing saddles to the main 15 b. Inserta tees service connections may not be used. 16 3. Cleanout 17 a. Cleanout stack material should be in accordance with City Standard Details or 18 as shown on Drawings. 19 b. For paved areas, provide a cast iron cleanout and cast iron lid. 20 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 21 4. Coupling 22 a. For connections between new PVC pipe stub out and existing service line, use 23 rubber sleeve couplings with stainless steel double-band repair sleeves to 24 connect to the line. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 33 31 50-12 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 12 of 15 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3- EXECUTION [NOT USED] 4 3.1 INSTALLERS 5 A. A licensed plumber is required for installations of the service line on private property. 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. General 10 1. Install service line,fittings and cleanout as specified herein,as specified in Section 11 33 05 10 and in accordance with the pipe manufacturer's recommendations. 12 B. Handling 13 1. Haul and distribute service lines,fittings and cleanouts at the project site and 14 handle with care to avoid damage. 15 a. Inspect each segment of service line and reject or repair any damaged pipe 16 prior to lowering into the trench. 17 2. Do not handle the pipe in such a way that will damage the pipe. 18 C. Service Line 19 1. Lay service line at a minimum grade of 2 percent,as shown on City Standard 20 details,or at lines and grades as indicated in the Drawings. 21 2. If service line is installed by bore as an alternative to open cut,the cost associated 22 with open cut installation,such as pavement removal,trenching, embedment and 23 backfill and pavement patch will not be included as part of the bore installation. 24 3. Excavate and backfill trenches in accordance with 33 05 10. 25 4. Embed PVC Pipe in accordance with 33 05 10. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 33 31 50-13 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 13 of 15 1 D. Cleanout 2 1. Install out of traffic areas such as driveways, streets and sidewalks whenever 3 possible. 4 a. When not possible, install cast iron cleanout stack and cap. 5 2. Install 2-way cleanout in non-paved areas in accordance with City Standard 6 Details. 7 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 8 E. Service line connection to main 9 1. New service on new or replacement main 10 a. Determine location of service connections before main installation so the 11 service fittings can be installed during main installation. 12 b. Connect service line to main with a molded or fabricated tee fitting. 13 2. Reconnection to main after pipe enlargement 14 a. Tapping the existing main and installing a strap on tee connection may be 15 used. 16 b. Allow the new main to recover from imposed stretch before tapping and 17 service installation. 18 1) Follow manufacturer's recommendation for the length of time needed. 19 c. Tap main at 45 degree angle to horizontal when possible. 20 1) Avoid tapping the top of main. 21 d. Extend service line from main to property line or easement line before 22 connecting to the existing service line. 23 3. New service on existing main 24 a. Connect service line to main with a molded or fabricated tee fitting if possible. 25 b. Tapping the existing main and installing a strap on tee connection may be 26 used. 27 F. Private Service Relocation CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 33 31 50-14 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 14 of 15 1 1. Requirements for the relocation of service line on private property 2 a. A licensed plumber must be used to install service line on private property. 3 b. Obtain permit from the Development Department for work on private 4 property. 5 c. Pay for any inspection or permit fees associated with work on private 6 property. 7 d. Verify(by Exploratory Excavation of Existing Utilities)the elevations at the 8 building cleanout and compare to data on the Drawings before beginning 9 service installation. 10 e. Submit elevation information to the City inspector. 11 f. Verify that the 2 percent slope installation requirement can be met. 12 1) If the 2 percent slope cannot be met,verify with the Engineer that line 13 may be installed at the lesser slope. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION 16 A. Service Relocation 17 1. All relocations that are not installed as designed or fail to meet the City code shall 18 be reinstalled at the Contractor's expense. 19 3.7 FIELD QUALITY CONTROL 20 A. Inspections 21 1. Private property service line requires approval by the City plumbing inspector 22 before final acceptance. CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 33 31 50-15 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 15 of 15 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE Throughout—Deep Sewer Service was removed 1.2—Measurement and Payment Items were revised to include relocation and 12/20/2012 D.Johnson reconnection;Blue text was added for guidance in applying the bid Items;Price bid lists revised to include clean-out caps,pads and surface restoration. Added the phrase',including grass'to lines; Part 1,1.2.A.1.c.9,Partl,1.2.A.2.c.9,Part 1,1.2.A.5.c.8,Partl,1.2.A.6.c.4 Added the phrase'-surface restoration,including grass'to lines; 2/13/2013 F.Griffin Part 1,1.2.A.4.c.11,Part 1,1.2.A.7.10 Removed the phrase'surrounding 2-way cleanout'from lines; Part 1,1.2.A.1.c.9,Part 1,1.2.A.2.c.9,Part 1,1.2.A.6.c.4 Revised lines with'including grass'replacing with'excluding grass(seeding,sodding or hydromulching paid separately)' 4/26/2013 F.Griffin Included in Part 1,1.2,A,1,c,9;Part 1, 1.2,A,2,c,9;Part 1, 1.2,A,4,c,11;Part 1, 1.2,A,5,c,8;Part 1,1.2,A,6,c,4;Part 1,1.2,A,7,c,10 10 CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised April 26,2013 3339 10-1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 7 SECTION 33 39 10 CAST-IN-PLACE CONCRETE MANHOLE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer Cast-in-Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-In-Place Concrete 4. Section 03 80 00—Modifications to Existing Concrete Structures 5. Section 33 0130—Sewer and Manhole Testing 6. Section 33 05 13—Frame, Cover, and Grade Rings 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for 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 the unit price bid per each"Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfill 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover 11) Grade rings 12) Pipe connections 13) Pavement removal Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3339 10-2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 7 14)Hauling 15)Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per vertical foot for"Extra Depth Manhole"specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel(if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15)Hauling 16)Disposal of excess material 17)Placement and,compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. 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 lump sum bid per each"Sewer Junction Structure"location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel(if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 3339 10-3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 7 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. 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 connection(s) c. Type"A"Manhole(See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. Shallow Manhole(See City Standard Details) 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch c. See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International(ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Drop connection materials Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333910-4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. Concrete—Conform to Section 03 30 00. 2. Reinforcing Steel—Conform to Section 03 2100. 3. Frame and Cover—Conform to Section 33 05 13. 4. Grade Ring—Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded 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. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume f 2 percent. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333910-5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 7 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate,creating a stable base for the manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. b. No other joints are allowed unless shown on Drawings. 3. Place, finish and cure concrete according to Section 03 30 00. a. Manholes must cure 3 days before backfilling around structure. B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhole. C. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains,construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top '/z of the pipe removed to facilitate manhole construction. 4. For all standard manholes 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 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333910-6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 7 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris,stones and dirt to ensure a watertight seal. 4. Do not use steel shims,wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. F. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. G. External coating l. Remove dirt,dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure for 3 days before backfilling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5. Application will follow manufacturer's recommendation. H. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. I. Junction Structures 1. All structures shall be installed as specified in Drawings. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333910-7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.I.c.—reinforcing steel removed from items to be included in price bid Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333920-1 PRECAST CONCRETE MANHOLE Page 1 of 6 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer,Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-in-Place Concrete 4. Section 03 80 00—Modifications to Existing Concrete Structures 5. Section 33 0130—Sewer and Manhole Testing 6. Section 33 05 13—Frame,Cover,and Grade Rings 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Manhole"installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel(if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12)Grade rings Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per vertical foot for"Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel(if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16)Disposal of excess material 17)Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. 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 connection(s) c. Type"A"Manhole(See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole(See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 39 20-3 PRECAST CONCRETE MANHOLE Page 3 of 6 a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures,Pipes,and Laterals. d. D 1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective Coatings for Metal e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 33 39 20-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Precast Reinforced Concrete Sections—Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided,place 180 degrees apart. 2) If lift holes are provided,place 180 degrees apart and grout during manhole installation. 4. Frame and Cover—Conform to Section 33 05 13. 5. Grade Ring—Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot-type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner—Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 Type I and ASTM D 1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate;creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains,construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 4. Do not use steel shims,wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt,dust,oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.I.A.l—Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D.Johnson 1.3.13.2—Modified to include ASTM C443,DI 187 and D1227 as references 2.2.13.1-3—Modified in accordance with new ASTM references 2.2.13.10—Modified in accordance with new ASTM references Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 333960-1 LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 12 1 SECTION 33 39 60 2 LINERS FOR SANITARY SEWER STRUCTURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high-build epoxy coating system(or modified polymer liner 7 system, i.e. SpectraShield)to concrete utility structures such as manholes, lift 8 station wet wells,junction boxes or other concrete facilities that may need 9 protection from corrosive materials. This covers rehabilitation of existing sanitary 10 sewer structures and newly installed sanitary sewer structures. 11 2. For sanitary sewer mains 8-inch diameter and larger, use of a structural liner 12 system, Warren Environmental System 301,ARC SIHB by A.W. Chesterton 13 Company, is acceptable. 14 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth, 15 use of a liner system, SpectraShield, is acceptable. 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1—General Requirements 22 3. Section 33 0130— Sewer and Manhole Testing 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manholes 26 a. Measurement 27 1) Measurement for this Item shall be per vertical foot of coating as measured 28 from 2-inches below the bottom of the removable cover(not frame)to the top 29 of the bench. This includes lining of all exposed concrete,the bench and 30 invert,thru the use of flow control devices (i.e. temporary plugs,sand 31 bags),to temporarily block flow. However,as a last resort and with prior 32 written approval from Water Field Operations,if the flow cannot be 33 blocked temporarily,then the lining would stop 3-inches from the edge of 34 the water in the pipe.This item covers the total vertical footage for the 35 specific bid items of various manhole sizes (i.e. 4 foot diameter, 5 foot 36 diameter, Specific Manhole Designs for lines larger than 36-inch, etc.)and 37 specific types(Standard Manhole, Drop Manhole, Type"A"Manhole, 38 Shallow Manhole, including additional depth beyond 6 foot). 39 b. Payment Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 3960-2 LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 12 1 1) The work performed,and materials furnished in accordance with this Item 2 and measured as provided under"Measurement'will be paid for at the unit 3 price bid per vertical foot of"Manhole Liner"applied. 4 c. The price bid shall include: 5 1) Removal of roots 6 2) Removal of existing coatings 7 3) Eliminating any leaks 8 4) Removal of steps 9 5) Repair/seal connection of the existing frame to chimney 10 6) Repairs of any cracks in the existing structure chimney, corbel(cone),wall, 11 bench, including any replacement of damaged rebar, pipe 12 7) Surface cleaning 13 8) Furnishing and installing Liner as specified by the Drawings 14 9) Hauling 15 10)Disposal of excess material 16 11) Site Clean-up 17 12) Manhole and Invert Cleaning 18 13)Testing 19 14)Re-Testing 20 2. Non-Manhole Structures 21 a. Measurement 22 1) Measurement for this Item shall be per square foot of area where the 23 coating is applied. 24 b. Payment 25 1) The work performed,and materials furnished in accordance with this Item 26 and measured as provided under"Measurement'shall be paid for at the unit 27 price bid per square foot of"Structure Liner"applied. 28 c. The price bid shall include: 29 1) Removal of roots 30 2) Removal of existing coatings 31 3) Eliminating any leaks 32 4) Removal of steps 33 5) Repair/seal connection of the existing frame to chimney 34 6) Repairs of any cracks in the existing structure chimney, corbel(cone),wall, 35 bench, including any replacement of damaged rebar,pipe 36 7) Surface cleaning 37 8) Furnishing and installing Liner as specified by the Drawings 38 9) Hauling 39 10)Disposal of excess material 40 11) Site Clean-up 41 12)Manhole and Invert Cleaning 42 13)Testing 43 14)Re-Testing 44 1.3 REFERENC ES 45 k Reference Standards 46 1. Reference standards cited in this Specification refer to the current reference 47 standard published at the time of the latest revision date logged at the end of this 48 Spec ifiication,unless a date is specifically cited. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 39 60-3 LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 12 1 2. ASTM International(ASTM): 2 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 3 Reagents. 4 b. D638, Standard Test Method for Tensile Properties of Plastics. 5 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 6 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 7 Reinforced Plastics and Electrical Insulating Materials. 8 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 9 the Taber Abraser. 10 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 11 Gages. 12 g. D7234, Stand Test Method for Pull-Off Adhesion strength of Coatings on 13 Concrete Using Portable Pull-Off Adhesion Testers. 14 3. Environmental Protection Agency(EPA). 15 4. NACE International (NACE). Published standards from the National 16 Association of Corrosion Engineers 17 5. Occupational Safety and Health Administration(OSHA).Employ a trench 18 safety system in accordance with Section 19 6. Resource Conservation and Recovery Act, (RCRA). 20 7. The Society for Protective Coatings/NACE International(SSPC/NACE): 21 a. SP 13/NACE No. 6,Surface Preparation of Concrete. This includes 22 monitoring for hydrogen sulfide, methane,or low oxygen. Also includes 23 flow control equipment. Surface preparation equipment may include high 24 pressure water cleaning(3500 psi)and shall be suited to provide a surface 25 compatible for installation of the liner system. Surface preparation shall 26 produce a clean,abraded,and sound surface,with no evidence of loose 27 concrete,loose brick,loose mortar,oil,grease, rust,scale,other 28 contaminants or debris,and shall display a surface profile suitable for 29 application of the liner system. 30 b. SP0188,Discontinuity(Holiday) Testing of New Protective Coatings on 31 Conductive Substrates 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Technical data sheet on each product used 39 2. Material Safety Data Sheet(MSDS)for each product used 40 3. Copies of independent testing performed on the coating product indicating the 41 product meets the requirements as specified herein 42 4. Technical data sheet and project specific data for repair materials to be topcoated 43 with the coating product including application, cure time and surface preparation 44 procedures Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,202I 33 39 60-4 LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 12 1 5. Material and method for repair of leaks or cracks in the structure. This 2 applies to repair work on both existing structures,manholes and new installed 3 manholes (including Developer projects)that have been identified with cracks, 4 voids,signs of infiltration,other structural defects or other related 5 construction damage. 6 B. Contractor Data 7 1. Current documentation from coating product manufacturer certifying Contractor's 8 training (and/or licensed)as an approved installer and equipment complies with the 9 Quality Assurance requirements specified herein 10 2. 5 recent references of Contractor indicating successful application of coating 11 product(s)of the same material type as specified herein, applied by spray 12 application within the municipal wastewater environment. References shall include 13 at least the following: owner name, City inspector name and phone number, project 14 name/number, size and linear footage of sanitary sewer main, manhole diameter, 15 structure dimensions and number of each, square feet(or vertical feet)of product 16 installed, contract cost, and contract duration. Contractor must demonstrate a 17 successful history of installing the product in structures of similar size and scope 18 and update this each time the contractor applies for and renews its Prequalification 19 for the Water Department. 20 3. For Developer Projects—at the time of Contractor selection,the 21 Prequalification Statement,Section 00 4512 shall be submitted to the City, 22 clearly indicating the contractor prequalified for installation of 23 structure/manhole liner. No other bid submittals shall be accepted that 24 include lining contractors whose prequalification term has expired or is not on 25 the active contractor list at the time of Contractor selection. If the submitted 26 forms for this project not acceptable,the City will refer to the current active 27 contractor prequalification list,and the Contractor shall select the appropriate 28 manhole lining subcontractor based on the project scope of work. The 29 Contractor shall then provide the revised Prequalification Statement Section 30 00 4512 for review and acceptance. 31 4. This Specification(along with the CCTV Specification)and the associated 32 submittals including the work plan,QA/QC,testing,closeout documents,etc. 33 shall be discussed as part of the Pre-Construction Agenda for each project 34 (Developer projects included). 35 5. For any project,Developer projects included-If the Contractor proceeds with 36 application of an unapproved lining product and/or using an unqualified 37 subcontractor for lining,the City shall recommend either repair and/or 38 removal of any defective lining material and have the Contractor select an 39 approved subcontractor that can apply the approved lining materials. This 40 work shall be at no additional cost to the City. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 39 60-5 LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 12 1 6. Schedule and Sequence of Construction—Considering this is a specialized 2 installation performed by only certified applicators,the schedule for this work 3 has a lead time that shall be included in the Contractor's schedule. If the 4 Contractor does not provide written notification and/or fails to schedule the 5 subcontractor in advance,the City shall not be responsible for any additional 6 costs and/or delays caused by the Contractor. Contractor shall provide the 7 updated construction schedule and work plan (including manhole preparation, 8 repairs,lining,testing,etc.) in accordance with Section 0132 16 at least I week 9 prior to start of lining activities to the City Inspector, City Project Manager, 10 Water Field Operations,and Water Capital Projects. Equipment shall be on- II site and in working order for the testing. If the Contractor is unable to have 12 equipment ready for testing,the test date shall be rescheduled accordingly 13 with the Inspector. The updated construction schedule shall clearly indicate 14 all related construction activities at the manholes before and after lining. All 15 paving activities, including any final grade adjustments for manholes outside 16 pavement,shall be completed before Contractor begins lining work. After 17 liner installation,Contractor shall wait a minimum of 48 hours to allow the 18 liner material to fully cure before returning the system to normal service. 19 CCTV per Section 33 0131 shall be scheduled after the lining has been 20 completed to document and confirm the manholes have been lined. 21 1.7 CLOSEOUT SUBMITTALS 22 A. Testing Documentation 23 1. Provide test results required in Section 2.4 and Section 3.7 to City. 24 a. Include the following manhole or structure location information: 25 1) Existing sanitary sewer main/lateral number. For Developer Projects, 26 provide proposed sanitary sewer line number as designated on the plans 27 and provide the existing sanitary sewer main/lateral number at 28 connection to the existing manhole(if applicable). 29 2) Station number 30 3) GIS ID number(if provided during construction). 31 b. Inspection report of each manhole/structure tested(See attached sample 32 reports to be used for Wet Film Thickness,Manhole Holiday/Spark 33 Detection,and Manhole Adhesion Test). 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Qualifications 37 1. Contractor 38 a. Be trained by, or have training approved and certified by,the coating product 39 manufacturer for the handling,mixing, application and inspection of the coating 40 product(s)to be used as specified herein 41 b. Initiate and enforce quality control procedures consistent with the coating 42 product(s) manufacturer recommendations and applicable NACE or SSPC 43 standards as referenced herein 44 1.10 DELIVERY, STORAGE, AND HANDLING 45 A. Keep materials dry,protected from weather and stored under cover. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 39 60-6 LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 12 1 B. Store coating materials between 50 degrees F and 90 degrees F. 2 C. Do not store near flame, heat or strong oxidants. 3 D. Handle coating materials according to their material safety data sheets. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 6 perform the specified work. Active flows shall be diverted with flow through plugs as 7 required to ensure that flow is maintained off the surfaces to be lined. 8 1.12 WARRANTY 9 A. Contractor Warranty 10 1. Contractor's Warranty shall be in accordance with Division 0. 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 13 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 14 A. Repair and Resurfacing Products 15 1. Compatible with the specified coating product(s)in order to bond effectively, thus 16 forming a composite system 17 2. Used and applied in accordance with the manufacturer's recommendations 18 3. The repair and resurfacing products must meet the following: 19 a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy 20 topcoating compatibility 21 b. Factory blended, rapid setting, high early strength, fiber reinforced,non-shrink 22 repair mortar that can be toweled or pneumatically spray applied and 23 specifically formulated to be suitable for topcoating with the specified coating 24 product used 25 B. Coating Product 26 1. Capable of being installed and curing properly within a manhole or concrete utility 27 environment 28 2. Resistant to all forms of chemical or bacteriological attack found in municipal 29 sanitary sewer systems;and, capable of adhering to typical manhole structure 30 substrates 31 3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 32 following characteristics: 33 a. Application Temperature—50 degrees F, minimum 34 b. Thickness—125 mils minimum for newly installed structures;250 mils 35 minimum for rehabilitation of existing structures(Warren Environmental 36 System 301,ARC S 1HB by A.W. Chesterton Company) 37 c. Color—White, Light Blue, or Beige 38 d. Compressive Strength(per ASTM D695)—8,800 psi minimum 39 e. Tensile Strength(per ASTM D638)—7,500 psi minimum 40 f. Hardness, Shore D(per ASTM D4541)—70 minimum Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 39 60-7 LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 12 1 g. Abrasion Resistance(per ASTM D4060 CS 17F Wheel)—80 mg loss 2 maximum 3 h. Flexural Modulus (per ASTM D790)—400,000 psi minimum 4 i. Flexural Strength(per ASTM D790)—12,000 psi minimum 5 j. Adhesion to Concrete, mode of failure(ASTM D4541): Substrate(concrete) 6 failure 7 k. Chemical Resistance(per ASTM D543/G20)all types of service for: 8 1) Municipal sanitary sewer environment 9 2) Sulfuric acid, 70 percent 10 3) Sodium hydroxide, 20 percent 11 4. Or,the multi-layer modified polyurea and polyurethane shall exhibit the following 12 characteristics: 13 a. Application Temperature—50 degrees F,minimum 14 b. Thickness—500 mils minimum (SpectraShield) 15 c. Moisture Barrier and Final Corrosion Barrier 16 1) Color—Pink 17 2) Tensile Strength(per ASTM D412)—2550 psi minimum 18 3) Hardness, Shore D(per ASTM D2240)—56 minimum 19 4) Abrasion Resistance(per ASTM D4060)—20 mg loss maximum 20 5) Percent Elongation(per ASTM D412)—269 21 d. Surfacer 22 1) Compressive Strength(per ASTM D 1621)— 100 psi minimum 23 2) Density(per ASTM D1622)—5 1bs/cu ft minimum 24 3) Shear Strength(per ASTM C273)—230 psi minimum 25 4) Closed Cell Content(per ASTM D1940)—>95% 26 C. Coating Application Equipment 27 1. Manufacturer approved heated plural component spray equipment 28 2. Hard to reach areas,primer application and touch-up may be performed using hand 29 tools. 30 3. Applicator shall use approved specialty equipment that is adequate in size, capacity, 31 and number sufficient to accomplish the work in a timely manner. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL 34 A. Coating Thickness Testing 35 1. Film Thickness Testing for epoxy systems 36 a. Take wet film thickness gauge measurements per ASTM D4414—Standard 37 Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations 38 within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 39 1) Document and attest measurements and provide to the City using the form 40 at the end of this specification. 41 2. Thickness testing for modified polymer liner system 42 a. Upon installation of the Final Corrosion Barrier insert probe into substrate for 43 depth of system measurement at 3 locations within the manhole, 2 spaced 44 equally apart along the wall and 1 on the bench. 45 3. Document all testing results and provide to the City using the form at the end of this 46 specification. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,202I 33 39 60-8 LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 12 1 B. Non-Conforming Work 2 1. City reserves the right to require additional testing depending on the rate of failure. 3 2. City will select testing locations. 4 C. Testing Frequency 5 1. Projects with 10 or less manholes and/or structures test all. 6 2. Projects with greater than 10 manholes and/or structures,test at least 10 and test 25 7 percent of manholes and/or structures after the first 10. 8 3. City will select the manholes and/or structures to be tested. 9 PART 3-EXECUTION 10 3.1 INSTALLERS 11 A. All installers shall be certified applicators approved by the manufacturers.Applicator 12 shall use adequate number of skilled workmen that have been trained and experienced for 13 the approved product. 14 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION 17 A. Manhole Preparation 18 1. Stop active flows via damming,plugging or diverting as required to ensure all 19 liquids are maintained below or away from the surfaces to be coated. 20 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 21 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 22 source. 23 a. Where varying surface temperatures do exist, coating installation should be 24 scheduled when the temperature is falling versus rising. 25 B. Surface Preparation 26 1. Remove oils, roots, grease, incompatible existing coatings,waxes,form release, 27 curing compounds,efflorescence, sealers, salts or other contaminants which may 28 affect the performance and adhesion of the coating to the substrate. Remove any 29 steps found in the structure. 30 2. Remove concrete and/or mortar damaged by corrosion,chemical attack or other 31 means of degradation so that only sound substrate remains. 32 3. Surface preparation method, or combination of methods,that may be used include 33 high pressure water cleaning, high pressure water jetting, abrasive blasting, 34 shotblasting, grinding, scarifying, detergent water cleaning,hot water blasting and 35 others as described in SSPC SP 13/NACENo. 6. 36 4. All methods used shall be performed in a manner that provides a uniform, sound, 37 clean, neutralized, surface suitable for the specified coating product. 38 5. After completion of surface preparation, inspect for leaks,cracks,holes, exposed 39 rebar, ring and cover condition, invert condition,and inlet/outlet pipe condition. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 39 60-9 LINERS FOR SANITARY SEWER STRUCTURES Page 9 of 12 1 6. After defects in the structure have been identified, seal cracks,repair exposed rebar 2 with new rebar to match existing,repair leaks and cracks with grout or other 3 methods approved by the Manufacturer and the City. All new rebar shall be 4 embedded in 1 %2 inch epoxy mastic. Replace/seal connection between existing 5 frame and chimney if it is found loose or not attached. 6 7. The repair materials shall be trowel or spray applied by the lining Contractor 7 utilizing proper equipment onto specified surfaces. The equipment shall be 8 specially designed to accurately ratio and apply the specified materials and 9 shall be regularly maintained and in proper working order. The repair 10 mortar and epoxy topcoat must share the same epoxy matrix to ensure a 11 bonded weld. No cementitious repair material,quick setting high strength 12 concrete with latex or curing agent additives,or quick set mortars will be 13 allowed. Proper surface preparation procedures must be followed to ensure 14 adequate bond strength to any surface to be coated. New cement cure time is 15 at least 30 days prior to coating. The repair materials as specified in this 16 Section shall apply to both existing structures and new installed structures. 17 This includes Developer projects, in which new installed structures/manholes 18 have been identified with either cracks,voids,signs of infiltration,other 19 structural defects or other related construction damage. 20 3.4 INSTALLATION 21 A. General 22 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 23 grouting are complete. 24 2. Perform application procedures per recommendations of the coating product 25 manufacturer, including environmental controls,product handling, mixing and 26 application. 27 B. Temperature 28 1. Only perform application if surface temperature is between 40 and 120 degrees F. 29 2. Make no application if freezing is expected to occur inside the manhole within 24 30 hours after application. 31 C. Coating 32 1. Spray apply per manufacturer's recommendation at a minimum film thickness as 33 noted in Section 2.2.13. 34 2. Apply coating from bottom of manhole frame to the bench/trough, including the 35 bench/trough. 36 3. After walls are coated,remove bench covers and spray bench/trough to at least the 37 same thickness as the walls. 38 4. Apply any topcoat or additional coats within the product's recoat window. 39 a. Additional surface preparation is required if the rec oat window is exceeded. 40 5. Allow a minimum of 48 hours of cure time or be set hard to touch before 41 reactivating flow. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 39 60-10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 of 12 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Each structure will be visually inspected by the City the same day following the 5 application. 6 B. Groundwater infiltration of the system shall be zero. 7 C. All pipe connections shall be open and clear. 8 D. The inspector will check for deficiencies, pinholes, voids,cracks,uncured spots, 9 delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired 10 according to the procedures outlined by the Manufacturer. 11 E. If leaks are detected they will be chipped back, plugged and coated immediately with 12 protective epoxy resin coating. 13 1. Make repair 24 hours after leak detection. 14 F. Post Installation Coating Tests 15 1. Wet Film Testing 16 2. Adhesion Testing 17 a. Adhesion test the liner at a minimum of three locations (cone area,mid-section, 18 and bottom of the structure). For structures exceeding 6-feet add one additional 19 test for every additional 6-feet. For example:6-foot manhole—3 tests. 6-feet, 1- 20 inch manhole thru 11-feet, 11-inch manhole—4 tests, 12-foot manhole—5 tests. 21 Etc... Tests performed per ASTM D7234—Standard Test Method for Pull-Off 22 Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion 23 Testers. 24 1) Document and attest all test results repairs made and provide to the City 25 (see structure/manhole report form for adhesion testing at the end of this 26 spec ific ation). 27 2) The adhesive used to attach the dollies shall have a tensile strength greater 28 that the liner. 29 3) Failure of the dolly adhesive is deemed a non-test and requires retesting. 30 4) All the pull tests shall exceed 300 psi or concrete failure with more than 31 50%of the subsurface adhered to the coating. If over 1/3rd fail, additional tests 32 may be required by the City. If additional tests fail the City may require 33 removal and replacement of the liner at the contractor's expense. 34 3. Holiday Detection Testing 35 a. Holiday Detection test the liner per NACE SP0188—Discontinuity(Holiday) 36 Testing of New Protective Coatings on Conductive Substrates. Mark all 37 detected holidays. Repair all holidays in accordance to coating manufacturer's 38 recommendations. 39 1) Document and attest all test results repairs made and provide to the 40 City(see structure/manhole report for holiday detection testing at the 41 end of this specification). Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 39 60-11 LINERS FOR SANITARY SEWER STRUCTURES Page 11 of 12 1 2) For example,the typical testing requirements are 100 volts per mil to 2 12,500 volts to test 125 mils. Contractor shall mark any location that 3 shows a spark or potential for a pinhole and repair these locations per 4 manufacturer recommendations. 5 4. CCTV 6 a. Post Construction CCTV recordings shall be made after all other testing is 7 completed, including the repairs that are made to the lining following any test 8 failures. 9 b. After liner installation, conduct post-CCTV in accordance with Section 33 0131. 10 Video camera shall be lowered from the top of the manhole to the invert,to video 11 all lined surfaces,prior to beginning post-CCTV of the main. Payment for this 12 work is subsidiary to the cost for the post-CCTV of the main. 13 c. A bonded third-party testing company shall perform the testing. 14 d. Or Contractor may perform tests if witnessed by representative of the coating 15 manufacturer. Coating manufacturer representative to provide certification that 16 Contractor performed tests in accordance with noted standards. 17 G. Non-Conforming Work 18 1. City reserves the right to require additional testing depending on the rate of failure. 19 2. City will select testing locations. 20 3. Repair all defects according to the manufacturer's recommendations. 21 R Testing Frequency 22 1. Projects with 10 or less manholes and/or structures test all. 23 2. Projects with greater than 10 manholes and/or structures,test at least 10 and test 25 24 percent of manholes and/or structures after the first 10. 25 3. City will select the manholes and/or structures to be tested. 26 I. Test manhole for final acceptance according to Section 33 0130. 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Provide all test results from testing per Section 2.4 and applicator certifications per 32 Section 3.1 and in accordance with Section 1.7.In addition,perform vacuum test and 33 provide results using the test form per Section 33 0130, Sewer and Manhole Testing. 34 B. Upon final completion of the work,the manufacturer and/or the testing firm will 35 provide a written certification of proper application to the City. 36 C. The certification will confirm that the deficient areas were repaired in accordance with 37 the procedure set forth in this Specification.The final report will detail the location of the 38 repairs in the structure and description of the repairs. See attached testing forms. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 33 39 60-12 LINERS FOR SANITARY SEWER STRUCTURES Page 12 of 12 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE Further clarification on the sizes and types of manholes under Part 1.2.Removal of Raven Lining system and inclusion of SpectraShield and Warren Environmental 09-23-2020 J.Kasavich System 301,and ARC Sl HB by A.W.Chesterton Company.Additional source quality control and field quality control test requirements. Added testing forms for Wet Film Thickness,Manhole Holiday/Spark Detection,and Manhole Adhesion Test. 4-21-2021 1 J.Kasavich Providedminor revisions to clarify howtestingis to be recorded and orderof testing. 5 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29,2021 POST INSTALLATION FORT WORTH MANHOLE LINER INSPECTION FORM WET FILM THICKNESS Company Name: Address: Phone#: Cell: Work: Coating Date: Crew Leader: Project Name: Project#: Contractor: Owner: Thickness of Coating: Location of Structure: MANHOLE INFORMATION Line &Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 9 DI MH JUNCTION BOX T DI MH SPHIPHON ENTRY BOX METERING STATION Wet Film Thickness Measurements Wet Film Thickness Gauge per ASTM D4414 at 3 Locations Within the Manhole Two (2)Spaced Equally Apart Along the Wall and One (1) on the Bench Steps: Yes/ No Structure Material: MH Depth: MH Width: Lining Material: Bench: Yes/ No Mil (Gauge) 125 / 250 Invert(Sprayed) Yes/ *No Comments: *If No,Justify Indicate Measurements on the Diagram Above POST INSTALLATION FORTWORTH� MANHOLE ADHESION TEST FORM Company Name: Address: Phone#: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Epoxy Coating: Location of Structure: MANHOLE INFORMATION Line &Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX S' DI MH TYPE B FLDW DIV BOX V DI MH JUNCTION BOX T DI MH SPHIPHON ENTRY BOX METERING STATION Adhesion Test Results (ASTM D7234) Inspection Date: Indicate test locations on drawing Inspection Company: Inspector Name: Manhole Depth: Number of Tests: Test Results: Comments: *Non-Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. POST INSTALLATION FORTWORTH MANHOLE HOLIDAY/SPARK DETECTION TEST FORM Company Name: Address: Phone#: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Coating: Location of Structure: " MANHOLE INFORMATION Line&Station #: Other: Structure Type: (check one) V DI MH TYPE A FLDW DIV BOX T DI MH TYPE B FLDW DIV BOX V DI MH JUNCTION BOX T DI MH SPHIPHON ENTRY BOX METERING STATION Holiday Detection Test Results (NACE SP0188) Liner Material: Indicate defect locations on drawing Spark Tester Serial#: Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair Date: Comments: *Non-Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. POST INSTALLATION FORTWORTH MANHOLE VACUUM TEST FORM Company Name: Address: Phone#: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Indicate Pass/Fail: Location of Structure: Manhole Pour or Placement Date: Line&Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX S' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX T DI MH SPHIPHON ENTRY BOX METERING STATION Vacuum Test Results Inspection Date: Inspection Company: Inspector Name: Repair Date: Repair Location: Type of Repair: Repair Materials: Comments: 34 71 13-1 TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 71 13 2 TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"shall be paid for at the 22 unit price bid for"Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under"Measurement"shall be paid for at the unit 37 price bid per week for"Portable Message Sign"rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post-construction Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 3471 13-2 T RAFF lC CONT ROL Page 2 of 6 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each"Traffic Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 21 3. Item 502,Barricades, Signs,and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. General 26 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. 27 B. Coordination 28 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. 30 C. Sequencing 31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBMITTALS 34 A. Provide the City with a current list of qualified flaggers before beginning flagging 35 activities. Use only flaggers on the qualified list. 36 B. Obtain a Street Use Permit from the TPW Department's Transportation Division. The 37 Traffic Control Plan(TCP)for the Project shall be as detailed on the Traffic Control 38 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be 39 submitted with the Street Use Permit. 40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 41 Engineer. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 347113-3 TRAFFIC CONTROL Page 3 of 6 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets.Atraffic control 4 "Typical"published by City of Fort Worth,the Texas Manual Unified Traffic Control 5 Devices (TMUTCD)or Texas Department of Transportation(TxDOT)can be used as 6 an alternative to preparing project/site speck traffic control plan if the typical is 7 applicable to the speck project/site. 8 E. Lane closures 24 hours or longer shall require a site-speck traffic control plan. 9 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 10 changes to the Traffic Control Plan(s)developed by the Design Engineer. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 20 2.2 ASSEMBLIES AND MATERIALS 21 A. Description 22 1. Regulatory Requirements 23 a. Provide Traffic Control Devices that conform to details shown on the 24 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 25 Device List (CWZTCDL). 26 2. Materials 27 a. Traffic Control Devices must meet all reflectivity requirements included in the 28 TMUTCD and TxDOT Specifications—Item 502 at all times during 29 construction. 30 b. Electronic message boards shall be provided in accordance with the TMUTCD. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 347113-4 TRAFFIC CONTROL Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In-Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 17 covering,or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws (by failing to furnish the necessary flagmen, warning devices,barricades, 22 lights, signs, or other precautionary measures for the protection of persons or property),the 23 Inspector may order such additional precautionary measures betaken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments,can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 R To facilitate shifting,barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of the Engineer. 33 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 36 approved by the Engineer,to be used for Traffic Control. Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 3471 13-5 TRAFFIC CONTROL Page 5 of 6 1 K Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons, street light pole installation, or other construction will be done during peak traffic 3 times (AM:7 am—9 am, PM:4 pm-6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service,the American 7 Traffic Safety Services Association, the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, flags, signs,and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work-zone traffic handling as soon as 24 practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR /RESTORATION [NOT USED] 26 3.5 REINSTALLATION [NOT USED] 27 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 37 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 3471 13-6 TRAFFIC CONTROL Page 6 of 6 Revision Log DATE NAME SUMMARYOF CHANGE 11/22/13 S. Arnold Added police assistance,requirement for when a site specific TCP is required 1.4 A.Added language to emphasize minimizing of lane closures and impact to traffic. 3/22/2021 M Owen 1.5 Clarified submittal requirements 3.3 M.Clarified removal requirements 1 Sanitary Sewer Rehabilitation,Contract 98 CITY OF FORT WORTH CO2719 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO27I9 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July 1,2011 D222104349 04/22/2022 01:56 PM Page: 1 of 6 Fee: $39.00 Submitter: Deanna Wright Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU AREA NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN CO2719 Sani Sewer Rehab Contract 98 Parcel No. 5 TCE 1403 NW 191h Street North Fort Worth Block 224 Lot 10 thru 16 and the North 1/2 of Lot 17 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 2?7 2 6 ZZ GRANTOR: -614a Lavonna Starnes GRANTOR'S MAILING ADDRESS (including County): 2413 COLTER COURT FORT WORTH, TARRANT COUNTY, TX 76108 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibit A and Exhibit B, attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. FORTH. TEMPORARY CONSTRUCTION EASEMENT i Rev.20220109 D222104349 Page 2 of 6 It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing sanitary sewer improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this temporary easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting temporary easement. TO HAVE AND TO HOLD the above-described temporary easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, until the cessation or expiration of the rights granted hereunder. Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] TEMPORARY CONSTRUCTION EASEMENT FORT�WORTH,. Rev.20220109 D222104349 Page 3 of 6 GRANTOR: , By: Lavonna Starnes, By (Print Name) Y4aty v%6r ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF '7.4fflA,4,yI— § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day persoQnally appeared _LaVa+v,0- s'-�o�S , Iv4i vi d ka 1l11 , known to me to be the same person whose name is subscribed to the for oing instrument, and acknowledged to me that the same was the act of 4W0r *La-S t*"s and that they executed the same as the act of said i ode ( for the purposes and consideration therein expressed and in the capacity-thereinstated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of -ttd• [SEAL] o1*arAp NIELS BROWN _ * ' Notary PubIlo-State of Texas Notary Public, State of Texas ' N9 Notary ID#13180512-6 Name (printed): Ale/s Ovov,� oF Commisalon F,xp.NOV.26,2022 Notary's commission expires: TEMPORARY CONSTRUCTION EASEMENT FOR Rev.20220109 D2221 U4349 Page 4 Ot 6 ACCEPTED BY: GRANTEE: City of Fort Worth By (Signature): stave ke(Mac34,,jp�T1 (Print Name) Steve Cooke (Title) Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): � �`41g�yt7 (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared �J-leyc you V-e , ern Marw�.en� 'ht reckor of the City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and Acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of M"Ch30, 2�aa [SEAL) ;� ?;,�rP �e••..��,'. Notary Public, State of Texas •._= Name (printed): Notary's commission expires: '''-ice •F��936�3�•h ���� TEMPORARY CONSTRUCTION EASEMENT FORT_ WORTH. Rev.2022=9 ��� D222104349 Page 5 of 6 EXHIBIT"A" TEMPORARY CONSTRUCTION EASEMENT LOTS 10-17,BLOCK 224,NORTH FORT WORTH TOWNSITE COMPANY'S SUBDIVISION, CITY OF FORT WORTH,TARRANT COUNTY,TEXAS BEING a 0.0527 acre tract of land located in the Robert 0. Reeves Survey, Abstract Number 1293, City of Fort Worth, Tarrant County, Texas, said 0.0527 acre tract being a portion of LOTS 10-17, BLOCK 224, NORTH FORT WORTH TOWNSITE COMPANY'S SUBDIVISION, being an Addition to the City of Fort Worth,Tarrant County,Texas, according to the plat thereof filed for record in Volume 106, Page 119, Official Public Records,Tarrant County,Texas,said 0.0527 acre tract also being a portion of a tract of land conveyed to SHANNON GARRETT-STARNES, by deed thereof filed for record in Instrument Number D218197494,Official Public Records,Tarrant County,Texas,said 0.0527 acre tract being more particularly described by the metes and bounds as follows: BEGINNING at a point on the northeast lot line of said Lot 17,same being and the southwest right-of-way line of a 10 feet wide alleyway(being a 10'wide public right-of-way dedicated by said plat of North Fort Worth Townsite Company's Subdivision),said beginning point being located North 39°41'37"West,a distance of 11.36 feet from the north lot corner of Lot 18, Block 224, of said Subdivision,said beginning point also having a NAD83 Texas North Central Zone(4202)grid coordinate of N:6,967,636.24 and E: 2,316,767.44; THENCE South 50°18'23" West,departing the said lot line, the said right-of-way line and over and across said Lot 17, 76.34 feet to a point on the southwest lot line of said Lot 17, same being the northeast right-of-way line of Grand Avenue (being a 50' wide public right-of-way),said point being located North 21"51'37"West, 11.94 feet from the west lot corner of the said Lot 18; THENCE North 21°51'37"West,along the said lot line and the said right-of-way line, a distance of 31.51 feet; THENCE over and across said Lots 17 and 16 the following courses and distances: North 50°18'23" East, a distance of 56.69 feet; North 39"41'37" West, at a distance of 11.64 feet passing the northwest lot line of Lot 17, same being the southeast lot line of Lot 16,in all a total distance of 15.00 feet; North 50°18'23" East, a distance of 10.00 feet to the northeast lot line of the said Lot 16, same being the said southwest right-of-way line of the said alleyway; THENCE South 39°41'37" East, along the said lot line and said alleyway right-of-way line, at a distance of 3.36 feet passing the north lot corner of said Lot 16,same being the east lot corner of said Lot 17, in all a total distance of 45.00 feet to the POINT OF BEGINNING, The herein above described tract of land contains a computed area of 0.0527 acres(2296 square feet)of land,more or less. The bearings recited herein above are based on a local coordinate system based on NAD83 Texas North Central Zone 4202, derived from GPS RTK observations using the North Texas VRS Network(maintained by Allterra Central, Inc.) I Eric S. Spooner, a Registered Professional Land Surveyor in the State of Texas, do hereby state that the foregoing description accurately sets out the metes and bounds description of the easement tract described herein. 09-22-21 OF T�1 S TfRF < ERIC S.SPOONER > 5922 °Pi s y0,� Eric S. pooner, RPLS Spooner&Associates,Inc. Texas Registration No.5922 TBPLS Firm No.10054900 Exhibit"A" —Temporary Construction Easement—Garrett-Starnes—Page 1 of 2 Spooner&Associates,Inc.,309 Byers Street,Suite 100,Euless,Texas 76039-PH.817-685-8448-espooner@spoonersurveyors.com-S&A 20153 D222104349 Page 6 of 6 EXHIBIT "B" of 101 20' SEE ATTACHED METES&BOUNDS DESCRIPTION ON PAGE 1 HEREIN p o� #-Nti GRAPHIC SCALE IN FEET Q�J,ye 1 = 20' o. O,yA O <9, 0 �-7 ,Pop`'- 37 -p�A Ge LOTS 10-17 �� c��,�%0 0y s �oip SHANNON GARRETT-STARNES oho Q�SN6o /�h` INS. NO. D218197494, O.P.R.T.C.T. N50°18'23"E Q�P ati�G. ,ro 10.00'2\0\ TEMPORARY CONSTRUCTION EASEMENT ° ♦� `�� 0.0527 ACRES (2296 S.F.) / `„ POINT OF BEGINNING r. N:6,967,636.24 �i�// E:2,316,767,.44 �� ,� Nap, O��\ / (NAD83 GRID) vO PQ�;�br, J / O� / �I GG. 041 op to 1 lb `z // �o� �0��5 oNo %O // ,LO Q0 QN990 . 77� 002i O LOA�j,���0 ck %�s� THE BEARINGS SHOWN HEREON ARE BASED ON A LOCAL 2 �� COORDINATE SYSTEM BASED ON NAD83, TEXAS NORTH CENTRAL ZONE 4202,DERIVED FROM GPS RTK OBSERVATIONS USING THE NORTH TEXAS VRS NETWORK(ALLTERRA CENTRAL,INC.) EXHIBIT"B" SPOONER& i ^� 0 9-22-21 TEMPORARY CONSTRUCTION EASEMENT r y e O F T1 1 LOTS 10-17,BLOCIC224,NORTH FORT WORTH A§,,,,sT,RO,,,R,c, IATES � ,* inTOWNSITE COMPANY'S SUBDIVISION, ,,,IOHAI UHOSV,V,YORs / CITY OF FORT WORTH,TARRANT COUNTY,TEXAS . < ERIC S.SPOONER > / PROPERTY:LOTS 10-17,BLOCK 224,NORTH FORT WORTH TOWNSITE 309 BYERS STREET,SUITE 100,EULESS,TEXAS 76039 ` ♦' COMPANY'S SUBDIVISION,VOLUME 106,PAGE 119,P.R.T.C.T. (817)685-8448 WWW.SPOONERSURVEYORS.COM o 5922 �Es O9- 20153-P4 GARRETT-STARNES TEMP ESMT.DWG TBPLS FIRM NO.10054900 S&A JOB 0.:20153 DRAWN BR.M.H.DATE:09 CHECKED BY:E.S.S. PARCEL 1-GARRETT-STARNES-PAGE 2 OF 2 12212021 EXHIBIT"A" TEMPORARY CONSTRUCTION EASEMENT ROBERT O. REEVES SURVEY,ABSTRACT NUMBER 1293 LOT 22-R,BLOCK 224,NORTH FORT WORTH TOWNSITE COMPANY'S SUBDIVISION, CITY OF FORT WORTH, TARRANT COUNTY,TEXAS BEING a 0.0585 acre tract of land located in the Robert O. Reeves Survey, Abstract Number 1293, City of Fort Worth, Tarrant County, Texas, said 0.0585 acre tract being a portion of LOT 22-R, BLOCK 224, NORTH FORT WORTH TOWNSITE COMPANY'S SUBDIVISION, being an Addition to the City of Fort Worth,Tarrant County,Texas, according to the plat thereof filed for record in Volume 388-158, Page 41, Official Public Records, Tarrant County, Texas, said 0.0585 acre tract also being a portion of a certain tract of land conveyed to YOLANDA ALBA, by deed thereof filed for record in Instrument Number D202134134, Official Public Records,Tarrant County,Texas,said 0.0585 acre tract being more particularly described by the metes and bounds as follows: BEGINNING at a point on the southwest lot line of said Lot 22-R, same being the northeast right-of-way line of Grand Avenue (being a 50 feet wide public right-of-way at this point), said beginning point being North 39'38'44"West, 22.00 feet from the south lot corner of said Lot 22-R, said beginning point also having a NAD83 Texas North Central Zone (4202) grid coordinate of N: 6,967,377.57 and E: 2,316,878.28; THENCE North 39°38'44" West, along the said lot line and along the said right-of-way line, 30.00 feet to a point from which a 1/2 inch iron rod found at the west lot corner of Lot 22, Block 224, North Fort Worth Townsite Company's Subdivision, being an Addition to the City of Fort Worth,Tarrant County,Texas, according to the plat thereof filed for record in Volume 106, Page 119, Official Public Records,Tarrant County,Texas, bears North 39'38'44"West, 28.50 feet; THENCE North 50'18'23" East, departing the said lot line and the said right-of-way line, over and across said Lot 22-R, 85.00 feet to the northeast lot line of said Lot 22-R; THENCE South 39°38'44" East,along the said northeast lot line, 30.00 feet; THENCE South 50°18'23" West, departing the said northeast lot line and over and across said Lot 22-R, 85.00 feet to the POINT OF BEGINNING. The herein above described tract of land contains a computed area of O.OS8S acres(2,SSO square feet)of land, more or less. The bearings and coordinates recited hereinabove are based on the State Plane Coordinate System, Texas North Central Zone 4202, North American Datum of 1983, adjustment realization 2011.Area and distances recited hereinabove are surface. I Eric S. Spooner, a Registered Professional Land Surveyor in the State of Texas, do hereby state that the foregoing description accurately sets out the metes and bounds description of the easement tract described herein. 07-13-22 (� OF_ TF P tsrE R`c0 N ..................... ERIC S.SPOONER 5922 .0Fes Ey0� Eric S.Spooner, RPLS Spooner&Associates, Inc. Texas Registration No.5922 TBPLS Firm No. 10054900 Exhibit "A"—Temporary Construction Easement—Alba—Page 1 of 2 Spooner&Associates,Inc.,309 Byers Street,Suite 100,Euless,Texas 76039-PH.817-685-8448-espooner@spoonersurveyors.com-S&A 20153 OU)Z pQpw N ��\- O LL ZwNLL +PS K p H M Z �wQ� U- of o : cn w Q oM (wo 2i onend 341M.09) w zo w w a 4 o N a m 2 z0QQ l 1S O d E5 Op o Q ry pW04 U' L) Z Z papQ rn ZWNCO a CO ¢H-i w o O z w ���Z `oU J _ Um 0 > I Wo NZ O W= o Fo 04 LdQmX- 0L o � W O <"I = go CO> o O�z9a ND ww� o ~ U u LU N�d, pp e O N0 O a zZ f > wU J0 x m D LU X0Op.y( O J � z = U a ?s W wd, , � ? cd WLU C-) < cb � Do0 .n w 0O O`) w�d Oz : U- z n 00 O Z co r �¢ Z O W Q Q QN Q Q �-i � > WQ' O � z _ 2 >� � �O c O c LJ co M Z z W 06 �coao LU M o 0 } �lO 3NIl 101 w °' o m " ZcNN rnw w m O J N ~ a .00.98 M..£Z.86o09S z -------------- o J J F z w d a ILOO _ o U,z .i CN _ umi� ao � N (V - Z - r-Tr a LO �0 � rn `' O � a 0098 3.£ .8 6o09N z o__ ___ mO LU O� 3NIllOI W zr3 � z o U) F F o >- r— ^ LU3o M � ZIL .nZ � � Q � W � OAU to m qLU 0 Z 0 v m cn z LL O. �... MN QNU O [~ x Z z3 a NQ = O , � M = ~ 3Il0I N IWQO Z N H [~ o� O Uz � aH al0 -N � O W W cj zm3 '_n0 Ogpd Z w Z U co N z aV] O � O oo U p Zg QO WOJ Lr) W U) Z a00 NV Oa oo z y In 3 z � N9 zZ O a > � � 3 0 " Pa ° r zo o o N3N � � WW za 3 � W 0 0 0 CDY � > U OG! a30 Z ci waUU¢ a F- w 0co 0 ONFa- Yo N Z r2z m Z p m0 (0: DA— oN F- bo � �o F- c Wco M � N ~ Z Jw M N _j ►-M Oa MID Z 0¢ v 0 = WU J ww 0 � w Lo►�a�- i Z -i O $ Z dN Parcel Map Check Report Date:7111=2 959.41 AM Parcel Name:20153-PAR 5 TBO Process se63 ors False KvmWmvpcbeck.=asschw&Fahe North.6,96U13.fi W East2,317,156.310Y Sq 1:Lune Course:N3"V44'W Length 30—W Not&6,968,236.7608' Fast 2,317,137J69T Segmeat#2:Line Comm1+iSOQMTE Length:85.W Nardr 6",291-:0488` East 2 17.2O2.5741 Sepv!W##3:Line Dowse S39038'44'E Lmngth:30-W Nor&6,968,267.94W East 2,317,221.7153` STwnkA4-_'Lin, cou=sWir ww Length:85-W Wodh-6X8,213.6606 East 2,317,156 310Y Peet 230-W A m2;55D001Sg t 0.0585 ACRES EaO;Ckzwe:OMw Cm=NO-wOm2,550 SQ.FT. Fxm Nm*:O-Om East 0:DM GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July I,2011 W J W Q[n W V} H W U J F O Wa pW-U w iQ�wpF- J F�(nJap KWW U W �woFp z�OZ=�pW ro O O �Oj F m p Oo! � l ~ wz�c=.�Fa3d�vmiaoc 0 06 Zw w�wZa�Q 0~C ~pWWO��. ma~�Nwc\i O O OLL p Q W z O Z p W Z O W p`� LL LL LL o zoor-Z0=w=oWWwp� O O O pUOWZQ F U w r W Z a p Q XWwJWOUC.�wOF 0 0 V - W W ZWKQZ t OW O~m �ZiSW Jo= a=viadw��F=QF oxwo ~�mFJ�J�Z"��L,ZjOOQ O�OW~aa�0aUp�H�D F-d'>J W HOF'J>ZJ W N w�wwaaao�n�`+o a OWm LL ti W<MXDDMOO WWI--FooO Oa�aoc��aaJv>cnOv>Wv> � Q CU V Z cc w BO BO + . * .--I r-I LIJ J m w w w Q O O O N N N Q Q S w ' O = Q .3r4 -rt Z vi d LIJ F � n vmi m m tLn 11 lD LD LD I 1� t Ln od r-Irlj 0G8Q lD W lD N N N i 00 lD N ri N b�hpD F N O O l00D n h tDD W J � � 0 0 Lj Z = F- I '' CD w r-I N M ` »! in § -}§ . « - • 0- % # - §§§ § ; _ ! 2 % f a § LAJ E \ | ■ / k \� _ . ■ | | | !! �! a �� ( § % \i) ƒ | .! \! 7 ■|«7 , a | ■!|f K K K � « �!!!■� 7 %wf! £ ■ ■ | rm„_S_ LAJ •2■! } ` LLJ , J ! a $ § � q| _ , t oil ,k GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July 1,2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July I,2011 F o N N O T V1 a Y 7m NN w rn c Q ��_ _3 � U :E_ L W-O NC) SLl C 4) C Ua TO +-' U C U D) IDv C m Cn Ca U [tea LC! w C) O w p C a CD .L C C a) y4,7 m O o CU a �+a+mQ ` m Cl o Cl) U U i a oMoIn E ON U rl a iva y CD ON m .- w -cnc oU m > o F a a _ .� nm) Z)U) -00 0 C Lia W a a O ❑ c m Ocu en a'C N O a Uauaii m C a) [�6 C a"' U E O 7+ m m U O •N i+ m ca V) a O O a O w a ` m U m of -a 3 c U) g E � 'a o •f m a m a U U c 0 L mCLii O a • O c O Q-O p� 'a) O "m o m N a E c sa U) o Oy j 'E C4 0 U ca a) •a .- .00 0 E � �c ) 3E cno c _ O atN 0 -0 Ca .0wd O m -0 .0 -0 O a iL3. LL L _- O 3 m U-0 a3 ) _UC -a V0 m 0) wCU p C: c0 ts O a) 2 V C � p C m C O- U U � a) N z O -0 O O WC �m a - 'a m7 - U _ C (0 C4 � O N (a a -0 O C £ 0 O a O a cc_ p m U -- .0 -0 a ❑ Um E lL Q c co 0 ° s nEa` wyO O 2 a a ID 2 O z m o co L L "0rn? o0 00 El E w; mo (Do m CD e m c ❑ ❑ aU Wc: Oc a) t: mmE m m P a o m o 4-A WO w a) () ty W o L m aa a O OO HO C a) ca a) E O w o O N ° Y ac ' > a = 3 o m a C7 p m U a) O_ w a- p m L s w r c m c° ° W cc c E c w w N � C 3 ❑ Q a) a U � V Cr a) 0 a) U y C aT L ca O D � W m Q LL d Lst) L!I � ¢ U Y t S � _ a) 0 y co C m I— C E N w a g a m N w Y w c a _ .r Cl) 2m C ° a) Z � F p` Q1 i � Z z I— C W _ O • Cl Cc 7 N (Qp) S� +� m ❑Cc m ❑ . �OC C: � ° O _Zt � ) ca mU � � wm �LO m x n L m O h 0) 1ao N _ LLJ � E U- Q ° -I-- ' O LL o wm e ElmO wo rm � '0 En 0 w O - E � - U �in O _m a a ma a t � s CD a m ¢ E - W en - 8 °m c =C: o .2i )LLJ S^O� N_t ❑LL ca mm m p ac E cC � ca E aU �w oz Z L O > a) ms coc j� QH N pF � 3! = 0CL cm Q socmz o na S ° 0 o E N O c EU Z w U a a)Ll El a) omcaU rn c o a 0 -5 = 0 WQ ( J N LL Q moD N ¢ o m a O a E�' a aiu n v m E UU pa) 0 CO o U >-N mco = c(u ma a > J .4 0m z ) W � pi� Z - op .0 0 - a) ca oLU X _ E (D -0 CO Er- U) E¢ aZ m T O CD w c �, w Z) y .- L, a) � c 'm a � a . wo orn `Liimns �' 02 g U O y ❑ m io � �_ a � w m E '� cu �, `�° c m •Or ,°' c m Q W Z Q Q G Im (? N � > ° , i s w a t� cp 'U w � vU a� 'a W Z Z L Q V) O a m N! a p C c I-ca - U O p o '- li } F. F• O} 0) C N EO C s a) ca R a m OQ U w � (° O c d 2 ace `mom w � Ec y +, = u1 �.p0a W0C. N Y m ' v c � o -0LLa) cna -0 cow 10 m c O O d ' •C w. m m U +' C .� 'O a) m a) L .- � O �' � t •L C� r d 2 � o ao •� .N � m ma `a 'w � Qacaia a U a a V U d U W d = m = a D o ,a m m 0 ?� � a).CD a m m o U U. _0 � U c.) CO � Z) z � Um U. a E 0. L ca 'O L_ 0 N O W- N U (aU La C N OO le C O C U C LU d) O JN a) m co m Co a) a) cc " Q E N � ED Noocis c ZQ C) CD a) Z ZQ Z3 � �U c m o Q M ca CL , N w a) N N W oE �'� E4 U m inco "� c0 O i () U a) O N N U N L LL LL N LL N coco U Vj Q N m ++ C ❑ Q ❑ "N N mo 0 Z `" U) U' N C N cis C U N cisc U U N - U N U U co 3 y a 2 N Vi N N0 U) 'U .� O co N .N O j co C " Im l4 Q Q U Q Q c) Q Q U cs d ❑ ❑ ❑ Eis.. ❑❑ ❑ ❑ ❑❑❑ m 3 � 0 a U V co E a cm m m Li Q > ca Q in ai C c�4 m U H m 2 U F- m U L N ID c)Q L Op 92 v 'E dLL LL F O 00 ❑off❑ ❑o❑❑ WONDOLL � O 0MYcc 0 `O 4) p � m U 075 O cm .N w y �• E N m � m a LEv +.+ Co O p` rn v 0) Z rnm ` o "E a o r v N r � E ` w m In Y00 0d- 0m a0ca L' E It 00c tif Y pm� n_ W U) C)c N o 0 mLp LU � o L U coin _ wv a L0 � a M O c M O yca - . — �' c v¢ u`= O rn' E u�i I4 1` y o ~ O d o B y rn E w 3 a? d cu M op 0 _0 M N m V N tt7 Q O -r o cn v '� w ❑ LL m N Ef} " >% . �} x } N mcn nc Y LLo `m � � v H a�i � H m L a 3 E cn o — c O — y m o Z w CD_ o Z_ w O o Z m o � mw� m � — w0 p L c> > o ,� �C U c 'o U 0 `� 0° �' '� ° ca y O 3 U `� O m Co �- 3m pS;— !� ~ a F UC? z � '2 � z c z � U) rn V — O C C m > R N " O C v y N E E O a = i d O Q C m U o E Cl 3 d O o U) o � C F E E � —0o L cc d Coa c C Q r- c N co V X co_ O °.3 � o o U �N o N o LU L Uai coi U >+ E 4) = U ti C N O N � E Ww 5 O icco U tiL` �71+ ai cn o� c oU � wJ +L+ coX U �� Imo . N � N xr c 0) _D 0 ca L o Lu y a = � F- cfl 0 cLa � � xco .� C � 04 QE 0 ° tea) �0 LU� L) E � °? -pro ° t C W = N o am �' E a, - = n� ca xp �Lev� N Cry � � co o x o 3 a) w 3 4- mco CD 0 Z 0 m 0 .? � CL o � ��- o 0 0 o r Co CU - �' � 0 O 'a as N �- � 6o J �LNC] co 0a- u_ co E2 c� oWN Nm ` ❑ W� ci = ai c ci c • m in cn >. Z E O E C E C ca cnn mm a0 M 12 m N t ="n � � �, w +�. ZU Z a y a a O °, W m m L9 0) t y N 4+ U) C D b -a a 0) ++ — d N aj _ U a) U) 01 _ R 47 d d •• L) N � 8 ; C: �� R y a o c u, a 0 �° n 0 _ a o)� � n � °co as LE o -a LE o mE o ry � N� U a m a a. w U m a aw U m a aw 0 (4 C (E U (p U (4 U C6 �O N U -F- N U si C -U m C ,` N N o C > -L to C > [n C > a� c � E o Q fl. - N C - �+ C U _ N zLLI Z 2 z Q z r z a z = z ¢ z 2 z a � o =a ❑ ❑� ❑ ❑ ❑ ❑ El ❑ ❑ ❑ ❑ ❑ L a� m ro Q C) LU a) _ � C N C (9 C f6 C W� U N U U 0 L LL N LL a) C C C ❑ Q _� ❑ Q -N ❑ Q •� C r/1 07 C m R C U m f6 C U 0 C6 C U C7 C U a) m U m 7 .N f6 w 21 N C6 w -y cow co (9 s ❑❑❑ ❑ ❑ ❑❑ o ❑ o❑ ❑ ❑❑❑ co Cl) 0 U U C I ❑ < U ElU Li U ❑ U Q C o 7+ co a �' Cl) <C R m U I- U It E 0 O 0 d tE o z o o z FX- O � a z r 0 E O z 0 LL. ❑a❑❑ o❑❑ o ❑ _� ❑.o❑❑ L L L O mF N N � m L #+ y N Z Q- p y LL 'p LO a m O N C) CDO IL C) C) O M C) � OO O W O 'm y - . C)C) O c " O a o CO CO CV ti C)v CvQ M � O C)_ V M � O to cq _ M w > = m � a di ) [- m E 0G us o z � z N 5 o z U) o z tz m N w0 0 �' o V � c c`� v a w V =O m Q U L C o L V 0 ` Q. N U Q o a CL Lz c6 a Q ~ W z w m z C) z 6a z eFs as a E C _ a c E � o U m N a 0 Q Q Cl) O to -1 w N a)y �` N LLO OL F; C CEO V m NL�1L a) -1LLCV J YX 2 � O ti fed � � M� � 6N � � Lo r o �N, ti � Ce) @) Lo 0 O N Li] 0 o f co Y � �' oar to .7E p CO o f ET@) o m J Lm o to UCC CDW o W ZLL CD E � y QD N j � V yN m N C � N '� (DCV >1 U U �. o � -0 C � -0F, o � 00 3 �- m � � Q C � V w m� asr- � � zt> Oe— � r Co C7 7 Car N p N r 2 -C L Lc- x = Q � � UTQco �� � TNELLVw l- YLL �1co � U }- � Qa0 � 2 E-� w P w = CD c ci c o O y y y z o � ¢O � � � zU z z d z m z Q IL a a y a C W y - R C y d _ 0 d CDd _ m C Q d � •__ y L G ++ � C ++ _ � C y.i L C ++ y O m = E o f o = z E o = 10 = E o a m Q aw c� m a aw 0 m Q aw 0 m Q aw 0 CD m al U c O V ca c U ca C Z N O m O d m c a) •V Ca Cc6 a) '� m j L 0 1 m a_j c oc n za. p y cc a) co rcn o `� is E � o U a m a) o 5 0 � � z = Z E Q =z Z Q Z 2 Z Q m ~ �� CD 09 cD Y ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ F 3 `O w 2 tt O dl y L�U a) a) a) Lu Z) o E v `a ccc f° m Q ca E a) c m c cu m � in 0 '� > m (D aEi L 0 a) m ocf) a) %- tt LL `m o m~ o U m y a E co ❑ ¢ Q ca U uj L ++ C Q en ca %) N z +- N ca(D 0 c U a) V c v a) U c6 7 m Q y2 ) m p .V) a3 ..= co � .N co ca C9 Q in C07 af N Q Q U Q U Q Q C..) O � O L a ❑ ❑ ❑ ❑ ❑ ❑❑❑ ❑ ❑❑❑ � ca 3 a is � cI) -oca'E �i3 en 0 m7 m m V 9 m w O C) 4) .� U 6GoE0 vN v Q U Lia = CO c m vo EQwV a0 of+ a U 2Um R m 0- jc00- .. d �H— L p d c L : a te 0 L X0 D Z � O Z OZ m u , t5" mLU0 LIE] {n O o � N = F0 CO d ¢ mF m N E d E . m 0[1 Q. ca La o m m �' o m to z D a°� a�i m o E m a +r rn s_ y C LI!a_ p c � o E m _ = a) do0 m L c � � O O O � ma m E : 3 E o c a d C� y O O E o O LLI c N a � o o a m O O m r- O to y 0 L 0 - w v Q C'7 cQ' O) C'� a r N y � 0 aMNi o ( CD- apEc v CoO N • Om a) WG a) � m m -- n N r > m d EQ c N _ o c uiE i Z $ cCLamU) _ c1- U � 0) U m a) w� u10 0 O 0 c 0 or{Of }v� mmEmo a) �a T CD � V Q Q U Q Q 00 - 02 o,t: '> V c m c > y N m p =U (D � cE0o � s y y oo tv (� — asca cm v �En 0 O CO Q J rn Q a� o m U J E U O .L. O > L p X t�A to W-: m � 15 p = E -� F- 'O U pa+' LL O L. V C r O �' �� Ll :—cL Ur OA�L m � 4m- ccD ymm oo-a� o LL Lo r� op � a) m � CO: I0.L X m Q O 1- LoO- } e�W? o � L M C -c M to m � F- xaE a �m Q o � ° mF- orn c rp is a) -A d Cn � Q. U r "C3 CN N N F— r a) m m .0 = p � U — ` 6 Y om E m E - w o &0 � � •- 0' a' w °' � x - cnv) `ano. s� o cD E a) > y a � oQ coZ a) o � , � � m tea. aka `cw °- CL m oa >. � ti � C cam �' o v ��. C) - mow m ~ � � Zv w or o � F- .YO L Q� d mr o � a� a- o 0 Q a or o co Z co z U U) U N F- m [W C o W N coo ` Y= Qj a1 G d C LU �i Oink ym m }''-_6 x �ZO N is o o m L >_ 0 w c n fp +U z Z U z �` 00. a w V m co c— T) y O. y y r+ U y a+ 70 CM �i m v ._ '� . 'j y tC 'U; 'o O :E :E = a� a rE o a � E o a rE o �, � � � �� U � � ca d m ¢ au, v ao ¢ aru m ¢ dw Z' c cu c [II C N U N N C U c U Q) v m C N '� NN Q m C ? m acu m C m o N N o a� c _ Z � z 2 zQ z 2 zQ z = zQ Z 2 zQ � o vIco2 L � ❑ El El ❑ ❑ ❑ ElEl ❑ ❑ ❑ ❑ F W a) a) N Wa m ca f°c c E C E co E E v 0 lC U U Q� L LL LL N LL (D LL a) C ❑ Q ca ❑ Q -� ❑ Q 'y ❑ Qcu y U to U U U cc 7 N U cu V V � 7 ca 2 a ¢ 0 2 a ¢ 0 ¢ a ¢ ¢ ❑ ❑❑❑ ❑ ❑ ❑❑ ❑ ❑ ❑❑ ❑ ❑❑❑ co co U m eTi m m C U ❑ U ❑ U ❑ C O Q > 0 U H m co U to U H 'ew O 0 a) m O O m p ai m � 0 w F n p d 'o z 0 o z 1- 0 'E 0 z o o z 0 v v ❑❑❑❑ v ❑❑❑❑ v ❑❑❑ v ❑❑❑❑ C 0/ d N a� L O N z coCL LU 0 0 0 0 a5 9; o o O Cl) O CL W M ° m L- O a m 0 M m r tS� d � c) O N 0 LO w V Q E M CD c V-- LO c r > > as a N Co CD 00 . E w QN n N QQN w - ti oOOpLu 6c :3o N M LLO m H +- 0 z = o Z w LL L' O Z m w WO o U c Co U O L N O o V O iL a s co U 41 p N U a CL U a Q Q 0 h a Z v> f- (L z us f- Q z rss f- cq z m m e E ;t a o E rn LO Q CC) o o LO O 'n r ix :2 cco f— o cn c 00 " xca �- CO LU i H _C co > Q wN -0 -- Xo o f CON y N CcY ~ ��, a��i m o � �1 X � n-U � �' m ❑ 0 a3 p V Cr3 U �- Lt7 to va ?. r a) r- aat " 0 m L ~ Z � COZZ cn m c � V Est ¢ o U) � co Q? as cv o 6Ln � l- = in Q. ZV � O O - � t6 � O ti >: >, aa)iccq ca > c�- -- O � � ccoo — _ x ¢ a CULoLL00 aaQ c Y �1 l— � = N LL � 2CD CDo) 3 E Lu Z o m o E o E o a O L f4 s' co L ca Sh ZV z m z a z z a a v, cn H F C N C w C d d d d C 'C O C N -0 -0'a O co C 'o O co G Vl 'a O c4 G aRi 'o = E o s E o t E o V � E o �,, a CO ¢ aw v ® ¢ aw v m ¢ a. u1 v m ¢ a. Lu t� m v V 70 � N m - C6 C C C lU U c `o z ° 0 0 3 p y� c [� V C9 cCIS w m ! y O d O cli Q] Q 2 m R ? O m R Cll o M Co m c R fl. d y -� p v1 (6 O itl o U Ll O O O Q Col (D z = Z ¢ Z n= Z Q z Y Z Q > N H R y L O El 1:1V Q El C fU O to m — U v (A 1LL1 N N a) lif cn y Q m N d .� cu C m O O a ,: 0 U (� C E m E tII E U .� U p •� L It LL OC p Z U y y Q ❑ a, m ❑ Q ❑ Q CCO cn Q y C Q 'Cn N j N 0 .0 z H (' c m C U m C U ca { JQ I m n UN = Q_ AL pm N m b C +s+ a• . C) y .. +C+ Cn U c E m -P @ O . � U v N U v .. � o c aci O _ R ❑ � � 0'-a N T o �_ v � U U U m co o n C ccm U F m V �- m O F mmm � O V _ m H d H Od m d S H O 0 N '6E c- � LL U y CD � II II O 0 O t Z F- O _ a U ❑oLJ❑❑off❑ 000❑O Q w2CD m .2 � � y Q0 0 �c.In N BEN 'wo - c C m E a M m a R COG 0- t5 L a1 0 m O E m O Y to .30 c0zr p J O �+ m U 0 p cn C `�c�a � 2Q 3 ° as 3 �? 3 E O 7 ai O iri in W cNoao pert tm y � m O o a► N OO d W 3 E- � 0 �' � wU a CO O a to a H ~ m c m v � N r- O can in Cu m a) € w a z d CO d a) CO = y s O E= � � V (D UJ p 2 0 LO C� _v - v a) w m - °' d s N LLl U ai E Q' Gi Ci .3 E cn '_ z Q-S c p to c o z rp CL o z W o z p moo- as m e O � O c 0 0 II o fn U II o U m N m 3 -p a 'U) (n O v) O y m o co 3 my y +; > a c O U ma � mEa) s � m y Q ¢ a a Q T c o .__ -' !� V _ H LV Z ,a E- z to)- �- z cr► r cpi C in C M= �� R a w o c y y E Cc6 � CCD Ul co = U to N R� p t4 �O a�oi m � ° a c U ca c� J c `o U- C _ ¢� m m = c O U `� u. U) W CU O r C LL Uv= u U E d = IIw r O _sti U NNO .� R OUP E � LUJ E � 9 pjMCD _ � 0OC6 O mOc d w Na c �IL X � e� C) j O O LLlO o , F- Cn N m UCo N c N II x O Q 0 ai ca o w m e t) m al- 0' m p c c .L cn 7 O C z U O D O r Q r co cn cu CD mtCy dm O �_a y O d m m v Z ZO �c 0 . C z �+ zV) (/S rCri 0) a y a'n y yO N t N Y iN C c i = •� ram+ �+ ca 0 p C y A y C3 O c y 8 O c y o O C m a) oa m m o r m a s E o 'a = E o a s E o w. a 2 DN U m wc 5 n. m Q aw o m Q n. w c� m Q aw t� Q �r [V N 16 O + U) o U i la)L L N N ulrn p 04= O � " � ow 2 d 0 O = to 0 C o 7 Q O +-' IO — m Q X C ?? U wCL >+ Cd Q) O fB M .0 (�U M a) c Wca ca c3i 3 o > o - w ca -0 U) caco 0 w O ca o "a O .c cc Q) O 0 0 Q) + Ln O L7 0 N y 0 Q V) y N o C) � = C _ � C (a _ O L r tD } O O C O p a) Q) a0 O N a3 U m E `�- _ Q N ya) O Q) �} t{} 8t4 L -O C v C" " C Q d t6 fu �1 � L a. U a) .m. = eC ti L V 0 CO O LJ +� a) s �= a) o O � O � mom, Ec ++ t'- — 0 o a) •o U C. L � aj rn = 6 4) >. Co a) m , m Q Q d +_' C 0) m O �+ ar �+ C O 'lC Q) j N �. E H Q U co CL ,� W In N cA — C W 0 Q a) mo -O Q O Q) O _U L p O i O o co L to cr 16 0 o C c cn U cn cu C c � 6 0 N Q v 0 cu a) N 72 N � a) L U C F. cn O a) m O '� 4- N U O_ z C .E 7J Q 7 a) a a) 40 U) cC cn m � � O E O o 42 to `o oacDE a�iQ Q� o N = quo Ltooca C �, 0. cc —j y a) a o c a c co CD a) o �aEc� c� L .� U A O m L '~ W o-U Cl)o w CO �y `o � w r U CO {y L Lcz y C] C. to O } O o o �+ A o O a) N a) O O �' 0 V U ❑ Q 0 Cr CD r- O 3 N H `i7 Q U a)E O Q C m u �- W w C L CL rA += N N cn a. N E V o 0 o — a N fn cn 'p cn N - �. 0 L (3 C -O U C Q) d 7 L_ y.r C ++ cC C L (c v7 2 C m O -a N a) c cn "" o (a y E O C E "a -- m 0 y 3 O Z a) a. to -0 O 0 O N � � � Co a; U m Z =O CG CE 0 � C N E N >,W M .0 X m r�I p O O -O N w O N E U LC Llyl C C C Q O ,� •C o a) Y E N G b c 3 �P O O O C p U -Op Y a) 'y cn O O Q Q Q J L'S co m o U O L m N r 0 1— D >{i L L L Q a Y U L L r. y. X o N V-- ca m c� O CD s c� v� .— �- t� C� =1 E (D �, � u7 � p a o ,Zr 0 O O � w � .. 0 0 �,._ C co L -- p W �- p ❑ ❑ —� OoaCTE c4 � C -0E .a oza) N om�N f.. CE �<. Q) +� cv U �' p) to �' N V Z rn o o O O � � � � •xsm E � L � la cam Ncw � o � C)7 cC C � L N p L rT a) O c CU ) cz C t O d O o l� A o p F+oE- H U 0 .� m O N 0- a Y d 1- V CO Q U 0 w a- FORT WORTH.: CO271s PROJECT# 81D# (H Appllcade Pbase Chedt one) Amendment❑ Manpe order❑ Business Equity Division LETTER OF INTENT A.Business Equity Suh-Contractor/Consultant Information: A certified Business Ewb firm Is owned by a 11110 ty or Woman Business EnWprse(MMtBE) [Pursuant to the City of Fort Worth's Business Equity Orcnance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.j All Fields are Requlmd- Do not leave blank. 1. Name of Project: Sanitary Sewer Rehabilitation Contract 98 2. Name of Offeror/Prime Contractor: Why Contractors, Inc. 3. Name of Business Equity Firm: Zamora Construction Address: PO Box 10396,River Oaks,TX 76114 Firm Contact NamelPhone: Lupe Zamora 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify'supply"or*install"or both): Co=ete Flatwork-Curb&Gutter, SW, DW etc. NAILS Code: 238110 In the amount of S 868.678.95 Z ��—�©0 et 7 Zamora Construction (Owner/ oath 'zed Agent)Type or Print Name (Name of Certified Business Equtly Firm) I/2�' 2Z, (Signat e o ner/Authorized Agent of Certified Business Equity Firm) (Date) Lupe@zamoraconstruction.com 817-759-0063 lE MAWNW) (Phone Number) B. Affidavit of Offeror/Prlme I HEREBY DECLARE AND AFFIRM that Troy Why am the duly authorized representative of town Autlroetad Aaertt) Woody Contractors, Inc. and that I have personally reviewed the material and facts P+M of O faedPrim+e) set forth in this Letter of Intent. To the best of my knowledge,information and belief,the facts in this form are true,and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any personlentity that makes a false or fraudulent statement in connection with participation of a certified fine in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and c omect,and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Troy Woody 650 Tower Dr Kennedale, TX 76060 (Owned Authorized A Type or Print Name (Name of Otferor/Pdme) ( nature of /Authoriz (Date) twoo 2020 aol.com 817-483-4787 (Email Address) (Phone Number) Depunmem or Diversity aril Inclusion EtTective 01/01/2021 Bushwss Equity Division Email I?DVIN_Bnfftce(gttbmrunhtetas.gov Revised.6-3-_1 Ph:917-392-2674 FORT WORTH. CO2719 PROJECT# BID# (If Applicable Please Check One) Amendment❑ Change Order❑ Business Equity Division LETTER OF INTENT A.Business Equity Sub-Contractor/Consultant Information: A certified Business Eoukv firm is owned by a Minority or Woman Business Enterprise(M/W8E1 [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC). Women's Business Council - Southwest (WBCS). or the Texas Department of Transportation (TXDOT).Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (OBE) by the NCTRCA and/or TXDOT only.) All Fields are Required- Do not leave blank 1. Name of Project: Sanitary Sewer Rehabilitation Contract 98 2. Name of Offeror/Prime Contractor:Woody Contractors, Inc. 3. Name of Business Equity Firm: Lions Gate Logistics Address: 2600 Timber Rd Burleson,TX 76028 Firm Contact Name/Phone: Marto Martinez 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify supply"or'install"or both): Hauioff/Dump Trucking/Rock& Sand Supplier NAICS Code: 484220, 237310 In the amount of$ 270,000.00 Mario Martinez Lions Gate Logistics (Owr'00116y horized7,047,/ Allype or Print Name (Name of Certified Business Equily Firm) ]Jyj,� i-f9b-;2 (Signature of Owner/Authorized Agent of Certified Business Equity Firm) (Date) lionsgatelogisticsl@gmail.com 817-917-0668 (Email Add) (Phone Number) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that_ Troy Woody am the duly authorized representafive of (Owner/Authorized Agent) Woody Contractors, Inc. and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge,information and belief,the facts in this form are true,and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/enfity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the OfferodPrime are true and correct.and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Troy Woody 650 Tower Dr Kennedale, TX 76060 (Owner/Authorized Agent)Type or Print Name (Name of Offeror/Prime) _•''Ill � =---� (Signatuitof Ow�f*tfiorized Afent) (Date) twoody202O@aol.com 817-483-4787 (Email Address) (Phone Number) Department of l3kersa% and Inclusion I II Clicclltl0I;2021 Business Equity fhvmon lanail,1A,1>: Revised r�S-'_1 Ph 817-392-2674 `oRT T ORTH,41 pp 114� OjEcT# CO2719 SIDS_ {if AppScable Ptaese Check one) Amendmant[] Change Order[] Business Equity Division;! LETTER OF INTENT A.Business Equity Sub-ContractorlConsultent Information: A t ertiflad Bus- Fqu&frin is awned by a f inarl�y or Woman Business Enterprise(f�tIWBE) (Pursuant 0 the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be cer<if=red prior to recommendation of award in order to be counted towards the Business Equity contract goat_ Certifying agencies acceptable by the City: North Central Texas Regional Cerrfricatlan Agency (NCTRCA), Dallasi'Fort Worth Mtn^ Supplier Deveiepment Council, Inc. (DFW MSDC), Womea's Business Council - Southwsst (MCS), or the Texas Department of Transportation (TXDOT).Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise(DOE) by ttte NCTRCA and/or TXDOT only.] Aff fields aims Requited- €lo not leave#flank. 1. Name of Project. Sanitary Seaver Rehabilitation Contract 98 1 Name of Offeror/Prime Contractor.Woody Contractors, Inc. 3. Name of Business Equity Firm: Cow Town Red!Mix Address: P.O.Sox 162327 Fort Worth,TX 76161 Fan Contact Name/Phone: Max Ulrich 817-454 2371 4. The undersigned is prepared to perform the following deWibed work and/or supply the material listed in connection with the above project (where applicable specamy"supply'°or"instate'or both): Supply Concrete Red! Mix NAILS Code: 327320 In the amountof$ 50,000.00 Max Ulrich Cow Town Redi Mix (Ow nerr rut}Type o me IN o rfifiefi$usir�sss EGu6y� (Signature of 6woerl fhorhadAgeotofCertilledBusinessEqukyFirm) (Date) 4� mexcowtown@yahoo.com 817-454-2371 (Frei Ad*awl (Phone Number) B. Aflifth of Offeror/Prime I HEREBY DECLARE AND AFFIRM that Troy Woody am the duly authorized representative of (OwnedAutkofized Agent) Woody Contractors, Inc. and that 1 have personally reviewed the material and facts (dame ofoffemdPdme) set forth in this Letter of intent. To the hest of my knowledge,information apd belief,the facts in this form are true.and no material facts have been Omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Werth contract may be refened for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the OffetnrfPrime are true and correct,and that I am authorized on behalf of the OfferorlPrime to make the affidavit. Troy Woody 650 Tower Dr Kennedale,TX 76060 {Octneri Authod Type r rat {Name of Ofteroriptime] T�/z� zz (Signature 6fowe rrxedA (Date) twoody2 @aot.com 817-483-4787 (Email Address) {Phone N umber) Dcpwimcnt of Diversity and rncrusior; cf Wive OVOU2021 Business Lquity Division Reviscd.6-8-21 Email DVtN_r T-Offjcr!ulforncorthlexns.sov Plr.817-392-2674 FORT WORTH CO271 PRdJECT# 131D# (If Applicable Please Check One) Amendment❑ Change Order❑ Business Equity Division LETTER OF INTENT A.Business Equity Sub-Contractor/Consultant Information: A certified Business Equity tirrn is owned by a Minority or Woman Business Entemrise(MIWBE) (Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), DallaslFort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA andlor TXDOT only.] All Fields are Required- Do not leave blank. 1. Name of Project: Sanitary Sewer Rehabilitation Contract 98 2. Name of Offeror/Prime Contractor: Woody Contractors, Inc. 3. Name of Business Equity Finn. Madero Engineers,Architects&Constructors, LLC Address: 11712 Roaring Fork Trail,Aubrey,TX 76227 Firm Contact Name/Phone: Frank Madero 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify"supply'or"install"or both): Epoxy MH Lining NAICS Code: 238190 In the amount of$ 44,803.00 Frank Madero Madero Engineers,Architects&Constructors,LLC (Owner/Authorized Agent)Type or Print Name (Name of Certified Business Equfy Firm) 8/26/22 (Signature of Owner lAuthorized Agent of Certified Business Equity Firm) (Date) julio@madero-net ; frank@madero.net 817-609-0733 (Email Address) (Phone Number) B. Affidavit of Oftor/Prime l HEREBY DECLARE AND AFFIRM that Troy Woody am the duly authorized representative of (Owner/Authorized Agent) Woody Contractors, Inc. and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge,information and belief,the facts in this form are true,and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct,and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Troy Woody 660 Tower Dr Kennedale,TX 76060 (Owner/Authorized Type or Print Name J (Name of Offeror/Prime) /-Z (,1ZZ_ re of 0 e uthorized (Date) tw00 020@aO .Com 817-483-4787 (Email Address) (Phone Number) Department of Diversity and Inclusion Effective 0 VQ12021 Business Equity Division Email:DVIN BEOffiecC�fortworthtexas.gov Revised.6-3-31 Ph'317-392-2b74 FORT WORTH. PROJECT# CO2719 BID# (If Applicable Please Check One) Amendment❑ Change Order 17-1 Business Equfty Division LETTER OF INTENT A.Business Equity Sub-ContactorlConsultant Information: A certified Business Equity firm is owned by a Mnorfty or Woman Business Enterprise(M WBEI [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required- 90 not leave blank. 1. Name of Project: Sanitary Sewer Rehabilitation Contract 98 2. Name of Offeror/Prime Contractor:Woody Contractors, Inc. 3. Name of Business Equity Firm: RGJ Services, LLC dba Barricades Plus Address; 2450 Lakeside Pkwy Ste.150#34 Firm Contact Name/Phone: Tobias Seastronq 4. The undersigned is prepared to perform the following described work andlor supply the material listed in connection with the above project (where applicable specify"supply"or°install'or both): Barricades Supplier NAICS Code: 561990 In the amount of$ 28,800.00 Rodney R.Johnson Barricades Plus (Owner]Authorized Agent)Type or Print Name (Name of certified Business Equdy Firm) 8/26/2022 (Si nature of Owner[Authorized Agent of Certified Business Equity Firm) (Date) rodney@barricadesplustx.com 214-292-7952 (Email Address) (Phone Number) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM,that Troy Woody am the duly authorized representative of (OwnedAuthorized Agent) Woody Contractors, Inc. and that I have personally reviewed the material and facts (Name of OfferodPr{me) set forth in this Letter of Intent. To the best of my knowledge,information and belief,the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordnance, any personlentity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror[Prime are true and correct,and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Troy Woody 650 Tower Dr Kennedale, TX 76060 (Owner/Authorized A or Print Name (Name of Offer r/Prime) ;77�" 2,2— ( n e of 0 thorize (Date) �F twood 20 COm 817483-4787 (Email Address) (Phone Number) Department of Diversity and Inclusion Effective 01I0 U1021 Business Equity Division Email:DVII�_BEOffrc ovi fortworthtexas.gov Revised.6 8-21 Ph:817-3 92-2674 FORT WORTH® CO2719 PROJECT# BID# (!f Applicable Please Check One) Amendment❑ Change Order❑ Business Equity Division LETTER OF INTENT A.Business Equity Sub-Contractor/Consultant Information: A certified Business Equity firm is owned by a Minority or Woman Business Enterprise W BEI [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity fimis participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required- Do not leave blank. 1. Name of Project: Sanitary Sewer Rehabilitation Contract 98 2. Name of OfferodPrime Contractor:Woody Contractors, Inc. 3. Name of Business Equity Firm: Klutz Construction, LLC Address: P.O.Box 185 Kennedale,TX 76060 Firm Contact Name/Phone: Charles Klutz 817-561-5591 4. The undersigned is prepared to perfoml the following described work and/or supply the material listed in connection with the above project (where applicable specify"supply"or"install"or both): Cast in place structures NAILS Code: 237310 In the amount of$ 25,200.00 Ch e Klu Klutz Construction, LLC (0 nerlAuth=Ant or P e (Name of Certified Business Equty Firm) (Signature of Owner/Authorized Agent of Certified Business Equity Firm) (Date) klutzconstruction@sbcglobal.net 817-561-5591 (Email Address) (Phone Number) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that Troy Woody am the duly authorized representative of (Owner)Authorized Agent) Woody Contractors, Inc. and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge,information and belief,the facts in this form are true,and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. 1 do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct,and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Troy Woody 650 Tower Dr Kennedale, TX 76060 (Owner/Authorized A e pe or ' t Name (Name of Offeror/Prime) (Sig re 9Kw orized (Date) twoody202O@aol.com 817-483-4787 (Email Address) (Phone Number) Department of Diversity and Inclusion Effective 01/012021 Business Equity Division Revised.6-8-21 Email:DVIN_BEOffiee�r fortworthtexas.gov Ph:817-392-2674 FVRT WORTR, CO2719 PROJECT# BiD# of Appicebte Please Check one) A1rlerndrne d❑ Charge Order Business Equity Division LETTER OF INTENT A.Business Equity Sub-Corrtract Xonsultant Intimation: A certified Business Eaufty film is owned by a Allthorfbr or Woman Business Enterp�e(MiBEE) [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to mcommendatan of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise(DBE) by the NCTRCA and/or TXDOT only.)All Fields are Required- Do not leave blank. 1. Name of Project Sanitary Sewer Rehabilitation Contract 98 2 Name of Offeror/Prime Contractor.Why ContrsidDrs, Inc. 3. Name of Business Equity Firm: TreeNewal, LLC Address: 1712 FM 407 Argyle,TX 76226 Film Contact Name/Phone: H McMullen 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify`supply'or"install'or both): Tree removals NAl S Code: 561730 In the amount of$ 20.000.00 r,bowka G n ow a TreeNewal, LLC ( n q )Type or Print Name (Name of Certified Btakma�1_ Eq*Firm) -a U a (Signature of Owner/Authorized Agent of Certified Business Eq*Firm) (Date) h.mcmullen@treenewat.com 817-228-6009 fAdAd*w) (Phone Number) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that Troy why am the duly authorized representative of Ponu A"" 1NOod/y Contimctors, Inc. and that I have personally reviewed the material and facts tbeofomm"inal set forth in this Letter of Intent To the best of my knowledge,information and belief,the facts in this form are true,and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance,any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contracd may be referred for debarment procedures under the City of Fat Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct,and that i am authorized on behalf of the Offeror/Prime to make the affidavit. Troy Woody -r 650 Tower Dr Kennedale, TX 76060 (owner/Authorized Agent)Ty Name (Name 'me) (Sig. nc> ( ) twoody202O@aol.com 817483-4787 (Email Address) iPh"Number) Department of Diversity and Inclusion Effective Ol/0 i/2021 Business Equity Division Email:DVIN BLOffic�u2fartwotthtexas go-, Revised.6 S- I Ph:817-392>2674 Minority Business Enterprise (MBE) C.C. Zamora Construction, LLC DBA Zamora Construction C.C. Zamora Construction, LLC DBA Zamora Construction has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise(MBE)Policies& Procedures and is hereby certified to provide service(s)in the following areas: NAILS 23811 G., POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS NAICS 238990:ASPHALT COATING AND SEALING, RESIDENTIAL AND COMMERCIAL PARKING LOT AND DRIVEWAY This Certification commences August 12, 2021 and supersedes any registration or listing previously issued_This certification must be updated every two years by submission of an Annual Update Affidavit.At any time there is a change in ownership,control of the firm or operation,notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration:August 31, 2023 Issued Date,August 12, 2021 CERTIFICATION NO. HMMB88041N0823 r Certification Administrator Minority Business Enterprise (MBE) a Lions Gate Logistics NO --Leon-s-mate Lagts t —has fled with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise(MBE)Policies& Procedures and is hereby certified to provide service(s) in the following areas: NAICS 484220: DUMP TRUCKING(E.G., GRAVEL, SAND,TOP-SOIL) . NAICS 484220: GRAVEL HAULING,LOCAL This Certification commences July 23,2021 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit.At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: July 31, 2023 Issued Date: July 23, 2021 CERTIFICATION NO. HMMB39857NO723 Certification Administrator Women Business Enterprise (WBE) Cowtown Redi Mix, Inc. - Cowtown Redd Mix, Inca has fled with the Agency an Afiidavft as defined by NC T RCA Women Business Enterprise(WBE)Policies& Procedures and is hereby certified to provide service(s)in the following areas: NAILS 327320: READY-MIX CONCRETE MANUFACTURING This Certification commences December 7, 2021 and supersedes any registration or listing previously issued.This certification must be updated every two years by submission of an Annual Update Affidavit At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: December 31, 2023 Issued Date: December 7, 2021 CERTIFICATION NO. WrWB42034N1223 Certification Administrator 3 r �f JR U0- . ❑ . $ 7_t 21 (D \ . � z CS Q $ \ ( § � k ® 2 , £ LU 2 ~ . .: a. / 0 \ \ y J m E c m W >ULI D % (D ) � / \ a \ \ (D . > � \ / / ) ® \ O as \ $ - 2 n o . 2 > / _ / 7 \ 0a. CO _ V) o < ® Q c \ k f ) 7 U 2 � e � o E s : E e \ J 0 i 0 3 -> , Z_ g 2 Q d ; / L \ / \ Z U § \ ® Z R . } / ) co0 0 7 : I > \ . LL / 0 § � m - -0 $ � Q 0 \ 2 7 U - § ƒ \ . ƒ Z _� ■ C a 2 0 0 \ in k B 2 ° \ � / � \ \ 0 > . LU > c _ § \ / m Minority Business Enterprise (MBE) MADERO ENGINEERS, ARCHITECTS & CONSTRUCT CONSTRUCT has fled with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise(MBE)Policies& Procedures and is hereby certified to provide service(s)in the following areas: NAICS 236220:ADDITION,ALTERATION AND RENOVATION GENERAL CONTRACTORS,COMMERCIAL AND INSTITUTIONAL BUILDING NAILS 237110:WATERAND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION NAICS 238110:CONCRETE REPAIR NAICS 238110:GROUTING(I.E.,REINFORCING WITH CONCRETE) NAICS 238190: EPDXY APPLICATION CONTRACTORS NAICS 238190: OTHER FOUNDATION,STRUCTURE,AND.BUILDING EXTERIOR CONTRACTORS NAILS 541310:ARCHITECTURAL SERVICES NAICS 541330: CIVIL ENGINEERING SERVICES This Certification commences November 29,2021 and supersedes any registration or listing previously issued.This certification must be updated every two years by submission of an Annual Update Affidavit.At any time there is a change in ownership, control of the firm or operation,notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: November 30, 2023 Issued Date: November 29, 2021 CERTIFICATION NO. HMMB82326N1123 Certification Administrator W \ U 2 kk� #tf $ � o�z }\/ . _ 03 \\7 � � � of § CD- CD o d} �0E k< fIIJ 2c 2» LU 22 %) }\ Qk2 //�\ 2 E $z � }f\ } .� 2 �} 20B \< §f f 4 20 �z� ! 2 N V \ ; <oz [\ dk< }\\\ \ Y y\ 7§3 [f \\ ` �k k�k §\)) / o $7 /kw ± ®t Cl) k 2]§ § % \y co Ca 2 / §§k � � co §� �° 2� \ \ � 2/ $ (D °�� L( §�d a ` /ƒ #§2 22f #&z . . p� >,z ! 2 Q z Lu ! \ } \)D �0\ ,a = f$e �k/ \wLLI Minority Business Enterprise (MBE) TreeNewal, LLC DBA TreeNewal Certified Arborist FreeNewal;I-L e-New.%1-%-11erdfite-d -- - Arborist has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise(MBE)Policies& Procedures and is hereby certified to provide service(s) in the following areas: NAICS 541320: LANDSCAPE CONSULTING SERVICES NAICS 561730:ARBORIST SERVICES NAICS 561730: FERTILIZING LAWNS NAICS 561730:LANDSCAPE CARE AND MAINTENANCE SERVICES NAICS 561730: PRUNING SERVICES,ORNAMENTAL TREE AND SHRUB NAICS 561730:SHRUB SERVICES(E.G., BRACING,PLANTING, PRUNING,REMOVAL,SPRAYING, SURGERY,TRIMMING) NAICS 561730:TREE AND BRUSH TRIMMING,OVERHEAD UTILITY LINE NAICS 561730:TREE REMOVAL SERVICES NAICS 561730:TREE SERVICES(E.G.,BRACING, PLANTING, PRUNING, REMOVAL,SPRAYING,SURGERY, TRIMMING) NAICS 561730:TREE SURGERY SERVICES NAICS 561730:TREE TRIMMING SERVICES NAICS 561730:TURF(EXCEPT ARTIFICIAL)INSTALLATION SERVICES This Certification commences June 14, 2022 and supersedes any registration or listing previously issued.This certification must be updated every two years by submission of an Annual Update Affidavit.At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: June 30, 2024 Issued Date: June 14, 2022 CERTIFICATION NO. HMMB88877NO624 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July I,2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July 1,2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Rehabilitation,Contract 98 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CO2719 Revised July 1,2011 CITY OF FORT WORTH Pre-Approved Concrete Mix Designs The concrete mix designs listed below meet the requirements of City of Fort Worth Standard Specifications. These mix designs are pre-approved for use on City projects. The City reserves the right to sample and test materials at any time. For more information on mix designs, contact the Material and Geotechnical Services at (817) 392-8930. Updated: 06/02/2022 American Concrete Compan Supplier Cement/FI ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength(psi) (Inch) Ratio Approved For: Date 30CAF029 376/94=470 5.00 3,000 3-5 0.50 Sidewalks&Rams 02/21/2024 Concrete Base 01 JAF382 250/85=335 3.56 1,000 4-6 0.87 Material for Trench 05/06/2024 Repair 40CNF065 451/113= 6.00 4,000 3-5 0.45 Manholes/Utility 02/21/2024 564 Structures 45CAF076 489//122= 6.50 4,500 3-5 0.40 Hand Placed Paving 02/21/2024 61 Ar os Cement/FI ash Min.28-day Slump W/Crn Expiration Supplier Mix ID Lbs. Sack Strength Approved For: g (psi) (inch) Ratio Date D10000001737 468/117=585 6.22 4,500 3-5 0.44 Hand Placed 03/03/2024 Paving D10000001791 489/122=611 6.50 4,500 3-5 0.42 Hand Placed 04/21/2024 Pavin D10000001793 481/120=601 6.39 4,500 3-5 0.43 Hand Placed 07/28/2024 Paving D10000001103 611/0=611 6.50 4,500 3-5 0.44 Hand Placed 04/21/2024 Paving D10000002107 611/0=611 6.50 4,500 3-5 0.43 Hand Placed 05/07/2024 Paving D10000001273 611/0=611 6.50 4,500 3-5 0.44 Hand Placed 04/29/2023 Paving D10000001617 414/103=517 5.50 3,600 1 -3 0.45 Machine Placed 09/22/2022 Paving D10000008381 752/0=752 8.00 4,500(4,500 3-5 0.33 HES Paving 08/04/2022 72 hrs. D10000009857 30/300=330 3.51 50 Flow 0.91 Flowable Fill 04/21/2024 Inlets,Junction Boxes, Manholes, D10000001055 494/0=494 5.26 3,000 3-5 0.50 Channel Liner, 02/27/2024 Sidewalk, Driveways,Curb& Gutter D1000001043S 470/0=470 5.00 3,000 3-5 0.56 Sidewalks,Curbs 06/15/2024 D1000001619S 414/103=517 5.50 3,600 3-5 0.48 Valley Gutter 06/25/2024 D1000001565S 376/94=470 5.00 3,000 3-5 0.54 Curbs,Curb& 06/15/2024 Gutter, Sidewalk, Pre-Approved Concrete Mix Designs Page 1 of 11 06/02/2022 Cement/Flyash Min.28-day Slump W/cm Expiration Supplier Mix ID Lbs. Sack Strength(psi) (inch) Ratio Approved For: Date Driveway Approach, ADA Ram Inlets, Boxes, D10000001615 406/101 =507 5.39 3,600 3-5 0.49 Encasement, 04/21/2024 Blocking Inlets, Boxes, D10000001061 502/0=502 5.34 3,600 3-5 Encasement, 04/21/2024 Blocking D10000001083 554/0=554 5.89 4,000 3-5 0.46 Valve Pads 04/21/2024 D1000001083S 564/0=564 6.00 4,000 3-5 0.44 Inlets, Headwalls, 10/21/2022 Thrust Blocking D10000001685 451/113=564 6.00 4,000 3-5 0.45 Value Pads 04/21/2024 D10000005751 188/47=235 2.50 750 1 -4 1.00 Trench Repair 10/21/2022 Inlets,Structures, D10000001083 554/0=554 5.89 4,000 3-5 0.45 Headwalls,Thrust 03/06/2024 Blocking Headwall, D10000001681 451/113=564 6.00 4,000 3-5 0.45 Retaining Wall, 06/19/2024 Box Culvert, Valley Gutter Big D Concrete Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 7SKGRT 658/0=658 7.00 3,000 4-6 0.54 Grouting 04/13/2023 14500AE 846/0=846 9.00 4,500 3-5 0.38 HES Paving 07/14/2022 Burnco Texas LLC Cement/FI ash lbs. Min.28-day Supplier Strength Slump W/Cm Approved For: Expiration pp Mix ID Lbs. Sack si (Inch) Ratio Date 45U500BG 489/122=611 6.50 4,500 3-5 0.40 Hand Placed Paving, 01/29/2024 Storm Structures 40U553BG 451/113=564 6.00 4,000 1 -3 0.41 Machine Placed 01/29/2024 Pavin 551.1120AG 705/0=705 7.50 5,500(3,000 3-5 0.38 HES Paving 10/14/2023 3-days) Pipe Collars, Inlets, 30U100AG 470/0=470 5.00 3,000 3-5 0.47 Thrust Blocks, 03/03/2024 Sidewalks and Ramps 30U101AG 470/0=470 5.00 3,000 3-5 0.49 Flatwork 03/17/2024 Blocking, Driveways, 30U500BG 380/94=474 5.04 3,000 3-5 0.49 Curb$Gutter, 01/29/2024 Sidewalks and Ramps Storm Drain 40U500BG 451/113=564 6.00 4,000 3-5 0.44 Structures,Driveways, 01/29/2024 Screen walls 36U500BG 432/108=540 5.74 3,600 3-5 0.44 Lighting and Traffic 01/29/2024 Signal Foundations 08Y450BA 210/50=260 2.77 800 3-5 0.93 Concrete Base for 12/17/2023 Trench Repair 01Y690BF 30/300=330 3.51 100 Flow 0.86 CLSM/Flowable Fill 01/29/2024 Pre-Approved Concrete Mix Designs Page 2 of 11 06/02/2022 Carder Concrete Cement/Fly ash Min.28-day Supplier Mix Slump W/Cm Expiration ID Lbs. Sack Strength (Inch) Ratio Approved For: Date FWCC602021 451/113=564 6.00 4,500 3-5 0.43 Hand Placed 11/12/2022 Paving FWCC552091 414/103=517 5.50 3,600 1 -3 0.44 Machine Placed 11/12/2022 Paving FWCC602091 451/113=564 6.00 4,000 1 -3 0.40 Machine Placed 11/12/2022 Paving FWCC359101 30/300=330 3.51 50-150 flow 0.86 Flowable Fill 11/12/2022 /CLSM FWFF237501 52/164=216 2.30 50-150 flow 1.74 Flowable Fill 11/12/2022 /CLSM Storm Drain Structures, Manholes, Headwalls, FWCC602001 451/113=564 6.00 4,000 3-5 0.44 Retaining Walls, 11/12/2022 Valley Gutters, Drive Approaches, Lighting&Traffic Signal Foundations Sidewalks, FWCC502021 376/94=470 5.00 3,500 3-5 0.51 Driveways, Ramps, 11/12/2022 Curb&Gutter Sidewalks, FWCC502001 376/94=470 5.00 3,000 3-5 0.53 Driveways, Ramps, 10/29/2022 Curb&Gutter, Flatwork Charle 's Concrete Supplie Cement/Fly ash Min.28-day Slump W/Cm Expiration r Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date Curb Inlets,Junction 4142 414/103=517 5.50 3,600 3-5 0.48 Boxes,Sidewalks, 03/05/2024 Street Light Foundations 4518 452/112=564 6.00 4,000 3-5 0.45 Headwalls,Win walls 02/02/2023 5167 517/0=517 5.50 3,600 1 -3 0.45 Machine Placed Paving 03/23/2024 4609 489/122=611 6.50 4,500 3-5 0.44 Hand Placed Paving, 02/25/2024 Manholes 6103 611/0=611 6.50 4,500 3-5 0.44 Hand Placed Paving, 02/25/2024 Manholes 4502 470/0=470 5.00 3,000 3-5 0.46 Sidewalks,Blocking, 06/14/2023 Ri ra 3759 376/94=470 5.00 3,000 3-5 0.50 Sidewalks 05/28/2024 1502 501150=200 2.13 150 Flow 0.95 Flowable Fill 02/02/2023 1518 30/300 3.51 150 Flow 0.85 Flowable Fill 09/17/2022 5642 564/0=564 6.00 4,000 3-5 0.45 Storm Drain Structures 06/14/2023 6595 658/0=658 7.00 5,000(4500 3-5 0.40 HES Paving 04/14/2024 72 hrs. 6589 658/0=658 7.00 1 4,500 3-5 0.36 HES Paving 02/24/2024 Pre-Approved Concrete Mix Designs Page 3 of 11 06/02/2022 Chisholm Trail Red! Mix Cement/Fly ash Min.28-day Supplier Slump W/Cm Expiration Mix ID Lbs. Sac Strength (Inch) Ratio Approved For: Date k (psi) C13020A 376/94=470 5.00 3,000 3-5 0.46 Driveways, Curb& 05/21/2023 E Gutter City Concrete Company Cement/Fly ash Min.28-day Supplier Slump W/Cm Expiration Mix ID Lbs. Sac Strength (Inch) Ratio Approved For: Date k (psi) 11-350-FF 94/235 3.50 50-150 Flow 0.83 Flowable Fill 05/26/2023 30HA2511 353/118=471 5.01 3,000 3-5 0.60 Ri ra 03/18/2023 30HA2011 376194=470 5.00 3,000 3-5 0.45 Blocking, Sidewalks, 08/04/2022 Flatwork, Pads 45NG2511 458/153=611 6.50 3,600 5-7 0.45 Class C Drilled Shaft 04/21/2024 50QG2511 494/165=659 7.01 3,600 7-9 0.45 Slurry displaced drill 03/16/2023 shafts 45NA2011 489/122=611 6.50 4,500 3-5 0.45 Hand Placed Paving, 06/16/2023 Li ht Pole Bases 36LA2011 451/113=564 6.00 3,600 1 -3 0.44 Machine Placed 03/13/2024 Paving 36JAOOIJ 414/103=517 5.50 3,600 1 -3 0.43 Machine Placed 03/13/2024 Paving 40LA2011 451/113=564 6.00 4,000 3-5 0.44 Storm Drain Structures 03/13/2024 Cornerstone Ontime Concrete Cement/Flyash Min.28-day Supplier Slump W/Cm Expiration Mix ID Lbs. Sac Strength (Inch) Ratio Approved For: Date k (psi) COC 4000 588/0=588 6.26 4,000 3-5 0.45 Lighting and Traffic 07/23/2022 Signal Foundations Cow Town Redi Mix Concrete Supplier Cement/Flyash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sac Strength (Inch) Ratio Approved For: Date k (psi) Sidewalks, Driveways, 250 376/94=470 5.00 3,000 3-5 0.51 Barrier Free Ramps, 01/15/2024 Curb&Gutter 122 Sidewalks, Driveways, 350 470/0=470 5.00 3,000 3-5 0.52 Barrier Free Ramps, 06/21/2023 Curb&Gutter 253-67A 399/100=499 5.31 3,000 3-5 0.49 Curb&Gutter,Sidewalks 04/29/2023 9 50/150=200 2.13 70 7-9 1.67 Flowable fill/CLSM 09/04/2022 9-S 200/0=200 2.13 70 7-9 1.67 Flowable fill/CLSM 03/06/2024 220-8 48/152=200 2.13 50 7-9 1.45 Flowable fill/CLSM 03/23/2024 320-8 200/0=200 2.13 50 7-9 1.45 Flowable fill/CLSM 03/23/2024 230-8 226/56=282 3.00 750 3-5 0.89 Concrete Base Material 03/23/2024 for Trench Repair 330-S8 282/0=282 3.00 750 3-5 0.89 Concrete Base Material 03/23/2024 for Trench Repair Pre-Approved Concrete Mix Designs Page 4 of 11 06/02/2022 Supplier Cement/Flyash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sac Strength (Inch) Ratio Approved For: Date k (psi) Sidewalks&ADA Ramps, Driveways,Curb 353 494/0=494 5.26 3,000 3-5 0.50 &Gutter,Safety End 06/25/2024 Treatments, Non-TxDOT Retaining Walls Curbs, Driveways, sidewalks&ADA 253-W 399/100=499 5.31 3,000 3-5 0.49 Ramps, Inlets,Junction 06/25/2024 Boxes, Non-TxDOT Retaining Walls Bridge Slabs, Box 260 451/113=564 6.00 4,000 3-5 0.44 Culver, Headwalls, 04/24/2024 Lighting and Traffic Signal Foundations 260-1 451/113=564 6.00 3,600 3-5 0.44 Headwalls 05/04/2024 Box Culver, Headwalls, 260-2 451/113=564 6.00 3,600 3-5 0.44 Lighting and Traffic 03/06/2024 Signal Foundations Bridge Slab, Box Culver, 360 564/0=564 6.00 4,000 3-5 0.45 Headwalls, Lighting and 04/24/2024 Traffic Signal Foundations 360-1 564/0=564 6.00 3,600 3-5 0.45 Box Culverts,Wing walls, 03/06/2024 Headwalls 264-N 489/122=611 6.50 4,500 3-5 0.42 Hand Placed Paving 03/11/2024 366 611/0=611 6.50 4,500 3-5 0.41 Hand Placed Paving 03/11/2024 265 489/122=611 6.50 4,500 3-5 0.42 Hand Placed Paving 12/01/2023 365 611/0=611 6.50 4,500 3-5 0.42 Hand Placed Paving 06/21/2023 370-NC 658/0=658 7.00 4,500 3-5 0.40 HES Concrete Paving 03/23/2024 370-1 NC 658/0=658 7.00 5,000(3,000 3-5 0.40 HES Concrete Paving 04/26/2024 si 0 72 hrs. 375-NC 705/0=705 7.50 5,000(3,000 3-5 0.38 HES Concrete Paving 06/02/2023 psi @ 24 hrs. 267 451/113=564 6.00 4,200 3-5 0.44 Manholes&Drainage 12/17/2023 Structures 270 526/132=658 7.00 5,000 3-5 0.39 CIP Box Culvert 05/19/2024 370 658/0=658 7.00 5,000 3-5 0.40 CIP Box Culvert 05/19/2024 255-2 414/103=517 5.50 3,000 3-5 0.48 Inlets,Thrust Blocking, 03/06/2024 Concrete Encasement Lighting and Traffic 257 414/103=517 5.50 3,600 3-5 0.47 Signal Foundations, 07/23/2022 Valley Gutter 257-M 414/103=517 5.50 3,600 1 -3 0.45 Machine Placed Paving 02/21/2024 260-M 451/113=564 6.00 4,000 1 -3 0.43 Machine Placed Pavin 04/14/2024 360-M 564/0=564 6.00 4,000 1 -3 0.44 Machine Placed Paving 04/14/2024 255-LP 414/103=517 5.50 3,000 3-5 0.52 Curb&Gutter 02/24/2024 355-LP 517/0=517 5.50 3,000 3-5 0.48 Curb&Gutter 02/24/2024 Flatwork, Inlets,Thrust 255 414/103=517 5.5 3,500 3-5 0.48 Blocking,Concrete 05/05/2024 Encasement 355 517/0=517 5.50 3,000 3-5 0.48 Inlets,Thrust Blocking, 03/06/2024 Concrete Encasement Bridge slabs,top slabs of 365-STX 611/0=611 6.50 4,000 3-5 0.43 direct traffic culverts, 08/18/2022 approach slabs Pre-Approved Concrete Mix Designs Page 5 of 11 06/02/2022 Cement/Flyash Min.28-day SupplierSlump W/Cm Expiration Mix ID Lbs. Sac Sttreen,th (Inch) Ratio Approved For: Date Lighting and Traffic 357 517/0=517 5.50 3,600 3-5 0.49 Signal Foundations, 01/29/2024 Valley Gutter GCH Concrete Services Supplier Cement/Flyash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date GCH400 for Sidewalks, Ramps, 0 451/113=564 6.00 4,000 3-5 0.45 Headwalls, Inlets,and 01/26/2024 Storm Drain Structures GCHV5 451/113=564 6.00 4,000 1 -2 0.45 Machine Placed 03/15/2023 Paving GCH450 489/122 =611 6.50 4,500 3-5 0.42 Hand Placed Paving 01/26/2024 0 Ingram Concrete & Aggregates Cement/FI ash Min.28-day Slump W/Cm Expiration Supplier Mix ID Sac Strength Approved For: Lbs. k (psi) (Inch) Ratio Date Lighting and 151 PX5DM 414/103=517 5.50 3,600 3-5 0.46 Traffic Signal 07/23/2022 Foundations Lighting and 70K23504 517/0=517 5.50 3,600 3-5 0.47 Traffic Signal 07/23/2022 Foundations C47PV5E5 353/118=471 5.01 3,000 1 -3 0.46 Sidewalks& 05/28/2024 Ramps 2MWR- 470/0=470 5.00 3,000 3-5 0.51 Sidewalks& 10/14/2022 70J23504 Ramps 2MWR- 376/94=470 5.00 3,000 3-5 0.50 Sidewalks and 10/14/2022 147QW5D5 Ramps 2MWR- 451/113=464 6.00 4,000 1 -2 0.39 Machine Placed 12/03/2023 C56PS5D5 Pavin 2MWR- 489/122 =611 6.50 4,500 3-5 0.40 Hand Placed 10/14/2022 161 UV5DM Paving 2MWR- 611/0=611 6.50 4,500 3-5 0.40 Hand Placed 10/14/2022 1 OMQS50N Paving 161 PS5EM 458/153=611 6.50 4,500 3-5 0.36 Hand Placed 05/28/2024 Paving LMC Lattimore Materials Corp.) Supplie Cement/Flv ash I Min.28-day Slump W/Cm Expiration r Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 5177 376/94=470 5.00 3,000 3-5 0.51 Sidewalks,Concrete 05/02/2024 Ri ra 1261 1 470/0=470 5.00 3,000 3-5 0.53 Sidewalks 05/06/2024 Storm Drain Structures, 5409 451/113=564 6.00 4,000 3-5 0.45 Sidewalks,Bridge 12/07/2022 Substructure 1551 517/0=517 5.50 3,000 3-5 0.49 Blocking, Light Pole 07/19/2023 Foundations Pre-Approved Concrete Mix Designs Page 6 of 11 06/02/2022 Supplie Cement/Fly ash Min.28-day Slump W/Cm Expiration r Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 5017 301/75=376 4.00 2,000 3-5 0.62 227 Concrete Base 11/30/2022 1701 564/0=564 6.00 4,000 3-5 0.45 Storm Drain Structures, 02/27/2024 SS Manhole 5277 414/103=517 5.50 3,500 3-5 0.48 SS Manholes, Light 06/11/2023 Pole Foundations 5507 489/122 =611 6.50 4,500 3-5 0.42 Hand Placed Paving, 02/07/2024 Bridge 2125 752/0=752 8.00 5,000 3-5 0.37 HES Paving 03/01/2024 9600 526/132=658 7.00 1 3,600 7-9 0.40 Class SS-Drill Shafts 11/01/2023 1851 564/0=564 6.00 4,500 3-5 0.44 Storm Drain Structures, 04/22/2024 Hand Placed Paving Liquid Stone Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date C301 D 376/94=470 5.0 3,000 3-5 0.45 Li ht Pole Foundations 05/26/2024 C4000G 451/113=564 6.00 4,000 3-5 0.42 Lighting and Traffic 07/23/2024 Signal Foundations Martin Marietta Supplier Cement/FI ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sacks Strength(psi) (Inch) Ratio Approved For: Date R2131014 470/0=470 5.00 3,000 3-5 0.55 Sidewalks&Rams 02/21/2024 R2132214 376/94=470 5.00 3,000 3-5 0.53 Sidewalks&Rams 02/24/2024 D9490SC 495/0=495 5.27 3,000 3-5 0.52 Sidewalks&Rams 02/24/204 R2131214 376/94=470 5.00 3,000 3-5 0.53 Sidewalks&Rams 04/06/2024 R2131314 353/118=471 5.01 3,000 3-5 0.53 Sidewalks&Ramps 09/29/2022 R2136014 470/0=470 5.00 1 3,000 3-5 0.55 Sidewalks&Ramps 02/02/2023 R2136214 376/94=470 5.00 3,000 3-5 0.53 Sidewalks&Ramps 11/12/2023 R2141224 416/104=520 5.53 4,000 3-5 0.48 Sidewalks&Ramps 09/16/2023 R2141024 520/0=520 5.53 4,000 3-5 0.50 Sidewalks&Ramps 09/16/2023 R2136220 400/100=500 5.32 3,500 3-5 0.50 Light Pole Bases 09/30/2022 R2136222 408/102=510 5.43 3,500 3-5 0.49 Light Pole Bases 09/16/2023 R2136023 515/0=515 5.48 3,500 3-5 0.50 Light Pole bases 11/23/2023 R2136224 416/104=520 5.53 3,600 3-5 0.48 Curb Inlets 03/05/2024 Storm Structures, R2141233 452/113=565 6.01 3,600 3-5 0.44 Inlets, Blocking& 04/24/2024 Encasement FLOW25A 71/165=236 2.51 50 Flow 1.77 Flowable Fill/CLSM 04/29/2024 fill R2142233 452/113=565 6.01 3,600 3-5 0.44 Manholes, Inlets& 02/24/2024 Headwalls Manholes, Inlets& R2146333 424/141 =565 6.01 3,600 3-5 0.44 Headwalls, Concrete 12/02/2023 Encasement Pre-Approved Concrete Mix Designs Page 7 of 11 06/02/2022 Supplier Cement/FI ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sacks Strength(psi) (inch) Ratio Approved For: Date Manholes, Inlets& R2141230 440/110=550 5.85 4,000 3-5 0.45 Headwalls,Valve 03/13/2024 Pads Manholes, Inlets& R2146035 575/0=575 6.12 4,000 3-5 0.45 Headwalls,Valve 12/10/2023 Pads Hand Placed R2146335 431/144=575 6.12 4,500 3-5 0.43 Paving, Inlets, Storm 12/02/2023 Drain Structures Manholes, Inlets& R2146034 570/0=570 6.06 4,500 3-5 0.45 Headwalls, Hand 04/12/2023 Placed Paving R214123 444/111 =555 5.55 4,000 3-5 0.45 Inlets,Manholes, 11/15/2023 Headwalls R2141231 444/111 =555 5.55 4,000 3-5 0.45 Inlets, Sidewalks 12/20/2023 R2161070 750/0=750 7.98 6,000(3,000 3-5 0.34 HES Paving 10/16/2022 24-hrs. D9492SFC 595/0=595 6.33 4,000 1 -3 0.41 Machine Placed 02/24/2024 Paving R2146233 452/113=565 6.01 4,500 3-5 0.44 Hand Placed Paving 06/02/2024 Hand Placed R2146238 472/118=590 6.28 4,500 3-5 0.42 Paving, Inlets,Storm 03/13/2024 Drain Structures R2146336 435/145=580 6.17 4,500 3-5 0.43 Hand Placed Paving 07/21/2022 R2146235 460/115=575 6.18 4,500 3-5 0.43 Hand Placed Paving 11/12/2023 R2146036 580/0=580 6.17 4,500 3-5 0.44 Inlets 09/16/2023 R2146038 590/0=590 6.28 4,500 3-5 0.44 Inlets,Storm Drain 03/13/2024 Structures R2146036 580/0=580 6.17 4,500 3-5 0.44 Hand Placed Paving 05/19/2024 R2146042 610/0=610 6A9 4,500 3-5 0.42 Hand Placed Paving 04/07/2023 R2146242 488/122=610 6.49 4,500 3-5 0.41 Hand Placed Paving 04/07/2023 R2146236 464/116=580 6.17 4,500 3-5 0.43 Hand Placed Paving 04/06/2024 D9493SC 640/0=640 6.81 4,500 3-5 0.40 Hand Placed Paving 02/24/2024 R2147241 484/121 =611 6.44 4,500 3-5 0.41 Hand Placed Paving 02/24/2024 NCS Redi Mix Supplier Mix Cement/FI ash Min.28-day Slump W/Cm Expiration ID Lbs. Sack Strength (Inch) Ratio Approved For: Date NCS5020A 376/94 5.00 3,000 3-5 0.53 Curb&Gutter, 06/10/2024 470 Driveways, Sidewalks NCS6020AH 451/113= Valley Gutters, Hand P 564 6.00 4,500 3-5 0.45 Placed Paving06/10/2024 Red!-Mix Concrete Supplier Cement/Flyash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sac St(reen'th (Inch) Ratio Approved For: Date DCA2E554 353/118=471 5.01 3,000 3-5 0.53 Rip Rap 05/28/2024 VOJ11524 376/94=470 5.00 3,000 3-5 0.55 Curb&Gutter 02/24/2024 FOC10021 150/38= 188 2.00 215 Flow 2.33 Cement Stabilized 06/10/2024 Sand Pre-Approved Concrete Mix Designs Page 8 of 11 06/02/2022 Supplier Cement/Flyash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sac Steps)th (Inch) Ratio Approved For: Date 1 OJ 11524 376/94=470 5.00 3,000 3-5 0.52 Driveway, Ram 02/24/2024 1 OJ 11504 470/0=470 5.00 3,000 3-5 0.53 Sidewalks 12/15/2023 Sidewalks,Curb& 1 OL11504 564/0=564 6.00 3,600 3-5 0.44 Gutter, Light Pole 04/12/2023 Foundations Valley Gutter, I OL11524 452/112=564 6.00 3,600 3-5 0.44 Manhole, Inlet, 07/29/2022 Junction Box, Headwall Thrust Blocks and 1 RJ 11524 396/98=494 5.26 3,500 3-5 0.50 Valve Pads,Light Pole 05/19/2024 Foundations 15611524 452/112=564 6.00 4,000 3-5 0.44 CIP Storm Drain 05/19/2024 Structures 101-115E4 423/141 =564 6.00 3,600 3-5 0.44 Bridge Substructures 03/06/2023 DCC2G5E2 423/141 =564 6.00 3,600 5-7 0.45 Drilled Shafts 03/08/2023 DCU1 G5E2 493/165=658 7.00 3,600 7-9 0.39 Underwater Drilled 03/06/2023 Shafts 156115D4 452/112=564 6.00 4,000 3-5 0.44 Bridge&Approach 03/06/2023 Slabs F35238VN 30/320=350 3.72 100 Flow 0.76 CLSM/Flowable Fill 02/25/2024 FOD138VM 24/211 =235 2.50 100 Flow 1.17 CLSM/Flowable Fill 04/14/2024 1 OJ 11554 353/117=470 5.00 3,000 3-5 0.53 Ri ra 03/06/2023 POG138K9 188/188=376 4.00 1,000 9-11 0.84 Trench Repair Base 04/16/2024 Material 1 OK11504 517/0=517 5.50 3,600 3-5 0.48 Lighting and Traffic 07/23/2022 Signal Foundations Lighting and Traffic 1 OK11524 414/103=517 5.50 3,600 3-5 0.48 Signal Foundations, 12/01/2022 Encasement 1 ON11507 658/0=658 7.00 4,500(2,600 3-5 0.38 HES Paving 03/05/2024 24hrs. 1 ON11504 658/0=658 7.00 5,000(3,600 3-5 0.40 HES Paving 05/19/2024 2-days) 50K11524 414/103=517 5.50 3,600 1 -3 0.45 Machine Placed 02/25/2024 Pavin 145P25P4 563/0=564 6.00 4,500 3-5 0.44 Hand Placed Paving, 12/15/2023 Storm Drain Structures 1 OM115D4 489/122=611 6.50 4,500 3-5 0.40 Hand Placed Paving 05/19/2024 1 OM11524 489/122=611 6.50 4,500 3-5 0.41 Hand Placed Paving 08/06/2023 1 OM11504 611/0=611 6.50 4,500 3-5 0.42 Hand Placed Paving 02/25/2024 145CD5P4 452/112=564 6.00 4,500 3-5 0.44 Hand Placed Paving, 12/15/2023 Storm Drain Structures SRM Concrete Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (inch) Ratio Approved For: Date 30000 380/110=490 5.21 3,000 psi 3-5 0.52 Sidewalks and Ramps, 10/29/2023 Curb&Gutter 40050 480/100=580 6.17 4,000 3-5 0.42 Headwalls 02/28/2024 35023 414/103=517 5.5 3,600 1 -3 0.45 Machine Placed 05/19/2024 Paving 40068 564/0=564 6.00 3,600 1 -3 0.41 Machine Placed 05/27/2024 Paving 45000 520/110=630 6.70 4,500 3-5 0.40 Hand Placed Paving 06/29/2023 Pre-Approved Concrete Mix Designs Page 9 of 11 06/02/2022 Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 45300 611/0=611 6.50 4,500 3-5 0.41 Hand Placed Paving 05/27/2024 35050 430/100=530 5.64 3,600 3-5 0.48 Light Pole Bases 03/31/2024 30050 390/100=490 5.21 3,000 3-5 0.49 Sidewalks, Inlets, 05/25/2024 Junction Boxes Tarrant Concrete Cement/Flyash Min.28-day Supplier Mix Slump W/Cm Expiration kc Strengthps (Inch) Ratio Approved For: ID Lbs. S Date FW6020AHP 451/113=564 6.00 4,500 3-5 0.44 Hand Placed 03/11/2024 Paving FW60AHP 564/0=564 6.00 4,500 3-5 0.44 Hand Placed 03/11/2024 Pavin TCFW6020AHP 451/113 6.00 4,500 3-5 0.44 Hand Placed 3/28/2024 Paving FW7520AMR 526/132=658 7.00 4,500(3,000 3-5 0.35 HES Paving 09/09/2022 72 hrs. FW6520AMR 489/122=611 6.50 4,500(3,000 3-5 0.38 HES Paving 08/11/2023 3-days) FW5520AMP 414/103=517 5.50 3,600 1 -3 0.44 Machine Placed 01/22/2023 Paving FW5320A 398/100=498 5.30 3,000 3-5 0.50 Blocking 03/23/2024 FW FF 150CLS Flow M 30/300=330 3.51 50-150 Fill 0.86 Plowable Fill/CLSM 03/24/2024 FWFF275 50/150=200 2.13 50-150 Flow 1.9 Flowable Fill/CLSM 07/23/2022 Fill FW6020A2 451/113=564 6.00 4,000 3-5 0.44 Storm Drain 03/23/2024 Structures TCFW 5020A 376/94=470 3,000 3-5 0.52 Sidewalks 3/28/2024 Curb&Gutter, FW5025A 353/117=470 5.00 3,000 3-5 0.51 Driveways, 09/09/2022 Sidewalks& Ramps Curbs&Gutter, FW5020A 376/94=470 5.00 3,000 3-5 0.51 Sidewalks, 03/12/2024 Driveways CP5020A 376/94=470 5.00 3,000 3-5 0.51 Curb&Gutter 02/24/2024 Valley Gutters, Sidewalks,Drive FW 5525A2 388/129=517 5.50 3,600 3-5 0.47 Approaches,ADA 08/19/2024 Ramp,Light Pole Foundations Titan Ready Mix Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 3020AE 376/94=470 5.00 3,000 3-5 0.52 Sidewalks 04/01/2023 TRC4520 489/122=611 6.50 4,500 3-5 0.45 Hand Placed Paving 12/04/2022 Pre-Approved Concrete Mix Designs Page 10 of 11 06/02/2022 True Grit Redi Mix Supplier Cement/Fly ash Min.28-day Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date Flatwork, Curb& 0250.230 376/94 =470 5.00 3,000 3-5 0.49 Gutter, Driveways, 06/30/2024 Sidewalks 255.2302 414/103=517 5.50 3,600 3-5 0.46 Li ht Pole Foundations 09/08/2022 0250.2301 376/94=470 5.00 3,000 3-5 0.46 Curb&Gutter, 02/21/2024 Driveways, Sidewalks 350.240 0260.2302 451/113=564 6.00 4,000 1 -3 0.39 Machine Placed 04/27/2024 Paving 0255.2301 414/103=517 5.50 3,600 1 -3 0.41 Machine Placed 07/10/2022 Paving 0260.2301 451/113=564 6.00 4,500 3-5 0.44 Hand Placed Paving 07/10/2022 270.230 526/132=658 7.00 5,000 3-5 0.36 Hand Placed Paving 01/04/2024 0265.2301 489/122=611 6.50 4,500 3-5 0.40 Valley Gutters, Hand 02/21/2024 Placed Paving Wise Ready Mix Supplier Cement/FI ash Min.28-lay Slump W/Cm Expiration Mix ID Lbs. Sack Strength (Inch) Ratio Approved For: Date 3678 384/96=480 5.11 3,600 3-5 0.50 Lighting and Traffic 07/23/2022 Si nal Foundations Pre-Approved Concrete Mix Designs Page 11 of 11 06/02/2022 CITY OF FORT WORTH Pre-Approved HMAC Mix Designs The hot mix asphalt mix concrete (HMAC) mix designs listed below meet the requirements of City of Fort Worth Standard Specifications. These mix designs are pre- approved for use on City projects. The City reserves the right to sample and test materials at any time. For more information on mix designs, contact the Material and Geotechnical Services at (817) 392-8930. Updated: 05/25/2022 Austin Asphalt Optimu Recycled to VMA @ Indirect Contractor m Expiration Total Binder Optimum Tensile Approved For Design# Asphalt Ratio,% AC Strength Date Content (psi) FT5D137965 5.1% 0.0 15.5 157.4 Type D Fine 05/04/2024 PG64-22 Surface DA5D135965 5.0% 0.0 15.6 122.9 Type D Fine 12/13/2024 PG64-22 Surface FT56117965 4.3% 18.6 13.5 140.6 Type B Fine 08/09/2023 PG64-22 Base FTlB139965 4.2% 0.0 13.2 151.4 Type B Fine 10/09/2022 PG64-22 Base FT113117.2 4.3% 18.6 13.7 140.6 Type B Fine 05/04/2024 PG64-22 Base JLB Optimu Recycled to VMA @ Indirect Contractor m Expiration Total Binder Optimum Tensile Approved For Design# Asphalt Date Content Ratio,% AC Strength(psi) JLB-18-20876-D 5.4% 0.0 15.6 116.0 Type D Fine 07/31/2022 PG64-22 Surface Reynolds Asphalt Optimu Recycled to VMA @ Indirect Contractor m Expiration Total Binder Optimum Tensile Approved For Design# Asphalt Ratio,% AC Strength(psi) Date Content 1901D 5.1% 0.0 15.3 108.0 Type D Fine 09/04/2022 PG64-22 Surface 1112E 4.2% 18.9 13.3 110.7 Type B Fine 05/19/2024 PG64-22 Base Pre-Approved HMAC Mix Designs Page 1 of 2 05/25/2022 Optimu Recycled to VMA @ Indirect Contractor m Expiration Total Binder Optimum Tensile Approved For Design# Asphalt Date Content Ratio,% AC Strength(psi) 1612B 4.2% 19.0 13.5 162 Type B Fine 09/11/2022 PG64-22 Base Sunmount Pavin Optimu Recycled to VMA @ Indirect Contractor m Expiration Total Binder Optimum Tensile Approved For Design# Asphalt Ratio,% AC Strength(psi) Date Content 341DV6422 5.3% 0.0 16.5 102 Type D Fine 12/14/2022 PG64-22 I Surface 341- 4.3% 18.6 13.2 125.7 Type B Fine 10/27/2022 BRAP6422ERG PG64-22 Base TXBIT Optimum Recycled to VMA @ Indirect Contractor Expiration Design# Asphalt Total Binder Optimum Tensile Approved For Date g Content Ratio,% AC Strength(psi) 37-211305-20 4.2% 19.00 13.7 145.5 Type B Fine 02/05/2023 PG64-22 Base 44-211305-17 4.2% 19.0 13.8 132.3 Type B Fine 07/07/2022 PG64-22 Base 211305(1757) 4.5% 17.8 14.3 127.0 Type B Fine 10/07/2022 PG64-22 Base 222475(1857) 5.0% 0.0 15.5 157.8 Type D Fine 11/30/2022 PG64-22 Surface 29-222475-19 4.8% 0.0 15.2 115.5 Type D Fine 07/31/2022 PG64-22 Surface 1-222475-20 5.2% 0.0 16.0 140 Type D Fine 05/25/2024 PG64-22 Surface 64-224125-18 5.1% 0.0 15.7 109.3 Type D Fine 07/07/2022 PG70-22 Surface 12-222475-19 5.3% 0.0 16.2 106.3 Type D Fine 06/17/2022 PG64-22 Surface Pre-Approved HMAC Mix Designs Page 2 of 2 05/25/2022 CITY OF FORT WORTH Pre-Approved Utility Embedment Sand Sources Utility embedment sand from the Producers listed below have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these Producers are pre- approved for use on projects without specific testing unless deemed necessary by the project manager. The City reserves the right to sample and test materials from these Producers at any time to ensure quality. City representatives or City authorized commercial material testing firms may sample embedment sand stockpiled at a project site or the Producer's location. For more information on utility embedment sand, contact the Material and Geotechnical Services Group at (817) 392-7920. Updated: 03/29/2022 Utility Embedment Sand Producer Address Contact Person Product Expiration Date Jennifer Lutz 2251 Silver Creek Rd. Utility Silver Creek Jennifer(a�silvercreekmat Materials Fort Worth, TX 76108 erials.com Embedment 03/29/2024 (817)246-2426 817 914-1672 Sand 4635 S Dick Price Rd. Evon Stewart Utility Crouch Materials Fort Worth, TX 76140 d_ispatch(aD-crouchgs.com Embedment 03/29/2024 972 986-7951 972 986-7951 Sand 7551 Peden Rd. Linda Schilling Utility F and L Dirt Movers Azle, TX 76020 Ijsch ill ina(a)_att.net Embedment 03/29/2024 817 453-8998 817 453-8998 Sand 291 Private Rd. Linda Schilling Utility F and L Dirt Movers Aurora, TX 76028 lischillinga-att.net Embedment 03/29/2024 817 453-8998 817 453-8998 Sand 5211 New Tin Top Rd. Tonya Waxler Utility Tin Top Martin Weatherford TX 76087 Tonva.Waxler@martinm Embedment 03/29/2024 Marietta arietta.com (817) 596-4307 972 647-3377 Sand Pre-Approved Utility Embedment Sand Page 1 of 1 09/22/2020 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note:All water or sewer Dive larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis.S ecial beddin ma be re aired(or some i es. Approval Sr• No. t -ManufacturerI r No. National t WateD',,Sewer _nho1e3&'Bnet/Componelft& 4:LR - 0723/97 33 05 13 Urethane Hydrophilic Waterstop Aaahi Kogy,KS Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4'Diam.MH Hanson Concrete Products DrawingNo.35-0048-001 04/26/00 3305 13 Profile Gasket for 4'Diam.MH. Press-Seal Gasket Corp. 2504G Gasket ASTM C-443/C.361 SS MH 1/26/99 3305 13 HDPE Manhole Adjustment Rings Ladtech,Inc HOPE Ad'usbnent Rin Traffic and Non-traffic area 5/13105 3305 13 Manhole External WrapC...-CPS Wra idSnl Manhole Enca aulation Systato 126/99 1 3339 13 Fiberglass Manhole Fluid Containmen Inc. M-Aite ASTM 3753 Non-traffic area 0&30/06 1 3339 13 lFiberglass Manhole L.F.Manufacturin Non-traffic area 3305 13 IManhole Frames and Covers I Western Iron Works,Bass&Hay,Foundry 1001 24"x40"WD 3305 13 Manhole Frames and Covers Western Iron Works,Bass&Hays Foundry 30024 24"Die. 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24"Dia. 0824/18 3305 13 Manhole Frames and Covers Neenah Form R-1272 ASTM A48&AASHTO M306 24"Dia 0824/18 3305 13 Manhole Frames and Coven Neenah Faun R-165-LM(Hinged) ASTM A48&AASHTO M306 24"Dia. 0824/18 3305 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48&AASHTO M306 30"Dia. 0824/18 3305 13 Manhole Frames and Coven Neonah Foundry R-1743-LM in ed ASTM A48&AASHTO M306 30"di.. 3305 13 Manhole Frames and Covers Si lion MH-144N 3305 13 Manhole Framea and Corers Sigm corporation M14-143N 33 05 13 Manhole Frames and Covers Pont-A-Moussan GTS-STD 24"din. 33 05 13 Manhole Frames and Covers Neenah Cason 24"dia. 10/31/06 3305 13 Manhole Frames and Coven(Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24"Dia. 725/03 3305 13 Manhole Framesover and Cs Saint-Gobain Pipelines amre drexus RE32-R8FS 30"Dia. 01/31/06 3305 13 30"Dia.MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30"Dia. 11/02/10 33 05 13 30"Dia.MH Ring and Cover sigma lion MH1651FWN&MH16502 30"Dia 07/19/11 3305 13 30"Dia.MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30"Dia 08/10/11 3305 13 30"Dia.MH Ringand Cover Accucast .07.Hn Du with Gasket Ries 30"Die 30"ERGO XL A—bly 10/14/13 3305 13 30"Dia.MH Ping and Cover(Hinged&Lockable East Jordan Iron Works with Cam Lock/MPICIT-Gasket ASSHTO MI 05&ASTM A536 30"Dia 06/01/17 3405 13 30"Dia.MH Ring and Cover(Hinged&Lockable CI SIP Industries 2280 32 ASTM A 48 30"Dia CAP-ONE-30-7/.,Composite,w/Lodr 09/16/19 3305 13 30"Dia.MH Rin and Cover its Access Products L.P. w/o Hies 30"Dia 10/0721 3405 13 30"Dia MH Ringover and C Trumbull Manufacturin 32"30 Frame and Cover 30"Dia 3305 13 Manhole Frames and Cavcrs Pont-A-Mousson Pamti t 24"Dia. 3305 13 Manhole Frames and Coven Neenah Castro 24"Dia. 3305 13 Manhole Frame and Covers Western Iron Works,Baas&Ha P—dry 300-24P 24"Dia. 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24"Dia 03/08/00 3305 13 Manhole Frames and Covers Accuses[ RC-2100 ASTM A 48 24"Dia. 0420/01 33 05 13 Manhole Frames and Covers SIP Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Dia 33 39 10 Manhole,Precast Concrete Hyd,Conduit Corp SPL Item#49 ASTM C 478 48" 33 39 10 Manhole,Precast Concrete Wall Concrete Pi Co.Inc. ASTM C443 48" 0923/96 33 39 10 Manhole,Precast Concrete Concrete Produet Inc. 48"I.D.Manhole w/32"Cone ASTM C 478 48"w/32"cane 05/09/18 33 39 10 Manhole,Precast Concrete The Tumor Can 48",60"I.D.Manhole w/32"Cone ASTM C 478 48",60" 1027/06 33 39 10 Manhole,Precast Conaete Oldrastle Precast Ino. 48"I.D.Manhole w/24"Cone ASTM C 478 48"Diam w 24"Ries 06/09/10 33 39 10 Manhole,Precast intoned Pot or crete US ite Pipe Reinforced Polyiner Concrete ASTM C-76 48"to 72" 09/06/19 33 39 20 Manhole,Precast Concrete ForWm Pipe and Precast 60"&72"I.D.Manhole.13"Cone ASTM C-76 60"&72" 10/0721 32 39 20 Man ale,Precast Concrete Forterra Pi and Precast 48"I.D.Manhole w/32"Cone ASTM C-77 48" 1010721 33 39 20 Manhole Precast 'nfaced Pol or Concrete Armorock 48"&60"I.D.Manhole w/32"Cone 48"&60" 10/0721 33 39 20 Manhol Precast(Hybrid)Poly7ner&PVC Predl Systmns 48"&60"I.D.Manhole w/32"Cone 48"&60"Non Traffic Arne E144 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systans Standard Cement Materials,Inc. Relines MSP E1-14 Manhole Rehab Systerns AP/M Pcrmaform 420/01 E144 Manhole Rehab Sysunn Strong Company Strong Snl MS2A Rehab S ern 5/12103 EI-14 Manhole Rehab Systern(Liner) Pol tri In Technologies MH repair product to stop infiltration ASTM D5813 0&30/06 Genaal Concrete R air FlexKrete Technologies Vinyl Polyester Repair Product Mi..Use VYater& pt� : y 0520/96 E1-14 Manhole Rehabs toms Spyq, Spray Wall Polyurethane Coating ASTM D639/D790 E144 Manhole Rehab Sytetna Son Coast For Exterior Coating ofC roe 12/14/01 Coating fa Corrosion section terior ERTECH Series 20230 and 2100(Asphatic Emulsion Structures Onl 01/31/06 Coatingsfa Corrosion Protection Chesterton Arc 791,SIHB,Sl,S2 Acid Resistance Test Sewer A liutions 8282006 Coatings f Corrosion Protection —Citadel 3-301 and M-301 Sewer Applications OB/30/06 Curtin s for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Avplitiiona 33 05 16,33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating ofConcrete 03/19/18 33 39 20 Coatin for Corrosion otection xterior Sherwin Williams Grade A hatic Emulsion Structure Onl 'From Original Standard Products List 1 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:aanvnoxx Note:All water or sewer i e larger than 15 inch diameter shall be aj2aLoved for use by the Water Department on a 12roject sllecific basis.Special beddin,z mav be re uired for some pipes. Approval St• No. t t t• t.- - N-ationalSpec Akl-f r'+, sfe t:< BltOtri eld. Rio .-)se 3305 13 Manhole Insert Knutson Enterprises " Made to Order-Plastic ASTM D 1248 For 24"die. 3305 13 Manhole Insert South Western Packaging Made to Order-Plastic ASTM D 1248 For 24"dia. 3305 13 Manhole Insert Noflow-Inflow Made to Order-Plastic ASTM D 1248 For 24"dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing&Seals,Inc. LifeSaver-Stainless Steel For 24"di.. 09/23/96 3305 13 Manhole Insert Southwestem Puking&Seals,Inc. Tethelok-Stainless Steel For 24"dia iSANZ .. .. ,. 11/04/02 Steel Band Casing Spacers Advanced Products and Systems,Inc. Carbon Steel Spacers,Model SI 02/02/93 Stainless Steel Cuing Spacer Advanced Products and Systems,Inc. Stainless Steel Spacer,Model SSI 04/2V87 Cuing Spacers Cascade Waterworks Manufacturing Cuing Spacers 09/14/10 Stainless Steel Cuing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spaces Pipeline Seal and Insulator Coated Steel Cuin Spacers Up to 48" 05/10/11 Stainless Steel Cuing Spacer Powersesl 4810 Powerchock Up to 48" 03/19/18 Casing Spaces BWM SS-12 Cuing Spaxr(Stainless Steel) (13/19/19 Casing Spacers BWM FB-12 Caring Sparc(Coated Carbon Stag) for Nonyressae Pipe and Granted Casing 013n9n2 - 330513 casing spears CCI Pipeline Systems CSCM CSS12 ' 33 11 10 Ductile Iron Pipe Griffin Pipe Products,Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150,C151 3"thm 24" 0824/18 33 11 10 Ductile Iron Pipe Ameirart Ductile Iron Pipe Co. American Fastite Pipe(Bell Spigot) A W WA C150,C151 4"thm 30" 0824/18 33 1110 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring(Restrained Joint) AW WA C150,C151 4"dim 30" • 33 11 10 Ductile Iron Pipe U.S.Pipe and Foundry Co. AW WA C150,C151 • 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150,C151 Water&Se r-YAM Line Marker M/24/2018 0225/02 E Linin S Sauereisen,Inc SewaGud 2lORS LA Court #210-1.33 12/14/01 E Linin S Ertech Technical Coatings Etteeh 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Costing Indumn Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Costing,for Corrosion Protection Chesterton Am 791 S1HB Sl S2 Acid Resistance Teat Sewer Applicationa 828/2006 Coatis eta Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 0525/18 1 33-31-70 Air Release Valve A.RI.USA,Inc. D025LTP02 Coon ite Bod 2" BI-04 Conc.Pipe,Reinforced Wall Concrete Pipe Co.Inc. ASTM C 76 El-04 Conc.Pip,,Reinforced Hydro Conduit Cwporstion Class III T&G,SPL Item#77 ASTM C 76 E1-04 Conc.Pipe,Reinforced Hanson Corneae Products SPbltam-#95-Mwhelc*98-Pies ASTM C 76 E1-04 Conc.Pipe,Reinforced Concrete Pipe&Products Co.Inc, AS C 76 PENS eon PI M lion Pol arse PIM .Plerata Wa N.J. A oved Previonsl McConnell S s McLt Construction Pol ene Houston Texas Austoved Previousl TRS Systems Trenchless Replacement System Polyethylene CalgaM Canada Avinoved Previously 7/21/97 3331 13 Cent.Can Fi Iasa Hobo Pipe USA,Inc. Hobo Pi on-Pressure ASTM D3262/D3754 03nVill 3331 13 Fiberglass Pi A.— Bondstrand RPMP Pipe ASTM D3262/D3754 04/0921 Giasa-Fiber Reinforced Pol a Pi Thompson Pipe Group Than son Pi owtite ASTM D3262/D3754 4/14/05 Polymer Modified Can—Pip, Amitech USA MeyerP.1yorete Pip, ASTM C33 A276 F477 8"to 102",Class V 06/09/10 E14 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polyiner Concrete Pipe ASTM C-76 • Hi -density 1 ens pipe Phillips Driscopipe,Inc. ticae Ductile Polyethylene Pi ASTM D 1248 B" Hi densi I arse i Plexon Inc. ASTM D 1248 8" Hi densi I Poll Pi ,Inc. ASTM D 1248 8" Hi densi Polyethylene i CSR H Conduit/Pi line S ems McConnell Pipe Eniar ement ASTM D 1248 IF 12/07/11 1 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AW WA C900 4"thm 12" 1022/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4"thm 12" •From Original Standard Products list 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT ram` STANDARD PRODUCT LIST Updated:03/29/2022 Note:All water or sewer pipe larger than 15 inch diameter shall be a12Rroyed for use ky the Water De artment on a roject sl2ecific basis.SI2ecial bedding,may be re uued for some i es. 'Approval Spec No. 1 1ufacturer Model No. 1 Spec Size _, 5ON'@IIa.: 33-31-20 1PVC Sewer Pi J-M Manufacturing Co.,Inc.QM Eagle) SDR-26 ASTM D 3034 4"-15" 1223/97• 33-31-20 PVC Sewer Pip, Diamond Plastics Corporation SDR-26 ASTM D 3034 4"thru 15" 33-31-20 PVC Sewer Pi Lamson V lon Pipe ASTM F 799 4"thru 15" 01/I8/I8 33-31-20 PVC Sewer Pipe Vin(tech PVC Pipe Oravi Sewer ASTM D3034 4"thru 15" 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S"Gravity Sewe Pipe ASTM F 679 18"to 27" 33-31-20 PVC Sewer Pi J-M Manufacturing Co,Inc.JM Ea le SDR 26135 PS 115/46 ASTM F 679 18"-28" 09/11/12 33-31-20 PVC Sewer Pipe Pi life Jet Stream SDR-26 and SDR-35 ASTM F679 is" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F679 18"to 48" 04/27/06 33-31-20 IFVC Sewer Fittings Hareo SDR-26 and SDR-35 Gasket Fittings ASTM D-3034,D-1784,etc 4"-15" 33-31-20 PVC Sewer Fittings Pla6tio Triads.Inc.(Weadake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pi life Jet Stream SDR 35 ASTM F679 18%24" 3/19/2018 33 31 20 PVC Sewer Pipe Pi life Jet Stream SDR 26 ASTM D3034 4"-15" 329/2019 33 31 20 Gesketed Fittings(PVC) GPK Product,,Inc. SDR 26 ASTM D3034/F679 4"-15" 10212020 33 31 20 PVC Sewer Pipe NAPCOCWwd" SDR 26 ASTM D3034 4"-15" 10222020 33 3120 PVC Sewn Pi Sanderson Pi Corp. SDR 26 ASTM D3034 4"-15" 10212020 3331 20 PVC Sewer Pipe NAPCOCWtsitake) SDR 26135 PS 115/46 ASTM F-679 I8"-36" Cured in Place Pip, Insituform Terark,Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner,SPL Item#27 ASTM F-1216/1)-5813 0529/96 Cured in Place Pipe Reynolds Inc/Inliner Technol nliner USA Inliner TechnologyASTM F 1216 Fold and Form Pip. Callum Pipe Systems,Inc. 11/03M Fold and Form Pipe Insituform Technologies,Inc. Insituform"NUPI " ASTM F-1504 Fold and Form Pipe American Pipe&Plastics,Inc. Demo.Purpose Only 12/04/00 Fold and Form Pip, Ultraliner Ultraliner PVC Alloy Pi liner ASTM F-1504 1871,1867 06/09/03 Fold and Form Pip, Miller Pipeline Corp. EX Method ASTM F-1504 F-I947 Up to 18"diameter 0926191 F100-2 PVC Sewer Pipe,Ribbed Limon Vylon Pipe Cation V lm H.C.Closed Profile Pipe, ASTM F 679 I8"to 48" 0926/9I E100-2 PVC Sewer Pipe,Ribbed Exurx ion Technologies,Inc. Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18"to 48" EI00-2 PVC Sewer Pipe,Ribbed U or En C—pney I00-2 Polypropylene P Sewer Pipe,Double Wall Advanced Drainage Systems ADS SaniTite HP Double Wall(Corrugated) ASTM F 2736 24"-30" 11/10/10 I00-2 Polypropylene P Seaver Pip,Triple Wall Advanced Drainage S ADS SaniTite HP Triple Wall Pipe ASTM F 2764 30"to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24"to 72" 3 O1/19118 33-12-10 Double Strap Saddle Roma 202NS Nylon Coated AW WA C800 1"-2"SVC,up to 24"Pi 0828/02 Double St.P Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 0723/12 334240 Double S Service Saddle Mueller Corninuty DR2S Double SS Strap DI Saddle AW WA C800 V-2"SVC to 24"Pipe 1027/87 Curb S Ball Meter Val— McDonald 6100M,6100MT&610MT 3/4"and 1" 10/27/97 Curb S s-B,11 Meter Valm McDonald 4603B,4604B,6100M,6100TM and 6101M 1'h"and 2" FB600-71,11}FB1600-7-1,11,FV23-777-W-NJ, 5252018 334240 Curb Stops—Ball Meter Valm Ford Meter Box Co.,Inc. L22-77NL AW WA C800 2" FB600-6-NL,FBI600-6-NL,FV23666W- 5252018 33-12-10 Curb S ,-Ball Meter Valm Fad Meta Box Co.Inc. NL,L2266NL AW WA C800 1-12" FB60M14NL,F13160O6-NL,B11644-WR- 5/25/2018 33-12-10 Curb St Ball Meta Valm Ford Meter Boa Co.,Inc. NL,B22444-WR-NL,L28-44NL AW WA C800 1" B-25000N,B-24277N-3,B-20200N-3,H- AW WA C800,ANSF 61, 5252019 33-1240 Curb S Ball Meter Valm Mueller Co.,Ltd. 15000N,,H-1552N,H142276N ANSDNSF 372 2" B-25000N,B-20200N-3,B-24277N-3,H- AW WA C800,ANSF 61, 5252018 33-1240 Curb S Ball Mete Valm Mueller Co.,Ltd ISOGON H-14276N H-15525N ANSI/NSF 372 1.12" B-25000N,131-202001,1-3,H45000N,H- AW WA C800,ANSF 61, 5252018 33-12-10 Curb 5 ,-Ball Meter Valves Mueller Co.Ltd 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Strain JCM Industries,Inc. #406 Double Band SS Saddle 1"-2"T s m 12" 0/521/12 33-12-25 im`ng Sleeve LCotod Steel JCM Industries,Inc. 412 Tapping Sleeve ESS A W WA C-223 a to 30"w/I2"Out 032W22 33-12.25 T $teeva Ctimda SWd}6ai$ 7CMladuriries Ina. 415T in Sleeve AWWA C-223 -o- 05/10/11 Tppi.g Sleeve Stainless Steel Powerseal 3490AS(Flange)&3490MJ 4"-8"and 16" 0212W12 33-12-25 Tapping Sleeve Coated Steel R—ac FTS 420 AW WA C-223 U p to 42"w24"Out 0229/12 33-12-25 Tpping Sleety Sminless Steel R—ac SST Stainless Steel A W WA C-223 Llp to 24"w/12"Out 0229/12 33-12-25 Tapping Sleeve Stainless Steel R— SST III Stainless Steel AW WA C-223 UP to 30"ww/12"Out 05/10/11 Joint Repair CI Powe 1 3232 Bell Joint Repair Clam 4"to 30" Plastic Meer Box w/Com ite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Mete Box w/Cornposite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW O9130/06 Plastic Meta Box w/Cornpont.Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class"A" Concrete Meter Box Bass&Hays CMB37-B12 1118 LID-9 Concrete Meter Bar Bass&Hays CMB-I9-Dual 1416 LID-9 Concrete Meter Box Bass&Ha CMB65-B65 1527 LID-9 tz •From Original Standard Products List 3 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29no22 Note:All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis.Special beddingma be re aired for some i es. Approval St I. Classsification Manufacturer ModelNo. tSpec Size _ • E1-11 Combination Air Release Valve GA Industries,Inc. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A V&2" 240-final,ASTM A 307-Cover Bolts EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves,Model No. 1/2"1"&2" E1-11 Combination Air Release Valve Valve and Primer Corp. APCO#143C,#145C and#147C I",2"&3" <„ .. 10/O1/87 E-1-12 Barrel Fire ant American-DarlingValve Drawing Nos.90-18608,94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing N.94-18791 AWWA C-502 09/30/87 E-142 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No.D-I9895 AWWA C-502 01/12/93 E-142 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 O8/24/88 E-142 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435,D20436,B20506 AWWA C-502 E442 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No.D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Corn Shop Drawing No.13476 AWWA C-502 Shop Drawings No.6461 10/14/87 E-1-12 Dry Barrel Fire H t Mueller Com n A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 EIA2 Barrel Fire H nt Mueller Can A423 Su Centurion 200 AWWA C-502 10/09/87 E442 Dry Barrel Fire Hydrant U.S.Pipe&Foundry Shop Drawing No.960250 AWWA C-502 09/16/97 E442 Dry Barrel Fire Hydrant Watercus cornpany Shop Drawing No.SK740803 AWWA C-502 O8/12/16 1 33-12-40 Dry Barrel Fire Hydrant EI Jordan Iron Wake WaterMaster SCD250 02/05/93 EI01-5 Detects Check Meer Ames Model 1000 Dewetor Check Valve AWWA C550 4"-10" O8/05/04 IMgmic Drive Vertical Turbine Hersey I Magnetic Drive Vertical AWWA C701,Class 1 3/4"-6" 7. AWWA C900,AWWA C603, 01/18/18 334IA2 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1794 4"-12" 3/19/2018 33 1112 PVC Pressure Pipe Pi life Jet Stream DR14 AWWA C900 4"42" 3/19/2018 33 1112 PVC Pressure Pip, Pipelife Jet Strain DRIB AWWA C900 16%24" 5125/2018 33 1112 PVC Pressure Pipe Diamond Plastics Corporation, DR 14 AWWA C900 4"-12" 5/25/2018 33 1112 PVC Pressure Pip, Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 12/6r2018 33 11 12 PVC Pressure Pipe J-M Manufiehrting Cm,Inc&We JM Eagle DR 14 UL 1285 4"-28" ANSUNSF 61 FM 1612 AWWA C900-16 12/62018 33 11 12 PVC Pressure Pipe J-M Manuficn¢ing Cm,Inc&We JM Eagle DRIB UL 1285 16"-24" ANSUNSF 61 FM 1612 9/62019 33 11 12 PVC Pressure Pipe Underground Solutions Inc DR14 Fusible PVC AWWA C900 4"-8" 9/62019 331112 PVC Prcasure Pipe3. 4,�Peltlttlla} DRI8 AWWA C900 16"-24" 9/62019 33 1112 PVC Pre"..,»Pipe _ DR14 AWWA C900 4.12" 9/62019 33 1112 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4".12' 0723/92 EI-07 Ductile Iron Fittings Star Pipe Products,his Mechanical Joint Fittings AWWA C153&C110 EI-07 Ductile Iran Fittings Griffin Pipe Preducts,Co. Mechanical Joint Fittings AWWA C 110 EI-07 Ductile Iron Fittings McWanciTyler Pi Union Utilities Division Mechanical Joint Fittings,SSB Class 350 AW WA C 153,C 110,C III 08/11/98 EI-07 Ductile Icon Fittings Sigma,Co. Mechanical Joint Fittings,SSE Clan 351 AW WA C 153 C I IO C I12 0226114 EI-07 MJ Fitting, Aecucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meta Box CoJUni-Flan Uni-Flange Series 1400 AWWACIII/CI53 4"to36" 05/14/98 EI-24 PVC Joint Reshainn Ford Meter Box CoXni-Flan Uni-Flange Series 1500 Circlo-lock AWWACIII/CI53 4"to 24" 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt,Inc. One Bolt Restrained Joint Fitting AW WA CI I I/CI16/CI53 4"to 12" 02/29/12 33-I1-11 Ductile Iron Pip,Mechanical Joint Restraint EBAA Iron Inc. Megalug Series 1100(fur DI Pipe) AW WA CI I I/CI INCI53 4"lo 42" 02/29/12 33-I1-11 PVC Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 2000(fur PVC Pipe) AW WA CI I1/CI INCI53 4"to 24" 08/05/04 EI-07 Mechanical Joint Retain.Glan Sigrna,Co. Sigma Onc-Lok SLC4-SLCIO AW WA CI I I/CI53 4"to 10" 03/06119 334141 Mechanics]Joint Retain.Glean Sigma,Co. Signs O—Lok SLCS4-SLCS12 AW WA CI I I/CI53 4"to 12" O8/05/04 EI-07 Mechanical Joint Retain.Glean signts,Co. Sigma 0-1,ok SLCE A W WA CI11/CI53 12"m 24" 09/10/98 EI-07 IND Fittin IP Sigma,Co. Sigms O—Lok SLDE AW WA C153 4"-24" 10/12/10 EI-24 Interior Restrained Joint Systern S&B Techncial Products Bulldog System(Diamond Ldr 21&JM ASTM F-1624 4"to 12" 09/16/06 EI-07 Mechanical Joint Fittings SIP Industries(Berson Mechanical Joint Fittings AW WA C153 4"to 24" I1/07/16 334141 Mechanical Joint Ravin.Glands Stu Pipe Pr Inc. PVC Stargrip Series 4000 ASTM A536 AWWA CI11 11/07/16 33-1141 Mechanical Joint Retainer Glands Stu Pipe Products,Inc. DIP Slugrip Series 3000 ASTM A536 AWWA CI11 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Indusni Scram EZ Grip Joint Restraint(PZD)Black For DIP ASTM A536 AWWA CI11 3"48" EZ 03/19/19 33-11-1I Mechanical Joint Retain.Glands SIP Inch stries(Senmpae) �P Joint DR14 PV C Pipe(8ZD)Read for C900 ASTM A536 AW WA CI I I 4"-12" DR14 PVC 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Sersmpor s) Grip Joint Restraint(FID)Red fa C900 ASTM A536 AWWA CI11 16"-24" DRI8 PVC Pipe •From Original Standard Products Ust 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST i Updated:03/29/2022 Note:All water or sewer nine larger than 35 inch diameter shall be approved for use by the Water Del2artment on a Droject specific basis.Special bedding—ma be—required for some pipes. Approval t• t t t -Model tNationafSpec- Size v1+ater Fitttn �, =12ZQ 0 °✓ „ .., Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing#94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30"and 36" 0831/99 Resilient Wedge Gate Valve American Flow Control Series 2520&2524 SD 94-20255 AWWA C515 20"and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-2024 AWWA C515 16" 1024/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500(Ductile Iron AW WA CS15 4"to 12" OB/OS/04 Resilient Wedge Gate Valve American Flow Contra) 42"and 48"AFC 2500 AWWA C515 42"and 48" 0523/91 EI-26 Resilient Wedge Gam Valve American AVK Company Cmpmy American AVK Resilient Seceded GV AWWA C509 4"to 12" 0124/02 EI-26 Resilient Wedge Gam Valve American AVK Company 20"and smaller EI-26 lResilient Seated Gam Valve Kennel 4"-12" EI-26 Resilient Seated Gam Valve M&H 4"-12" E1-26 Resilient Seated Gam Valve Mueller Co. 4"-12" 11/0&99 Resilient Wedge Gam Valve Mueller Co. Series A2361 SD 664 AWWA C515 16" 0123/03 Resilient Wedge Gam Valve Mueller Co. Series A2360 f 18"-24"SO 6709 AWWA C515 24"and smaller 05/13/05 Resilient Wedge Gam Valve Mueller Co. Mueller 30"&36",C-515 AW WA C515 30"and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42"&48",C-515 AWWA C515 42"and 48" 0129/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4"-12" 10/04/94 lResilient Wedge Gam Valve Clow Valve Co. 16"RS GV SD D-20995 AWWA C515 16" 11/0&99 HI-26 Resilient Wedge Gate Vain Clow Valve Co. Clow RW Valve SO D-21652 AWWA C515 24"and smaller 1129/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30"&36"C-515 AWWA C515 30"and 36" om 3 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Mode12638 AWWA C515 24"m 48"(Note 3 05/0B9I EI-26 Resilient Seated Gate Valve Stmkham Valves&Fittings AWWA C 509,ANSI 420-stem, 4"-12" AS7M A 276 Type 304-Bolts& EI-26 Resilient Seated Gam Valve U.S.Pipe and Foundry Co. Menmeal 250, veraents SPL#74 3"m 16" 1026/16 33-12-20 Resilient Seated Gam Valve EJ(East Jordan Iron Works RJ FI—M-e,Gate Valve&B.. 0824/1 B I IMatoo Gam Valve Mateo-Norco 225 MR AWWA/ANSI C115/An21.15 4"to 16" E1-30 Rubber Seated Hunally Valve HenryPratt Co. AWWA C-504 24" EI-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 EI-30 Rubber Seated Butterfly Valve De..ik Valves Co. AWWA C-504 24"and laver 06/12/03 E1-30 Valmadc American Butterfly Valve Valmade Valve and Manufacturing Cbrp. Valmadc American Butterfly Valve. AWWA C-504 Up to 84"diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 45DO&1450 AWWA C-504 24"to 48" 03/19/18 331221 Rubber Seated Butterfly Valve G.A.Industries Golden Anderson AWWA C504 Butterfly Valve AWWA C-504 30"-54" 05/12/05 E143 Polyethylene Eneaatnent Fleasol Packaging Fulien Enterprises AW WA C105 8 mil LLD 05/12/05 E143 Pol ene Eneamrent Mountain States Plastics SP and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E143 Pol ens Eneasment AEP Industries Bullstrong by Cowtw Bolt&Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 Pol ene Encasment Northtown Products Inc. PE Eneasement for DIP AW WA C105 8 mil I.I.D 3/1196 1wte, lin Station Water Plus B20 Water Snplig Station HG6-A-IN-2-BRN-LPRR(Pcamble) 102120 Automated Flushin S MuellerH rd HG2-A-IN-2-PVC-0I8-LP ermsnent D4/0921 Automated Flushing System Kupferle Foundry Company Eclipse#9800wc 04/0921 Automated Flushing System Kupferle Foundry Company Eclipse 0700(Portable) 'From Original Standard Products List 5