Loading...
HomeMy WebLinkAboutContract 59424-PM1CSC No. 59424-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Water, Sanitary Sewer, and Storm Drain Improvements To Serve Trinity Baptist Temple Lot 02, Block 01-Trinity Baptist Temple Addition City Project No. 101711 Water Funding Project No. 56008-0600430-101711-001580 Sewer Funding Project No. 56008-0700430-101711-001380 IPRC18-0025 SD-0647 X-26128 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2023 Huffman Consulting Engineers 6716 Azle Avenue * . Fort Worth, Texas 76135 DACE Y- HUFFMAN TBPE Firm No. 12488 po- 70155 F � OFFICIAL RECORD CITY SECRETARY 01/25/23 FT. WORTH, TX 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 00 0010-1 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Pagel of 4 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 41 00 BidTlefffl 00 42 43 Proposal Form Unit Price -90 43 13 D: c 0045 11 Bidders Prequalification's 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 25 Certificate of Insurance 0062 13 Performance Bond 00 62 14 Payment Bond 00 62 19 Maintenance Bond 00 72 00 General Conditions 00 73 00 Supplementary Conditions 0073 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects Division 01- General Requirements 01 1100 Summary of Work 0425 00 0131 19 Meeting �� 0 J O 7P]�reconstruction prla�oo4:..a✓ 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 0i 59 i Tampom?,, D, _Jo t � 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 017123 G3—nlliFu0tia k-in 01 74 23 Cleaning 0177 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised September 1, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 00 00 10- 2 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htDs://Droi ect Doint.buzzsaw.com/client/fortworth2ov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division �26 26-0"9 leetr-ie€>tl G e on Vlark- Romltr, F Y > a4 2605 10 De,,.,,hiier for- Qeetfieal Systems 2-6-95 3i -%se ay and Boxes for- QeetFieal System 2605 43 UrI Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabiefis 31 37 00 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 1123 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 3212 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 ca.zjrc�o A-r -ifig 2'�J Ca.zjpcto F de ako, Dvi . 3324-3-73 (''.,ne -ete Paving Toifft Se hafts 32 14 16 L1«i0k- Unit R:z.-iftg 32 1 `? CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised September 1, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 00 00 10- 3 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 3 of 4 3231 13--Obn :ink Fen o and Gates 323126 ` if:e Fences and Gates 3232T3Cast in Plooa Gener-ete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding 32 93-4 Tpoas and PwAj Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 333 03 40 Byt..�cL 11kiiVixg of Existing Sewer- Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 i 6 C r ,rote Wa4er- N 7aul4s 33-051 Tu ff el :ac%,,r Plate 33-3-95 21 Ft-ee Casing Pipe 33 05 2 Ili d T-tinneling 333-05 1 Irzitallatien of Caffier- Pipe in Casing or- Ttmael Liner- P 33 05 26 Utility Markers/Locators 33 05 30 Exploratory Excavation for Existing Utilities 34 44-49 Du enPipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 1113 G3.YJWeJ Pr , Steel Gyliader—� 3-3 11 11 11/apiad Steel Pipe a -ad Fittings 33 11 15 Pre -stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 33 1211 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Dry -Barrel Fire Hydrants 33 1250 Water Sample Stations 33 1260 Blow -off Valves 31 r�ufe i Place Pipe (Cron) t12 .�L. 31 _, {� ��,���'�.. F262.-..1 .,ss Do;,.F .-..o.a D;,-.o for- (`_,-.,.,;h, L.�:ll i�''.'I�j'�COtl'Ct$ 3-3 > 15 I IDPE Pipe For- Sanitary Sewers (Gfa-vity and For-ee Mains) 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised September 1, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 00 00 10- 4 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 4 33312 FGxAitua,-sev�vr Lh,.-iC.tg 3' 12 Eaa- ., eo.:,o Pipe > rl .o ors 33 31 50 Sanitary Sewer Service Connections and Service Line 33-34--7-0 Caml4iatia Air- Valve oor Eanitlory, sewe, lv,.,.,,e >`,r,,� 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33-3949 Fiborglass Manholes 33-3.9-49 Wastewater- n , eeR rrn'Atior 3 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 HDPE Storm Sewer Pipe 33 46 00 Sub drainage 33 4601 F)Iotted S cvm Ds-xr.-, 33460 Tronali Derr, 3349 10 Cast -in -Place Manholes and Junction Boxes 33 4920 ('',,fb a -.,a Drop inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 344 9 Tmf€Ie Signals 34-411-3 Rem 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1) 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 37 END OF SECTION CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised September 1, 2015 0011 13 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS DEVELOPER AWARDED CONTRACTS RECEIPT OF BIDS Sealed bids for the construction of Water, Sanitary Sewer, and Storm Drain Improvements to serve Trinity Baptist Temple will be received by the Developer: Trinity Baptist Temple 6045 WJ Boaz Road Fort Worth, Texas 76179 GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • 1,223 11 of 8" PVC Water Line by Open Cut • 7891.f. of 8" PVC Sanitary Sewer Line with (4) 48" Diameter Manholes • 701.f. of 18" RCP Storm Drain with Precast S.E.T.s PREQUALIFICATION The improvements included in this project must be performed by a contractor 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 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 consultant website. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from: Jace Y. Huffman, P.E. Huffinan Consulting Engineers 6716 Azle Avenue Fort Worth, Tx. 76135 817-357-5354 Email: ihuffman(&h-c-e.net The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $125.00 Set of Bidding and Contract Documents with half size (if available) drawings: $75.00 PRIVATE PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time via a web conferencing application: DATE: August 16th, 2022 TIME: 2:00 pm CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0011 13 INVITATION TO BIDDERS Page 2 of 2 If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitted Expressions of Interest in the project to the Design Engineer. The presentation given at the prebid conference 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" and the requirement to formally mail questions is suspended. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. DEVELOPER/CITY'S RIGHT TO ACCEPT OR REJECT BIDS Developer and City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Jace Y. Huffinan, P.E. / Huffinan Consulting Engineers Email: ihuffinan(&h-c-e.net Phone: 817-357-5354 PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the design Engineer, The Design Engineer is responsible to upload the Plans Holder Registration form. Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. END OF SECTION CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 131 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS DEVELOPER AWARDED CONTRACTS FOR PUBLICLY BID PROJECTS ONLY 1. Defined Terms Page 1 of 9 1.1. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.1.1. 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.Successful Bidder: The responsible and responsive Bidder to whom Developer/City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither Developer/City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. Developer/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. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalifcation at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httvs:Happs.fortworthtexas.gov/ProiectResources/ 3.1.1. Paving — Requirements document located at; Resources/Construction Documents/Contractor Prequalification/TPW Paving Contractor Prequalification Program 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; Resources/Construction Documents/Contractor Prequalification/TPW Roadway and Pedestrian Lighting Prequalification Program 3.1.3. Water and Sanitary Sewer — Requirements document located at; 02 - Construction Documents/Contractor Prequalification/Water and Sanitary Sewer Contractor Prequalification Program CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 132 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to Consultant within 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 successful bidder(s) 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 successful bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Failure to submit the additional information, if requested, may be grounds for rejecting the successful bidder as non -responsive. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: none 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. 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 Developer/City or any representative of the Developer/City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Developer/City. 4.1.2. 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. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. 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." CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 133 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.5. Be advised that the Contract Documents on file with the Consultant shall constitute all of the information which the Consultant 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. 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. 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. 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 is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8.Promptly notify Developer 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 Developer 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 of: 4.2.l.those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by Developer in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the Developer 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 Developer 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. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 134 INSTRUCTIONS TO BIDDERS Page 4 of 9 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 Developer written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by Developer are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by Developer 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, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 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 Developer. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 135 INSTRUCTIONS TO BIDDERS Page 5 of 9 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to Developer's representative. Interpretations or clarifications considered necessary by Developer in response to such questions will be issued by Addenda delivered to all parties recorded by Developer 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: All inquiries relative to this procurement should be addressed to the following: Attn: Jace Y. Huffman, P.E. / Huffman Consulting Engineers Email: ihufflnan(&h-c-e.net Phone: 817-357-5354 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Developer. 6.3. Addenda or clarifications may be posted via the City's document management and collaboration system site at unknown. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of Developer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Developer's representative will transmit to all prospective Bidders of record such Addenda as Developer 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. Contract Times The number of working 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. 8. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 9. 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 Section 0125 00 of the General Requirements. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 136 INSTRUCTIONS TO BIDDERS Page 6 of 9 10. Bid Form 10.1. All blanks on the Bid Form must be completed by printing in ink 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 legibly, in ink or type, for which the Bidder proposes to do the work contemplated or furnish materials required. 10.2. 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 name, address and state of incorporation shall be shown below the signature. 10.3. 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 name and address of the partnership shall be shown below the signature. 10.4. 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 name and state of formation of the firm and the official address of the firm shall be shown. 10.5. Bids by individuals shall show the Bidder's name and official address. 10.6. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 10.7. All names shall be typed or printed in ink below the signature. 10.8. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 10.9. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 10.10. 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. 11. Submission of Bids 11.1. Bids shall be submitted on the prescribed Bid Form and proposal form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City of Fort Worth Project Manager, 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, if required, and other required documents. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 137 INSTRUCTIONS TO BIDDERS Page 7 of 9 12. Modification and Withdrawal of Bids 12.1. Bids cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the Developer/City, be returned unopened. 13.2 Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 13. Opening of Bids 13.1. Bids will be opened and read aloud publicly at the place where Bids are to be submitted. 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. 14. Bids to Remain Subject to Acceptance 14.1. All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. Developer/City may, at their sole discretion, release any Bid and nullify the Bid security, if required, prior to that date. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 138 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Evaluation of Bids and Award of Contract 15.1. Developer 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 Developer believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. Developer/City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful 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. 15.1.1. Any or all bids will be rejected if Developer has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against Developer, Developer 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 Developer/City will prevent or hinder the prompt completion of additional work if awarded. 15.2. Developer may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the Developer. Developer 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. 15.3. Developer may conduct such investigations as Developer 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 Developer's satisfaction within the prescribed time. 15.4. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by Developer indicates that the award will be in the best interests of the Developer. 15.5. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 0021 139 INSTRUCTIONS TO BIDDERS Page 9 of 9 16. Signing of Agreement 16.1. When Developer issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. The Contractor shall sign and deliver the required number of counterparts of the Agreement to Developer's representative with the required Bonds, Certificates of Insurance, and all other required documentation. END OF SECTION CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised March 20, 2020 Water, Sanitary Sewer and Storm Drain to serve Lot 2 Block 1, Trinity Baptist Temple Addition City Project Number 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Trinity Baptist Temple Bidder's Proposal Bidlist Item Description Specification of Quantity Unit Price Bid Value o. N Section No. I I (Unit Measure IBid I UNIT I: WATER IMPROVEMENTS 1 F&I 8 inch C900 DR 14 PVC Water Line 3311 12 L.F. 1,223 $ 96.43 $ 117,933.89 2 F&I Standard Fire Hydrant Assembly 33 12 40 EA. 1 $ 5,856.95 $ 5,856.95 3 F&I 8 inch Gate Valve 33 12 20 EA. 4 $ 3,870.90 $ 15,483.60 4 F&I Standard 1.5" Type K Cu Water Service Assembly 33 12 10 EA. 1 $ 3,415.50 $ 3,415.50 5 F&I Standard 1.0" Type K Cu Water Service Assembly 33 12 10 EA. 1 $ 2,150.50 $ 2,150.50 6 F&I Standard 1.0" DCA Backflow Preventer Assembly 33 12 10 EA. 1 $ 1,500.00 $ 1,500.00 7 Connect to existing 8 inch Water Line 33 12 25 EA. 1 $ 1,897.50 $ 1,897.50 8 Connect to existing 16 inch Water Line 33 12 25 EA 1 $ 10,120.00 $ 10,120.00 9 Trench Safety 330510 L.F. 1,223 $ 0.50 $ 611.50 10 6" Fire Line 33 11 12 LF 70 $ 65.00 $ 4,550.00 11 Change Order 1 33 11 12 LF 70 $ (65.00) $ (4,550.00) 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 TOTAL UNIT I: WATER IMPROVEMENTS: $ 158,969.44 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP UNIT PRICE BID Water, Sanitary Sewer and Storm Drain to serve Lot 2 Block 1, Trinity Baptist Temple Addition City Project Number 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trinity Baptist Temple Bidlist Item Description Specification o. N I Section No. I UNIT II: SANITARY SEWER IMPROVEMENTS 1 Remove Existing Concrete Structure @ Sta. 0+00 03 80 00 2 F&I 4 ft Dia Precast Concrete Sanitary Sewer Manhole (0'- 33 39 20 3 F&I Extra Depth - 4 ft Dia. Manhole 33 39 20 4 F&I 6 inch SDR 26 PVC Sanitary Sewer Service Line 3331 50 5 F&I 8 inch SDR 26 PVC Sanitary Sewer Line 3331 20 6 Trench Safety 33 05 10 7 Corrosion prevention coating, sewer manhole 33 39 60 8 TV public sewer line after installation 3301 31 9 Vacuum testing 3301 30 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 27 28 29 30 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS: 2 Bidder's Application Bidder's Proposal Iasure Unitof IBidQuantity Unit Price I Bid Value Me L.S. 1 $ 1,454.75 $ 1,454.75 EA. 4 $ 6,338.31 $ 25,353.24 V.F. 12 $ 645.00 $ 7,740.00 EA. 1 $ 1,618.20 $ 1,618.20 L.F. 662 $ 96.41 $ 63,823.42 L.F. 662 $ 1.52 $ 1,006.24 EA. 4 $ 5,692.50 $ 22,770.00 L.F. 662 $ 2.00 $ 1,324.00 EA. 1 $ 4,500.00 $ 4,500.00 $ 129,589.85 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP Water, Sanitary Sewer and Storm Drain to serve Lot 2 Block 1, Trinity Baptist Temple Addition City Project Number 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Trinity Baptist Temple Bidder's Proposal Bidlist Item I Description No. 1 F&I 18 inch Dia. Class III RCP 2 F&I 18 inch Precast Safety End Treatments 3 Trench Safety 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 Specification P Unit of Bid Quantity Unit Price Qnan ty Bid Value Section No. Measure UNIT III: DRAINAGE IMPROVEMENTS 3341 10 L.F. 70 $ 98.00 $ 6,860.00 33 49 40 E.A. 2 $ 4,323.19 $ 8,646.38 33 05 10 L.F. 70 $ 0.50 $ 35.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS: $ 15,541.38 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP Water, Sanitary Sewer and Storm Drain to serve Lot 2 Block 1, Trinity Baptist Temple Addition City Project Number 101711 4 Water, Sanitary Sewer and Storm Drain to serve Lot 2, Block 1, Trinity Baptist Temple Addition City Project Number 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Venus Construction 1426 S. Main PO Box 90 Mansfield, TX 76063 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Bidder's Application Total Construction Bidi $ 1 BY: JoshMcAda -J:L -M t aL TITLE: President DATE: 9/30/2022 60 days working 158,969.44 129,589.85 15,541.38 304,100.67 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Trinity Baptist Temple Bidder's Proposal Bidlist Item Description Specification of Quantity Unit Price Bid Value o. N Section No. I I (Unit Measure IBid I UNIT IV: PAVING IMPROVEMENTS 1 6" Th. Reinforced Concrete Drive Approach 32 13 20 S.F. 1,200 $ 6.50 $ 7,800.00 2 4" Th. Reinforced Concrete Sidewalk 32 13 20 S.F. 1,062 $ 5.00 $ 5,310.00 3 Backfill 3291 19 C.Y. 48 $ 8.00 $ 384.00 4 Sodding 32 92 13 S.F. 3,600 $ 1.00 $ 3,600.00 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 TOTAL UNIT IV: PAVING IMPROVEMENTS: S 17,094.00 Water, Sanitary Sewer and Storm Drain to serve Lot 2, Block 1, Trinity Baptist Temple Addition City Project Number 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Bid Summary UNIT I: WATER IMPROVEMENTS $ UNIT II: SANITARY SEWER IMPROVEMENTS I $ UNIT III: DRAINAGE IMPROVEMENTS I $ _ UNIT IV: PAVING IMPROVEMENTS I $ 17,094.00 Total Construction Bid $ 1 17,094.00 This Bid is submitted by the entity named below: BIDDER: BY: James Farrier Farrier Concrete 1336 Glen Cove TITLE: President Southlake, TX 76092 DATE: 9/30/2022 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 days working CONTRACT commences to run as provided in the General Conditions. 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxi)ennit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised April 2, 2014 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10.Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised April 2, 2014 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised April 2, 2014 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder 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. In the "Maior Work Tvae" box provide the complete maior work tvDe and actual description as _provided by the Water Department for water and sewer and TPW for paving. Major Work Type <List Work Type Here or Blank> Example: Wastewater New Development Open Cut (35" and under); Water New Development Open Cut (24" and under) <List Work Type Here or Blank> <List Work Type Here or Blank> <List Work Type Here or Blank> Contractor/Subcontractor Company Name Prequalification Expiration Date <Company Name Here or Blank> <Date Here or Blank> <Company Name Here or Blank> <Date Here or Blank> <Company Name Here or Blank> <Date Here or Blank> <Company Name Here or Blank> <Date Here or Blank> The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: <Company Name Here> <Address Here> <Address Here or Blank> <City, State Zip Code Here> BY: <Name of Principal> (Signature) TITLE: <Title Here> DATE: <Date Here> END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12_Prequalification Statement 2015_DAP.docx Form Version September 1, 2015 2 3 4 S 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 UO 4S 26 - 1 CONTRACTOR COMPLIANCE: WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 101711. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: r-x t rite Company 133 Address City/State/Zip THE STATE OF TEXAS � COUNTY OF TARRANT § r By: (j C rrw" JJ (Please Print) Signature: V Title: OWM r- (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared zsmy'^f % FkrV1 C.- , known to me to be the person whose name is subscribed to the fore -going instrument, and acknowledged to me that he/she executed the same as the act and deed off1r►e-1- C .c��}e [p,..�s�,�t;� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1 *4 day of 20V3 KAY LYNN GDO[)E BOY[) ?=r' 5 Notary Public, 5tato of Texas ;►.+` Comm, Expires 08-29 2426 No ry blic in and for the State ow xas °;,,0. Notary Ifs 7877808 END OF SECTION CITY OF FORT WORTII Tnnity Baptist Temple STANDARD CONSTRUCTION SPECHACATION DOCUN F.N'I'S — DEVELOPER AWARDED PR[]JEC'I'S 101711 Revised Apnl 2, 2014 7 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 -)5 26 27 28 29 30 31 32 33 34 35 36 37 38 39 0045_'6-1 CONTRACTOR COMPLLANCE WITH WORKER'S COMPENSATION LAW Psee 1 of l SECTION W 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended.. Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 101711. Contractor further certifies that. pursuant to Texas Labor Code, Section 406.096(b), as amended. it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Company i} (Please Print) 0 ` -,60 ,4- f O Signature: 6 Address 1 '�04.3S �% I d �— '� � U �P Title: Ct S: dle �] �— CitylStatee'Zip I (please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § B DRE IVY, the iindersigned authority. on this day personally appeared as Ade known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to the that he/she executed the sanne as the act and deed of �r,�,, s Cn , ty LkLv%ovc. Corr. ,Afor the purposes and consideration therein expressed and in the capacity therein stat d. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of rrr•h� . 20a VAKSBARENFROW •= My Wtsry 0 # 128692814 •V; :N Expires J4 28, 2423 V C� Notary Public in and foreState of Texas END OF SECTION CITY OF FORT WORTH Imlay Bapusr Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DE4'ELOPER AWARDED PROJECTS 101,11 Rmsed April 12014 2 SECTION 00 52 43 AGREEMENT M5243-t Developer Awarded Pro}eez Agreetnenl Page 1 of 3 THIS AGREEMENT, authorized on 02/09/2023 is made by and between the Developer, 4 Trinity Baptist Temple . , authorized to do business in Texas ("Developer"). and 5 Fluter Concrete-Constrtiction _, authorized to do 6 business in Texas, acting by and through its duly authorized representative,(""Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as S follows; 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Trinity Baptist Temt)le Lot 02. Block 01-Trinity Baptist Temple Addition 16 101711 17 Article 3. CONTRACT TIME I8 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 60 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects, 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any Such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Five Hundred Dollars (5500.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance, CITY OF FORT WORTI I Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 101711 Revised June 16.2016 W5243-2 Developer Awarded Project Ageament Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Seventeen Thousand and Ninety Four Dollars 40 {s 17,094.00 }. 41 Article S. CONTRACT DOCUMENTS 42 S.I CONTENTS: 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 fib 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: L This Agreement. 2. Attachments to this Agreement; a- Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequaliftcation Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c- Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (IPregaired) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Efi'ective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTM SPECIFICATION DOCUMENTS —DEVELOPER AWARllEt7 PROJECTS I0t711 Revised June16.2016 005243-3 Developer Awarded Project Agreemem Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 8o under this contract. This indemnification Provision is specifically intended to operate 81 and be effective even if it is alleged or Proven that all or some of the darns esn s being 82 s ght were caused, in whole or in hart. by anv act. omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its ow•n expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the worts 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is snecifically intended to ooerate and be effective even if it is alle ed or 93 Proven that all or some of the damages being souzht were caused._ in whole or in Part, 94 by anv act. omission or ne it Bence of the cih% 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects, 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and III CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Tnnit-v Baptist Temple STANDARD CONSTRUCTION SPEC]FICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS 101712 Revised June 16.2016 00 52 43 •4 Developer Awarded Project Agreement Page 4 of 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF. Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date"), 125 126 Contractor: F-- r n tr l,►�sr+ Byv---7 [Signature] (k t r F,- rrW (Printed Name) Title: a-io- Company Name: Farrier Concrete Construction Address: 1336 Glen Cove City/State/Zip: Southiake, TX 76092 Date 11 1 " 3 Developer: By: { nature) (Printed Name) Title: �, a. Company name: Trinity Baptist Temple Address: 6045 W J Boaz Rd City/State/Zip: Fort Worth, TX 76179 Date q / CITY OF FORT WORTH Trinity Baptist Ternple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 10171 i Revised June 16.2016 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Trinity Baptist Temple Bidder's Proposal Bidlist Item Description Specification of Quantity Unit Price Bid Value o. N Section No. I I (Unit Measure IBid I UNIT IV: PAVING IMPROVEMENTS 1 6" Th. Reinforced Concrete Drive Approach 32 13 20 S.F. 1,200 $ 6.50 $ 7,800.00 2 4" Th. Reinforced Concrete Sidewalk 32 13 20 S.F. 1,062 $ 5.00 $ 5,310.00 3 Backfill 3291 19 C.Y. 48 $ 8.00 $ 384.00 4 Sodding 32 92 13 S.F. 3,600 $ 1.00 $ 3,600.00 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 TOTAL UNIT IV: PAVING IMPROVEMENTS: S 17,094.00 Water, Sanitary Sewer and Storm Drain to serve Lot 2, Block 1, Trinity Baptist Temple Addition City Project Number 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Bid Summary UNIT I: WATER IMPROVEMENTS $ UNIT II: SANITARY SEWER IMPROVEMENTS I $ UNIT III: DRAINAGE IMPROVEMENTS I $ _ UNIT IV: PAVING IMPROVEMENTS I $ 17,094.00 Total Construction Bid $ 1 17,094.00 This Bid is submitted by the entity named below: BIDDER: BY: James Farrier Farrier Concrete 1336 Glen Cove TITLE: President Southlake, TX 76092 DATE: 9/30/2022 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 days working CONTRACT commences to run as provided in the General Conditions. 00;"143-1 Devekaper Awarded Project .aereeatenl Page i of S 1 SECTION 00 52 43 2 AGREEMENT 3 THIti AGREEMENT, authorized on 02/09/2023 is made by and between the Developer. 3 Trinity Baptist Temoie authorized to do business in Texas ("Developer") , and 5 Venus Construction . authorized to do 6 business in Texas, acting by and through its duly authorized representative, ("Contractor'). 7 Developer and Contractor, in consideration of the inutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the I 1 Project identified herein. 1 -) Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Triluty Baptist TerriDle Lot 021, Block 01-Trinity Baptist TeinDle Addition 16 101711 17 Article 3. CONTRACT TL'IIE 18 3.1 Time is of the essence. 19 All time liarlits for Milestones, if any, and Final Acceptance as stated in the Contract 24 Documents are of the essence to this Contract. 21 3.2 Final Acceptance, 22 The Work will be complete for Final Acceptance within 60 working days after the date 23 when the Contract Tune commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects, 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay ( but not as a penalty). Contractor shall pay 34 Developer Five Hundred Dollars (S500.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. CrrY OF FORT WORTH Truntry 8apnst Temple ST_AN-DARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEvELO PER AWARDED PROJECTS 101711 Revised June 16. 2016 004243-2 Developer A yarded Proieo Agreement Page '_ of a 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Three Hundred Thousand one Hundred Four Dollars 40 (S 304,1 B4.67 ), uoitars and 671100 41 Article'.;. CONTRACT DOCU-MENTS 42 5.1 CONTENTS 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachlments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequaliiication Statement 50 3) State and Federal documents (prajecr spec( ficl 51 b. Insurance AC'ORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Band (DAP Version) 54 e, Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds So g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects, 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project'-, Contract Documents. 64 6. Drawings. 63 7. Addenda. 66 8_ Documentation subarutted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued. become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT LVORTH Traury Baptist Temple STANDARD CONSTRUCTION 5PEMICATION DOCUMENTS - DEVELOPED AWARDED PROJECTS 10 17 11 Revised June 16. 2016 005243 -3 Dzveloper Awarded Project Agreenteut Page 3 of 4 75 Article 6.1NDEl1rOFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, emplovees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged iir nroven that all or some of the damages being 82 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity- for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to anise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is snecificafly intended to overate and be effective even if it is alleged d 0 93 proven that all or some of the damages being sought were caused. in whole or in hart, 94 by anv act, omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Tenrns used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns, 104 Developer and Contractor each binds itself, its partners, successors, assigns and Iegal 105 representatives to the other party hereto, in respect to all covenants. agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability, 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 11 -7 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County.. Texas, or the United States District Court for the l 15 Northern District of Texas- Fort Worth Division. CITY OF FORT WORTH Truan Baptist Teuiple STANDARD CONMUCTION SPECIFICATION DOCt'NMNT5 — DEVELOPER AWARDED PRO)ECTS 101711 Revised June 16. 2016 00 5? 43 - 4 Developer Awarded Project Agreeineur Page 4 of 4 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 1 11] authorized signatory of the Contractor. 00 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement ill multiple 12; counterparts. 123 124 This Agreement is effective as of the last date signed by the P-Oies ("EfTective Date"). 125 Contr ctor; Developer: ��1�-+L1l.S C._ U - B .-�4 —7k r�G� By, (Signature) 126 Printed Name) Title: Member Company Nartle:Vonus Construction Address: 1426 S. Main P.R. Box 90 City/State/Zip: Mansfield, TX 76063 FCtrXkA Date r Signature) (Printed Name) Title. &,N, VC, ,, �V- Company name: Trinity Baptist Temple Address: 6045 W J Boaz Rd City/State/Zip: Fort Worth. TX 76179 -JIA I$ Date CITY OF FORT WORTH Trautv Baptist Tempte ST-k\'DARD CONSTRUCTION SPECIFICATION DO(,jjVIENTS — OECrELOPER AWARDED PROJECTS 101711 Revised June 16.2016 Water, Sanitary Sewer and Storin Drain to serve Lot 2 Block 1, Trinity Baptist Temple Addition City Project \'Umber 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Tawny Baptist Tewpie Bidders Proposal Bidli5t lteiu Description S1kr'rticatiun Vair of Bid qumtity Unit Arid Sid Value }n I I Sr [inrf a ILiersure UNIT I: WATER IMPROVEMENTS 0 F&I 6 in Gate Valve '33 12 20 EA 1 $ 1,897.50 S 1.897.50 1 F&I 8 inch 0900 DR 14 PVC Water Line 33 11 12 L.F. 1,223 $ 96,43 S 117.933.99 2 F&I Standard fire Hydrant Assembly 33 12 40 EA. 1 S 5,856.95 S 5,856.95 3 F&1 8 inch Gate Valve 331220 EA, 4 S 3,870.90 S 15.483,60 4 F&I Standard 1.5"Type K Cu Water Service Assembly 33 12 10 FA 1 S 3.415.50 S 3.415.50 5 F&I Standard 1 4' Type K Cu Water Service Assembly 3312 10 EA. 1 S 2,150.50 S 2.150.50 6 F&I Standard 1.0' DCA Backflow Preventet Assembly 331210 EA. 1 5 1,500.00 $ L500,00 7 Connect to existing 8 inch Water Line 33 12 25 FA. i S L897.50 S 1.897.50 8 Connect to existing 16 inch Water Line 33 12 25 EA 1 S 10.120.00 S 10.120,00 9 Trench Safety 330510 L.F. 1,223 S 0.50 S 611.50 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 TOTAL UNIT I: WATER IMPROVEMENTS: S 158.969.44 CITY OF FORT WORTH STANDARD CONSTRL'CIIGN' SPECIFICATION DOCUAffi.uTS - DEVELOPER AWARDED PROJECTS Fong Version Mav 22. 2019 00 42 43 Bid Proposal_DAP UNIT PRICE BID Water. Sauitm Sewer and Szorm Draw to serve Lot 2 Block 1. Trinity Baptist Temple Addition City Project Nu111her 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Trinity Wptut Tempt# Bidlisr Item I Deseripriou 5p^: iriciman N 11 Secuon No. UNIT It: SANITARY SEWER IMP ❑VEMENTS 1 Remove Existing Concrete Structure @ Sta. 0+00 '03 80 00 2 F&I 4 ft Dia Precast Concrete Sanitary Sewer Manhole (0'• 33 39 20 3 F&I Extra Depth - 4 ft Dia- Manhole 33 39 20 4 F&I 6 inch SOR 26 PVC Sanitary Sewer Service Line 33 31 50 5 F&I 8 inch SDR 26 PVC Sanitary Sewer Line 33 31 20 6 Trench Safety 3305 10 7 CorrorAon prevention coating, sewer manhole 33 39 60 8 TV public sewer line after installation 33 01 31 9 Vacuum testing 33 01 30 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 27 28 29 30 TOTAL UNIT It: SANITARY SEWER IMPROVEMENTS: Bidder's Application B UIM ; Prapos al IVjw of Bid Quasttity Unit Price Bid Vaiue !teasum I L-S. 1-5 L454.75 S 1.454.75 EA. 4 S 6.338.31 S 25,353.24 V.F. 12 S 645.00 5 7,740.00 EA, 1 S L618?0 S 1.618.20 L.F. 662 S 146A1 $ 63.823.42 L.F, 662 5 1.52 S 1.006.24 EA. 4 S 5.692,50 5 22,770.00 L.F. 662 S 100 S 1,324.00 EA- 1 S 4,500.00 S 4.500.00 S 129.589.85 CM'OF FORT WORTH 5TA�DARD CO;�sTP.UCTIOti SPECfF1C'ATTOIti DOCUiIFN rS - DEVELOPER AWARDED PROJECTS Fonn'version play ?z. 2019 QO 4: 43_Bid ProposaLI7,•7P Water, Sanitary Sewer and Storm Drain to serve Lot 3 Block 1, Trituty Baptist Temple Addition City Prelect \cumber 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Trinity tRaptisr Tetuple $tdlisr nrm Description 1To. 1 F&I 18 inch Dia. Class III RCP 2 F&I i8 inch Precast Safety End Treatments 3 Trench Safety 4 5 6 7 8 9 10 11 12 13 14 15 18 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3 Bidder's Application Slddrr'S Ptupu�al Sprtificanao L'rtlt of Quantity Unit Price r Btd"ainr +I 7rcnu1:Nu tea;urr I$id I UNIT III; DRAINAGE IMPROVEMENT 3341 10 L.F. 70 S 98.00 S 6.860.00 334940 E.A. 2 S 4323.19 S 8,646.38 330510 L.F. 70 S 0.50 S 35.00 TOTAL UNIT III. DRAINAGE IMPROVEMENTS: 5 15.3t1.38 CEn' OF FORT WORTH STANDARD CONS TRUC-nOK SPECIFICATIU-N DOCUMN NITS - DEVELOPER AWARDED PROJE(rS Fonu Vetsian May 22,2019 OU 42 43 Bid Proposul_DAP Water. Sanitary Serer and Stone Drain to serve Lot ?'Block 1. Trinity Baptist Temple Addition City Project Number 101711 Water. Saiaitary Sewer and 5tonu Drain to serve Lor 2. Block 1. Trinity Baptist Temple Addition City Project Number 101711 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bid Summary UNIT I• WATER IMPROVEMENTS UNIT 11: SANITARY SEWER IMPROVEMENTS UNIT Ill. DRAINAGE IMPROVEMENTS UNIT IV. PAVING IMPROVEMENTS Tldk B141 K wbinitred hs th# en tin• untued below; SIDD£R: PO Box 90 COG11'ACT01 agrre to compirte «'ORK roe FINAL ACCEPTANCE teiddis CONT AC-T rouuusnm to rnn as prorldrd In the Cenerml COudltions_ Bidder's Application Tuta1 CunNi-matoo Bid S BY-. TITLE: DATE: 9i301202I wIdAINN ssorking 4 158,9G9.44 129.58915-- 15.541.38 304,100.67 Cm' Of FORT WORTH STANDARD COMSTRC:CTION SPEC IFICAT10% DOCUME:tiTS - DEVELOPER AWARDED PROJECTS Form Vesuou May 2_.1019 00 42 43 Bid Propaia DAP 1 3 4 S H 7 9 10 it 12 13 14 IS lh 17 18 I 20 21 SECT[ON 00 62 13 PERFORMANCE BOND rmr713-I PERFORMANCE BONI) Pagc I of3 Bond No. 446401E THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF '['ARRANT § That we, Farrier Coricrete Construction, LLC known as "Principal" herein and SureTec Tnsurance Company a corporate suretytsureties. if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Trinity Baptist Temple. authorized to do business in Texas ("Developer') mid the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, 3av�rt> een thousand llln�cy F ,: r antf aa,'1 = ---- Dollars ('� 1 ■ g4 T0�—___— M1) lawful money of the United States, to he paid in Fort Worth, Tarrant County, Texas for the payment o[ which sum well and truly to be made jointly unto the Developer and the City as dual abligees. we bind ourselves, our heirs. executors, administrators, successors and assigns, jointly and severally, firmly by these ptesents. (~'WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through .a Community Facilities Agreement, CFA Number 10171 1; and 22 WHEREAS, the Pnneipal has entere htto a certain written contract with the Developer awarded the 23 9 tit day of February , 2(f* , which Contract is hereby referred to and made a part hereof for 24 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 25 defined by la%+, in the prosecution of the Work, including any Change Ordem, as provided for in said 2tz Can tract designated as Trinity Baptist Temple 1 Lot 02, 13 lock 01-Trinity Baptist Temple; Addition 27 -.Projec't Name 29 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 29 shall Faithfully perform it obligations tinder the Contract and shall in all respects duly and 30 faithfully perform the Work, including Change Orders. under the Contract, according to the plans. 31 specifications, and contract documents therein referred to, and as well during any period of 32 extension of the Contract that may be granted on the part of the Developer andjor City, then this 33 obligation shall be and become null and void, otherwise to remain in full force and effect, CITY OF FORT WORTH Trinity Baptise Temple STANDARD CONSTRUCTION SPECIFICATION tiCW -MENTS DEVELOPER AWARDED PRU EE-M 10 f 7t ! M 6.) 13 PERFORMANCE BONI) Page 2 or 3 1 PROVIDED FURTHER, that if any legal action be filers on this Bond, venue shaII lie in 2 Tarrant County, Texas or the United States District Court for [lie Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code. as amended, and all liabilities on this band shall be determined in G accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED K this instrument by duly authorized agents and officers on this the 24 th day of 9 Febr-uar�/ ,023 10 12 13 14 15 iG 17 18 19 20 21 22 23 ?4 25 26 ?7 28 29 30 31 32 33 34 35 35 37 38 39 40 41 42 43 44 45 46 47 PRINCIPAL: Farrier Concrete Construction, LLC BY: ATTEST: ature (Principal) Secretary Name and Title Witness as to Principal Address: 1336 Glen Cove Southlake, TX 75092-5847 SURETY: Surer Insurance CQmloany BY: Signature Dana Mickey, Attorney —in —"act Dame and Title Address: 2103 CityWest Boulevard Suite 1300, Houston, TX 77042 Witne. to Surety T'son Nobles Telephone Number; 1-856-732-0099 *Note: If signed by an officer of the Surety Company, there must be on rile a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. CITY OF FORT WORTH Trinity Baptist Tempe STANDARD CONSTRUCTION SPI-CIFICATIDN DOCUMENTS DEVELOPER AWARDED PROJECTS 101711 006213.3 PERFORMANCE BOND Pagc 3 of The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 11it R—MMAN(T.. BONd Ppgc 1 o13 Bond Number: CA4891729 I SECTION 00 GZ 13 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS- 6 COUNTY OF TARRANT § 7 $ That we. Venus Construction Comnanv, Inc. known as "Principal'" herein and Great American Insurance Company _ a corporate Itl surety(sureties, if'tnore than one) duly authorised to do business in the State of Texas, known as I ! -Surety" herein (whether one or more). are held and firmly hound unto the Developer. Trinity 17 Baptist 'temple 1C O GPD Construction 11, LLCi, authorized to do business in Texas ••t,Develope0 and 13 the City of Fort Worth. a Texas municipal corporation (-City"). in the penal sum of. 14 t'hrccHundred hour Thousand One HunJred kwr and 6711011 Dollars ($_ 304,104.67 15 lawful monev of the United States. to be paid in Fort Worth. Tarrant County. Texas for the 16 payment of which sutra well and truly to be trade jointly unto the Developer and the City- as dual 17 obligees. we bind ourselves, our heirs, executors. administrators. successors and assigns, jointly IS and severally. firmly by these presents. ly WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of fort Worth by and through a Community Facilities 21 Agreement, C F A Number 101711= and ?? WtlEREAS. the Principal has entered into a certain written contract with the Developer awarded the 23 9th day of E&runry . 2023. which Contract is hereby referred to and made a part hereof For 24 all purposes as if fully set rorth herein, to furnish all materials. equipment labor and other accessories ?S defined by law. in the prosecution of the Work. including any Change Orders, as provided for in said 36 Contract designated as Trinity Baptist Temple / Lot 02. Block 01-Trinity Baptist Temple Addition. ?7 28 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 29 shall faithfully perlorni it obligations ultder the Contract and shall in at respects duly and 30 faithfully perform the Work. including Change Orders. under the Contract, according to the plans. 31 specifications, and contract documC'nts therein refierred to, and as well during any period al' 32 extension of the Contract that may be granted on the part of the Developer and/or City, then this 33 obllgativn shall be and become null and void, otherwise to remain in full force and effect. r1ly Or, roRl- u'[1R 111 l rintty Baptist temple STANDARD CONS I -RI !t" 110N SI f.CH W 1 I K)N DOCUMENTS — DEVELOPER AWARDED PROJECTS 101.711 01162 13 - 2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, that if any legal action be tiled on this Bond, venue shall lie in 2 Tarrant County. Texas or the United States District Court for the Northern District of Texas. Fort Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 3 Texas Government Code, as amended. and all liabilities on this bond shall be determined in 6 accordance with the provisions ofsaid Statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED R this instrun)ent by duly authorized agents and officers on this the day of_ +t 2p Rt 12 13 14 15 16 AT 17 IS 19 (Princips ecretary 20 21 23 24�• 25 Hess as to Principal 26 ?7 28 29 30 31 32 33 34 15 36 37 38 39 _ 40 VI°' s as to Suretv 41 Jordan Pitts 42 43 PRINCIPAL: Venus Construction Cumoany BY: "1)0711 AICI-11- ._ Signature SL— WW4I II 5. rP r1 Name and Title SURETY: Great American Insurance Company 131': Ytpgn�awr, Lloyd Ray Pitts Jr - Attorney -In -Fact Name and Title Address: 301 E 4th Street Cincinnati. OH 45202. Telephone Number: 513-369-5000 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 45 frorn the by-laws shoN i ng that this person has authority to sign such obligation. If 46 Surety's physical address is different from its mailing address, both must be provided. 47 C 111' OF FORT M RICH I TriniN. 13aprist Iempic STANDARD CON5TRt1C HON SPECIFICATI N rA)C'I IMl•.N7'S I)EVI-Lo PER AWARDLD PRi71L:C" rS 101711 0062U-3 ITRI,ORMANU BOND Dace 3 of 3 i ie date of the bond shall not be prior to the cute the C'omract is awarded. VI Y 0I I ORT WOM li i Fmily 6aptig 1 empw STANDARD CONSTRUC'1'ONSPECOICATICIN tl(>[-JTNjLNIS—ULVLfOPERAWARlLDPROJECTS 10)711 GREAT AMERICAN INSURANCE COMPANY@ Administrative Office. 301 E 4TH STREET 0 CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2741) The number of persons authorized by this power of attorney is not more than TWO No. 0 20935 POWER OFATTOR:NEY KNOW ALL LIEN BY THESE PRESENTS. That the GREAT'AMERICAN INSURANCE COMPANY. a corporation organized and cxistrng under and by virtue or the laws of the State of0hia, does hereby ruminate, constitute and appoint the person or persons named below, each individually if more than one Is named, its true and lawful attorney•in-fact, for it ttnd in it-, name. place and -&lead to execute on behalf of the said Company. as surety, any and all Wrids. undertakings and contracts of suretyship. or other written obligations in the nature thereof, provided that the liabi}ity of the said Company on any such bond, undertaking or contract of suretyship exeemed under this authority shall not exceed the litnit stared below. Name Address Linm of Power LLOYD RAY PITTS, JR. BOTH OF BOTH WILLIAM D. BIRDSONG DALLAS, TEXAS $100,000.000 Tints Power of Attorney revokes al[ prevtous power, issued c n bclrall'ot'thc nttameyls}-in fact named above - IN WITNESS WHF60F the GREATAMERICAN INSURANCE COMPANY has caused these presents to he signed and attested by its appropriaic orfiicers and Its corporate seal ltereunio afrKed this IOTH day ar 06CEMBER 2020 Attest GREAT AMERICAN INSU ANC-h C'OMPA7VY ur. ,IxelxOW 5rr+1vhu.i Dit'i-vional ISew"j- Ii'V P'wMeu+ STATE OF 01110. COUNTY OF IIAMILTON - ss_ MART{ VICARtO(a77-377-zao5} On this 14TH day of DECEMBER 2020. before mepersonally appeared'AARKVICARIO.tome known. being duly sworn. deposes and Says that he resides in 0ricinnati. Ohio, that he is a Divkional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which c.aecutcd the atmve instrument, that hie Lnovvs the seal ofthc said C"ompany that the seal affixed to the said instrument is such corporate seai, that it was so affixed b% authority orhis ofrwe unckr the BN -Laws orsaid Company, and that he Signed his name thereto by like Authcmty. SUSAN A KOIIORST z~v� ° Notary Public_ }�• State M Ohio My Comm, Expires Aay 18, 2025 This Power ofAtiomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written con sent dated June 4, 2(X)8- RES01.VED- Thal the Dii•isinnal Pmvidenr, the srreral Divisronal Senior I ice Pi'e,ridents, Divisional Pre Pix vidents and Divisomtl .I s.si.sia+il I ire Pmudents, or aqr am- r.J them. he and he ivkv is aiahorized,_Jrrirn rime to ilme, to appoint tme or inore Altornei x-in-Farr to eirevine on hehall q/ the C rrmprnri: as . raw; onr cold all hands. andertukings and rontraers ol'srrirrrship, or other written ubligations in therr ma-e thereof: to pmirribe their respertive diilie and the t-r.elrec•liric limits of their ertiriroriit'; and to mioAv an),such appoii+trrreof ut alit, thne- RF,SCJU'ED rVRT11GR Thal the Compam. seal and rlie ,signature of rant' of lire aforesaid officers aneii urn' Secrerari• or; Issistunt Seervrar_y ref the r'unry+uirt' iiiCri' jtr afJLred ht' focsinute iu airy power n/Otto) ere t' or ce+7 sate of either grvrii jot the execution of airs' hrurd. rrtrcterruking, contract al sttreh.thip. r,r other brawn ubligulian ira the nature rhernrrl, mic•h sigtieilure and -seal ++hart so used being herehr• adopted hi• the Compan-v its the original _rignukire uf.sitc•h uffe•e r and the original seal of the C?rnrpo+n: it) he i'cil rd atrcl binding +ipoir the C'ongwnv rr ah the sump larce oW rgeri as though manaollr ioVed CERTIFICATION 1. STLPHEN C. BF.RA14A, Assistant Secretary of•Great American Insurance Company, do hereby certify that the foregoing Power ofAttomey and the kesolutiom, or the Board of Directors or June 4, 2008 have not been revoked and are trove- in full force and effect- 5ignud and sealed this 9th day ❑r February 2i323 ti l A.rsertnrrt $e'civiYr9 S?020AH (MV20) Great American Insurance Company or New York GP-EATAMERICgN. Great American Alliance Insurance Company INSURANCE 6909P Great American Insurance Company IMPORTANT NOTICE: To Obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-844-252-3439 YOU may write the Texas Department of Insurance at! P.O. Box 149104 Autin, TX 78714-9091 FAX: 1-512-490-1007 Your notice of claim against the attached band may he given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bo r td cl a i n is @ ga1c. trtrm PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a prenjium, you should contact the agent first, If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, YOU may contact the Texas Department of Insurance_ ATTACH THIS NOTICE TO YOUR BOND: This notice is fur information only and does not become a part or condition of the attached document. 1-.9667A f t (0 fir l 3 4 5 6 7 9 l t] II 13 t4 IS 16 17 0062 14- 1 PAYMENT BOND Page I of 2 SECTION 00 62 14 Bond No. 44 6401 3 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE: PRESENT'S: COUNTY OF TARRANT § That we, Farrier Concrete Construction, LLC known as "Principal" herein, and Sure'Tec Insurance Company y a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, knowift as "Surety" herein twhcthcr one or more), are held and firmly bound unto the Developer, Trinity Baptist Temple, authorized to do business in Texas "(Developer-). and the City of Fort Worth. a Texas municipal corporation ("City"), in the penal sum of $eventEen Nand, -.jue and tic, _i.i--- Dollars (S 17, 094.00------ ). lawful money or the United Stags, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which ,rum well and truly be made jointly unto the Developer and the City as dual obligee& we bind ourselves, our heirs, executorq. administrators. successors and assigns, jointly and severally, firmly by these presents: IN WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth_ by and through a Community Facilities 20 Agreement, CFA Number 10171 I; and 21 WHEREAS. Principal has entered into a certain written Contract with Developer, awarded 1he 22 9th day of Feh rU txr]l . 20 2 3 , which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and oihcr 24 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 25 designated as Trinity Baptist Temple 1 Lot 02, Block 01-Tririity Baptist Temple Addition. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code. as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. 31 This bond is made and executed in compliance with the previsions of Chapter 2253 of the 32 Texas Government Code, as amended. and all liabilities on this bond shall be determined in 33 accordant:e with the provisions of said statt[ta. CITY OF FORT WORTH Ttinq Baptist Trmpk: STANDARD CONSTRUCTION SPECIFILA rION DOCUMENTS DEVELOPER AWARDED PROJECTS 101711 Revired January 31, 20l.' M6214-2 PAYMENT BOND Pago 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 7 this instrument by duly authorized agents and officers on this the 24th day of } February 12023 4 13 PRINCIPAL; Farrier Concrete Construction, LLC i1 ATTEST: BY: ignature -aMA5f (Principal) Secretary Name and Title Address: 1336 Glen Cove Southlake, TX 76092-5847 Witness as to Principal SURETY: SureTec Insurance Company ATTEST: BY:6na-,74dy- N/A Dana Mickey, Attorney -in -Fact (Surety) Secretary Name and Title Address: 2103 CityWest Boulevard 1\�Aul— Suite 13DO, Houston, TX 77042 Witness V Surety Jason Nobles 1-866_732_0099 Telephone Number: Note; If signed by an officer of the Surety. thLre mast be on Cite a certified extract from the bylaws showing that this person has authority to sigh such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION Dt)C't.MENTS - DEVELOPER AWARDED PROJECTS I D171 l Revised Jan{rvy 31, 2012 flit 62 14. 1 PAY1v1L•-N-1 BOND Pace 1 01*2 .Bond Number: CA4891729 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS- 6 COUNTY OF TARRANT § 7 Thai we. Venus Construction Companv, Inc. known as 8 "Principal" herein. and Gre t American TnStlranreCnirnnny a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more). are held and firmly bound unto the l I 1011tk lioptitit Temple I [ :'() Cif t7 consirutiunn 11,1 t C 1. aulhorwd to do husmtss in Texas "mcveloper").. and the I? City of Fart Worth, a Texas municipal corporation ("City-). in the penal sure 13 of Thwe i lundred f our I'hovsand One Hundred four and 67l100 Dollars l $ 304,104.67 14 laWful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 1; payment o %vhlch sum %veil and truly be made jointly unto the Developer and the City as dual 16 obligees. we hind ourselves, our heirs, executors, administrators. successors and assigns, jointly 17 and severally. firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 colttmunity facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement. CFA Number 101711: and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the 22 9th day of Fehruarryy . 20 23 , which Contract is hereby referred to and made a 73 part hereof for all purposes as iFfully set forth herein, to Furnish all materials, equipment. labor and other 24 accessories as defined by lasv. if) the Prosecution of the Work as provided ror in said Contract and 2-5 desibnated as Trinity Baptist Temple 1 1.010". Block 01-Trinity Baptist Temple Addition. 26 NOW, THEREFORE, THE CONDITION OF THIS ORL IGATION is such that if 17 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 21-53 of the Texas Government Code, as amended) in the prosecution of the Work under 2e) the Contract. then this obligation shall be and become null and void. otherwise to remain in Full M force and effect. 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 32 Texas Government Code, as amended, and all liabilities on this bond shall be determined in +.1 accordance with the provisions of said statute. Cl rY OF WRT w'ORTI1 Trinity t3aptrsi Temple tiIANDAt2D C'ONSTRUCIION SPCCIFICA I ION I)C)CtltWMI'S —DCYEt 0PLR A%ARDID PRO]I-CTS 101711 Rev i5eJ.larruury 31. 2f112 0062 14-2 PAYMENT BONA Page 2 of 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the q day of 3 .�W �f.Y -ti, . 20o2!5 4 1? ATTEST: (Principal) Secretary Wimess as to Principal PRINCIPAL: Venus Construction Company BY: (') Signature Name and Title Address: 94 Mansfiel . TX 76063 SURETY: Great American Insurance Company ATTEST: BY: ' Signature Lloyd Ray Pitts jr - Attorney -In -lace (Surely) Secretary Melissa Pitts, Bond Secretary Name and Title Witte to Suret Jordan Pitts Address: 301 E 4th Street Cincinnati. OH 45202 Telephone Number: 513-369-5000 Note: If signed by an officer of the Surety. there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY (A FORT WORT H Trinity tiapust temple .STANDARD CONSTPIIC ION SPECIFICATION D0CVMtNTS— DEVELOPER AWARDED PROJECTS 101711 Revlscd January 31, 2012 1 2 4 5 b 7 S 9 10 I 12 SECTION 00 62 19 MAINTENANCE BOND 0Q 62 I4 - 1 MAINTF.NANCE BOND gaol I of 3 Bond No. 4464013 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Farrier Concrete Construction, LLC , known as "Principal" herein and SureTec Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly hound unto the Developer, Trinity Baptist Temple, authorized to do business in 'Texas ("Developer") and the City of Fort Worth, a 13 Texas municipal corporation ("City"), in the sutra 14 of sesr"Leen ThQ4sanj ;4:net y Foor y-3 F, Dollars (S 17, 094 .00----- `} 15 lawful money of the United States. to be paid in Fort Worth, Tarrant County, Texas, for payment tF of which sum we11 and truly be made jointly unto the Developer and the City as dual obligees and 17 their successors, we bind ourselves, our heirs, executors, administrators. successors and assigns, I8 jointly and severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities ?? Agreement, C FA Number 101711: and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 9th 74 clay' of Fe nary ?0` }which Contract is hereby 25 referred to and a made part hereof t'pr all purposes as if fully set forth herein, to Furnish all materials. ?b equipment labor and other accessories as defined by law, in the, prosecution of the Work. including any 27 Work resulting from a duly authorized Change Carder R col lectivdy herein, the "Work") as provided for in 28 said Contract and designated as Trinity Baptist Temple ? Lot 02. Block tit -Trinity Baptist Temple Addition: 29 and 34 31 WHEREAS, Principal binds itsclfto use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 retrain free from defects in materials or workmanship Ior and during the period of two (2) years 34 after the bate of Final Aceeptence of the Work by the City ("Maintenance Period"); and 35 CITY OF FORT WORTFI Tnmty Bantisl Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROAC'TS 101711 1Revised 11 aw&Ty 31. R412 0062 19 2 MAWMANC'E: BUNT] h6u. 2 sir 3 I WHEREAS, Principal binds itself to repair or reconstruct the Work in whale or in part 2 upon receiving notice from the Developer andlnr City of the need thereof at any time within the 3 Maintenance Period. 4 5 6 7 x Ir1 It I' 13 14 15 16 17 lS 19 20 ?1 22 23 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation sliall become null and void: otherwise to remain in full force and effect, PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is a ;reed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond: and PROVIDED F LJRTHER, that if any legal action be filed on this Sand, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. and PROVIDED FURTHER. that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORT)I Trimly WipwO Trrnplr STANDARD CONSF'RUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS 101711 Ro,jsO January 31. 21)11 2 4 6 7 8 9 lA 11 12 13 14 1s 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3t 32 33 34 35 36 37 38 39 0 41 42 006219-3 MAINTFNAh1Cr BOND Page 3 of i IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the ? 4 th day or February 20 3 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: PRINCIPAL: Farrier Concrete Construction, LLC BY: 5 �neture j_1ZeA4j �t�� ~lame and Title Address: 1336 Glen Cove _ Southlake, TX 760 2-5847 SURETY: SureTec nsurance Company 8Y: ` Signature T Dana Mickey, Attorney —in —Fact Name and Title T N/A Addre55:2103 CityWest Bou-evard (Sur e Secntar Suite 13aQ, Houston, TX 77042 Witness I. to Sttrery Jason ob l e s Telephone Number: *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by -taws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, bath must be provided. The date of the bond shall not be prior to the elate the Contract is awarded. 09 Y OF FORT FORTH Trinity Haptisl Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS 101711 Revisal 3anuary 31. 2W2 110A h: 4221048 - Victoria SureTee Insurance Company LIN11TEI) POWER OF ATTORNEY Ktiow All Uen by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint DougEas C. Vrazel, Leslie Anders, Raul Barberena Jr., Dana Mickey, Kaylee Parise, Carolyn Maples, Joan Hall, Philip Albrecht, Ericka Hamman its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recogriizances, undertakings or other instruments or contracts of suretyship to include waivers to the condition.-, of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 001100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President. any Vice -President, an} Assistant Vice -President, any Secretary ar any Assistant Secretary shall be and is hereby vested with full power and Authority to appoint an} one or more suitable persons as Attornev(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: .4norney-in-Fact may be given full power and autttarity for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances. contr3cu. agreements or indemnity and other conditional or obligatory undertakings and arty and all notices and documents canceling or terminating the Company's liability thereunder. and any such instruments so executed by any such Attorney -in -Fact shatl be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary_ Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter atfived to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or ceniticate bearing facsimile signature or t'aesimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (4dopted at a meeting held on 2f * of April, 1999.) In Witness Ft'hereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate sea] to be hereto affixed this am day of ,�,•. A.D. m . SURETEC INSURANCE. COMPANY By. Michael C. Keimig, President T. s ib,z f • T .I State of Texas County of Harris On this am day of — A.D. zaao before me personally r-ame Michael C. Keimig, to me known, who. being by me duly sworn, did depose and say, that he resides in Houston, I-exas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seat of said Company: that the seal affixed to said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of said Company, and that he signed his name thereto by like order. o�,•� �r YANYA $NEED Kaa"pw*d say. of %W Cwow EVWW03.30-Z073 'ie e. tiattuy Id 120712$1 r Tanya Sneed, NotresMarch My commission expo 30, 2023 I, M. l3rent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY. do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company. which is still in full force and effect: and furthermore, the resolutions or the Board of Directors, set out in Mc Power oFAttorney are in full force and effect. Givers under my hand and the seal of said Company at Houston, Texas this 24th day of Fe ruary. 2023 , A.D. M. Brent Beaty, AssistanYge#etary Any instrument issued tit excess of the penalty stated above is totally void and without any vatidity. 4221048 For verification of the authority of this power you may tall (713) 812•0800 any business day between 8:30 am and 5:00 prn CST SureTec insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-883-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at. PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: htM.11wvvw.td,.texas.uov Email ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is riot resolved. you may contact the Texas Department of Insurance. Tcxas Rides 3f2ob) 00(Q19-I MAINTENANCF BOND pace 1 of 3 Bond Number: CA4891729 1 SECTION 00 62 19 MAINTENANCE BOND 4 THE STATE OF TEXAS 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT 7 R That we Venus Construction Company. Inc, known as 9 "Principal" herein and Great Alnerican Insurance Company a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 1 1 "Surety" herein (whether one or more), are held and firmly bound unto the ❑eveloper. 'Trinity 12 Trinity Baptist Temple (CIO GPD Construction II, LLC), authorized to do business in Texas 13 -(Developer-) and the City of Fart Worth. a Texas municipal Corporation ("City"). in the suns 14 Of ThrcT Hundred l,'uur'rhousand Onc 1-lundred Four and 671 toil Dollars (S 304,104.67 ) lS lawful money of the L]nited States. to be paid in fort Worth, Tarrant County. Texas, for payment 16 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 17 their successors. ��e bind ourselves, our heirs. exccutars, administrators, successors and assigns, is jointlyand severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the Construction of 21 eornrnunity facilities in the City of Fort. Worth by and through a Co111111unity Facilities ?2 Agreement, C.FA Number 10 1711: and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 9th 24 day of February . 2023 , which Contract is hereby 25 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all nioterials. 26 equipment labor and other accessories as defined by law. in the prosecution of the Work. including any 27 Work resulting from a duly authorized Change Order (collectively herein. the "Work") as provided for in ''S said Contract and designated as Trinity Buptisl Temple 1 Lot 02, Bioek 0I-Trinity Baptist Temple Addition; 29 and 30 31 WHEREAS. Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plaits, specifications and Contracl Documents that the Work is and will 33 remain free from defects in materials or woekmatnship for and during the period of two (2) years 3 after Elie date of Final Acceptance of the Work by the City ("Maintenance Period"), and CITY 01 FOR r woRni 1'nnit_v Baptist Temple N I A N D A R D CO N STR UC TI oN S I ILC I F IC ATION DOCLIMENTS—[7EVrLOPLRAWAIt1)1.-DWJLCTS 101711 R'ev ised January 7 i . 2u 12 110 62 19 -' MAIN FYNANCC BOND pace2 or.1 WHEREAS. Principal binds itself to repair or reconstruct the Work, in evhole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 y NOW THEREFORE, the condition of this obligation is such that if Principal shall G remedy any defective Work, for tiahich timely notice was provided by Developer or City. to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to S remain in full force and effect. 4 10 PROVIDED, HOWEVER, if Principal shall tail so to repair or reconstruct any timely i I noticed defective Work. it is agreed that [lie Developer or Citv may cause any and all such 12 defective Work to be repaired and/or reconstructed with all Associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance 13ond: and 14 t5 PROVIDED FL7R`fF1ER. that if'any legal action be filed on this Bond, venue shall tie in 16 Tarrant County. Texas or the United States District Court for the Northern District o]'Texas, Fort 17 Worth Division_ and Is t�? PROVIDED FURTHER, that this obligation shall be continuous in nature and ?0 successive recoveries may be had hereon for successive breaches. 21 22 CITY OF FOR f woltTtl Trinity Bapu,t I empic STANDARD CONS I Rtll = ION SPECIFICATION DC)CLIIMI.N'1-w — DrVCl.SIt'1_ R AWARDEt] i'RUJf-TT- 101711 Re%iseJ Januan 31. 21112 (11)6219-3 MAINTENANCF BOND Page 3 of 3 1 IN WITNESS WHEREOF. the Principal and (lie Surety have each SIGNLD and SEAMED this 2 instrument by duIy authorized agents and officers on this the [ day of �� �Y'"�`r``Y 622 3 ry. 4 :1 PRINCIPAL: 5 Venus Construction Compariv 7 - 8 n 9 BY: - C ' 1 I /t �l � 10 Signature I 12 A ' V 14 rinc pal] Secretary Name and Titlel 15 14 Address: P.Q. Box 90 17 18 Mansfield. TX 76063 14 20 Witness as to Principal 1 SURETY: 22 Great American Insurance Company 23 24 - 25 BY: 26 Signature Y 27 28 Lloyd Ray Pitts Jr - Attorney -In -Fact 29 ATTEST: Name and Title 3Q 1 l Address: 301 E 4th Street 32I Secretary Melissa , Bond Secretary Cincinnati, OH 45202 33 34 35 Witn s to Suret Jordan Pitts i elephotte Dumber- 513-369-5000 ;b 37 *Note: If signed by an officer of the Surety Company, there must he on file a certified extract 38 from the by-laws Showing that this person has authority to sign such obligation, If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded 42 CITY OF FORT lr ORTI I 1'rinisy Baptist Templt STANDARD CONSTRUCTION SPFCIFICATIt]N UC1CUMFNT'S —DEVELOPER AWARDED PRC7JL•C'1'S 101711 RcFiscdJanuary31.2U1' GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persou., authorized by this power of attorney is not more than TWO No.0 20935 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GRLAT AM ERICAN INSURANCE COMPANY, a corporation organized and coasting under and by virtue of the laws of the Stale of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more Ilion one is named. its true and lawful attorney -in -fact. For it and in its name, place and stead to execuie on behalf of the said Company. as surety, any and all bunds, undertakings and contracts of tiurelyship, or other written obligations in the nature thereof: provided Ihat the Nubility of the so id Company on any such bond, undertaking ur contract orsur iyshlp execu[cc] tinder this authorty shall trot exceed the limit stated heIou. Name Address Limil of Power LLOYD RAY PITTS, JR. BOTH OF BOTH WILLIAM 13. BIRDSONG DALLA5, TEXAS $1D0,000.00 T'hss Power of Auorncy res ol<a:s all pros iouv powers issued on hehalt• of the aitorney(s)-in-fact named above, .IN WITNESS WI IFREOF the GlIFNI'ANIERICAN INSORANCF COMPANY has caused these prasenis to be signed and attested by its appropriate %0ecrs and its corpowic seal hereunto alryed this 10TH daN of DECEMBER _ 2020 Altesl GRF.ATAMFkICAN INSURANCF COMPANY yAr f •rr,.+alaw S" r-rru••r Dwwoual Sewor th r Prrrh&rni STrt.TF Or 01110, COUNTY OF ItAMILTON - Ss; MAAKv+CAR10077-317-24trs} On thin; 10TH day of DECEMBER . 2020 . before nit personally appeared MARK VICARIO- to me known. being duly sworn. deposes and says than lie resides in Cincinnati. Ohio, that he is a Di% i,ional Senior Vice President of the 13und Division of Great American Insurance Company, the Company descrihLd in and %vhich executed the aNvc instrument: that he knows the seal ol'the said Compare that the seal affixed to the sold instrument is such corporate %cal. that it was sir allixcd hi authont} o l'his office under the By -Laws ofsaid Company. and that he signed his name thereto by like authority, 1'z SUSAN A KOHOPST Public Notary State of Ohio My Comm. E*res Wy 18, 2025 This Power of Attorney is granted by authority orthe following resolutions adopted by the Board of Directors ofCircutAmcrican Insurance Cumpany by unanimous written consent dated June 9, 20(K RFSOLiE a Thar the Dirisional President. thy .%etr•ral Divisional Senior I7ve Previdents, Divisional lire Ptesidenrs and Dwiaanul Assislani I.Ice I'+r.sidc+us, or an one !J'them. be and hewin' is aidh{sized, faro none ra riffle. 1a gofnjint one or more Artornettc-in- Fact to exec^rrtr riff hehalj q/ rho: C wnparrtt as .surc>h: anv card ull hrrr ds. andereakings aml esintrar.•ts ry:sxrett+ship, or otherwr•kterr ohligararms in the nature then -tit. to prxscrihe their rt speravr ditties and the +rvir7cwrive thnItr q 1heir authority: and ro tvvoke airt',such crppoinrnrent al errY hone. RE-S0L1FlJ V1,1i7"11ER, That rho C'a+nlxtrx real good the stgtkaure of ant• of the aforesaid offilCers and um•Sic'nelary ar _•lsacstanl Seerelart• of the C ompant, ma'v he gbVed bi^faomrde to al)V Poirer oj'urlarm+y or c•el^lrjieate g1'eahtr gwe++jbr the exeurgnn ofmn- bonel^ underlaking, conlrac•r of sur•etvShip, rrr• nthe+' terarien t4igadoo in the minire titrreol: xttrh signwui� and ,seal when vo used being hrrebr adopted br the Cor+pcam• a.s the original signalulw� nj such 1011-Nr wki the orr and seal o jlhe r 'rimrpam-. to he valid and hio7ding upon lire Compunr irvrh the .eatma.0xv and effect as though marmulli• affixed CERTIFICATION I, SIT PH EN C. B F R A I IA, Assistant Secretary of Greai Ainctican Insurance Company. do hereby certify that the foregounk Power of Attorney and the Ro�oiuiions of }he Board of Directors of June 9, 2008 have nut been revoked and are nmv in full force and e!T^ecl. Signed and .waled this 9th day of February 2023 r: r ,tvsirJrrnl Sir n^tw^F• gsn29Rti103*01 Great American Insurance Company of New York GREA`AMER1C',g1N. Great American Alliance Insurance Company INSURANCE GA09P Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint. You may contact the Texas Department of insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 YOU bray write the Texas Departient of Insurance at: 13.0. Sox 149104 Austin, TX 78714-9091 FAX: 1-512A90-1007 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.0.13ox 2119 Cincinnati, Ohio 43202 Physical Address- Great American insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by; Fax: l-888-290-3706 Telephone- 1-513-369-5091 Email: bortdciaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first, If you have a dispute concerning a claim, you should contact the company first, If the dispute is not resolved, you may contact the Texas Deparrment of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is fur information only and does not become a part or condition of the attached document. r.9M7A (10/16) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................5 Article2 — Preliminary Matters......................................................................................................................... 6 2.01 Before Starting Construction........................................................................................................6 2.02 Preconstruction Conference.......................................................................................................... 6 2.03 Public Meeting.............................................................................................................................. 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services.............................................................................. 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ........................................... 7.01 Inspections, Tests, and Approvals ...................... 7.02 Limitations on City's Responsibilities ............... 7.03 Compliance with Safety Program ....................... Article 8 - City's Observation Status During Construction 8.01 City's Project Representative .......................... 8.02 Authorized Variations in Work ....................... 8.03 Rejecting Defective Work ............................... 8.04 Determinations for Work Performed ............... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ................................................ 12.01 Contractor's Warranty of Title ................. 12.02 Partial Utilization ...................................... 12.03 Final Inspection ......................................... 12.04 Final Acceptance ....................................... Article 13 - Suspension of Work ......................................... 13.01 City May Suspend Work ................................. Article 14 - Miscellaneous .......................................... 14.01 Giving Notice .......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times ........... 14.03 Cumulative Remedies ............ 14.04 Survival of Obligations.......... 14.05 Headings ................................. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 34 34 35 35 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page I of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions In. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: b. Each Occurrence: : Enter limits provided by Railroad Company (If none, write none) Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ❑ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 011100-1 DAP SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 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 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 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. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 01 11 00 - 2 DAP 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 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, CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 012500-2 DAP 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, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. 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 Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer'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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 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 as noted Firm Not recommended Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Recommended Received late CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 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. No construction schedule required unless requested by the City. 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 delivery of the distribution package to the City. 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. Developer and Consultant 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. 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. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013120-1 DAP PROJECT MEETINGS Page 1 of 3 SECTION 01 31 20 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.] 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 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. 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 1 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013120-2 DAP 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 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 In. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013120-3 DAP 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document 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 A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. W ere work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 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. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013233-1 DAP 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. Though not mandatory, it is highly recommended on infill developer projects. 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-2 DAP 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 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 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 '/2 inches x 11 inches to 8 '/2 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-3 DAP 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-4 DAP 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 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 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) CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-5 DAP 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. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-6 DAP 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 Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-7 DAP 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. Sufficient information shall be attached to permit a written response without further information. 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 10401XI]OMXQ1111130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 £ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. 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 25 1.2 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D.Johnson 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.13 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised August, 30, 2013 1 W 4 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH Date: DOE NO. XXXX Prole" Ilene: 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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101711 Revised August, 30, 2013 01 45 23 DAP 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 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 form of distribution approved by the City. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 01 45 23 DAP 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 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 01 50 00 - 2 DAP 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 01 50 00 - 3 DAP 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 01 50 00 - 4 DAP 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 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 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 01 57 13 - 2 DAP 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 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 0157 13 -3 DAP 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 015813-1 DAP 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] PART2- 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 0158 13 -3 DAP TEMPORARY PROJECT SIGNAGE DATE NAME 4/7/2014 M. Domenech Revision Log SUMMARY OF CHANGE Revised for DAP application Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 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 list of City approved products for use is available through the City's website at: httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. 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. B. 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. C. 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. D. 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 01 60 00 DAP 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] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 016600-1 DAP 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 66 00 - 2 DAP 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 016600-3 DAP 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 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. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) 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. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. 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 per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 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) 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. 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, 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. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. 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 furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the 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 City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 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 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 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. B. Do not change or relocate stakes or control data without approval from 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 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 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. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 74 23 - 3 DAP 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. 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. 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017823-1 DAP 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 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 2 DAP 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 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 3 DAP 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 It. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 4 DAP 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 5 DAP 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] DATE NAME 8/31/2012 D. Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017839-1 DAP 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 SUBMITTALSANFORMATIONAL 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 39 - 2 DAP 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] PART2- 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". CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017839-3 DAP 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 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. Conversion of schematic layouts a. hi some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 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. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 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] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 02 4113 SELECTIVE SITE DEMOLITION PART1- GENERAL 1.1 SUMMARY 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 5 A. Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. Disposal of removed materials B. Deviations this from 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Sidewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Steps: 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. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. f. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. h. Remove Mailbox: full compensation for 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. i. Remove Rip Rap: 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. j. Remove Miscellaneous Concrete Structure: 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. 1.3 REFERENCES A. Definitions CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 5 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. 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, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 3123 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 [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. D. Remove Driveway CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. E. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A H. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. I. Remove Rip Rap 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 K. Sawcut 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 to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14 - 1 UTILITY REMOVAUABANDONMENT Page 1 of 16 OSECTION 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14 - 2 UTILITY REMOVAUABANDONMENT 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: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14 - 4 UTILITY REMOVAUABANDONMENT 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14 - 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. W ter 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. W ter Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14 - 6 UTILITY REMOVAUABANDONMENT 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14 - 9 UTILITY REMOVAUABANDONMENT 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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 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] PART2- 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14-12 UTILITY REMOVAUABANDONMENT Page 12 of 16 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 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 C9OO 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14-13 UTILITY REMOVAUABANDONMENT Page 13 of 16 5. W ter 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. W ter 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. W ter 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. W ter 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14-15 UTILITY REMOVAUABANDONMENT 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0241 14-16 UTILITY REMOVAL/ABANDONMENT 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 + �++' i /F+++ r� FILL WITH CLSM UNTIL ENTIRE / + + DIAMETEROF PIPE IS FILLED +++++++++++TO PREVENT INFILTRATION ++ +++++++++BACKFILL WITH / r v v v v v v v 0 ACCEPTABLE ,\vvvvvvv'vvvvvv BACKFILL PER /`vvvvvvvv 'vvvvvvvvvvv SECTION 33 0510 Xvvvvvvvvvvvvvvvvvvvv / lvvvvvvvv 'vvvvvvvvvvv /r, v v v v v v v v v v v v v v v v v v v EXISTING V vvvvvvvv vvvvvvvvvvvv PIPE TO BE /\ v v v v v v v v'' v v v v v v v v v v v v ABANDONED "vvvvvvv vvvvvvvvvvvv vvvvvvv,7vvvvvvvvvvvv �bvvvvvvV.vvvvvvvvvvvv \�vvvvvvvavvvvvvvvvvvv PLUG EXISTING PIPE BULKHEAD TO -12" TYP.- WITH CLSM PER RETAIN CLSM SECTION 03 34 13 FORT WORTH NOTE: 1. ABANDONMENT SHALL BE PER SECTION 02 41 14 2. SURFACE REPAIR SHALL BE PER SECTIONS 32 01 17, 32 01 29 OR 32 14 16 DEPENDING ON EXISTING SURFACE 3. A WATER PRESSURE PLUG PER 02 41 14-D123 SHALL BE AN ACCEPTABLE ALTERNATIVE WHERE APPLICABLE. CITY OF FORT WORTH, TEXAS PIPE ABANDONMENT PLUG REVISED: 08-31-2012 02 41 14-DO07 FIELD CUT AND REMOVE EXISTING PIPE AS iN\�` : '`"i '�;'• \��j\�j\�j �j NECESSARY PER SECTIONS POLYETHYLENE ��+.;•: ;.'?'„ z ` {.:�: `' \ \ \ 33 11 11 OR 33 11 12 ENCASEMENT PER /='•i•`••;.�•`.•+�•••:'+;:.r•.r•. � �\/�\/ �\/ �\/ �\/ SECTION 33 11 11 �%:%;r.;..:°'•;:::'.: �:: 'I\\� BLOCKING SHALL // •.:r�`•:;?'' r"iy,:j.y::�t,* I BE AGAINST \ n::r ;!•: s.' %;r :?':ti'� UNDISTURBED /\�S:`!;ti"•;•�:�;.;;;,-"h;;. EARTH �'' �:t. •'r•.K;r:y :.:� ;' t.,., \v \v \v \M HORIZONTAL. '�' RETAINER GLAND BLOCKING PER /n-': ,.o-.•=• �� 33 11 00—D130 \�.`",•`:: /\\� DUCTILE IRON MJ CAP PVC AND DUCTILE IRON PLAIN END PRESSURE PLUG \Y �.../ ' '•,\/\ / REMOVE '.;:'•,:'=;;�:,C\ \\��\\��j��j\��j EXISTING PIPE \`�'�� '�'' `"�,''• \\�\\ \ AS NECESSARY /� •` ";` ` :; a.k'!`.4'� t BLOCKING SHALL—C BLOCKING SHALL—'.�:3''"{`t \ BE AGAINST BE AGAINST \ S' : ' ::" n "•;;%- w',;.j;%„ r UNDISTURBED UNDISTURBED EARTH EARTH \`••,?:-i:::r:*,•.:: :;!.;i•� \�.. \ .. •ri.ify ref • / S "'� �• `�� /� EXISTING HORIZONTAL HORIZONTAL s"';'�'"•_' \ \' i!?t* �+,.R FLANGED END BLOCKING PER BLOCKING PER //<;' , ::". / 33 11 00—D130 ;;+,•` .r / 33 11 00—D130 BLIND FLANGE WITH \• .\� PETROLATUM TAPE /. CPP, STEEL PIPE AND DIP FLANGED END PRESSURE PLUG NOTES: 1. ALL ABANDONMENT SHALL BE PER SECTION 02 41 14. 2. SURFACE REPAIR SHALL BE PER SECTIONS 32 01 17, 32 01 29 OR 32 14 SI DEPENDING ON EXISTING FORT WORTH SURFACE AND AS DESIGNATED ON THE PLANS. FORT 3. CAST —IN —PLACE CONCRETE SHALL BE PER SECTION 03 30 00. 4. ALLOW CONCRETE BLOCKING TO CURE FOR 24 HOURS PRIOR TO PRESSURIZING WATER LINE. FIELD CUT AND REMOVE EXISTING PIPE AS NECESSARY PER SECTIONS 33 11 13 OR 33 11 14 `WELDED BUTT STRAP, BUTT WELD, JOINT HARNESS OR BUMPED EQUIVALENT PER SECTION HEAD 33 11 13 OR 33 11 14 CPP AND STEEL PLUG PLAIN END PRESSURE PLUG CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 PVC, DUCTILE IRON, CONCRETE PRESSURE AND BURIED STEEL PIPE PRESSURE PLUGS 02 41 14-D123 024115-1 PAVING REMOVAL Page 1 of 6 SECTION 02 4115 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 0241 15 - 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-lbf/ft3 (600 kN-m/m3)) 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, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 024115-3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- 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 3A.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 0241 15 - 4 PAVING REMOVAL Page 4 of 6 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 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. £ 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 0241 15 - 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 1. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 2, 2016 SECTION 03 30 00 CAST -IN -PLACE CONCRETE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 033000-1 CAST -IN -PLACE CONCRETE Page 1 of 25 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs -on -grade d. Foundation walls e. Retaining walls (non TxDOT) f. Suspended slabs g. Blocking h. Cast -in -place manholes i. Concrete vaults for meters and valves j. Concrete encasement of utility lines 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. Cast -in -Place Concrete 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. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast -furnace slag CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 5) Silica fume b. Subject to compliance with the requirements of this specification 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 (AASHTO): a. M182, Burlap Cloth Made from Jute or Kena£ 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. At93, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code - Steel. b. D I A, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 25 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 and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready -mixed concrete products and that com- plies with ASTM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 1 source from a single manufacturer. C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Docu- ments: a. ACI 301 Sections 1 through 5 b. ACI 117 D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. B. Waterstops Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 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. Manufacturers In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type I/II, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C 1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound 42 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-I I-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non -load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials Repair Underlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-10 CAST -IN -PLACE CONCRETE Page 10 of 25 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-11 CAST -IN -PLACE CONCRETE Page 11 of 25 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 25 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 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. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-13 CAST -IN -PLACE CONCRETE Page 13 of 25 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members -I inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-14 CAST -IN -PLACE CONCRETE Page 14 of 25 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): '/2 inch 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-15 CAST -IN -PLACE CONCRETE Page 15 of 25 4) Angle off vertical: 5 degrees 5) Bolt projection: f 3/8 inch b. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 25 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: f3/8 inch 2) Members more than 8 inches deep: f1/2 inch b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 inches deep or less; f1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-17 CAST -IN -PLACE CONCRETE Page 17 of 25 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints I. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Supportand protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self -Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-18 CAST -IN -PLACE CONCRETE Page 18 of 25 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 25 b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water -fog spray 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR A. Concrete Surface Repairs 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 30 00 - 21 CAST -IN -PLACE CONCRETE Page 21 of 25 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms from beams and slabs C. 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 exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for each additional 50 cubic yard or fraction thereof. 2. Slump: ASTM C 143; 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. 6. Compressive -Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder for testing at 56 days as needed. 7. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. 11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances 1. All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E1155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab -on -Grade Construction: f % inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: f % inch 3) Top surfaces of all other slabs: f 3/4 inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to % inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Defective Work 1. Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson 10401XI] 0&1 x9i 11130 Revision Log SUMMARY OF CHANGE 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3.4.C.1 — Changed 75% to 70% CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 34 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 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. flr,1WIT011I113e.Y11:3UIMWlI:111MJ11211C17;70V0411130.11 1111:3u1001►IK 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0334 13 -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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 34 13 - 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. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0334 13 -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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0334 13 -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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0334 13 -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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. C172, 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. UPWT40I113e&I1:3UIYWlI:111MJ112l0C17;70VEN11130.11W110:30V100 K11K 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] PART2- 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 11 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 C 143; 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 C1064; 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 80 00 - 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 £ 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] f l9IMY11:3U 110 IF.11 M 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 SUBMITTALSANFORMATIONAL 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 80 00 - 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 maybe 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 1. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 80 00 - 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 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 80 00 - 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 03 80 00 - 7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 3110 00 SITE CLEARING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 311000-1 SITE CLEARING Page 1 of 5 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. 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 02 41 13 — Selective Site Demolition 4. Section 02 41 14 — Utility Removal/Abandonment 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing 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 "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site Clearing" is not a bid item) 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 "Tree Removal" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 311000-2 SITE CLEARING Page 2 of 5 3) Grading and backfilling of holes 4) Excavation 5) Fertilization 6) Clean-up Tree Removal and Transplantation 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 "Tree Transplant" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required by the City's Tree Ordinance. (www.FortWorthTexas.gov) B. Preinstallation Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 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 CONDITIONS [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 311000-3 SITE CLEARING Page 3 of 5 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 A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 1/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 311000-4 SITE CLEARING Page 4 of 5 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster It. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks £ Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off -site in accordance with local, state, and federal laws and regulations. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 311000-5 SITE CLEARING Page 5 of 5 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 1.4.A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3123 16- 1 UNCLASSIFIED EXCAVATION Pagel of 4 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 Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 4 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 1.3 REFERENCES [NOT USED] 7 A. Definitions 8 1. Unclassified Excavation — Without regard to materials, all excavations shall be 9 considered unclassified and shall include all materials excavated. Any reference to 10 Rock or other materials on the Drawings or in the specifications is solely for the 11 City and the Contractor's information and is not to be taken as a classification of 12 the excavation. 13 1.4 ADMINSTRATIVE REQUIREMENTS 14 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 15 01. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Excavation Safety 22 1. The Contractor shall be solely responsible for making all excavations in a safe 23 manner. 24 2. All excavation and related sheeting and bracing shall comply with the requirements 25 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 26 LI0 DELIVERY, STORAGE, AND HANDLING 27 A. Storage 28 1. Within Existing Rights -of -Way (ROW) 29 a. Soil may be stored within existing ROW, easements or temporary construction 30 easements, unless 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. When the Work is performed in active traffic areas, store materials only in 34 areas barricaded as provided in the traffic control plans. 35 e. In non -paved areas, do not store material on the root zone of any trees or in 36 landscaped areas. 37 2. Designated Storage Areas 38 a. If the Contract Documents do not allow the storage of spoils within the ROW, 39 easement or temporary construction easement, then secure and maintain an 40 adequate storage location. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD 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 [NOT USED] 14 2.1 OWNER -FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 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 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off -site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City. 35 F. Shape slopes to avoid loosening material below or outside the proposed grades. 36 Remove and dispose of slides as directed. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 3123 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In the event of over excavation due to contractor error below the lines and grades 4 established in the Drawings, use approved embankment material compacted in 5 accordance with Section 3124 00 to replace the over excavated at no additional 6 cost to City. 7 H. Earth Cuts 8 1. Excavate to finish subgrade 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings, use approved embankment material compacted in 11 accordance with Section 3124 00 to replace the over excavated at no additional 12 cost to City. 13 3. Manipulate and compact subgrade in accordance with Section 3124 00. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Subgrade Tolerances 18 1. Excavate to within 0.1 foot in all directions. 19 2. In areas of over excavation, Contractor provides fill material approved by the City 20 at no expense to the City. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 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. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of- 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Embankments by Plan Quantity 21 a. Measurement 22 1) Measurement for this Item shall be by the cubic yard in its final position 23 using the average end area method. Limits of measurement are shown on 24 the Drawings. 25 2) When measured by the cubic yard in its final position, this is a plans 26 quantity measurement Item. The quantity to be paid is the quantity shown 27 in the proposal, unless modified by Article 11.04 of the General 28 Conditions. Additional measurements or calculations will be made if 29 adjustments of quantities are required. 30 b. Payment 31 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 cubic yard of "Embankment by Plan". No additional 34 compensation will be allowed for rock or shrinkage/swell factors, as these 35 are the Contractor's responsibility. 36 c. The price bid shall include: 37 1) Transporting or hauling material 38 2) Placing, compacting, and finishing Embankment 39 3) Construction Water 40 4) Dust Control 41 5) Clean-up 42 6) Proof Rolling CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312400-2 EMBANKMENTS Page 2 of 9 1 7) Disposal of excess materials 2 8) Reworking or replacement of undercut material 3 1.3 REFERENCES 4 A. Reference Standards 5 1. Reference standards cited in this specification refer to the current reference standard 6 published at the time of the latest revision date logged at the end of this 7 specification, unless a date is specifically cited. 8 2. ASTM Standards 9 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 10 and Plasticity Index of Soils 11 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 12 Wax Method 13 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort 15 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 16 Characteristics of Soil Using Modified Effort 17 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 18 Weight and Water Content Range for Effective Compaction of Granular Soils 19 Using a Vibrating Hammer 20 £ ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 21 by the Sand Cone Method 22 1.4 ADMINSTRATIVE REQUIREMENTS 23 A. Sequencing 24 1. Sequence work such that calls of proctors are complete in accordance with ASTM 25 D698 prior to commencement of construction activities. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. 28 B. All submittals shall be approved by the City prior to construction 29 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 30 A. Shop Drawings 31 1. Stockpiled material 32 a. Provide a description of the storage of the excavated material only if the 33 Contract Documents do not allow storage of materials in the right-of-way or the 34 easement 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 39 A. Storage 40 1. Within Existing Rights -of -Way (ROW) CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312400-3 EMBANKMENTS Page 3 of 9 1 a. Soil may be stored within existing ROW, easements or temporary construction 2 easements, unless specifically disallowed in the Contract Documents. 3 b. Do not block drainage ways, inlets or driveways. 4 c. Provide erosion control in accordance with Section 3125 00. 5 d. When the Work is performed in active traffic areas, store materials only in 6 areas barricaded as provided in the traffic control plans. 7 e. In non -paved areas, do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage within the ROW, easement 11 or temporary construction easement, then secure and maintain an adequate 12 storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Do not block drainage ways. 17 1.11 FIELD CONDITIONS 18 A. Existing Conditions 19 1. Any data which has been or may be provided on subsurface conditions is not 20 intended as a representation or warranty of accuracy or continuity between soils. It 21 is expressly understood that neither the City nor the Engineer will be responsible 22 for interpretations or conclusions drawn there from by the Contractor. 23 2. Data is made available for the convenience of the Contractor. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [NOT USED] 27 2.2 PRODUCT TYPES AND MATERIALS 28 A. Materials 29 1. Acceptable Fill Material 30 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 31 ASTM D2487 32 b. Free from deleterious materials, boulders over 6 inches in size and organics 33 c. Can be placed free from voids 34 d. Must have 20 percent passing the number 200 sieve 35 2. Blended Fill Material 36 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 37 ASTM D2487 38 b. Blended with in -situ or imported acceptable backfill material to meet the 39 requirements of an Acceptable Backfill Material 40 c. Free from deleterious materials, boulders over 6 inches in size and organics 41 d. Must have 20 percent passing the number 200 sieve 42 3. Unacceptable Fill Material CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312400-4 EMBANKMENTS Page 4 of 9 1 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 2 D2487 3 4. Select Fill 4 a. Classified as SC or CL in accordance with ASTM D2487 5 b. Liquid limit less than 35 6 c. Plasticity index between 8 and 20 7 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 8 2.4 ACCESSORIES [NOT USED] 9 2.5 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION [NOT USED] 13 3.3 PREPARATION 14 A. Protection of In -Place Conditions 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 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct embankments in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipment specifically designed for tree pruning or trimming. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. 4. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Trinity Baptist Temple 101711 312400-5 EMBANKMENTS Page 5 of 9 3.4 INSTALLATION 2 A. Embankments General 3 1. Placing and Compacting Embankment Material 4 a. Perform fill operation in an orderly and systematic manner using equipment in 5 proper sequence to meet the compaction requirements 6 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 7 6 inches, unless otherwise shown on the Drawings 8 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 9 deleterious materials 10 d. Bench slopes before placing material. 11 e. Begin filling in the lowest section or the toe of the work area 12 f. When fill is placed directly or upon older fill, remove debris and any loose 13 material and proof roll existing surface. 14 g. After spreading the loose lifts to the required thickness and adjusting its 15 moisture content as necessary, simultaneously recompact scarified material 16 with the placed embankment material. 17 h. Roll with sufficient number passes to achieve the minimum required 18 compaction. 19 i. Provide water sprinkled as necessary to achieve required moisture levels for 20 specified compaction 21 j. Do not add additional lifts until the entire previous lift is properly compacted. 22 2. Surface Water Control 23 a. Grade surface horizontally but provide with sufficient longitudinal and 24 transverse slope to allow for runoff of surface water from every point. 25 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 26 created. 27 c. Install temporary dewatering sumps in low areas during filling where excess 28 amounts of runoff collect. 29 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 30 free from humps and hollows that would prevent proper uniform compaction. 31 e. Do not place fill during or shortly after rain events which prevent proper work 32 placement of the material and compaction 33 f. Prior to resuming compaction operations, remove muddy material off the 34 surface to expose firm and compacted materials 35 B. Embankments for Roads 36 1. Only Acceptable Fill Material will be allowed for roadways 37 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 38 the finished grade of the street 39 3. Construct generally to conform to the cross section of the subgrade section as 40 shown in the Drawings. 41 4. Establish grade and shape to the typical sections shown on the Drawings 42 5. Maintain finished sections of embankment to the grade and compaction 43 requirements until the project is accepted. 44 C. Earth Embankments CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312400-6 EMBANKMENTS Page 6 of 9 1 1. Earth embankment is mainly composed of material other than rock. Construct 2 embankments in successive layers, evenly distributing materials in lengths suited 3 for sprinkling and rolling. 4 2. Rock or Concrete 5 a. Obtain approval from the City prior to incorporating rock and broken concrete 6 produced by the construction project in the lower layers of the embankment. 7 b. No Rock or Concrete will be permitted in embankments in any location where 8 future utilities are anticipated. 9 c. When the size of approved rock or broken concrete exceeds the layer thickness 10 place the rock and concrete outside the limits of the proposed structure or 11 pavement. Cut and remove all exposed reinforcing steel from the broken 12 concrete. 13 3. Move the material dumped in piles or windrows by blading or by similar methods 14 and incorporate it into uniform layers. 15 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 16 ensure there are no abrupt changes in the material. 17 5. Break down clods or lumps of material and mix embankment until a uniform 18 material is attained. 19 D. Rock Embankments 20 1. Rock embankment is mainly composed of rock. 21 2. Rock Embankments for roadways are only allowed when specifically designated on 22 the Drawings. 23 3. Construct rock embankments in successive layers for the full width of the roadway 24 cross-section with a depth of 18-inches or less. 25 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 26 case. Fill voids created by the large stone matrix with smaller stones during the 27 placement and filling operations. 28 5. Ensure the depth of the embankment layer is greater than the maximum dimension 29 of any rock. 30 6. Do not place rock greater than 18-inches in its maximum dimension. 31 7. Construct the final layer with graded material so that the density and uniformity is 32 in accordance compaction requirements. 33 8. The upper or final layer of rock embankments shall contain no material larger than 34 4 inches in their maximum dimension. 35 E. Density 36 1. Compact each layer until the maximum dry density as determined by ASTM D698 37 is achieved. 38 a. Not Under Roadway or Structure: 39 1) areas to be compacted in the open, not beneath any structure, pavement, 40 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 41 edge of pavement, or back of curb. 42 a) Compact each layer to a minimum of 90 percent Standard Proctor 43 Density. 44 b. Embankments under future paving: CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312400-7 EMBANKMENTS Page 7 of 9 1 1) Compact each layer to a minimum of 95 percent standard proctor density 2 with a moisture content not to exceed +4 percent or -2 percent of optimum 3 moisture or as indicated on the Drawings 4 c. Embankments under structures: 5 1) Compacted each layer as indicated on the Drawings 6 F. Maintenance of Moisture and Reworking 7 1. Maintain the density and moisture content once all requirements are met. 8 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 9 percentage points below optimum. 10 3. Rework the material to obtain the specified compaction when the material loses the 11 required stability, density, moisture, or finish. 12 4. Alter the compaction methods and procedures on subsequent work to obtain 13 specified density as directed by the City. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUAILITY CONTROL 17 A. Field Tests and Inspections 18 1. Proctors 19 a. The City will perform Proctors in accordance with ASTM D698. 20 b. Test results will generally be available to within 4 calendar days and distributed 21 to: 22 1) Contractor 23 2) City Project Manager 24 3) City Inspector 25 4) Engineer 26 c. Notify the City if the characteristic of the soil changes. 27 d. City will perform new proctors for varying soils: 28 1) When indicated in the geotechnical investigation in the Appendix 29 2) If notified by the Contractor 30 3) At the convenience of the City 31 e. Embankments where different soil types are present and are blended, the 32 proctors shall be based on the mixture of those soils. 33 2. Proof Rolling 34 a. Embankments under Future Pavement 35 1) City Project Representative must be on -site during proof rolling operations. 36 2) Use equipment that will apply sufficient load to identify soft spots that rut 37 or pump. 38 a) Acceptable equipment includes fully loaded single -axle water truck 39 with a 1500 gallon capacity. 40 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 41 4) Offset each trip by at most 1 tire width. 42 5) If an unstable or non -uniform area is found, correct the area. 43 6) Correct 44 a) Soft spots that rut or pump greater than 3/4 inch. 45 b) Areas that are unstable or non -uniform CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 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 312400-8 EMBANKMENTS Page 8 of 9 7) If a non -uniform area is found then correct the area. b. Embankments Not Under Future Paving 1) No Proof Rolling is required. 3. Density Testing of Embankments a. Density Test shall be in conformance with ASTM D2922. b. For Embankments under future pavement: 1) The City will perform density testing twice per working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests, but the number of test shall be appropriate for the area being compacted. 3) Testing shall be representative of the current lift being compacted. 4) Special attention should be placed on edge conditions. c. For Embankments not under future pavement or structures: 1) The City will perform density testing once working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests. 3) Testing shall be representative of the current lift being compacted. d. Make the area where the embankment is being placed available for testing. e. The City will determine the location of the test. f. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. g. A formal report will be posted to the City's Buzzsaw site within 48 hours. h. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 31 B. Non -Conforming Work 32 1. All non -conforming work shall be removed and replaced. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 38 39 40 41 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Trinity Baptist Temple 101711 312400-9 EMBANKMENTS Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised January 28, 2013 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices 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. Storm Water Pollution Prevention Plan <1 acre 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 structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. 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 "SWPPP > 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 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 Standard: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics —Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2 inches x 3 1/4 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 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. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any Wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop —double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 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. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 3137 00 RIPRAP PART1- GENERAL 1.1 SUMMARY A. Section Includes: 313700-1 RH'RAP Page 1 of 10 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 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 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the face square yard to the depth specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by field measurements. 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 "Riprap" installed for: 1) Various types 2) Various thicknesses 3) Various void -filling techniques 3. The price bid shall include: a. Furnishing, hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable f. Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights 1. Clean-up 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 313700-2 RIPRAP Page 2 of 10 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 Standards a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles f. ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h. ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 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, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Concrete Riprap 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to Section 03 30 00, unless otherwise shown on the Drawings. B. Stone Riprap 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 313700-3 RIPRAP Page 3 of 10 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Riprap Gradation Requirements Thickness Maximum Size 90 percent Size' 50& Size' 8 percent Size, (lb.) (lb.) (lb.) Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 313700-4 RIPRAP Page 4 of 10 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh) Percent by Weight Passing 3inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings. 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 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. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 3000. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 313700-5 RI'RAP Page 5 of 10 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. f. When the Drawings require Large stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7. Medium a. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 313700-6 RIPRAP Page 6 of 10 b. Grouting 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat - surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. c. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth - raked joints as directed. D. Block 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. E. Slab 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the Drawings. Place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on the Drawings is allowed in the finished surface of the riprap. 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 313700-7 RIPRAP Page 7 of 10 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 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 4" minim , T Grout when fps specified Slope of embankment Upright axes of stone perpendicular to slope I1'-6" min Figure 1 - Large stone riprap, dry or grouted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 313700-8 RIPRAP Page 8 of 10 Grout when ) specified i Flat side up f 7 9" min Slope of embankment 1'-6" min Figure 2 - Medium stone riprap, dry or grouted. Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Grout when specified —TT% Multiple layers (more than one rack depth) — 9" min = , T .o.� fff E _b" min ' N N E } N Slope of embankment Figure 4 Block stone riprap, dry or grouted. 2 times thickness min Figure 5 — Slab stone riprap END OF SECTION )e of ankment fabric 313700-9 RIPRAP Page 9 of 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 31 37 00 - 10 RH'RAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 NOTES TO DESIGNER: DESIGNER IS REQUIRED TO PROVIDE A DESIGN SPECIFIC TO THE SITE INCLUDING: THICKNESS OF RIPRAP, SIZE OF BARS AND SPACING FOR REINFORCEMENT. DEPTH AS SPECIFIED IN THE DRAWINGS #3 BARS ® 18" CENTERS BOTH WAYS (TYP.) + 3" 4„ 6" MIN. J 4" 1'-2" (TYP.) } 4" PERMISSIBLE BOTTOM WIDTH CONSTRUCTION JOINT AS INDICATED IN i 1 RE: 32 13 13—D511 THE DRAWINGS 36" #3 BARS 18" CENTERS 6" MIN. (TYP.) 6" MIN. CRUSHED ROCK PER SECTION 33 05 10 WITH CONTINUOUS FILTER FABRIC UNLESS OTHERWISE INDICATED IN THE DRAWINGS 1' #3 BARS � 3„ J_ 1' " 9" � 9 #3 BARS ® 18" CENTERS BOTH WAYS (TYP.) SLOPE UNLESS OTHERWISE INDICATED IN THE DRAWINGS CONCRETE SHALL HAVE A 4,000 PSI COMPRESSIVE 2 STRENGTH AT 28—DAYS PER a CHANNEL SECTION 31 37 00 AND 03 30 00 UNLESS OTHERWISE INDICATED IN THE DRAWINGS • 4. . . y0' I � 2' / ORT WORTH •• •• , ...• .77 Zi m — CRUSHED ROCK PER SECTION 33 05 10 I 2" SCH 40 PVC' ' �� V41-11MITS OF CUT FLUSH AS FLTER FABRIC SHOWN ® 20' AND ROCKSCENTERS 2" MIN.PROJECTION " PERFORATED CONTINUOUS SCH 40 PVC FILTER FABRIC (BOTH SIDES TYP.) NOTE: 1. RIPRAP SHALL BE FORMED ON UNDISTURBED SOIL CUT TO GRADE UNLESS OTHERWISE INDICATED IN THE DRAWINGS. 2. IF RIPRAP IS INDICATED TO BE PLACED ON FILL IN THE DRAWINGS, ALL FILL SHALL BE PLACED ON BENCHES CUT IN UNDISTURBED SOIL AND FILLED IN 8" LOOSE LIFTS, EACH COMPACTED TO 95% STANDARD PROCTOR DENSITY. ONCE COMPACTED, THE FILL SHALL BE CUT TO GRADE, 3. TRANSVERSE EXPANSION JOINTS PER 32 13 13—D513 SHALL BE LOCATED AT 100' CENTERS OR LESS. 4. CRUSHED ROCK SHALL BE COVERED WITH STAKED BURLAP OR OTHER SUITABLE MEANS APPROVED BY THE INSPECTOR TO HOLD IN PLACE WHILE CONCRETE IS BEING PLACED. CITY OF FORT WORTH, TEXAS REVISED: 05-22-2015 REINFORCED CONCRETE RIPRAP 31 37 00-D419 3201 17 - 1 PERMANENT ASPHALT PAVING REPAIR Pagel of 5 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 16 Contract 17 2. Division 1 — General Requirements 18 3. Section 03 34 16 — Concrete Base Material for Trench Repair 19 4. Section 32 12 16 — Asphalt Paving 20 5. Section 32 13 13 — Concrete Paving 21 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Asphalt Pavement Repair 25 a. Measurement 26 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 27 Repair based on the defined width and roadway classification specified in 28 the Drawings. 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 price per linear foot of Asphalt Pavement Repair. 33 c. The price bid shall include: 34 1) Preparing final surfaces 35 2) Furnishing, loading, unloading, storing, hauling and handling all materials 36 including freight and royalty 37 3) Traffic control for all testing 38 4) Asphalt, aggregate, and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 8) Removal and/or sweeping excess material 2. Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 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 price per linear foot of "Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final surfaces 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 Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. 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 Pavement Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces 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. Extra Width Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the square yard for surface repair (does not include base repair) for: a) Various thicknesses b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Trinity Baptist Temple 101711 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 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 square yard of Extra Width Asphalt Pavement Repair 4 c. The price bid shall include: 5 1) Preparing final surfaces 6 2) Furnishing, loading, unloading, storing, hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing 9 4) Asphalt, aggregate, and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material 14 1.3 REFERENCES 15 A. Definitions 16 1. H.M.A.C. — Hot Mix Asphalt Concrete 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Permitting 19 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 20 and Public Works Department in conformance with current ordinances. 21 2. The Transportation and Public Works Department will inspect the paving repair 22 after construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.12 FIELD CONDITIONS 31 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 32 rising unless otherwise approved. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 3201 17 - 4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C. paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair, remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 320117-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depth: as specified in Drawings 4. Place surface mix in lifts not to exceed 3 inches. 5. Last or top lift shall not be less than 2 inches thick. 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] DATE NAME 12/20/2012 D.Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Trinity Baptist Temple 101711 320118-1 TEMPORARY ASPHALT PAVING REPAIR Page 1 of 3 SECTION 32 0118 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 1123 - 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 320118-2 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 SUBMITTALS/INFORMATIONAL 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] PART2- 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 320118-3 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 1123. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 0129 CONCRETE PAVING REPAIR 320129-1 CONCRETE PAVING REPAIR Pagel of 4 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 01 18 - 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 24 1) Measurement for this Item shall be by the square yard of Concrete 25 Pavement Repair for various: 26 a) Street types 27 2) Limits of repair will be based on the time of service of the existing 28 pavement. The age of the pavement will need to be determined by the 29 Engineer through coordination with the City. For pavement ages: 30 a) 10 years or less: repair entire panel 31 b) Greater than 10 years: repair to limits per Drawings 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement' shall be paid for at the 35 unit price bid per square yard of Concrete Pavement Repair 36 c. The price bid shall include: 37 1) Shaping and fine grading the placement area 38 2) Furnishing and applying all water required 39 3) Furnishing, loading and unloading, storing, hauling and handling all 40 concrete CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1 4) Furnishing, loading and unloading, storing, hauling and handling all base 2 material 3 5) Mixing, placing, finishing and curing all concrete 4 6) Furnishing and installing reinforcing steel 5 7) Furnishing all materials and placing longitudinal, warping, expansion and 6 contraction joints, including all steel dowels, dowel caps and load 7 transmission units required, wire and devices for placing, holding and 8 supporting the steel bar, load transmission units, and joint filler in the 9 proper position; for coating steel bars where required by the Drawings 10 8) Sealing joints 11 9) Monolithically poured curb 12 10) Cleanup 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Permitting 16 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 17 and Public Works Department in conformance with current ordinances. 18 2. Transportation and Public Works Department will inspect paving repair after 19 construction. 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 22 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS 28 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. Embedment and Backfill: see Section 33 05 10. 34 B. Base material: Concrete base: see Section 32 13 13. 35 C. Concrete: see Section 32 13 13. 36 1. Concrete paving: Class H or Class HES. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 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 edge 9 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 support 1 1 traffic. 12 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate 13 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 16. 15 C. Surface Preparation: mark pavement cut repairs for approval by the City. 16 3.4 INSTALLATION 17 A. Sawing 18 1. General 19 a. Saw cut perpendicular to the surface to full pavement depth. 20 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 21 sawing to remove damaged areas. 22 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 23 2. Sawing equipment 24 a. Power -driven 25 b. Manufactured for the purpose of sawing pavement 26 c. In good operating condition 27 d. Shall not spall or facture concrete adjacent to the repair area 28 3. Repairs: In true and straight lines to dimensions shown on the Drawings 29 4. Utility Cuts 30 a. In a true and straight line on both sides of the trench 31 b. Minimum of 12 inches outside the trench walls 32 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 33 facilities. 34 B. Removal 35 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 36 concrete adjacent to the repair area. 37 C. Base: as specified in Drawings 38 D. Concrete Paving 39 1. Concrete placement: in accordance with Section 32 13 13. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 1 2. Reinforce concrete replacement: as specified in Drawings 2 3.5 REPAIR/RESTORATION [NOT USED] 3 3.6 RE -INSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 DATE NAME 12/20/2012 D.Johnson 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1 — Changed to Class P to Class H CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 SECTION 32 1123 FLEXIBLE BASE COURSES PART1- GENERAL 1.1 SUMMARY 32 1123 -1 FLEXIBLE BASE COURSES Page 1 of 7 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): CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1123 -3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property I Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8in 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.Z 40 45 Wet ball mill, % max. Tex- 116-E increase passing the 20 20 No. 40 sieve Classification3 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1123 -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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1123 -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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 1129 LIME TREATED BASE COURSES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 321129-1 LIME TREATED BASE COURSES Page 1 of 9 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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): CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 SUBMITTALSANFORMATIONAL 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 357 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] PART2- 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 Total "active" lime content, percent by weight Unhydrated lime content, percent by weight CaO "Free Water" content, percent by weight water Table 2 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry 90.0 Min 87.0 Min 5.0 Max 5.0 Max b. Physical Requirements Table 3 Lime Physical Requirements Hydrated Commercial Lime Lime Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve 0.2 Max 0.2 Max Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue: 87.0 Min Quicklime 8.0 Max' Retained on a 1-in sieve 0.0 Retained on a 3/4 —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 t ie 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321129-5 LIME TREATED BASE COURSES Page 5 of 9 Grade 1 31 Grade 2 35 I Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 1123, 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 3123 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. 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. 1. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 Requirements 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 REPAIR/RESTORATION [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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1133 -1 CEMENT TREATED BASE COURSES SECTION 32 1133 CEMENT TREATED BASE COURSES PART1- GENERAL 1.1 SUMMARY A. Section Includes Page 1 of 7 1. Treating subgrade, subbase and base courses by the pulverization, addition of cement, 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 City of Fort Worth Standards 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 1123 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Cement a. Measurement 1) Measurement for this Item shall be by the ton (dry weight). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton (dry weight) of Cement. c. The price bid shall include: 1) Furnishing Cement material 2) All freight involved 3) All unloading, storing and handling 2. Cement Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area. 2) The dimensions for determining the surface area are 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 Cement Treatment placed for: a) Various depths c. The price bid shall include: 1) Pulverizing or providing the soil material 2) Handling, hauling and spreading dry or slurry cement 3) Mixing the cement with the soil either in -place or in a mixing plant CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1133 -2 CEMENT TREATED BASE COURSES Page 2 of 7 4) Furnishing, hauling and mixing water with the soil -cement mixture 5) Spreading and shaping the mixture; compacting the mixture, including all rolling required for compaction 6) Surface finishing 7) Water and sprinkling 8) Curing 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. C150, Standard Specification for Portland Cement b. 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- 101-E, Preparing soil and flexible base materials for testing b. Tex-140-E, Measuring thickness of paving layers 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 SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Truck Delivered Cement 1. Each truck ticket shall bear the weight of cement measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of cement to the site. 1.11 FIELD [SITE] CONDITIONS A. Start cement application only when the air temperature is at least 35 degrees F and rising or is at least 40 degrees F. B. Measure temperature in the shade away from artificial heat. C. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1133 -3 CEMENT TREATED BASE COURSES Page 3 of 7 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. Cement: ASTM C150 Type I, II or IP. C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 1123 for the type and grade shown on the Drawings, before the addition of cement. D. Water: Furnish water free of industrial wastes and other objectionable material. 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 existing material in accordance with applicable bid items to conform to typical sections shown on the Drawings and as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. Uniform Portland cement 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 cement treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1133 -4 CEMENT TREATED BASE COURSES Page 4 of 7 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. 3. Slurry Equipment a. Use slurry tanks equipped with agitation devices for cement application. 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. 4. 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 3) Uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent by dry weight passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. D. Cement Application 1. Spread by an approved dry or slurry method uniformly on the soil at the rate specified on the Drawings 2. If a bulk cement spreader is used, position by string lines or other approved method during spreading to insure a uniform distribution of cement. 3. Apply to an area that all the operations can be continuous and completed in daylight within 6-hours of initial application. 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of soil and cement during dry -mixing operations 5. Do not exceed the specified optimum moisture content for the soil and cement mixture. 6. No equipment, except that used in the spreading and mixing, allowed to pass over the freshly spread cement until it is mixed with the soil. E. Mixing 1. Thoroughly mix the material and cement using approved equipment. 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free from all clods and lumps. 3. Keep mixture within moisture tolerances throughout the operation. 4. Spread and shape the completed mixture in a uniform layer. 5. After mixing, the City shall 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 1. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1133 -5 CEMENT TREATED BASE COURSES Table 1 Gradation Requirements Minimum % Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 F. Compaction Page 5 of 7 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. 2. Compact material to at least 95-percent of the maximum density as determined by ASTM D698. 3. At the start of compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps shall be less than the quantity which shall cause the soil - cement mixture to become unstable during compaction and finishing. 4. When the uncompacted soil -cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. 5. The specified optimum moisture content and density shall be determined in the field on the representative samples of soil -cement mixture obtained from the area being processed. 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 7. Begin compaction after mixing and after gradation and moisture requirements have been met. 8. Begin compaction at the bottom and continue until the entire depth of the mixture is uniformly compacted. 9. Uniformly compact the mixture to the specified density within 2-hours. 10. After the soil and cement mixture is compacted uniformly apply water as needed and thoroughly mix in. 11. Reshape the surface to the required lines, grades and cross section and then lightly scarify to loosen any imprint left by the compacting or shaping equipment. G. Maintenance 1. Maintain the soil -cement treatment in good condition from the time it first starts work until all work shall is completed. 2. Maintenance includes immediate repairs of any defect that may occur after the cement is applied. 3. Maintenance work shall be done by the Contractor at the Contractor's expense and repeated as often as necessary to keep the area continuously intact. 4. Repairs are to be made in such a manner as to insure restoration of a uniform surface for the full depth of treatment. 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at least 2 inches, filling the area with treated material and compacting. 6. Remedy any low area of subbase or base shall by replacing the material for the full depth of subbase or base treatment rather than adding a thin layer of stabilized material to the completed work. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1133 -6 CEMENT TREATED BASE COURSES Page 6 of 7 H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the cement -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 adding small increments of moisture as needed and until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. 5. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose material, conforming to the drawn grade and line shown on the Drawings. 6. After the final layer or course of the cement modified soil has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. 7. The completed section shall then be finished by rolling with a pneumatic tire or other suitable roller sufficiently to create micro cracking. I. Curing 1. General a. Cure for at least 48 hours. b. Maintain the moisture content during curing at no lower than 2 percentage points below optimum. 2. Curing method depends on 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, unless otherwise approved. b. Asphalt Pavement: 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 3. Continue curing until paving operations begin. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of cement 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1133 -7 CEMENT TREATED BASE COURSES Page 7 of 7 B. Depth Test 1. Take minimum of one core per 500 linear feet per each direction of travel staggering test location in each lane to determine in -place depth. 2. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 1137 LIQUID SOIL STABILIZER PART1- GENERAL I MM1u lu /1 :T1 321137-1 LIQUID SOIL STABILIZER Page 1 of 5 A. Section Includes: 1. Add -mixture, cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. 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 gallon of Liquid Treated Soil Stabilizer. 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 gallon of Liquid Treated Soil Stabilizer. 3. The price bid shall include: a. Furnishing all the liquid stabilizer products b. Finishing c. Mixing d. Equipment e. Curing f. Hauling g. Disposal CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 32 11 37 - 2 LIQUID SOIL STABILIZER Page 2 of 5 1.3 REFERENCES [NOT USED] 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 A. Containers 1. Must be stored and handled in closed, weatherproof containers until immediate distribution. 2. Must have adequate protection from theft, flooding or damage. 1.11 FIELD [SITE] CONDITIONS A. Soil Environment 1. Liquid Soil Stabilizer may be used in soil environments with plasticity indexes of 20 or greater. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. City Approved Products 1. Roadbond EN 1 Soil Stabilizer or approved equivalent. 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. Mix Design 1. The Design Engineer will designate a cement/add-mixture content that will produce a stabilized mixture that meets the strength requirement. The Engineer will determine the compressive strength of the proposed materials in accordance with Tex-120-E, Part 1. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 32 11 37 - 3 LIQUID SOIL STABILIZER Page 3 of 5 2. The mix will not include more than 50% asphalt concrete. For bidding purposes an 8" Depth Cement Treated Base requires 0.0075 GA/SY or 128SY/GA. 3.4 INSTALLATION A. General 1. Uniformly place cement dry or as a slurry. Uniformly distribute Liquid Soil Stabilizer and apply only on an area where the mixing, compacting, and finishing operations can be completed during the same working day. 2. Do not start treatment operation unless the air temperature is at the minimum application temperature and rising. The temperature will be taken in the shade and way from artificial heat. Do not apply when, in the opinion of the Engineer, weather conditions are unsuitable. B. Dry Placing Before applying cement, sprinkle the prepared roadway with diluted add - mixture Liquid Soil Stabilizer until the desired quantity of diluted add - mixture Liquid Soil Stabilizer is evenly distributed over the area to be treated. If necessary, continue to sprinkle the treated area with water until optimum moisture content is attained. Distribute the required quantity of dry cement with approved equipment, at a uniform rate. Minimize scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable t adjacent property owners. C. Slurry Placing Sprinkle the prepared roadway with diluted add -mixture Liquid Soil Stabilizer uniformly by making successive passes over a measured section of the roadway until the desired quantity of diluted add -mixture Liquid Soil Stabilizer is evenly distributed over the area to be treated. Mix the required quantity of cement with water, adjusting the amount of water in order to account for the moisture placed on the roadway with the add - mixture Liquid Soil Stabilizer as it relates to optimum moisture, as approved. Produce slurry free of objectionable materials and with a consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and not longer than 30 minutes after placement of the add -mixture Liquid Soil Stabilizer, and when the roadway is at a moisture content drier than optimum. Dispense and spread slurry uniformly by making successive passes over a measured section of the roadway at the rate directed until the required cement content is attained. D. Mixing 1. Thoroughly mix the material, add -mixture Liquid Soil Stabilizer and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed, to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 32 11 37 - 4 LIQUID SOIL STABILIZER Page 4 of 5 The Engineer will obtain a sample of the material at roadway moisture and remove all non -slaking aggregates retained on a 3/4-in. sieve. The remainder of the mixture must meet the pulverization requirements of Table 1 when tested in accordance with Tex- 101-E, Part III. When shown on the plans or approved by the engineer, the pulverization requirement may be waived when the material contains a substantial amount of aggregate. E. Compaction 1. Compact the mixture in one lift using ordinary compaction or density control, as shown on the plans. Complete compaction within 2 hours after the application of the add -mixture Liquid Soil Stabilizer. 2. Sprinkle the treated material in accordance with Item 204, "Sprinkling". Adjust the moisture content of the mixture during compaction so that it is within 2.0 percentage points of optimum as determined by Test Method Tex-120-E, Part II. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Adjust operations if required. 3. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On super -elevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 miles per hour, as directed. F. Ordinary Compaction Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and re -compacting. G. Finishing Immediately after completing compaction, clip, skin, or tight -blade the surface of the add -mixture Liquid Soil Stabilization/cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines and grades shown on the plans or as directed. In areas where surfacing is to be placed, trim grade deviations greater than 1/4 in. in cross section and 1/4 in. in 16 ft. measured longitudinally for the entire width of the cross-section. Remove excess material, reshape, and roll with a pneumatic tire roller. If material is more than 1/4 in. low, correct as directed. Do not surface patch. H. Curing CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 321137-5 LIQUID SOIL STABILIZER Page 5 of 5 Maintain the moisture content of the finished section at no lower than 2 percentage points below optimum by sprinkling or by applying an asphalt material at the rate of 0.05 to 0.20 gallons per square yard as directed, until a subsequent course or pavement is placed or as otherwise directed. Do not allow equipment on the finished course except as required to complete curing, unless otherwise approved. At least 3 days of curing are required before opening the finished section to traffic, unless otherwise shown on the plans or directed. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Control Compact to meet at least 95% of optimum density as determined in accordance with Tex-120-E, Part II. The Engineer will determine roadway density in accordance with Test Method Tex- 115-E and will verify strength in accordance with Tex-120-E, Part 11. Remove and replace material that does not meet density requirements and compact and test replacement material in accordance with density control methods. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version August 21, 2015 SECTION 32 12 16 ASPHALT PAVING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 321216-1 ASPHALT PAVING Page 1 of 25 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-3 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-4 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) 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 h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-17, Indirect Tensile Strength Test k. Tex-227-17, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion in. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-17, 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-5 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 Minimi m 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' 601 PG 76 or higher 60' 601 '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] PART2- 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-6 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Table 2 Aggregate Quality Requirements Property I Test Method M.-To Deleterious material, percent, max Decantation, percent, max Micro-Deval abrasion, percent, max Coarse Aggregate AQMP Tex-217-F, Part I Tex-217-F, Part II Tex-461-A Los Angeles abrasion, percent, max Tex-410-A Magnesium sulfate soundness, 5 cycles, percent, max Tex-411-A Coarse aggregate angularity, 2 crushed faces, Tex 460-A, Part I percent, min Flat and elongated particles @ 5: 1, percent, max Tex-280-F Fine Aggregate Linear shrinkage, percent, max Tex-107-E 321216-7 ASPHALT PAVING Page 7 of 25 Requirement As shown on Drawings 1.5 1.5 Note 1 40 302 853 10 Combined Aggre ate Sand equivalent, percent, min Tex-203-F 1 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-8 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. 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). CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-9 ASPHALT PAVING Page 9 of 25 Table 3 Gradation Requirements for Fine A percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Property and Test Method Average 7-day max pavement design temperature, °C' Min pavement design temperature, °C' Flash point, T 48, Min, °C Viscosity, T 316:1, 3 Max, 3.0 Paxs, test temperature, °C Dynamic shear, T 315:4 G*/sin(d), Min, 1.00 kPa Test temperature @ 10 rad/sec., °C Elastic recovery, D 6084, 50°F, percent Min Mass loss, Tex-541-C, Max, percent Dynamic shear, T 315: G*/sin(d), Min, 2.20 kPa Test temperature @ 10 rad/sec., °C 32 12 16 - 10 ASPHALT PAVING Page 10 of 25 Table 5 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 <58 <64 <70 <76 <82 > I > I > > I > I > I > > I > I > I > > I > > I > > I > I > 22 28 34 16 22 28 34 16 22 28 34 16 22 I 28 34 16 22 28 ORIGINAL BINDER 230 58 64 135 70 76 82 — 30 - I - 1 30 1 50 - 1 30 1 50 1 60 30 1 50 1 60 1 70 50 1 60 1 70 ROLLING THIN-FILM OVEN (Tex-541-C) 1 58 64 70 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 76 82 Property and Test Method PAV aging temperature, °C Dynamic shear, T 315: G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C Creep stiffness, T 313:1, 6 S, max, 300 MPa, m-value, min, 0.300 Test temperature @ 60 sec., °C Direct tension, T 314:6 Failure strain, min, 1.0 percent Test temperature @ 1.0 mm/min., °C Table 5 (continued) Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 -22 I -28 I -34 1 -16 I -22 I -28 I -34 1 -16 I -22 I -28 I -34 PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) 100 25 22 19 28 25 22 19 28 25 22 19 32 12 16 - 11 ASPHALT PAVING Page 11 of 25 PG 76 PG 82 -16 I -22 I -28 I -34 1 -16 I -22 I -28 28 25 22 19 28 25 22 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(d) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, are acceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The m-value requirement must be satisfied in both cases. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-12 ASPHALT PAVING Page 12 of 25 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-lH, 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 321216-13 ASPHALT PAVING Page 13 of 25 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" — — — 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 1 14.0 15.0 Plant -Produced VMA, percent Minimum — 12.0 13.0 14.0 1. Voids in Mineral Aggregates. Table 7 Laboratory Mixture Design Properties Property Test Requirement Method Target laboratory -molded density, percent Tex-207-17 96.01 Tensile strength (dry), psi (molded to 93 Tex-226-17 85-2OO2 percent f 1 percent density) Boil testa Tex-530-C — 1. Unless otherwise shown on the Drawings. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the Contractor's option unless otherwise shown on the Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 321216-14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings, produce an asphalt mixture within ?� the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] Gs A" SM ON 0(0181111eI 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-15 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-16 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.B.4 48 "Drum -Mix Plants," except as required below: 49 a. Screening and Proportioning CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-17 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-18 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 321216-19 ASPHALT PAVING Page 19 of 25 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as required or approved. 14. Distributor vehicles a. Furnish vehicle that can achieve a uniform tack coat placement. b. The nozzle patterns, spray bar height and distribution pressure must work together to produce uniform application. c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. d. Nozzle spray patterns should be identical to one another along the distributor spray bar. e. Spray bar height should remain constant. f. Pressure within the distributor must be capable of forcing the tack coat material out of spray nozzles at a constant rate. 15. Coring Equipment a. When coring is required, provide equipment suitable to obtain a pavement specimen meeting the dimensions for testing. B. Construction 1. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Section. 2. Unless otherwise shown on the Drawings, provide the mix design. 3. The City will perform quality assurance (QA) testing. 4. Provide quality control (QC) testing as needed to meet the requirements of this Section. C. Production Operations 1. General a. The City may suspend production for noncompliance with this Section. b. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 2. Operational Tolerances a. Stop production if testing indicates tolerances are exceeded on any of the following: 1) 3 consecutive tests on any individual sieve 2) 4 consecutive tests on any of the sieves 3) 2 consecutive tests on asphalt content b. Begin production only when test results or other information indicate, to the satisfaction of the City, that the next mixture produced will be within Table 9 tolerances. 3. Storage and Heating of Materials a. Do not heat the asphalt binder above the temperatures specified in Section 2.2.A. or outside the manufacturer's recommended values. b. On a daily basis, provide the City with the records of asphalt binder and hot - mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hours. 4. Mixing and Discharge of Materials a. Notify the City of the target discharge temperature and produce the mixture within 25 degrees F of the target. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 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 Compacted 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 12 16 - 22 ASPHALT PAVING Page 22 of 25 10. When directed, sprinkle the finished mat with water or limewater to expedite 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321216-23 ASPHALT PAVING Page 23 of 25 1 £ 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 32 12 16 - 24 ASPHALT PAVING Page 24 of 25 2. Average of measurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the Contractor's expense as show in Table 11. Table 11 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 3. The amount of penalty shall be deducted from payment due to Contractor. 4. These requirements are in addition to the requirements of Article 1.2. C. Pavement Thickness Test 1. City measure each core thickness by averaging at least 3 measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 32 12 16 - 25 ASPHALT PAVING Page 25 of 25 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 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with asphalt paving of the thickness shown on the Drawings. 7. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. 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] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified items to be included in price bid CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321273-1 ASPHALT PAVING CRACK SEALANTS SECTION 32 12 73 ASPHALT PAVING CRACK SEALANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 5 1. Sealing transverse and longitudinal cracks no larger than 1-1/2 inches in asphalt paving 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 12 16 - Asphalt Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall by the gallon of Asphalt Crack Sealant placed. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per gallon of Asphalt Crack Sealant. 3. The price bid shall include: 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. D6690-07, Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. b. D5329-09, Standard Test Methods for Sealants and Fillers, Hot -Applied, for Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements. c. D2196-05, Method A, Standard Test Methods for Rheological Properties of Non -Newtonian Materials by Rotational (Brookfield type) Viscometer. d. D217 - 02, Standard Test Methods for Cone Penetration of Lubricating Grease. 3. American Association of State Highway and Transportation Officials a. T 48, Flash and Fire Points by Cleveland Open Cup. b. T 49, Standard Method of Test for Penetration of Bituminous Materials. c. T 51, Ductility of Bituminous Materials. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 12 73 - 2 ASPHALT PAVING CRACK SEALANTS Page 2 of 5 d. T 53, Point of Bitumen (Ring -and -Ball Apparatus). e. T 59, Standard Method of Test for Emulsified Asphalt. 4. Texas Department of Transportation a. Item 300: "Asphalt, Oils and Emulsions". b. Tex-543-C, Evaporative Recovery of Residue for Emulsified Crack Sealant. c. Tex-544-C, Rubber Content for Rubber -Asphalt Crack Sealant. 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, CONTRACTOR shall furnish the City certification by an independent testing laboratory that the crack sealant from each lot of sealant to be used, meets the requirements of this Section. 2. The manufacturer of the crack sealant shall have a minimum two-year demonstrated, documented successful field performance with asphalt and concrete pavement crack sealant systems. Verifiable documentation shall be submitted to the City. 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 according to manufacturer specifications. 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Use materials approved by the City. 2. Furnish materials unless otherwise shown on the Drawings in accordance with ASTM D 6690-07 and ASTM D 5329-09 and Tables 1 and 2. a. Polymer modified asphalt -emulsion crack sealer must meet the requirements of Table 1. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1273 -3 ASPHALT PAVING CRACK SEALANTS Page 3 of 5 Table 1 Polymer -Modified Asphalt Emulsion Crack Sealer Property Test Min Max Procedure Rotational viscosity, 77 degrees F, cP D 2196, Method A 10,000 25,000 Sieve test, percent T 59 — 0.1 Storage stability, 1 day, percent T 59 — 1 Evaporation Tex-543-C Residue by evaporation, percent 65 by wt. Tests on residue from evaporation: Penetration, 77 degrees F, 100 g, T 49 35 75 5 sec. Softening point, degrees F T 53 140 — Ductility, 39.2 degrees F, T 51 100 — 5 cm/min., cm b. Rubber -asphalt crack sealer must meet the requirements of Table 2. Table 2 Rubber -Asphalt Crack Sealer Property Test Class A Class B Procedure Min Max Min Max CRM content, Grade A or B, percent Tex-544-C 22 26 — — by wt. CRM content, Grade B, percent by Tex-544-C 13 17 wt. Virgin rubber content', percent by — — 2 wt. Flash Pointe, COC, degrees F T48 400 — 400 — Penetration 3, 77 degrees F, 150 g, 5 sec. T 49 30 50 30 50 Penetration', 32 degrees F, 200 g, 60 sec. T 49 12 — 12 — Softening point, 'F T 53 — — 170 Bond4 D5329 — Pass 1. Provide certification that the min. percent virgin rubber was added. 2. Before passing the test flame over the cup, agitate the sealing compound with a 3/8- to 1/2-inch (9.5- to 12.7-mm) wide, square -end metal spatula in a manner so as to bring the material on the bottom of the cup to the surface, i.e., turn the material over. Start at one side of the thermometer, move around to the other, and then return to the starting point using 8 to 10 rapid circular strokes. Accomplish agitation in 3 to 4 sec. Pass the test flame over the cup immediately after stirring is completed. 3. Exception to T 49: Substitute the cone specified in ASTM D 217 for the penetration needle. 4. No crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in. deep for any specimen after completion of the test. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. The minimum requirements for construction equipment shall be as follows: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 12 73 - 4 ASPHALT PAVING CRACK SEALANTS Page 4 of 5 a. Double-boiler/agitator-type kettle. Used to heat and install the hot -applied crack sealant. b. Hose. Transfer the sealant from the kettle to the crack by means of a direct - connected pressure -type extruding device (hose) with a nozzle that will insert in the crack. 1) The equipment should allow recirculation into the inner kettle when sealing is not performed. c. Thermometers. Thermometers should be positioned on the equipment to ensure application temperatures are being met. d. Handtools. Due to the nature of cracks, handtools are required to insert the sealant material in cracks that are deeper than 3/4 inch. 1) These tools should not twist, cut, or damage the sealant material. e. Air compressor. Consists of an air compressor, hoses, and a Venturi -type nozzle with an opening not exceed 1/4 inch. 1) The air compressor should be equipped with traps that will keep the compressed air free of oil and moisture. 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. Singular cracks will be thoroughly cleaned of all debris and foreign material with an industrial air compressor. 2. The pavement shall be free of moisture. 3.4 INSTALLATION A. Exercise caution to prevent additional damage to the pavement surface. B. Crack Sealant 1. The crack should be sealed from the bottom to the top to minimize bubbling due to entrapped air. 2. The sealant should be recessed approximately 1/8 to 1/4 inch below the pavement surface to prevent tracking. 3. A squeegee may be used to remove excess sealant from the pavement surface when a crack is overfilled. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 32 1273 -5 ASPHALT PAVING CRACK SEALANTS Page 5 of 5 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 32 17 25 CURB ADDRESS PAINTING PART1- GENERAL 1.1 SUMMARY 321725-1 CURB ADDRESS PAINTING Page 1 of 3 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 4, 2013 32 17 25 - 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'/2-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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 4, 2013 321725-3 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 4, 2013 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 SECTION 32 9119 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and place topsoil to the depths and on the areas 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 be by cubic yard of Topsoil in place. 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 cubic yard of Topsoil. b. All excavation required by this Item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. 3. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material including subsoil, weeds, clay lumps, non - soil materials, roots, stumps or stones larger than 1.5 inches b. Has a high resistance to erosion c. Is able to support plant growth 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less 6. Plasticity Index: 20 or less 7. Gradation: maximum of 10 percent passing No. 200 sieve B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation 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. Finishing of Parkways 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways 6 inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot b. Maximum:4:1 c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade from the parkway extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 8 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, or as directed. 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 91 19 — Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Block Sod Placement a. Measurement 1) Measurement for this Item shall be by the square yard of Block Sod placed. 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 Block Sod placed. c. The price bid shall include: 1) Furnishing and placing all sod 2) Rolling and tamping 3) W tering (until established) 4) Disposal of surplus materials 2. Seeding a. Measurement 1) Measurement for this Item shall be by the square yard of Seed spread. 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 Seed placed for various installation methods. c. The price bid shall include: 1) Furnishing and placing all Seed 2) Furnishing and applying water for seed fertilizer 3) Slurry and hydraulic mulching 4) Fertilizer 5) W tering and mowing (until established) 6) Disposal of surplus materials 3. Mowing a. Measurement CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 1) Measurement for this Item shall per each. 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within 12 months of the seeding date. 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. Block Sod 1. Protect from exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, seed must have been harvested within 100 miles of the construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. 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 AND EQUIPMENT A. Materials CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass) 2) "Cynodon dactylon" (Common Bermudagrass) 3) "Buchloe dactyloides" (Buffalograss) 4) an approved hybrid of Common Bermudagrass 5) or an approved Zoysiagrass b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches f. Acceptable growing beds 1) St. Augustine grass sod: clay or clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils g. Dimensions 1) Machine cut to uniform soil thickness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) W ed seed a) Not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnsongrass (2) Nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium multiflorum 75 Bermuda (unhulled) cynodon dactylon c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 85 90 95 90 Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 £ Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable condition for distribution b. Applied uniformly over the planted area c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding 2) Newly established seeding areas - 100 pounds of nitrogen per acre 3) Established seeding areas - 150 pounds of nitrogen per acre 5. Topsoil: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soil Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation: clear surface of all material including: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. Compacted areas: till 1 inch deep 2. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 3.4 INSTALLATION A. Block Sodding 1. General a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last freeze date in the spring and 6 weeks prior to the average first freeze in the fall. 2. Installation CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 a. Plant sod specified after the area has been completed to the lines and grades shown on the Drawings with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. Watering and Finishing a. Furnish water as an ancillary cost to Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. d. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 2) Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the Drawings or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. 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 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow cycle performed by the Contractor prior to consideration of acceptance by the City. C. Rejection CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] 10401XI] OM Xej 11130 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 0130 SEWER AND MANHOLE TESTING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 330130-1 SEWER AND MANHOLE TESTING Page 1 of 7 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 5. Pipe testing will include deflection (mandrel) test for pipe. 6. Hydrostatic testing is not allowed. 7. Manhole testing will include vacuum test. 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 80 00 — Modifications to Existing Concrete Structures 4. Section 33 04 50 — Cleaning of Sewer Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) complete in place, and no other compensation will be allowed. 2. Manhole Testing a. Measurement 1) Measurement for testing manholes shall be per each vacuum test. b. Payment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 7 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuum test completed. c. The price bid shall include: 1) Mobilization 2) Plugs 3) Clean-up 1.3 REFERENCES [NOT USED] 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Test and Evaluation Reports 1. All test reports generated during testing (pass and fail) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Mandrel Equipment a. If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. 2. Joint Testing a. Testing Service - Engage a qualified independent testing agency to perform joint evaluation tests b. Equipment - If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330130-3 SEWER AND MANHOLE TESTING Page 3 of 7 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 [NOT USED] 3.3 PREPARATION A. Low Pressure Air Test (Pipe 60 inch and smaller) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Assemble individual joint tester over each joint from within the pipe. C. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. g) Mandrel equipment shall be suitable for the pipe material to prevent damage to the pipe. Consult manufacturer for appropriate mandrel equipment. D. Vacuum test (Manhole) 1. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 7 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 3.4 INSTALLATION A. Low pressure air test (Pipe 60" Inch and Smaller) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: T = (0.0850*D*K) Q Where: T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig K = 0.000419*D*L, but not less than 1.0 D = nominal pipe diameter, inches L = length of pipe being tested (by pipe size), feet Q = 0.0015, cubic feet per minute per square foot of internal surface 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. UNI-13-6, Table 1 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe indicated for q = 0. 00 15 Specification Time for Length (L) Shown'mm:sec) 1 2 3 4 Mammum Pipe Length for Time for Diameter Time Minimum Longer 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft (min' (in.) sec} Time (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 5.40 398 .854 L 5.40 5.40 5:40 5:40 5.40 5.40 542 6:24 8 7:34 298 1.520 L 7:34 7:34 7:34 7:34 736 8:52 10:08 1124 10 926 239 2.374 L 9:26 926 9:26 9:53 1152 1151 1549 17:48 12 1120 199 3.418 L 11:20 1120 1124 14:15 1705 19:56 22.47 253800 15 14:10 159 5.342 L 14:10 14.10 17:48 22:15 26.42:00 31:09:00 353600 40:04:00 18 17.00 133 7.692 L 17:00 19:13 253800 320300 38:27:00 44:52.00 51:16:00 57:4100 21 19:50 114 10.470 L 19:50 26:10:00 345400 4337:00 5221.00 610000 694800 7831:00 24 22.40 99 13.674 L 22:47 34:11:00 453400 56:58:00 68:22:00 79:46:00 91:10:00 102:3300 27 25:30:00 88 17.306 L 28:51:00 431600 574100 7207:00 86:32:00 100:57.00 11522:00 129:48:00 30 282000 80 21.366 L 353700 532500 711300 890200 106:50:00 124:3800 1422600 160:1500 33 311000 72 25.852 L 4305,00 643800 8610,00 107:4300 129:16:00 1504300 1722100 193:53:00 36 340000 66 30.768 L 51:17:00 76:55:00 102:34:00 128:12:00 153:50:00 17929:00 20507:00 230:46:00 42 39.48:00 57 41.883L 69:48:00 104.42:00 139:37:00 17430:00 209:24:00 244:19.00 279:13:00 314:07:00 48 4534:00 50 54.705 L 91:10:00 136:45:00 1822100 227:55:00 273:31:00 31906:00 364:42:00 410:1700 54 510200 44 69.236 L 1152400 1730500 2304700 2882900 3461100 4035300 4613400 519:1600 60 56:40:00 40 85.476 L 1422800 213.41:00 284:5500 35609:00 427:23:00 498:3700 569:50:00 641:0400 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330130-5 SEWER AND MANHOLE TESTING Page 5 of 7 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Low pressure joint air test (27 Inch or larger pipe) 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM C 1103 as follows: 2. Equipment shall be the product of manufacturers having more than five years of regular production of successful joint testers. Joint tester shall be as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the pressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches 12 and smaller 15 through 30 Greater than 30 D. Vacuum test (Manhole) Percent Deflection Allowed 5.0 4.0 3.0 1. Test manhole prior to coating with epoxy or other material. 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 3. With the valve closed, read the level vacuum level after the required test time. 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330130-6 SEWER AND MANHOLE TESTING Page 6 of 7 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 T=6.5 T=8 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)=70 seconds) 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Non -Conforming Work 1. Low pressure air test (Pipe 60 Inch and smaller) a. Should the air test fail, find and repair leak(s) and retest. 2. Low pressure joint air test (Pipe 27 inch or larger) a. 100 percent of all joints shall be field tested, prior to the placement of backfill over the spring line of the pipe, after the pipe has been substantially locked in to place by embedment. If the pipe does not pass the field air test, the joint will be pulled and refitted or rejected and removed from the project. After full placement of backfill and proper compaction, 100% of all joints will be tested again, as the installation progresses. At no time shall pipe installation exceed 300 feet beyond the last joint tested. b. No more than 2 percent of the total number of joints failing to meet the requirements of this test shall be field repaired by joint grout injection, or band clamps, or other method. Any joints over 2% requiring field repairs shall be rejected and removed from the project site. Rejected pipe shall be removed from the project. Installation shall be stopped until defective joints are repaired or replaced. 3. Should Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 4. Vacuum test (Manhole) CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330130-7 SEWER AND MANHOLE TESTING Page 7 of 7 a. Should the vacuum test fail, repair suspect area and retest. 1) External repairs required for leaks at pipe connection to manhole. a) Shall be in accordance with Section 03 80 00. 2) Leaks within the manhole structure may be repaired internally or externally. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 8/10/2018 W. Norwood 9/7/2018 W. Norwood END OF SECTION Revision Log SUMMARY OF CHANGE 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. 3AA Include LTNI-13-6, Table 1 for low pressure air test 4.4.13 Include individual joint testing requirements CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 POST INSTALLATION FOm,WoR,m 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: 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 6' DI MH JUNCTION BOX T DI MH SPHIPHON ENTRY BOX METERING STATION Vacuum Test Results Inspection Date: Repair Locations Inspection Company: Inspector Name: Repair Date: Repair Location: Type of Repair: Repair Materials: Comments: 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 SECTION 33 0131 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer or storm sewer mains 2. For sanitary sewer projects all (existing: Pre -CCTV, proposed: Post -CCTV) main shall be inspected. 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 03 10 — Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 — Cleaning of Sewer Mains 5. Section 0132 16 — Construction Progress Schedule 1.2 PRICE AND PAYMENT PROCEDURES A. Pre -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video log. 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 for "Pre -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 33 01 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 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 for "Post -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. The price bid shall include: a. Mobilization b. Cleaning c. Digital file 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. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). The CCTV Manual is available for download on Buzzsaw. Location: Resources\70 — Inspection Tools\Standard Construction b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for download on Buzzsaw. Location: Resources\70 — Inspection Tools\Standard Construction. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Sanitary Sewer Lines a. Meet with City of Fort Worth Water Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. 2. Storm Sewer Lines a. Meet with City of Fort Worth Transportation/Public Works Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. B. Schedule 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule per Section 0132 16. 2. Include time for City review (2 weeks minimum — Notification needs to be send out to Project Manager & Field Operation). 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City per Part 1.4 A. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide video data per the CCTV Manual. Provide additional copy of video in Windows Media AudioNideo (.wmv) format for City Inspection review. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 330131-3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 D. If inspected with other software provide video data in Windows Media Audio/Video (.wmv) format. Provide CCTV log in EXCEL spread sheet format — The CCTV spread sheet log can be found on Buzzsaw. Location: Resources\70 — Inspection Tools\Standard Construction. E. Inspection Report shall include: 1. Asset a. Date b. City c. Address and/or Project Name d. Main Number — GIS ID (If Available) e. Upstream Manhole GIS ID (If Available) f. Downstream Manhole GIS ID (If Available) g. Pipe Diameter h. Material i. Pipe Length j. Mapsco Location Number k. Date Constructed 1. Pipe Wall Thickness 2. Inspection a. Inspection Number (i.e. Ist,2°d,etc...) b. Crew Number c. Operator Name d. Operator Comments e. Reason for Inspection f. Equipment Number g. Camera Travel Direction (Upstream/Downstream) h. Inspected Length (feet) i. Work Order Number (if required) j. City Project Number (if required) k. City Contract Name 1. DOE/TPW Number (if required) In. Consultant Company Name n. Consultant Contact Name o. Consultant Contact Phone Number p. Contractor Company Name q. Contractor Contact Name r. Contractor Contact Phone Number 1.6 INFORMATIONAL SUBMITTALS A. Pre -CCTV submittals 1. 2 copies of CCTV video results on USB drive 2. 2 hard copies of Inspection Report and one pdf copy on USB drive B. Additional information that may be requested by the City 1. Listing of cleaning equipment and procedures 2. Listing of flow diversion procedures if required 3. Listing of CCTV equipment 4. Listing of backup and standby equipment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 33 01 31 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 5. Listing of safety precautions and traffic control measures 1.7 CLOSEOUT SUBMITTALS A. Post -CCTV submittals 1. 2 copies of CCTV video results on USB drive 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to the City Inspector for review prior to scheduling a project final walk through. 3. CCTV speadsheet log in EXCEL format — A blank copy of the CCTV spread sheet log can be found on Buzzsaw. Location: Resources\70 — Inspection Tools\Standard Construction 4. Construction Plans identifying the line segments that were videoed. Include cover sheet, overall line layout sheet(s), and plan and profile sheet(s). 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 A. Equipment- 1. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone -section or corbel. The camera lens shall be an auto -iris type with remote controlled manual override. 2. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment (from upstream manhole to downstream manhole) inspection recorded as an individual file in Windows Media Audio/Video (.wmv) format. City has a right to change the format from .WMV media to .MP4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 330131-5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 b. The system shall be capable of printing pipeline inspection reports with captured images of defects or other related significant visual information on a standard color printer. c. The system shall store digitized color picture images and be saved in digital format on a USB drive. d. The system shall be able to produce data reports to include, at a minimum, all observation points and pertinent data. All data reports shall match the defect severity codes outlined in the City's CCTV manual. e. Camera footage, date & manhole numbers shall be maintained in real time and shall be displayed on the video monitor as well as the video character generators illuminated footage display at the control console. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Prior to inspection obtain pipe and manhole asset identification numbers from the plans or City to be used during inspections. Inspections performed using identification numbers other than the plans or from assigned numbers from the City will be rejected. 2. Inspection shall not commence until the sewer section to be televised has been completely cleaned in conformance with Section 33 04 50. (Sewer system should be connected to existing sewer system and should be active) 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to completion of the following: a. Pipe testing b. All manhole work is complete c. Installation of all lateral services d. Vacuum test of manholes 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. B. Storm Sewer Lines 1. Coordinate with City of Fort Worth Transportation/Public Works Department for CCTV equipment and cleaning requirements. 3.4 INSPECTION (CCTV) A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 33 01 31 -6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes, Include condition of manhole in its entirety and interior corrosion protection (if applicable) (Camera should pan the entire manhole from top as well as while lowering into manhole, also show complete view of invert) b. Service connections, Pan the Camera to get a complete overview of service connection including zooming into service connection Include location (i.e. 3 o'clock, 9 o'clock, etc...) c. Joints, Include comment on condition, signs of damage, etc... d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris (show as % of pipe diameter). If debris has been found in the pipe during the post -CCTV inspection, additional cleaning is required and pipe shall be re -televised. e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions h. Note locations where camera is underwater and level as a % of pipe diameter. 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than 1 USB drive. b. A single segment is defined from manhole to manhole. B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 3120, Section 33 3121 and Section 33 3122. C. Post -Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 0450. D. Documentation of CCTV Inspection 1. Sanitary Sewer Lines a. Follow the CCTV Manual (CCTV standard manual supplied by City upon request) for the inspection video, data logging and reporting or Part 1.5 E of this section. 2. Storm Sewer Lines a. Provided documentation for video, data logging, and reporting in accordance with City of Fort Worth Transportation/Public Works Department requirements. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 33 01 31 -7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 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. See Section 33 04 50. 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 Various— Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various — Alternative to CCTV Manual, modified submittal detail requirements CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 3, 2016 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 8 SECTION 33 04 10 JOINT BONDING AND ELECTRICAL ISOLATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint bonding requirements for electrical continuity of: a. Concrete cylinder pipe b. Mortar coated steel pipe c. Dielectrically coated steel pipe d. Ductile iron pipe, as required on Drawings 2. Electrical isolation devices for installation at: a. Connections to existing piping b. Laterals c. Cased crossings d. Tunnels e. Selected below grade to above ground piping transitions 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 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. When a pay item for Cathodic Protection exists: a. Measurement 1) This Item is subsidiary to Cathodic Protection construction. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 2. When a pay item for Cathodic Protection does not exist: a. Measurement 1) Measurement for this Item is by lump sum. 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 lump sum price bid for "Joint Bonding and Electrical Isolation". 3. The price bid shall include: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by the Drawings b. Mobilization c. Excavation d. Furnishing, placement, and compaction of backfill e. Field welding f. Connections g. Adjustments It. Testing i. Clean-up j. Start-up/Commissioning Ilk=4511 IW31904001O i 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). 3. American Water Works Association (AWWA): a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 4. NACE International (MACE). 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer's catalog cut sheets shall be submitted for each item. a. Include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the Contract Documents for: 1) Flange Isolation 2) Bonding Clips for Concrete Cylinder Pipe 3) Petrolatum tape 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the City for approval prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. 3. Record results for the continuity test for casing to carrier pipe and submit to the City for approval prior to backfilling. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1.7 CLOSEOUT SUBMITTALS A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation shall be submitted to the City. B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 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 PRODUCTS [NOT USED] 2.2 MATERIALS A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds 2. Flange isolation assemblies 3. Casing spacers 4. Casing end seals B. Electrical Continuity Bonds 1. Applications for Electrical Continuity Bonding include the following: a. Bonding across bolted joint assemblies b. Bonding across gasketed joint assemblies C. Flange Isolation 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 2. Gasket a. Isolating and seal gasket b. G-10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. f. NSF 61 certified g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 a. Provide double G-10 washer sets. D. Casing Spacers 1. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation in accordance with Section 33 05 24. E. Casing End Seals 1. See Section 33 05 24 for casing end seals. 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. Preparation of Concrete Pipe for Bonding 1. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2. Criteria for Electric Continuity a. Tensile Wire 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. 2) Manufacturer is to report values obtained and method of measurement. b. Internal Pipe Joint Components 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity a. Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type pre -stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. b. Use and install 2 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. c. Use steel straps made of mild steel and free of grease, mill scale or other high resistance deposits. d. Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1) Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity a. Establish continuity of all joint components and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. B. Preparation of Steel Pipe for Bonding 1. Bonding wires are not required for welded steel pipe. 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint as shown on the Drawings. C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable with THHN insulation. 2. Remove 1 inch of THHN insulation from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4. Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe. E. Electrical Bond Clip 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufacture clips to maintain continuity regardless of small deflections of finished joints. 3.4 INSTALLATION A. Installation of Electrical Continuity Bonds by Thermite Welding Inspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite welding process. Thermite Welding Methods a. Perform thermite welding of bond wires to piping in the following manner: 1) Clean and dry pipe to which the wires are to be attached. 2) Use grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide -free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge tc spread ignition powder over charge. 7) Close mold cover and ignite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 4. Post -Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certified NACE personnel. c. Visually examine each thermite weld connection for strength and suitable coating prior to backfilling. d. Measure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0.001 ohms or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. 5. Backfilling of Bonded Joints a. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backfill material to completely cover the electrical bond. c. Provide protection so that future construction activities in the area will not destroy the bonded connections. d. If construction activity damages a bonded connection, install new bond wire. B. Installation of Pipeline Flange Isolation Devices 1. Placement a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Follow manufacturer's recommendations for even tightening to proper torque. 3. Testing a. Immediately after an electrical isolation fitting has been installed, contact the City to perform testing for electrical isolation effectiveness. 4. Painting a. Do not use metal base paints on electrical isolation devices. 5. Encapsulation a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. C. Installation of Casing Spacers 1. Casing spacers shall be installed in accordance with Section 33 05 24. D. Installation of End Seals CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1. End seals shall be installed in accordance with Section 33 05 24. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing of Joint Continuity Bonds and Isolation Joints 1. After the completion of the continuity bonding of individual joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off. 4. A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. B. Casing to Carrier Pipe Isolation Tests 1. Immediately after the pipe has been installed in the casing, but prior to connecting the line, make pipe available for testing and contact the City to perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. 2. The continuity test shall be fully documented and approved by the City prior to backfilling. 3. Record results and submit in accordance with this Specification. 4. If the electrical isolation between carrier pipe and casing is not effective, the cause shall be immediately investigated and the situation remedied. 5. Under no circumstances shall a shorted casing be backfilled. 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0 - Modified material specifications for gaskets, sleeves and washers CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-1 CORROSION CONTROL TEST STATIONS Page 1 of 7 SECTION 33 04 11 CORROSION CONTROL TEST STATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Test station materials and installation requirements, as shown on the Drawings, at: a. Foreign pipeline crossings b. Cased crossings c. Below -grade pipeline electrical isolation joints 2. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine interference effects from and on adjacent or crossing foreign underground structures c. Testing to determine sources and magnitude of stray DC currents and required mitigative measures d. Periodic monitoring to determine status of existing Cathodic Protection systems, stray current and foreign line influence 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 12 — Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, 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. NACE International (MACE). CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 7 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. flro1w.To" [Ile &111:3uIMWky.11l.Y/11210117;7UIF041Cole /:111&1"1.1OfI10 KAM A. Product Data 1. Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a. Test Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coatings 1.7 CLOSEOUT SUBMITTALS A. Structure -to -soil potential data shall be submitted to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents. a. The certification shall reference the applicable Section of the Specifications and the applicable standard details. B. Inspection 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or during, installation. C. Drawings 1. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate the delivery of test station materials. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3304 11 -3 CORROSION CONTROL TEST STATIONS Page 3 of 7 B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. C. Packaging Waste Management 1. Dispose of waste materials properly and remove from job site after installation is complete. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sign adjacent to all flush -mounted test stations. B. Above -Grade Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above -grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. 2. The test station shall be a 7 terminal 'Big Fink" as manufactured by Cott Manufacturing or approved equal. 3. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter UV -resistant plastic conduit in populated locations, and mounted on a 5 foot length of 3-inch diameter concrete filled galvanized steel conduit in low population locations. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete pad. C. Permanent Reference Electrodes CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 7 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. D. Test Station Lead Wires 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as shown on the Drawings. 2. Insulation type shall be color coded based upon connection to underground structures. a. Protected pipeline: white b. Foreign structures: red c. Steel casings: yellow d. Permanent reference cells: blue e. Anode header cable: black (HMWPE) f. Unprotected or existing pipeline: black (HMWPE) 3. Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals. 4. All terminal boards shall be wired by the installer as shown on the Drawings. E. Thermite Weld Equipment Charges and Molds a. Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. b. Use only the correct charges for the specific application. c. Welding charges and molds shall be Erico, Cadweld or Continental Industries Thermoweld. 2. Weld Coating a. Coat weld with Stopaq CZ tape or 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 [NOT USED] 3.4 APPLICATION / INSTALLATION Install test stations at each of the locations scheduled on the Drawings. At a minimum, test stations are required at each of the following locations: a. At all major underground metallic pipeline crossings b. At all cased crossings and tunnels (both ends) c. At all underground isolation flanges d. At all magnesium anode ground bed locations CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3304 11 -5 CORROSION CONTROL TEST STATIONS Page 5 of 7 B. General 1. Install test stations at locations indicated on Drawings. a. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the City or its designated representative. 2. Use continuous test station lead wires without cuts or tears in the insulation. 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is installed under a road, place the test station at the curb for easy access. 4. Attach test lead wires to the pipe by thermite welding. 5. Attach test wires to the pipe prior to backfilling. 6. Use color coded test wires as indicated on the Contract Documents. 7. Wire test station terminal board configurations as shown on the Drawings. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. c. Contractor shall not install lead wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner's refusal and install potential test station on water main. e. Document the owner's contact name, phone number, email address and date of contact. f. Submit documentation to the City or its designated representative. C. Flush -Mount Test Stations 1. Install as shown on the Drawings. 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. 3. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backfill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. D. Above -Grade Test Stations 1. Install above -grade test stations where a flush mounted test station cannot be located. 2. Use and location of above -grade test stations shall be approved by the City or its designated representative. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 7 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 5. Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station conduit. 6. Fill the interior of the 3-inch above -grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a. See Drawings. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal disk in the bottom of the mold. 7. Pour the thermite weld charge into the mold. 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 11. Pull on the wire to assure a secure connection. 12. If the weld is not secure or the wire breaks, repeat the procedure. 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. F. Post Installation Backfilling of Test Station — Lead Wires 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. 3. Replace any test wire found to have a high resistance connection. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 7 B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction. C. Damaged or missing test station components shall be replaced by equal components. kx-1�31&11 I Flu &I kr.1:4110 W A. Commissioning 1. Native state structure -to -soil potentials shall be acquired along the water main and submitted to the City. B. Method 1. Measure native state structure -to -soil potentials along the water line using a portable reference electrode at the following locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign pipelines crossing or parallel to the water main. 2. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. C. Contractor is responsible for all testing. D. All testing is to be done by or under the supervision of certified NACE personnel. E. Record results and submit in accordance with this Specification. 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. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.D.2 — revised insulation color coding CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon steel pipes and ductile iron pipes using Magnesium Anodes 2. The Cathodic Protection System shall include, but not be limited to the following: a. Materials and installation b. Post -installation survey c. Final Report to include recommendations 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. Divisionl — General Requirements 3. Section 33 05 26 — Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a. Measurement for this Item shall be by lump sum. 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid. 3. The price bid shall include: a. Mobilization b. Anode groundbeds c. Anode test stations d. Excavation e. Furnishing, placement, and compaction of backfill £ Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning 1.3 REFERENCES A. Abbreviations and Acronyms CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1. AWG: American Wire Gauge 2. CSE: Copper/Copper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System. 10. Current: Flow of electric charge. 11. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open -circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards 1. NACE International (MACE). CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Thermite Weld Materials f. Weld Coatings 1.7 CLOSEOUT SUBMITTALS A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: 1. Anode groundbed current outputs 2. Pipe -to -soil potentials 3. Results of interference testing 4. Results of electrical isolation joint tests 5. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Cathodic Protection installer shall show adequate documented experience in the type of Cathodic Protection work required for the project. B. Certifications 1. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 C. Packaging Waste Management 1. Dispose of anode and thermite weld material packaging properly and remove from the job site after installation is complete. 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. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content (%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum (Total) Magnesium Remainder 2. Magnesium Anode Current Capacity a. Magnesium Anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. 3. Anode Backfill Material a. Use chemical backfill material around all galvanic anodes. b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Anode Weight (Pounds) 17 20 32 40 48 60 Backfill Weight (Pounds) 44 50 58 65 48 70 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 Total Weight (Pounds) 61 70 90 105 96 130 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. c. Silver -solder the lead wire to the core and fully insulate the connection. B. Splicing Tape 1. Tape used for covering anode lead wire to anode header cable connections shall be 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. C. Crimping Lugs 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, or approved equal. D. Anode Header Cable 1. Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services, or approved equal. 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad. 5. Install a marker sign adjacent to all flush -mounted test stations. F. Shunt 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by Holloway, or approved equal. 2. There shall be at least 1 shunt in each Magnesium Anode test station. G. Test Lead Wire CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1. Test station lead wires shall be #12 AWG stranded copper cable with type TW, THW or THHN insulation, black in color. H. Permanent Reference Electrode 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc., or approved equal. 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. I. Marker Sign 1. Provide marker sign 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. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trench maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall beat a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the pipeline right-of-way. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. 3. Backfilling a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. Backfill the remainder of the anode hole. 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. 5. Handling CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode 1. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrode lead wire during backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable 1. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. 2. Anode Header Cable a. Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable which shall be routed into a flush -to -grade test station. 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector. b. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode -to -Pipeline Connection a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 1. Test lead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 6. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from the weld charge container shall be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. 10. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 11. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 12. Pull on the wire to assure a secure connection. 13. If the weld is not secure or the wire breaks, repeat the procedure. 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or approved equal. E. Flush -to -Grade Anode Test Stations 1. Flush -to -grade anode test stations shall be installed as shown on the Drawings. 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. F. Post Installation Backfilling of Cables 1. General a. During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.5 REPAIR A. Cut wires shall be spliced by using a copper compression connector. 1. The connection shall be completely sealed against moisture penetration by the use of rubber tape, vinyl tape and Scotchkote electrical coating. B. Damaged or missing test station components shall be replaced by equal components. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.8 SYSTEM STARTUP A. General 1. The Cathodic Protection System shall be inspected, energized and adjusted (commissioned) as soon as possible after the Cathodic Protection equipment has been installed. B. Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications. C. Commissioning 1. The commissioning of the Cathodic Protection System shall be performed by, or under the direct supervision of, the Corrosion Engineering Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by NACE International. D. Method 1. Measure native state structure -to -soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances. 2. Energize the Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0.01 ohm shunt. 3. Record each anode groundbed current using the shunt. 4. Allow sufficient time for the pipeline to polarize. 5. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE polarized potential criterion as established by NACE International standards. 6. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. 8. Verify that interference does not exist with foreign structures. 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. 10. If necessary, install resistance bonds to mitigate interference. 11. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 04 30 TEMPORARY WATER SERVICES PART1- GENERAL 1.1 SUMMARY 330430-1 TEMPORARY WATER SERVICES Page 1 of 4 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 furnished 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 It. Disinfection i. Removal of temporary services CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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] PART2- 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 330430-3 TEMPORARY WATER SERVICES Page 3 of 4 3. Temporary Water Service Main 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 35 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 3/4-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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 backiill 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 330440-1 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 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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] PART2- 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 �P 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 ANSI/AWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSFAWWA 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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] I0401XI]0&1x9iIMei 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 AWWA C655 Field De -Chlorination as reference 2/6/2013 D Townsend 3.10.G — Added De -Chlorination Requirement CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 SECTION 33 04 50 CLEANING OF SEWER MAINS PART1- GENERAL 1.1 SUMMARY 330450-1 CLEANING OF SEWER MAINS Page 1 of 5 A. General 1. Before any television inspection, any sewer main shall be cleaned to remove all debris, solids, sand, grease, grit, etc. from the sewer and 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 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 sewer main being cleaned. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of sewer pipe complete in place, and no other compensation will be allowed. 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, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330450-2 CLEANING OF SEWER MAINS Page 2 of 5 PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 2.2 PRODUCT TYPES A. Use only the type of cleaning material which will not create hazards to health or property or affect treatment plant processes. 2.3 ACCESSORIES 2.4 SOURCE QUALITY CONTROL 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 materials, equipment, and personnel necessary to complete the cleaning of the sanitary sewer main and manholes must be present on the jobsite prior to isolating the sewer manhole or line segment and beginning the cleaning process. 2. Maintain clean work and surrounding premises within the work limits so as to comply with Federal, State, and local environmental and anti -pollution laws, ordinances, codes, and regulations when cleaning and disposing of waste materials, debris, and rubbish. 3. Keep the work and surrounding premises within work limits free of accumulations of dirt, dust, waste materials, debris, and rubbish. 4. Suitable containers for storage of waste materials, debris, and rubbish shall be provided until time of disposal. a. It is the sole responsibility of the Contractor to secure a licensed legal dump site for the disposal of this material. b. Under no circumstances shall sewage or solids removed from the main or manhole be dumped onto streets or into ditches, catch basins, storm drains, or sanitary sewers. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330450-3 CLEANING OF SEWER MAINS Page 3 of 5 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. from each sewer segment, including the manhole(s). 6. Selection of cleaning equipment and the method for cleaning shall be based on the condition of the sanitary sewer mains at the time work commences and will be subject to approval by the City. 7. All cleaning equipment and devices shall be operated by experienced personnel. 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and manholes from damage that might be inflicted by the improper use of the cleaning process or equipment. 9. Any damages done to a sewer main and/or structure by the Contractor shall be repaired by the Contractor at no additional cost and to the satisfaction of the City. 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 11. The Contractor may be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. a. If the results obtained by the proposed sanitary sewer cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet City satisfaction. b. More than 1 type of equipment/attachments may be required at a location. 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, weir, dam, or suction shall be constructed in the downstream manhole in such a manner that all the solids and debris are trapped for removal. 13. Whenever hydraulically -propelled cleaning tools which depend upon water pressure to provide their cleaning force, or any tool which retard the flow of water in the sanitary sewer lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole section involved. 14. Any damage of property, as a result of flooding, shall be the liability and responsibility of the Contractor. 15. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 16. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. a. No fire hydrant shall be obstructed or used when there is a fire in the area. b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter and all related charges for the set-up, including the water usage bills from respective water purveyor agency. c. All expenses shall be considered incidental to the cleaning of the existing sanitary sewer mains. B. Methods 1. Hydraulic Cleaning a. Hydraulic -propelled devices which require a head of water to operate must utilize a collapsible dam. b. The dam must be easily collapsible to prevent damage to the sewer main, property, etc. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330450-4 CLEANING OF SEWER MAINS Page 4 of 5 c. When using hydraulically -propelled devices, precautions shall be taken to insure that the water pressure created does not cause damage or flood public or private property. d. Do not increase the hydraulic gradient of the sanitary sewers beyond the elevation that could cause overflow of sewage into area waterways or laterals. e. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. High -Velocity Cleaning a. Cleaning equipment that uses a high velocity water jet for removing debris shall be capable of producing a minimum volume of 50 gpm, with a pressure of 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure at the pump. 1) Any variations to this pumping rate must be approved, in advance, by the City. 2) To prevent damage to older sewer mains and property, a pressure less than 1500 psi can be used. 3) A working pressure gauge shall be used on the discharge of all high pressure water pumps. 4) For sewers 18 inches and larger in diameter, in addition to conventional nozzles, use a nozzle which directs the cleaning force to the bottom of the pipe. 5) Operate the equipment so that the pressurized nozzle continues to move at all times. 6) The pressurized nozzle shall be turned off or reduced anytime the hose is on hold or delayed in order to prevent damage to the line. 3. Mechanical Cleaning a. Mechanical cleaning, in addition to normal cleaning when required, shall be with approved equipment and accessories driven by power winching devices. b. Submit the equipment manufacturer's operational manual and guidelines to the City, which shall be followed strictly unless modified by the City. c. All equipment and devices shall be operated by experienced operators so that they do not damage the pipe in the process of cleaning. d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other debris -removing equipment/accessories shall be used as appropriate and necessary in the field, in conjunction with the approved power machines. e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, snakes, scooters, sewer balls, kites, and other approved equipment, in conjunction with hand winching device, and/or gas, electric rod propelled devices, shall be considered normal cleaning equipment. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 20 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfill h. Compaction 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 02 41 13 — Selective Site Demolition 4. Section 02 41 15 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 30 00 — Cast -in -place Concrete 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 8. Section 31 10 00 — Site Clearing 9. Section 3125 00 — Erosion and Sediment Control 10. Section 33 05 26 — Utility Markers/Locators 11. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. 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 cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for 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 linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 1.3 REFERENCES A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: INITIAL HACKEILL z SPRI WNE HAUNCHING BEDDING FOUNDATION PAVEY tAS. UNPAVED AREAS v EXCAVATED TRENCH WIDTH z 0 w OD CLEARANCE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair 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 Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) In. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 20 b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 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 Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. hi non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 20 d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained 1/2» 0 1/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/11 portland cement CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 20 c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. 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. Review all known, identified or marked utilities, whether public or private, prior to excavation. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 20 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. £ Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 20 8. Rock — No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 20 e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 £ Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. in. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines It. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 20 in. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. in. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. £ Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 20 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 20 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depth from 0 tol5 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 2) CSS or CLSM requires no compaction. c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If in -situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 20 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10-19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 20 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 3305 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 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 12/12/16 Z. Arega 2.2.A.l.d Modify gradation for sand material CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 12, 2016 SECTION 33 05 12 WATER LINE LOWERING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 330512-1 WATER LINE LOWERING Page 1 of 4 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330512-2 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] PART2- 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330512-4 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] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1. LA — Clarification of when Section is applicable CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3305 13 -1 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 1 of 5 SECTION 33 05 13 FRAME, COVER, AND GRADE RINGS — CAST IRON PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults 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 containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure 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. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and Related Castings 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 3305 13 -2 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 2 of 5 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 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 -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. Castings 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 3305 13 -3 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 3 of 5 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 22 1/2 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non -traffic areas concrete or HDPE can be used. D. Joint Sealant Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependant on a chemical action for its adhesive properties or cohesive strength. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 3305 13 -4 FRAME, COVER, AND GRADE RINGS -CAST IRON 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 [NOT USED] 3.4 INSTALLATION A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 3305 13 -5 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 5 of 5 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 6/25/2014 F. Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 '/2 inches rather than 19 3/o inches. 1/22/2016 F. Griffin Part 2-2.2-B-4-d-2-a., Cover size updated to 30 inches to match Detail 33 05 16- D417. 8/30/2017 W. Norwood Change specification name to add Cast Iron CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 22, 2016 33 05 1313.10 -1 COMPOSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS Page 1 of 5 SECTION 33 05 13.10 COMPOSITE FRAME, COVER, AND GRADE RINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Compression Molded Composite Frames and Covers used as access ports into sanitary sewer structures such as manholes and junction boxes. 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 containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure 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 Highways and Transportation Officials (AASHTO) a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to meet or exceed 21,280 pounds/wheel load b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and Related Castings 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 Engineer or the City prior to delivery and/or fabrication for specials. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 33 05 1313.10 - 2 COMPOSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS Page 2 of 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. All moldings shall display: a. Approved Molder b. Molding date c. Wording that material is non-metallic d. Country of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates Manufacturer shall certify that all moldings conform to the ASTM and AASHTO designations. 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 -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 unless otherwise specified on the plans. 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. Moldings All composite moldings shall consist of a thermosetting resin matrix blended and/or combined with reinforcing fiber rovings, short fiber filaments, or equivalent nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a polymer, vinylester, or a blend of these. The moldings shall be true to pattern in locations affecting their strength and value for the service intended. Before the moldings are removed from the molding operation, they shall be thoroughly deflashed and cleaned at the parting lines, holes, notches and all exposed edges. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 33 05 1313.10 - 3 COMPOSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS Page 3 of 5 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle loading with permanent deformation. Composite frames shall have a minimum wall thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel impact. 3. Metal reinforcements or metal hinges molded within the composite shall not be permitted. 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 5%) added prior to shaping the product by injection molding. 5. Covers a. Composite covers shall be compression molded under high pressures (>0.5 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). Components for locking systems below the cover exposed to sewer environment shall be made of noncorrosive materials such as nonmagnetic 316 stainless steel (Austenite) or a polymer. b. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover c. Provide with 2 inch wide pick slots in lieu of pick holes. d. Provide gasket in frame and cover. e. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. f. Standard Labels 1) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch (minimum) or 2-inch (maximum) letters across the lid. g. Hinge Covers 1) Hinged covers shall be double -hinged allowing a minimal 1800 full opening. 2) Provide water tight gasket on all hinged covers. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over all sewer lines. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. D. Joint Sealant 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependent upon a chemical action for its adhesive properties or cohesive strength. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 33 05 1313.10 - 4 COMPOSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS 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 [NOT USED] 3.4 INSTALLATION A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Hinge Cover a. Provide hinge cover on all manhole covers. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 33 05 1313.10 - 5 COMPOSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS Page 5 of 5 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 SECTION 33 05 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 16A.1R f�li01►101All 11 1.1 SUMMARY A. Section Includes: 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and other miscellaneous structures to a new grade 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 4. Section 32 0129 — Concrete Paving Repair 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 10. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 11. Section 33 04 11 — Corrosion Control Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet a. Measurement CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 6. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure This Item is intended for a unique structure. Bid Item should include details to identify the specific structure (i.e. Miscellaneous Structure Adjustment, Sta. 1 +00) a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 1.3 REFERENCES A. Definitions 1. Minor Adjustment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 a. Refers to a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing manhole which requires structural modification or when a 24-inch ring is changed to a 30-inch ring. 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. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and Related Structures. 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, 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 -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cast -in -Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 05 13. E. Backfill material 1. See Section 33 05 10. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 33 04 11. H. Cast -in -Place Concrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manholes 1. See Section 33 39 20. 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. Examine existing structure to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification 1. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not, coordinate with City to verify final grade before beginning adjustment. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. b. The maximum height of adjustment shall be no more than 12 inches for any combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3305 10. D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 0129. 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 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 adjustments 3.4 — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 4 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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 0125 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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) 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 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: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330530-1 LOCATION OF EXISTING UTILITIES SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CFASCE 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] fRMA01111X11"W1111:3u11010ski 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CFASCE 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 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D. Johnson 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 1105 BOLTS, NUTS, AND GASKETS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 331105-1 BOLTS, NUTS, AND GASKETS Page 1 of 7 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 American Water Works Association (AWWA): a. C111/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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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] PART2- 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 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. Regulatory Requirements 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-4 BOLTS, NUTS, AND GASKETS Page 4 of 7 C. T-Bolts and Nuts Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWA/ANSI CI I I/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 Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class l(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 l(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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-5 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. £ 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 ANSUAWWA C1I I/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. 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. 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/z-inch 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/2-inch from the nuts. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. W ap 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -1 DUCTILE IRON FITTINGS SECTION 33 1111 DUCTILE IRON FITTINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page I of 13 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 2. All mechanical joint fittings shall be mechanically restrained using restrained wedge type retainer glands. 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 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 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Ductile Iron Water Fittings with Restraint a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. 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 "Ductile Iron Water Fittings with Restraint'. c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -2 DUCTILE IRON FITTINGS Page 2 of 13 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C11O/A21.1O are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI CI IO/A21.1O fittings. 4) If the Contractor chooses to supply AWWA/ANSI C11O/A21.1O (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. 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 "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 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, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSFAWWA C110/A21.10. 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 Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel 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. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): 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. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. CI04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. d. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. Cl 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. £ C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 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 and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Ductile Iron Fittings a. Pressure class b. Interior lining c. Joint types 2. Polyethylene encasement and tape a. Planned method of installation b. Whether the film is linear low density or high density cross linked polyethylene c. The thickness of the film provided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4 a. Material b. Application recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 6. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 1105. 8. 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. B. Certificates 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisions of this Section and meet the requirements of AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 - 5 DUCTILE IRON FITTINGS Page 5 of 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fittings manufacturing operations (fittings, lining, and coatings) shall be performed under the control of the manufacturer. b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 1) Perform quality control tests and maintain the results as outlined in these standards to assure compliance. B. Preconstruction Testing 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. Store and handle in accordance with the guidelines as stated in AWWA M41. 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] PART2- 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 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. Ductile Iron Fittings 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, AWWA/ANSI C153/A21.53. 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C15l/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0160 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -7 DUCTILE IRON FITTINGS Page 7 of 13 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. 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 C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 9. 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. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A674. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 13 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 Fittings Nominal Fittings 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 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 0160 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 - 9 DUCTILE IRON FITTINGS Page 9 of 13 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 fittings 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 Fittings in wastewater service where the fitting 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 fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's recommendations. 2. Lay fittings to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Ductile Iron Fittings in accordance with 33 05 10. B. Joint Making Mechanical Joints with required mechanical restraint a. All mechanical joints require mechanical restraint. b. Bolt the retainer gland into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. c. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints (restrained) a. All push -on joints shall be restrained push -on type. b. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 d. Place the gasket in the bell in the position prescribed by the manufacturer. e. 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. f. When using a field cut plain end piece of pipe, refinished the field cut and scarf to conform to AWWA M-41. 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 1 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. C. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between fittings and polyethylene. b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 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 fittings section. b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -11 DUCTILE IRON FITTINGS Page 11 of 13 g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, 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 fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench 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 fittings 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 secure 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -12 DUCTILE IRON FITTINGS Page 12 of 13 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 Fittings a. Where polyethylene -wrapped fitting 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 Fittings. D. Blocking 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, crosses and plugs in the pipe lines as indicated in the Drawings. 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, normal to the thrust. 3. The supporting area for each block shall be at least as great as that indicated on the Drawings and shall be sufficient to withstand the thrust, including water hammer, which may develop. 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 5. If the Contractor encounters soil that appears to be different than that which was used to calculate the blocking according to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. 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 fitting. 4. Wherever necessary to patch the fitting: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched fitting until the patch has been properly and adequately cured and approved for laying by the City. c. Promptly remove rejected fittings 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 11 -13 DUCTILE IRON FITTINGS Page 13 of 13 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] 1040 IZI] 0&1 X01111130 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 12-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN, for Water Transmission and Distribution. d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 6. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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] 17M:71 &i 9 IQ 11191 R 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 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. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 33 11 12-5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 C. Pressure and Deflection Design 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 £ Working Pressure (P.,) = 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 3.4.C.1 — Added reference to Ductile Iron Fittings 12/20/2012 D. Johnson 3.4.1) — 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 of 12454-B." to "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". All references to the use of C905 are no longer applicable and are deleted. 11/14/2018 D.V. Magaiia 1.3.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60". CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised November 16, 2018 33 11 13 -1 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page I of 16 SECTION 33 1113 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type (Concrete Pressure Pipe) 24-inch through 72-inch for potable water applications in conformance with AWWA C303 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 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pressure Pipe a. Measurement 1) Measured horizontally along the surface from center line to centerline of the fitting or appurtenance 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 for "Concrete AWWA C303 Pipe" installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 -2 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 2 of 16 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Concrete Pressure Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "C3O3 Fittings" installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) 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 Society of Mechanical Engineers (ASME): a. B 16. 1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 -3 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 3 of 16 American Society of Testing and Materials (ASTM): a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. c. 13117, Standard Practice for Operating Salt Spray (Fog) Apparatus. d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. e. C33, Standard Specification for Concrete Aggregates. £ C 144, Standard Specification for Aggregate for Masonry Mortar. g. C150, Specification for Portland Cement. h. C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center -Point Loading). i. C497, Methods of Testing Concrete Pipe. j. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used With Concrete By Slant Shear. k. C1090, Standard Test Method for Measuring Changes in Height of Cylindrical Specimens of Hydraulic -Cement Grout. 1. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 4. American Welding Society (AWS): a. D1.1, Structural Welding Code - Steel. 5. American Water Works Association (AWWA): a. C206, Field Welding of Steel Water Pipe. b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. c. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. d. M9, Concrete Pressure Pipe. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 7. International Organization for Standardization (ISO). 8. National Sanitation Foundation (NSF): a. NSF 61, Drinking Water System Components -Health Effects 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. Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Joint Wrappers a. Material data CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 -4 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 4 of 16 b. Installation recommendations 3. Flexible Joint Couplings a. Manufacturer b. Model 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets (if applicable) B. Shop Drawings — Furnish for Concrete Pressure Pipe used in the potable water systems including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Working Pressure 2) Test Pressure 3) Surge pressure b. External pressure 1) Deflection 2) Buckling c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction, if applicable for the proposed installation 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas. 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Joint types c. Fittings d. Thrust Restraint e. Stationing (in accordance with the Drawings) f. Transitions g. Joint deflection h. Outlet locations for welding, ventilation, and access i. Welding requirements 4. Pipe within Casing a. Provide drawings detailing how pipe is restrained to prevent floating within the casing. C. Certificates and Test Reports a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 of this Section. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 -5 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 5 of 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Shall be American Concrete Pressure Pipe Association (ACPPA) Quality Program certified, I.S.O. Quality Certification Program certified, or equal, for Concrete Pressure Pipe and accessory manufacturing. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years successful experience manufacturing AWWA C303 pipe of the particular type and size indicated. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at 1 location, unless otherwise approved by the Engineer. d. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303. B. Certifications Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C303 and these Specifications b. Copies of results of factory hydrostatic tests shall be provided to the Engineer c. Mill certificates, including chemical and physical test results for each heat of steel 1) The manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials, except that the absorption test detailed in this Specification shall supersede the requirements of the applicable portion of AWWA C303. d. Certified test reports for welder certification for factory and field welds in accordance with AWWA C303, Section 5 e. Certified test reports for cement mortar tests f. Certified test reports for steel cylinder tests C. Hydrostatic Pressure Testing Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 Section 4.6 — Fabrication. a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically tested prior to application of lining or coating. b. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. c. Each pipe cylinder tested shall be completely watertight under maximum test pressure. d. Test pressure shall be held for sufficient time to observe the weld seams. e. Pipe manufacturer shall maintain a recording of the pressure gauge report and provide to the Engineer. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 - 6 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 6 of 16 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded steel sheets or plates. a. Fittings shall be tested in accordance with AWWA C3O3. 3. Factory Testing a. Cement Mortar Coating - Absorption Test 1) A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. a) The mortar coating samples shall have been cured in the same manner as the pipe. b) A test value shall consist of the average of a minimum of 3 samples taken from the same working shift. c) The test method shall be in accordance with ASTM C497, Method A. d) The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. e) Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by 10 consecutive passing test results, at which time testing may be performed on a weekly basis for each working shift. (1) Daily testing shall be resumed for each working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is re-established by 10 consecutive passing test results. D. Cement Mortar Lining 1. Shop -applied cement mortar linings shall be tested in accordance with AW WA C303. E. City Testing and Inspection 1. The City reserves the option to have an independent testing laboratory, at the City's expense, inspect pipe and fittings at the pipe manufacturer's plant. a. The City's testing laboratory and Engineer shall have free access to the manufacturer's plant. b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks prior to pipe fabrication as to start of fabrication and fabricating schedule. The City will then advise the manufacturer as to City's decision regarding tests to be performed by an independent testing laboratory. c. In the event the City elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to 1 spot testing of each category unless the tests do not show compliance with the standard. 1) If these tests do not show compliance, the City reserves the right to have the laboratory make additional tests and observations. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 - 7 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 7 of 16 a. In the event that an abnormal production time is required, and the City is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the City for such costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. F. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative a. During the construction period, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct, as necessary, in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazards of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie -down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end and each length of pipe, fitting or special (42-inches and larger) and the middle of each pipe joint shall be internally supported and braced with sculls to maintain a true circular shape. i. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. ii. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. iii. At a minimum, stulls shall be placed at each end, each quarter point and center. B. Delivery, Handling, and Storage CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 - 8 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 8 of 16 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. a. If excessive cracking is found, exceeding the allowance in AWWA C303, modify shipping procedures to reduce or eliminate cracking. 2. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. C. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials. D. Point of Delivery 1. The Contractor is responsible for securing and maintaining a location to store the material in accordance with Section 01 66 00. 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [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. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. All pipe shall meet the requirements of NSF 61. 2. Cement a. Cement for use in concrete and mortar shall be Type I or II Portland Cement. 3. Aggregates a. Aggregates for concrete lining and coating shall conform to ASTM C33. 4. Sand a. Sand used for inside and outside joints shall be of silica base, conforming to ASTM C 144. 5. Special Coating (Mortar Rings) a. Pipe to be installed in casing shall have 2 built-up mortar rings, each approximately 2 feet long and slightly higher than the pipe bell, to prevent the pipe from being supported by the pipe bell. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 -9 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 9 of 16 b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 6. Bushings, Couplings and Plugs a. Where outlets or taps are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. b. Threaded plugs shall be brass. 7. Mixes a. Cement Mortar 1) Cement mortar used for pouring joints shall consist of: a) 1 part Portland Cement b) 2 parts clean, fine, sharp silica sand c) Mixed with water d) No manufactured sand shall be permitted. e) Exterior joint mortar shall be mixed to the consistency of thick cream. f) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. g) Cement shall be ASTM C 150, Type I or Type II. h) Sand shall conform to ASTM C144. 2) Cement mortar used for patching shall be mixed as per cement mortar for inside joints. 8. Joint Wrappers a. Joint wrappers shall be manufactured by Mar -Mac Manufacturing Company, or approved equal. b. For pipe within casing, Flex Protex joint filler, or approved equal, maybe used for pipes that can be welded from the interior. 9. Flexible Joint Couplings a. Flexible Joint Couplings shall be Dresser Style 38, Smith -Blair Style 411 or approved equal. 10. Pipe Ends a. The standard pipe end shall include steel joint ring and a continuous solid rubber ring gasket as per AWWA M9. 11. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 11 05. 12. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 1105. 13. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 14. Flange Coatings a. Flange Coatings in accordance with Section 33 11 05. 15. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. 16. Weld Lead Outlets (if applicable) a. Use of threaded outlets for access for weld leads is permitted. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 -10 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 10 of 16 b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 17. Snap Rings a. Snap rings shall be manufactured by Hanson, or approved equal. C. Performance / Design Criteria 1. Pipe Design a. Pipe shall be designed, manufactured and tested in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. Sizes and pressure classes (working pressure) shall be as specified in the Drawings. c. For the purposes of pipe design, working pressure plus transient pressure shall be as indicated below. d. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. e. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA M9 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pounds per cubic foot 2) Live Load = AASHTO H-20 truck for unpaved conditions 3) Live Load = Cooper E-80 loading for railroad crossings 4) Trench Depth = As indicated on Drawings 5) Coefficient Ku = 0.150 6) Trench Width (Bd) as indicated on Drawings 7) Bedding Conditions = as indicated on Drawings 8) Pressure Class = 150 psi min. working pressure 9) Surge Allowance = 100 psi minimum a) where: Total Pressure (including surge) = 150 psi + 100 psi = 250 psi. 10) Deflection Lag Factor = 1.0 11) Soil Reaction Modulus (E') < 1,000 f. Trench depths indicated on Drawings 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. 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints or snap rings. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. 3) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 - 11 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 11 of 16 b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. 1) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. 2) Restrained joints shall consist of welded joints or snap rings. 3) In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. c. Thrust restraint design 1) The length of pipe with restrained joints to resist thrust forces shall be verified by the pipe manufacturer in accordance with AWWA M9 and the following: a) The Weight of Earth (We) shall be calculated as the weight of the projected soil prism above the pipe. (1) Soil Density = 130 pounds per cubic foot (maximum value to be used for unsaturated soil). d. Thrust collars will only be permitted for temporary plugs. 1) Thrust collars may not be used for any other application, unless approved in writing by the Engineer. 3. Inside Diameter a. The inside diameter, of the cement mortar lining shall be the nominal diameter specified, unless otherwise indicated on the Drawings. 4. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance with Section 33 04 10. 5. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. 6. Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall conform to the requirements of AWWA C2O7 and AWWA C2O6. 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached. 6) Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C2O7 and in accordance with ASME B 16.1 Class 125 for areas designated with a 225 psi test pressure. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 - 12 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 12 of 16 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 Concrete Pressure Pipe, fittings, specials and appurtenances as required for the proper functioning of the completed pipe line. 2. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA M9, and in accordance with the pipe manufacturer's recommendations. 3. Lay pipe to the lines and grades show on the Drawings. 4. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 5. 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. 6. If pipe is placed in casing, restrain pipe from floating as required in Article 1.6.13.4. B. Pipe Handling 1. Haul and distribute pipe fittings at the project site and handle piping with care to avoid damage. 2. Before lowering into the trench and inspect each joint of pipe and reject or repair any damaged pipe. 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, belts or other equipment designed to prevent damage to the coating or lining. 4. The equipment shall be kept in such repair that its continued use is not injurious to the coating. 5. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. Pipe Jointing General a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. b. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. c. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. d. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 -13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 13 of 16 e. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. 1) The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. £ No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. g. After joining, check the position of the gasket with a feeler gauge. 1) If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. h. For interior welded joints, complete backfilling before welding. i. For exterior field -welded joints, provide adequate working room under and beside the pipe. 2. Exterior Joints a. Make the exterior joint by placing a joint wrapper around the pipe and secure in place with 2 metal straps. 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 inches wide for smaller pipe, hemmed on each side. 2) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has flowed entirely around the pipe. 4) During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. 5) Leave wrappers in place undisturbed until the mortar has set-up. 3. Interior Joints a. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar/high-strength grout. b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to insure that no voids remain in the joint space. d. After the joint has been filled, level the surfaces of the joint mortar/grout with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell buttered with grout, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus grout from the joint. 1) The surplus grout shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints a. Weld joints in accordance with the AWWA M9. 1) Contractor shall provide adequate ventilation for welders and for the City to observe welds. 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet welds. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 - 14 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 14 of 16 b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. d. Welding shall be performed so as not to damage lining or coating. e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. In all hand welding: 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i. Furnish each welder employed with a steel stencil for marking the welds so that the work of each welder may be identified. 1) Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. a) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. j. Welders 1) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C2O6 before being allowed to weld on the line. 2) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. a) The inspection will be done by a Certified Welding Inspector retained by the City. 3) Any welder making defective welds shall not be allowed to continue to weld. k. Weld Testing 1) Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C2O6 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. a) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 - 15 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 15 of 16 b) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. (1) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 5. Protection of Exposed Metal a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement mortar as previously specified for inside joints, unless otherwise specified in the Drawings. b. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. c. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. d. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. e. Cement mortar coating shall not be applied during freezing weather. 6. Patching a. Excessive field -patching of lining or coating shall not be permitted. b. 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. c. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. d. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. e. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. f. Promptly remove rejected pipe from the site. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field [OR] Site Tests and Inspections 1. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 1) Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 13 -16 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 16 of 16 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] 1040 1XI] 0&1 X01111130 Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d. — Size revision for stull requirement 12/20/2012 D. Johnson 2.23.10, 11, 12 and 13 — Added reference to Sections 33 1105 and 33 04 10; removed material specifications for bolts, nuts and gaskets CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14-1 BURIED STEEL PIPE AND FITTINGS Page I of 27 SECTION 33 1114 BURIED STEEL PIPE AND FITTINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried Steel Pipe 24-inches and larger for potable water 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 01 31— 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 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Buried Steel Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting 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 "Steel AWWA C200 Pipe" installed for: a) Various sizes b) Various type of backfill c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 27 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Buried Steel Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. 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 lump sum price bid for "Steel Fittings". c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) 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 Architectural Manufacturers Association (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 4. ANSI International (ASTM): a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PDI Tensile Strength. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 27 b. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. d. C33, Standard Specifications for Concrete Aggregates. e. C144, Standard Specification for Aggregate for Masonry Mortar. f. C150, Standard Specification for Portland Cement. g. C216, Standard Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale). h. D 16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. i. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. j. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. k. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 1. D4541, Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers. m. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 5. American Welding Society (AWS) 6. D1.1, Structure Welding Code - Steel. 7. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 Inches and Larger. b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins and Larger Shop -Applied. c. C206, Field Welding of Steel Water Pipe. d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. £ C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. g. C216, Heat Shrinkable Cross -Linked Polyolefm Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings i. M11, Steel Pipe - A Guide for Design and Installation. 8. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. Cl l l/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 9. International Organization for Standardization (ISO). 10. NACE International (MACE): a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 11. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 12. Spray Polyurethane Foam Alliance (SPFA). 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers (NACE) a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 4 BURIED STEEL PIPE AND FITTINGS Page 4 of 27 b. SP 1, Solvent Cleaning. c. SP 2, Hand Tool Cleaning. d. SP 3, Power Tool Cleaning. 14. Society for Protective Coatings/National Associate of Corrosion Engineers (SSPC/NACE) a. SP 10/NACE No. 2, Near -White Blast 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. Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. Material data b. Installation recommendations 3. Joint Wrappers, if applicable a. Material data b. Installation recommendations 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets B. Shop Drawings 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Maximum design pressure 2) Surge pressure b. External pressure 1) Deflection 2) Buckling 3) Extreme loading conditions c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths shown in the Drawings. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 5 BURIED STEEL PIPE AND FITTINGS Page 5 of 27 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Joint types c. Fittings d. Outlets e. Thrust Restraint f. Stationing (in accordance with the Drawings) g. Transitions h. Joint deflection i. Interior lining j. Outlet locations for welding, ventilation, and access k. Welding requirements and provisions for thermal stress control C. Certificates and Test Reports Prior to shipment of the pipe, the pipe manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 and these Specifications. b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, including chemical and physical test results for each heat of steel. d. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification. e. Certified test reports for welder certification for factory and field welds in accordance with AWWA C200, Section 4.11. f. Certified test reports for cement mortar tests. g. Certified test reports for steel cylinder tests. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Shall be certified under S.P.F.A. or I.S.O. quality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of 1 manufacturer. c. Pipe manufacturing operations (pipe, lining and coatings) shall be performed under the control of the manufacturer. d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe of the particular type and size indicated or demonstrate an experience record that is satisfactory to the Engineer and City. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at 1 location, unless otherwise approved by the Engineer. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 6 BURIED STEEL PIPE AND FITTINGS Page 6 of 27 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazard of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water, as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie -down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. 1) Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. 2) Pipe shall be rotated so that 1 Stull remains vertical during storage, shipment and installation. 3) At a minimum, stulls shall be placed at each end and center. a) Additional stulls may be required depending upon the length of the joints and pipe design. 4) Stulls shall not be removed until backfill operations are complete (excluding final clean up), unless it can be demonstrated to the City's satisfaction that removal of stulls will not adversely affect pipe installation. B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. 2. If excessive cracking is found, the Contractor shall modify shipping procedures to reduce or eliminate cracking. 3. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of 27 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [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 0125 00. B. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. b. All pipe lining material in contact with potable water shall meet the requirements of NSF 61. 2. Exterior Polyurethane Coating a. For Pipe: 1) Polyurethane Coating shall be factory applied and meet the requirements of AWWA C222. Use a Coating Standard ASTM D16, Type V system which is a 100 percent solids, 2-component polyurethane (or 2-package polyisocyanate, polyol-cured urethane) coating. a) Components shall have balanced viscosities in their liquid state and shall not require agitation during use. b) Conversion to Solids by Volume: 97 percent f 3 percent c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC SP 10/NACE No. 2 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full cure within 7 days at 70 degrees F e) Maximum Specific Gravities (1) Polyisocyanate resin, 1.20 (2) Polyol resin, 1.15 f) Minimum Impact Resistance: 80 inch -pounds using 1-inch diameter steel ball g) Minimum Tensile Strength: 2000 psi h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in accordance with ASTM D2240 i) Flexibility Resistance (1) ASTM D522 using 1-inch mandrel (2) Allow coating to cure for 7 days. (3) Perform testing on test coupons held for 15 minutes at temperature extremes specified above. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 8 BURIED STEEL PIPE AND FITTINGS Page 8 of 27 j) Dry Film Thickness: 35 mils k) Coating shall be a self priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion and shall be: (1) Corropipe II Omni as manufactured by Madison Chemical Industries Inc. (2) Durashield 210 as manufactured by LifeLast, Inc., or (3) Protec II, as manufactured by ITW — Futura Coatings, Inc. 2) The coating manufacturer shall have a minimum of 5 years experience in the production of this type coating. b. For Specials, Fittings, Repair and Connections 1) Provide shop -applied and field -applied coating as follows: a) Corropipe II Omni, and GP II (E) Touch -Up, respectively, as manufactured by Madison Chemical Industries, or b) Durashield 210, Durashield 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Protec II, or as recommended by the coating manufacturer. d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. Cement Mortar Linings a. Cement mortar linings shall be shop -applied. b. Shop -applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: 1) Sand used for cement mortar shall be silica sand ASTM C33. 2) Curing of the linings shall conform to the requirements of AWWA C205. 4. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 1105. 5. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 1105. 6. Flange Coatings a. Flange Coatings in accordance with Section 33 1105. 7. Steel shall: a. Meet the requirements of AWWA C200 b. Be of continuous casting c. Be homogeneous d. Be suitable for field welding e. Be fully kilned f. Be fine austenitic grain size 8. Bend Fittings a. Fabricate all fittings from hydrostatically tested pipe. b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 9. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 9 BURIED STEEL PIPE AND FITTINGS Page 9 of 27 10. Weld Lead Outlets a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 11. Mixes a. Mortar for Joints 1) Mortar shall be 1 part cement to 2 parts sand. 2) Cement shall be ASTM C150, Type I or II. 3) Sand shall be of sharp silica base. a) Sand shall conform to ASTM C144. 4) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. 5) Water for cement mortar shall be from a potable water source. 6) Mortar for patching shall be as per interior joints. b. Bonding Agent 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement lining is in contact with potable water. 2) Bonding agent for cement mortar lining patching shall be: a) Probond Epoxy Bonding Agent ET-150, parts A and B b) Sikadur 32 Hi -Mod, or c) Approved equal 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe a. Primer: Provide as recommended by the sleeve manufacturer. b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve manufacturer. 1) Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. c. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85 mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. 1) High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50 percent recovery. 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe coating on each side of the joint. 3) Width to take into consideration shrinkage of the sleeve due to installation and joint profile d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 1) Canusa 2) Raychem, or 3) Approved equal e. Provide heat shrink sleeve suitable to interior joint welding without damage to heat shrink sleeve. C. Performance / Design Criteria Pipe Design a. Steel pipe shall be designed, manufactured and tested in conformance with AWWA C200, AWWA M11 and these Specifications. b. Sizes and pressure classes (working pressure) shall be as shown below. c. For the purpose of pipe design, the transient pressure plus working pressure shall be as indicated below. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 10 BURIED STEEL PIPE AND FITTINGS Page 10 of 27 d. Fittings, specials and connections shall be designed for the same pressures as the adjacent pipe. e. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 2) Live Load a) = AASHTO HS 20, at all locations except at railroads b) = Cooper E80, at Railroads 3) Trench Depth = As indicated in the Drawings 4) Deflection Lag Factor (Di) = 1.0 5) Coefficient (K) = 0.10 6) Maximum Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (for cement mortar coated pipe) 7) Soil Reaction Modulus (E') < 1,000 8) Working Pressure = 150 psi 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. 9) Surge Allowance = 100 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi f. Fittings and specials shall be: 1) Designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the Owner where this method is required. h. Trench depths indicated 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. i. Field fabrication or cutting is not allowed, unless otherwise approved by the City. 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 11 BURIED STEEL PIPE AND FITTINGS Page 11 of 27 b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. c. Restrained joints shall consist of welded joints. d. The length of pipe designed with restrained joints to resist thrust shall be verified by the pipe manufacturer in accordance with AWWA M11 and the following: 1) The weight of the earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions 2) Soil Density = 110 pounds per cubic foot (maximum value to be used), for unsaturated soil conditions 3) Coefficient of Friction = 0.25 (maximum value to be used for polyurethane coated steel pipe). 4) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: Where: L=_PA0—cos A) f (2We+ Wp + WW) A = Deflection angle L = Length of pipe to be restrained on each side P = internal pressure A = Cross sectional area of pipe steel cylinder I.D. We = Weight of prism of soil over the pipe Wp = Weight of pipe WW = Weight of water f = Coefficient of friction between pipe and soil 3. Inside Diameter a. The inside diameter, including the cement -mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.25 inches or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance, where D is the nominal inside pipe diameter. b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed: 1) 50 percent of the minimum yield strength of the steel for working pressure and 2) 75 percent of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor the following, at the specified working pressure: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 12 BURIED STEEL PIPE AND FITTINGS Page 12 of 27 Maximum Stress at Pipe Type Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the nominal pipe diameter. e. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi. 5. Seams a. Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. 1) There shall be not more than 2 longitudinal seams. 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length a. Maximum joint length shall not exceed 50 feet. b. Maximum joint length of steel pipe installed in casing shall meet the project requirements. c. Manufactured random segments of pipe will not be permitted for straight runs of pipe. 1) Closing piece segments, however, shall be acceptable. 7. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section 33 04 10. 8. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. 9. Pipe Ends a. Pipe ends shall be: 1) Lap welded slip joints 2) Butt strap joint 3) Flanged joint 4) Flexible coupled joint 5) Roll groove gasket joint b. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. c. Rubber Gasket Joint 1) Rubber gasketed joints (O-ring or Carnegie Joints) will only be allowed for pipe sizes 54-inch diameter and smaller. 2) Joints shall conform to AWWA C200 standard. 3) The joints shall consist of - a) Bell (1) Flared bell end formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331114-13 BURIED STEEL PIPE AND FITTINGS Page 13 of 27 b) Spigot (1) Rolled spigot or carnegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item F or H in Figure 8-1 of the AWWA M11. 4) The welded area of bell and spigot pipe ends shall be checked after forming by the dye penetrant or magnetic particle method. 5) The difference in diameter between the interior diameter (I.D.) of the bell and the outer diameter (O.D.) of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than 0.04 inches as measured on the circumference with a diameter tape. 6) The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. 7) The joint shall be suitable for the specified test and/or surge pressure and deflection. 8) Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection based upon the supplied pipe coating. 9) Joints shall be electrically continuous. d. Lap Welded Slip Joint 1) Lap welded slip joint shall be provided in all locations for pipe larger than 24-inches and where joints are welded for thrust restraint. 2) Lap welded slip joints may be welded from the inside or outside. 3) Ends of pipe, fittings and specials for field welded joints shall be prepared with 1 end expanded in order to receive a plain end making a bell and plain end type of joint. a) Clearance between the surfaces of lap joints shall not exceedl/8 inch at any point around the periphery. 4) In addition to the provisions for a minimum lap of 1'/2 inches as specified in AWWA C200, the depth of bell shall be such as to provide for a minimum distance of 1 inch between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. e. Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached. 6) Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and drilled in accordance with ASME B16.1 Class 125 for areas designated with a 225 test pressure. 7) When Isolation Flanges are required by the Drawings, Drillings shall accommodate the required spacing for mylar sleeves according to Section 33 04 10. f. Flexible Couplings 1) Flexible couplings shall be provided where specified on the Drawings. 2) Ends to be joined by flexible couplings shall be: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 14 BURIED STEEL PIPE AND FITTINGS Page 14 of 27 a) Plain end type, prepared as stipulated in AWWA C2OO. b) Welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least I direction to clear the pipe joint. c) Harness bolts and lugs shall comply with AWWA M11. g. Butt Strap Closure Joints 1) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C2O6 and applicable provisions of this Specification. 10. Polyurethane Coating a. Applicator Qualifications 1) Equipment shall be certified by the coating manufacturer to meet the requirements for: a) Material mixing b) Temperature control c) Application rate d) Ratio control for multi -part coatings 2) Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the City. 3) Personnel responsible for the application of the coating system shall: a) Provide certification of attendance at the coating manufacturer's training class within the last 3 years b) Be present during all coating application work and shall have responsibility for controlling all aspects of the coating application b. Surface Preparation 1) Remove visible oil, grease, dirt and contamination in accordance with SSPC SP 1. 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, gouges or delaminations in the metal by filing or grinding prior to abrasive surface preparation. 3) In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F, preheat pipe to a temperature between 45 and 90 degrees F and 5 degrees F above dew point. 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as required by coating manufacturer and as specified. a) Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 5) Blast media mixture and gradation shall be adequate to achieve a sharp angular surface profile as required by coating manufacturer and to the minimum depth specified. 6) Protect prepared pipe from humidity, moisture and rain. 7) Keep pipe clean, dry and free of flash rust. a) Remove all flash rust, imperfections or contamination on cleaned pipe surface by reblasting prior to primer application. 8) Complete priming and coating of pipe in a continuous operation the same day as surface preparation. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 15 BURIED STEEL PIPE AND FITTINGS Page 15 of 27 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 2; to a near -white blast cleaning with a minimum 3.0 mil angular profile in bare steel. c. Equipment 1) 2-component, heated airless spray unit in accordance with coating manufacturer's recommendation d. Temperature 1) Minimum 5 degrees F above dew point temperature a) The temperature of the surface shall not be less than 60 degrees F during application. e. Humidity 1) Heating of pipe surfaces may be required to meet requirements of this Section if relative humidity exceeds 80 percent. f. Resin 1) Do not thin or mix resins; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. g. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommendations. a) Thinning is not permitted. 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 mils. 3) Multiple -pass, 1 coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. 4) Provide cutbacks in accordance with coating manufacturer's recommendations as appropriate for the type of joint and heat shrink sleeve to be used. h. Recoating 1) Recoat only when coating has cured less than maximum time specified by coating manufacturer. 2) When coating has cured for more than recoat time, brush -blast or thoroughly sand the surface. 3) Blow -off cleaning using clean, dry, high pressure compressed air. i. Curing 1) Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials B. Factory Testing 1. Cement Mortar Lining - Shop -applied cement mortar linings shall be tested in accordance with AWWA C205. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 16 BURIED STEEL PIPE AND FITTINGS Page 16 of 27 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with AWWA C222. a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SP0188 using a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness (DFT) specified of 35 mil. b. Adhesion Testing 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this Section. 3) Adhesion testing records shall include: a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness e) Tensile force applied f) Mode of failure g) Percentage of substrate failure relative of dolly surface 4) Glue dollies for adhesion testing to the coating surface and allowed to cure for a minimum of 12 hours. a) Because of high cohesive strength, score polyurethane coatings around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesive and cohesive failure only. a) Adhesive failure is defined as separation of the coating from the steel substrate. b) Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. 6) Retest partial adhesion and glue failure if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. 7) Glue failures in excess of the minimum required tensile adhesion are accepted as meeting the specified adhesion requirements. 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and lining independently (where applicable). 9) Frequency of adhesion testing in accordance with AWWA C222. 10) Randomly select repair patches on the polyurethane coating for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. a) Adhesion of repairs shall be as specified by the coating manufacturer for the type of repair. C. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 17 BURIED STEEL PIPE AND FITTINGS Page 17 of 27 a. If required by the Engineer or requested by the Contractor during construction, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 2. Polyurethane Coating Manufacturer's Representative a. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding installation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) General construction methods and how they may affect pipe coating b. Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with Contract Specifications. 1) Cost for the manufacturer's representatives to return to the site shall be at no additional cost to the City. D. Hydrostatic Pressure Testing 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 2. Hydrostatically test each joint of pipe prior to application of lining or coating. a. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. b. Each joint of pipe tested shall be completely watertight under maximum test pressure. c. Test pressure shall be held for sufficient time to observe the weld seams. d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 1) The pipe shall be numbered in order that this information can be recorded. Test fittings by: a. Hydrostatic test b. Magnetic particle test c. Ultrasonic d. Radiography e. Dye penetrant test E. City Testing and Inspection 1. Pipe maybe subject to inspection at the manufacturer's facility by an independent testing laboratory, which laboratory shall be selected and retained by the City. a. Representatives of the City, City's laboratory, or the Engineer shall have access to the work whenever it is in preparation or progress. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 27 b. Pipe manufacturer shall provide proper facilities for access and for inspection. c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the manufacturer as to the City's decision regarding tests to be performed by an independent testing laboratory. d. Material, fabricated parts and pipe, which are discovered to be defective, or which do not conform to the requirements of this Specification shall be subject to rejection at anytime prior to City's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. a. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the schedule. 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 steel pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA M11, in accordance with the pipe manufacturer's recommendations and as required for the proper functioning of the completed pipe line. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 4. For installation of carrier pipe within casing, see Section 33 05 24. 5. Inspect and test each joint for holidays just prior to pipe being lowered into the ditch. a. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 7. Maximum allowable pipe deflection is limited to: a. 2 percent for mortar coated steel pipe b. 3 percent for polyurethane coated steel pipe 8. Install bonds at all pipe joints, except for welded joints or insulated joints. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle pipe with care to avoid damage. a. Pipe shall be handled at all times with sufficient non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. b. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of 27 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. 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. Line Up at Bends 1. Line up pipe for joining so as to prevent damage thereto. a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, employ special shop fabricated fittings for the purpose. a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. Pipe Laying Rubber Gasket Joints a. Join rubber gasket joints in accordance with the manufacturer's recommendations. b. Clean bell and spigot of foreign material. c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. d. Engage spigot as far as possible in bell. e. Joint deflection or pull shall not exceed the manufacturer's recommendation. f. Check gasket with feeler gauge all around the pipe. g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene gaskets or approved equal. 2. Welded Joints a. Weld joints in accordance with AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for City's representative to observe welds. 2) Welds shall be full circle fillet welds, unless otherwise specified. 3) Welding shall be completed after application of field applied joint coating. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. After the pipe has been joined and properly aligned and prior to the start of the welding procedure: 1) The spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. 2) In no case shall the clearance tolerance be permitted to accumulate. d. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. 3) Welding shall be performed so as not to damage lining or coating. 4) Cover the polyurethane coating as necessary to protect from weld splatter. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 27 e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. Hand Welding 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. 1) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. k. Welders 1) Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. b) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. c) Any welder making defective welds shall not be allowed to continue to weld. E. Interior Joint Grouting 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. 2. Fill the inside of the joint recess with a stiff cement mortar. 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. 5. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 27 a. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope. F. Exterior Joint Protection 1. Heat Shrink Sleeves a. General 1) Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3 inches. 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary width will not be permitted. b. Installation 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of non -welded pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. 10) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 27 a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. e) Take care not to excessively heat the parent coating. 12) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs may be repaired using heat shrink sleeve repair kits. 13) Allow the sleeve to cool before moving, handling or backfilling. In hot climates, provide shading from direct sunlight. a) Water quenching will be allowed only when permitted by the sleeve manufacturer. G. Protective Welded Joints Coating System — Weld After Backfill 1. General a. Application of protective coating at the pipe joints will be as follows: 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil polyurethane coating 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding 3) A field applied 110 mil (full recovered thickness) by 18 inch wide CANUSA AquaWrap high shrink heat shrinkable joint sleeve 4) After the heat shrinkable joint sleeve is installed, backfill the trench and then weld the joint. b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. d. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. Any damage must be repaired. 1) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Joint Coating (3 Layer) a. Apply 3 Layer Joint Coating System before Welding the Joint b. Pipe Manufacturing and Heat Tape 1) A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coating. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 27 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. a) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 4) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. a) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Take care not to excessively heat the parent coating. e) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 10) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 27 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 11) Allow the sleeve to cool before moving, handling or backfilling. a) In hot climates, provide shading from direct sunlight. b) Water quenching will be allowed only when permitted by the sleeve manufacturer. 12) Holiday testing shall be performed using a high voltage holiday tester (operating at 100 volts per mil) at each joint after field application of heat shrinkable joint sleeve per SP0188. a) If any holidays or cuts are detected, the sleeve shall be repaired using the heat shrink sleeve manufacturer's recommendation. b) The damaged area shall be covered with a minimum of 50-mm overlap around the damaged area. H. Protection of Buried Metal 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps of wax tape and encase in flowable fill. 3.5 REPAIR A. Repair and Field Touchup of Polyurethane Coating 1. For repair and field touch-up of polyurethane coating, apply: a. Madison GP II (E) Touchup Polyurethane Coating b. Lifelast Durasheild 210, 310 or 310 JARS c. ITW — Futura Coatings Protec II, or d. Coating manufacturer's recommendation 2. Holidays a. Remove all traces of oil, grease, dust, dirt and other debris. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material described above. d. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday. 3. Field Cuts or Large Damage a. If in the opinion of the City the polyurethane coating is excessively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like -new condition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt and other debris. d. Roughen area to be patched with rough grade sandpaper (40 grit). e. Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. f. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. g. Work repair material into scratched surface by brushing. h. Feather edges of repair material into prepared surface. i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field cut. j. Test repairs for holidays. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 27 B. Patch of Cement Mortar Lining 1. Repair cracks larger than 1/16 inch. 2. Pipes with disbonded linings will be rejected. 3. Excessive patching of lining shall not be permitted. 4. Repair in accordance with AWWA C205 and as follows: a. Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12 inches. c. In general, there shall be not more than 1 patch in the lining of any joint of pipe. 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 6. Do not install patched pipe until the patch has been properly and adequately cured, unless approved by the City. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections Quality Control of Field Applied Polyurethane Coating a. Surface Preparation 1) Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is being achieved. b. Visual 1) Visually inspect cured coating to ensure that the coating is completely cured with no blisters, cracks, pinholes, missed areas, excessive roughness, "sticky" or "gooey" areas. 2) Check to ensure that the coating completely covers the steel and existing coating. c. Thickness 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA 2. a) If the thickness of the coating is below the minimum specified millage anywhere along the length of the pipe, then adjustments must be made to the spray system to correct the problem. 2) At a minimum, the thickness shall be measured for every 50 square feet of sprayed area. d. Adhesion 1) Perform the following procedure on a minimum of 1 joint per day: a) Select area to test that has cured for at least 1 hour for fast setting coatings. b) Test and repair in accordance with AWWA C222 Dolly Pull -off Test. e. Holiday Testing 1) Holiday testing shall be performed using a high voltage holiday tester at each joint no sooner than 1 hour after field application of polyurethane coating. f. Inspection at Welding Joints CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 27 1) When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. 2) The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. 3) Any damage must be repaired. 4) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Weld Testing a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C2O6 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 2) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. 3) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 3. Deflection Testing a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing at a minimum rate of 1 measurement for every 2,5OO linear feet of water line. b. City may reject any areas not meeting the deflection requirements of this Specification. 4. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water main as specified in Section 33 04 40. 5. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection for water lines 24-inch and larger in accordance with Section 33 0131. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 27 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] 1040 ZII 0&1 X01111130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.13.4, 5, and 6 — Added reference to Section 33 1105 and removed material specification for bolts, nuts, gaskets and flange coating CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 12 10- 1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 15 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 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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 331210-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 15 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-3 80). 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. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 15 e. C131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. £ 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. 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 15 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. 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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 15 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 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. 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 3/4 inch per foot or 0.1458 inch per inch ± 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 '/z -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 331210-6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 15 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 O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 331210-7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 15 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 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 (I I-NC-2A) for a distance such that 11/2 inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (I I-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 %2-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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 15 1) Key with 0-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an 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 1 1/2 -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. 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. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 331210-9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 15 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 C 150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C 131 (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. 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 3/4-inch, 3/4-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 3/4-inch or 3/4-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread -plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end -point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti -flotation devices. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 15 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 ::L5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a `knock -out" plug to accept the AMI end- point. Knock -out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock -out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread -pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of/2-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only -Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non -deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 15 a) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-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 3/4-inch or 3/4-inch or I - 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 I '/2-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 15 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. 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 3/4-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 15 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 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 1/4 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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 15 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 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 Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 15 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, Partl, 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 Partl, 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, 4/26/2013 F. Griffin sodding or hydromulching paid separately)' Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11 6/19/2013 D. Johnson 1.2.A.4.c — Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 11/21/2016 W. Norwood Require meter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12 11/21/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14/17 W. Norwood 2.2, C, 9.a.3 Remove table "Fit Contour of pipe..." 2/14/17 W. Norwood 3.4, C, l.d.(2) Remove nylon sleeve inserts, require cc threads. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised February 14, 2017 SECTION 33 12 11 LARGE WATER METERS PART1- GENERAL 1.1 SUMMARY 33 12 11 -1 LARGE WATER METERS Page 1 of 4 A. Section Includes: 1. Large Water Meter, Vault, Bypass and Appurtenances (3-inch and larger) B. Products Installed but Not Furnished Under This Section 1. Water Meter and Strainer C. Deviations from this City of Fort Worth Standard Specification 1. None. D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 80 00 — Modifications to Existing Concrete Structures 4. Section 33 06 16 — Concrete Water Vaults 5. Section 33 11 10 —Ductile Iron Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 12 10 — Water Services 1-inch to 2-inch 8. Section 33 12 20 — Resilient Seated Gate Valve 9. Section 33 12 50 — Water Sample Stations 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes meter, vault, piping, appurtenances, and bypass line (from upstream tee to downstream tee). 1) Piping upstream of bypass line tee is measured and paid separately as water pipe, by size. 2) Piping downstream of bypass line tee is measured and paid separately as water pipe, by size. a) Any licensing requirements for plumbing installation are included in this item's measurement. 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 "Water Meter and Vault" installed for: 1) Various meter sizes CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 1211 -2 LARGE WATER METERS Page 2 of 4 3. The price bid shall include: a. Excavation b. Pre -cast concrete vault and appurtenances c. Crushed rock foundation d. Access hatch e. Piping and appurtenances f. Fittings g. Horizontal thrust blocking h. Sample station and appurtenances i. Flushing points and appurtenances j. Installation of Compound Water Meter with Strainer k. Reinforced Concrete Pipe Sump 1. Reconnection of Service m. Backfill n. Pavement removal o. Hauling p. Disposal of excess material q. Placement and compaction of backfill r. Plumbing Licensing requirements s. Clean-up t. Concrete Filled Steel Pipe Bollards as required u. Surface restoration around perimeter of water meter vault and piping as required. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. All 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 Vault 2. Piping 3. Sample Station 4. Isolation Valves 5. Sample Tap and appurtenances 6. Hatch 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 12 11 -3 LARGE WATER METERS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Precast Concrete Vault — Conform to Section 33 05 16 2. Gate Valves — Conform to Section 33 12 20 3. Ductile Iron Pipe — Conform to Section 33 11 10 4. Ductile Iron Fittings — Conform to Section 33 11 11 5. Sample Station — Conform to Section 33 12 50 6. Sample and flushing point taps — Conform to Section 33 12 10 7. Hatch — Conform to Section 33 05 16 B. Meter and Strainer 1. Furnished by City 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. Install vault in accordance with manufacturer's recommendations and in accordance with Section 33 05 16. B. Pipe Penetrations 1. Conform to Section 03 80 00. C. Meter 1. Obtain meter and strainer from City Field Operations Warehouse. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 1211 -4 LARGE WATER METERS 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 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 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 1105 — Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 —Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 12) Hauling CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 13) Disposal of excess material 2 14) Furnishing, placement and compaction of embedment 3 15) Furnishing, placement and compaction of backflll 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut -in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing, placement and compaction of embedment 35 18) Furnishing, placement and compaction of backflll 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS — Non Rising Stem 43 2. OS&Y — Outside Screw and Yoke 44 B. Reference Standards CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 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. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. 13117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA): a. C509, Resilient -Seated Gate Valves for Water Supply Service. b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. CI15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 8. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 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. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1 1. Valve Body 2 a. Valve body: ductile iron per ASTM A536 3 b. Flanged ends: Furnish in accordance withAWWA/ANSI C115/A21.15. 4 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 5 C111/A21.11. 6 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 7 mils, meeting AWWA C550 requirements 8 e. Buried valves: Provide with polyethylene encasement in accordance with 9 AWWA/ANSI C105/A21.5. 10 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 11 2. Wedge (Gate) 12 a. Resilient wedge: rated at 250 psig cold water working pressure 13 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 14 permanently bonded EPDM rubber. 15 3. Bypass 16 a. For gate valves using a double roller, track and scrapper system, an integrally 17 cast bypass on the body of the valve is required. 18 1) Orient the bypass on the same side of the gate valve as the spur gear to 19 allow operation of both valves from the manhole opening. 20 2) The bypass shall be a minimum 4-inch in size. 21 4. Gate Valve Bolts and Nuts 22 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 23 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 24 through 12-inch valves) or as specified in 2.2.C.4.b. 25 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 26 sizes) and for valves 16-inch through 36-inch (non -buried service) 27 5. Bolts and Nuts 28 a. Mechanical Joints 29 a) Provide bolts and nuts in accordance with Section 33 1105. 30 b. Flanged Ends 31 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 32 material. 33 2) Provide bolts and nuts in accordance with Section 33 1105. 34 3) Flanged isolation kits shall be provided when connecting to buried steel or 35 concrete pressure pipe. Kits shall conform to Section 33 04 10. 36 6. Joints 37 a. Valves: flanged, or mechanical joint or any combination of these as specified 38 on the Drawings or in the project Specifications 39 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 40 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 41 Class 125. 42 b) Field fabricated flanges are prohibited. 43 2) Steel or concrete pressure pipe 44 a) Use flange joints unless otherwise specified in the Contract 45 Documents. 46 3) Ductile Iron or PVC pressure pipe 47 a) Use mechanical joints with mechanically restrained retainer glands 48 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 f. Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8of10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — 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 3513; 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. 1.6.13.4 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.1.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. La 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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 1221 -1 AWWA Rubber -Seated Butterfly Valves Page 1 of 11 1 SECTION 33 12 21 2 AWWA RUBBER -SEATED BUTTERFLY VALVES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. AWWA Rubber -Seated Butterfly Valves 30-inch through 72-inch for transmission, 7 distribution system and plant applications (buried or above ground installation) as 8 specified herein and shown on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 3. Section 03 30 00 — Cast -In -Place Concrete 15 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 16 5. Section 33 05 16 — Concrete Water Vaults 17 6. Section 33 1105 — Bolts, Nuts, and Gaskets 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item shall be per each. 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under "Measurement" will be paid for at the unit price 25 bid per each "AWWA Butterfly Valve" installed for: 26 1) Various sizes 27 3. The price bid shall include: 28 a. Furnishing and installing AWWA Butterfly Valves as specified in the Drawings 29 b. AWWA Butterfly Valve vault and appurtenances 30 c. Pavement removal 31 d. Excavation 32 e. Hauling 33 f. Disposal of excess material 34 g. Furnishing, placing and compaction of embedment 35 h. Furnishing, placing and compaction of backfill 36 i. Clean-up 37 j. Cleaning 38 k. Disinfection 39 1. Testing CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 1221 -2 AWWA Rubber -Seated Butterfly Valves Page 2 of 11 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American National Standards Institute (ANSI): 7 a. 131.1, Unified Inch Screw Thread Series 8 3. American Society of Mechanical Engineers (ASME): 9 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 10 4. ASTM International (ASTM): 11 a. A36, Standard Specification for Carbon Structural Steel. 12 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 13 c. A536, Standard Specification for Ductile Iron Castings. 14 d. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 15 5. American Water Works Association/American National Standards Institute 16 (AWWA/ANSI): 17 a. Cl l l/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 18 Fittings. 19 6. American Water Works Association (AWWA): 20 a. C504, Rubber -Seated Butterfly Valves. 21 b. C550, Protective Interior Coatings for Valves and Hydrants. 22 7. NSF International (NSF): 23 a. 61, Drinking Water System Components -Health Effects. 24 8. Society for Protective Coatings/NACE International (SSPC/NACE): 25 a. SP 10/NACE No. 2, Near -White Blast Cleaning. 26 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 0133 00. 29 B. All submittals shall be approved by the City prior to delivery. 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Product Data 32 1. Rubber -Seated Butterfly Valves stating: 33 a. Material 34 b. Valve and Actuator Coating System 35 c. Working pressure rating 36 d. Test pressure rating 37 e. Valve classification 38 f. Valve Seat Type and bonding method to disc or body 39 g. Valve -port diameter 40 h. Valve Torque required 41 i. Actuator Type and maximum torque 42 j. Total net assembled weight 43 k. Valve operator and extension stems 44 1. Opening direction CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 1221 -3 AWWA Rubber -Seated Butterfly Valves Page 3 of 11 1 2. Confirm valve seat type for specific project application with the City prior to 2 ordering Rubber -Seated Butterfly Valve. 3 B. Shop Drawings 4 1. For below grade applications: 5 a. Cast -in -place concrete vault in accordance with shop drawing requirements set 6 forth in Section 03 30 00. 7 b. Vault appurtenances in accordance with shop drawing requirements set forth in 8 Section 33 05 16. 9 C. Certifications 10 1. Furnish an affidavit certifying that all AWWA Rubber -Seated Butterfly Valves 11 meet the provisions of this Specification and have been hydrostatically tested at the 12 factory and meet the requirements of AWWA C504. 13 2. Furnish an affidavit certifying that the coating for all AWWA Rubber -Seated 14 Butterfly Valves meets the provisions of this Specification and meets the 15 requirements of AWWA C504. 16 3. Furnish affidavit that AWWA Rubber -Seated Butterfly Valve manufacturer owns 17 or controls any foreign factory/foundry that supplies valve casings and can certify 18 that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 19 control at the foreign factory/foundry. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS 22 A. Operation and Maintenance Manual 23 1. Furnish Operation and Maintenance Manual in accordance with Division 1. 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Rubber -Seated Butterfly Valves and manual actuators of the same size shall be 28 the product of 1 manufacturer for each project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. Rubber -Seated Butterfly Valves shall be in conformance with AWWA C504. 32 c. Casings for Rubber -Seated Butterfly Valves; that are not manufactured within 33 the United States of America, shall be manufactured by factories/foundries that 34 are owned or controlled (partial ownership) such that the Rubber -Seated 35 Butterfly Valve Manufacturer can control and guarantee quality at the foreign 36 factory/foundry. 37 d. Worm -gear type actuator meeting the requirements of this specification shall be 38 39 1) Rotork Gears IW Series AWWA C504 & C5PV-3 Quarter -turn Worm Gear 40 Operator, 41 2) AUWA GS Part -Turn Gearbox, 42 3) Limitorque HBC Worm Gearbox series 43 4) EIM WO series for non-burier applications or WB series for direct -buried 44 applications CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 1221 -4 AWWA Rubber -Seated Butterfly Valves Page 4 of 11 1 5) Or Engineer approved equal 2 2. The AWWA Rubber -Seated Butterfly Valve shall be the product of a manufacturer 3 regularly engaged in the manufacturing of AWWA Rubber -Seated Butterfly Valves 4 having similar service and size. 5 3. Unit Responsibility 6 a. All equipment specified under this Section is to be furnished by the valve 7 manufacturer who shall be responsible for the adequacy and compatibility of all 8 unit components including, but not limited to, the valve, actuator and extension 9 stems. 10 b. Any component of each complete unit not provided by the valve manufacturer 11 shall be designed, fabricated, tested and installed by factory -authorized 12 representatives experienced in the design and manufacture of the equipment. 13 1) This includes, but is not limited to, coordination of the torque required to 14 properly operate the valve. 15 2) This does not relieve the Contractor of the overall responsibility for this 16 portion of the work. 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A. Storage and Handling Requirements 19 1. Protect all parts such that no damage or deterioration will occur during a prolonged 20 delay from the time of shipment until installation is completed and the units and 21 equipment are ready for operation. 22 2. Protect all equipment and parts against any damage during a prolonged period at the 23 site. 24 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 25 strongly built and securely bolted thereto. 26 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 27 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 28 extremes in temperature. 29 6. Secure and maintain a location to store the material in accordance with Section 01 30 6600. 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY 33 A. Manufacturer Warranty 34 1. Manufacturer's Warranty shall be in accordance with Division 1. 35 PART 2 - PRODUCTS 36 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 37 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 38 A. Manufacturers 39 1. Only the manufacturers as listed on the City's Standard Products List will be 40 considered as shown in Section 0160 00. 41 a. The manufacturer must comply with this Specification and related sections. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 1221 -5 AWWA Rubber -Seated Butterfly Valves Page 5 of 11 2. Any product that is not listed on the Standard Product List or listed in this specification is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements a. AWWA Rubber -Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AWWA C504 and shall meet or exceed the requirements of this Specification. b. All AWWA Rubber -Seated Butterfly Valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. b. Valve bodies shall be short body type. 2. Joints a. Flange end valves shall be: 1) Class 125 Standard flanged ends faced 2) Drilled per ASME B 16.1 standard for cast iron flanges 3) Flanges shall be designed for the test pressure of the valve. b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI C111/A21.11. c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless otherwise noted in the Contract Documents. 1) Flange isolation kits shall be provided in accordance with Section 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contract Documents. 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. b. Tapped Bolts 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI 131.1 UNC thread. 4. Gaskets 1) Provide gaskets in accordance with Section 33 1105. 5. Discs a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 1) Disc and shaft connection shall be made with tapered pins of either monel or stainless steel 6. Valve Shaft a. Valve shaft shall be: 1) Type 304 stainless steel or equal 2) 1-piece unit or stub -shaft type a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 '/2 times shaft diameter CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Trinity Baptist Temple 101711 33 1221 -6 AWWA Rubber -Seated Butterfly Valves Page 6 of 11 1 3) Minimum diameter per AWWA C5O4 2 4) Horizontal orientation 3 7. Shaft Seals 4 a. Valve shaft seals shall be self -compensating V-type packing with a minimum 5 of 4 sealing rings. 6 b. Design shall allow adjustment or replacement without removing the valve shaft. 7 8. Valve Bearings 8 a. Valve shaft bearings shall be non-metallic and permanently lubricated. 9 9. Valve Seat 10 a. Seats on Body (for transmission projects only) 11 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and 12 bonded to the valve body. 13 2) Provide a 360 degree continuous, uninterrupted seating surface. 14 3) Field adjustable around the full 36O degrees circumference and replaceable 15 without dismantling the actuator, disc or shaft and without removing the 16 valve from the line. 17 4) The seat shall be retained in the valve body by mechanical means without 18 retaining rings, segments, screws or hardware of any kind in the flow 19 stream. 20 5) The seat shall contain an integral shaft seal protecting the valve bearings 21 and packing from any line debris. 22 6) Rubber seats shall be field adjustable and replaceable. 23 b. Seats on Disc (for transmission or water facility) 24 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and 25 bonded to the disc. 26 2) Resilient seats shall be located on the valve disc and shall provide a 360 27 degree continuous, uninterrupted seating surface. 28 3) Seats shall be mechanically retained with a stainless steel retaining ring and 29 stainless steel cap screws which shall pass through both the resilient seat 30 and the retaining ring. 31 4) The resilient seat's mating surface shall be to a 360 degree continuous 32 uninterrupted stainless steel body seat ring. 33 5) Rubber seats shall be field adjustable and replaceable. 34 10. Performance / Design Criteria 35 a. Valve Classification shall be Class 25OB 36 D. Finishes 37 1. Unless otherwise specified in the Contract Documents, exterior and interior metallic 38 surfaces of each valve shall be shop fusion bonded epoxy coated meeting per the 39 latest revision of AWWA C55O. 40 2. Painting and Coatings 41 a. All surfaces of the valve shall be clean, dry and free from grease before 42 applying paint or coating. 43 b. The valve interior and exterior surfaces, except for the seating surfaces, shall be 44 provided with the manufacturer's standard coating or as specified in the 45 Contract Documents. 46 c. All internal exposed surfaces that are susceptible to corrosion shall be coated 47 with a Polymide cured, rust inhibiting epoxy. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 1221 -7 AWWA Rubber -Seated Butterfly Valves Page 7 of 11 1 d. Surfaces to be coated shall be prepared and sand -blasted per SSPC SP 2 10/NACE No. 2. 3 e. Final coating thickness shall be 16 mils minimum. 4 f. All surfaces shall be inspected for proper dry film thickness using a magnetic 5 dry film thickness gauge. 6 g. Tests for invisible holidays shall be conducted using a low voltage, wet sponge 7 holiday or leak detector. 8 E. Marking for Identification 9 1. For each Rubber -Seated Butterfly Valve, clearly mark with the following 10 information: 11 a. Valve size 12 b. Class for which it is designated 13 c. Name of manufacturer 14 d. Date of manufacturer 15 2.3 ACCESSORIES 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 A. Rubber -Seated Butterfly Valves shall have the following accessories provided as part of the valve installation: 1. Below grade Rubber -Seated Butterfly Valves shall be placed within a concrete vault in accordance with Section 03 30 00, or as shown on the Drawings. All vault appurtenances shall be in accordance with Section 33 05 16. 2. Manual Actuators a. Valves shall be provided with manual actuators, unless otherwise specified in the Drawings. b. Valves shall be opened by turning the actuator clockwise and close counter clockwise. c. Manual actuators shall be fully greased, packed and have adjustable stops in the open and closed position. 1) The actuator shall have a adjustable mechanical stop which will withstand an input torque of 450 foot-pounds against the stop. 2) The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. d. Butterfly valves in a vault shall be furnished with a 2-inch operating nut. 1) The actuator shall be placed in a vault as indicated on the Drawings and have extension to the top of the vault. e. Butterfly valves in plant, pump station or tank service applications located above ground shall be provided with a 16 inch minimum diameter handwheel operator. 1) Handwheels shall be painted red. f. Valve Position Indicator 1) Provide position indicator with mechanical dial indicator as follows: a) Highly visible b) Containing "Open" and "Closed" legend at the end of a 90 degree arc c) Pointer to show the disc position (Closed-0 degree and Open-90 degree) d) Arc graduated in degrees g. Actuator shall be worm -gear type, as follows: 1) Worm gear manual operator shall comply fully with AWWA C504, latest edition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Trinity Baptist Temple 101711 33 1221 - 8 AWWA Rubber -Seated Butterfly Valves Page 8 of 11 1 2) Worm gear drive sleeve and worm shaft shall be of solid, 1-piece design; 2 bolted segments or pinned worms will not be acceptable. Drive sleeve shall 3 include an integral spline to accept a removable bottom -entry spline 4 bushing for valve shaft connection. 5 3) If required for torque purposes, spur gear reducers may be provided for 6 increased torque outputs and to reduce handwheel diameter. Worm gear 7 operator shall include handwheel with maximum 80 pound rim pull or a 2- 8 inch AWWA Nut with a maximum 150 ft. lbs required input torque 9 4) Materials of Construction 10 a) Housing: Ductile Iron 11 b) Drive sleeve: Bronze 12 c) Worm: Alloy steel with splined input drive connection 13 d) Bearings: Heavy duty tapered roller bearings 14 e) Finish: Thermostatically Applied Polyester Powdercoat 15 f) Fasteners: Stainless steel 16 5) Manual gears shall be capable of being field retrofit with an electric motor 17 operator in the future without major modifications. 18 a) With spur gear removed, splined worm gear input shaft and motor 19 adapter flange shall be easily added to accept a multi -turn "torque- 20 only" electric valve actuator. 21 (1) Supplier shall include the Number of Turns required to complete on 22 Open -to -Close stroke in the Equipment Submittal. 23 3. Extension Stem 24 a. Keyed solid extension stem of sufficient length to bring the operating nut up to 25 within 1 foot of the surface of the ground, when the operating nut on the valve 26 is 3 feet or more beneath the surface of the ground 27 1) Not required for City stock orders. 28 2) Extension stems shall not be bolted or attached to the valve -operating nut. 29 3) Extension stems shall be of cold rolled steel with a cross -sectional area of 1 30 square inch, fitting loosely enough to allow deflection. 31 4. 2-inch Taps 32 a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve 33 body. 34 1) Taps shall be C.C. thread with flare, with insulated adaptor kit. 35 2) Provide copper riser between corporation stop and curb stop. 36 3) Install curb stop 12 inches from the vault top 37 a) Reachable by hand from the vault lid 38 5. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be 39 furnished in sufficient quantity for assembly of each joint. 40 2.4 SOURCE QUALITY CONTROL 41 A. Tests and Inspections 42 1. Each valve shall be shop tested for leaks in the closed position with the valve 43 horizontal. 44 a. The upper surface of the valve disc shall be visible and covered with a pool of 45 water at 0 psi pressure. 46 b. Air pressure equivalent to the design rating of the valve shall be applied to the 47 lower face of the disc for at least 5 minutes with no indication of leakage (i.e. 48 bubbles in the water pool) during the test period. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 1221 -9 AWWA Rubber -Seated Butterfly Valves Page 9 of 11 1 2. The valve body shall be hydrostatically tested at twice the rated pressure for 10 2 minutes with the valve in the slightly open position. 3 a. During this test, there shall be no leakage or seeping through the valve body, 4 weld or valve trunnions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. General 11 1. All Rubber -Seated Butterfly Valves shall be installed in accordance with the 12 instructions of the manufacturer and as shown on the Drawings. 13 2. For buried applications, Rubber -Seated Butterfly Valves shall be placed in a 14 concrete vault and installed in accordance with Section 03 30 00. All vault 15 appurtenances shall be installed in accordance with Section 33 05 16. 16 3. All excavations shall be backfllled in accordance with Section 33 05 10. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL 20 A. Field Inspections 21 1. Before acceptance of the installed Rubber -Seated Butterfly Valve, the City Field 22 Operations and/or Production Staff shall have the opportunity to operate the valve. 23 a. The operator will be assessing the ease of access to the operating nut within the 24 valve box and ease of operating the valve from a fully closed to fully opened 25 position. 26 b. If access and operation of the Rubber -Seated Butterfly Valve meet the City's 27 criteria, then the valve will be accepted as installed. 28 B. Non -Conforming Work 29 1. If access and operation of the valve or its appurtenances does not meet the City's 30 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 31 the Contractor's expense. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 1221 - 10 AWWA Rubber -Seated Butterfly Valves Page 10 of 11 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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 33 1221 -11 AWWA Rubber -Seated Butterfly Valves Page 11 of 11 Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Acceptable size range was modified to include butterfly vales from 36-inches to 72-inches; Blue text included for exceptions 12/20/2012 D. Johnson 2.2.C.3 and 4 — Added Section 33 1105 reference and removed material specification for bolts, nuts and gaskets. Added material specification for tapped bolts. Modified Vault and Appurtenance Specifications throughout 1. LA Acceptable size range was modified to include butterfly vales from 30-inches to 72-inches; Blue text included for exceptions 1.6.C.3 Added Section. Affidavit required that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.l.c Added Section. Requirement that manufacturer owns/control foreign factory/foundry that supplies valve castings 6/24/2014 D. Townsend 1.9.A.l.d Added Section. Acceptable worm gear type actuators. 2.2.A.2. Added Clarification. Accepted product can be listed in this specification 2.3.A.2.g. 3&4. Format Change. Added Item 4 to Item 3. 2.3.AQ.2.g.3. Addition: "or 2-inch AWWA Nut with a maximum 150 ft lbs required input torque 2.3.2.g Changed Item 4.a to Item 4 2.3.A.2.0 & 2.3.A.2.c.I Modification. Manual actuator to have adjustable stops CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised December 20, 2012 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 Main" installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CI05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. CI15A21/15, 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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] A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART2- 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 0125 00. B. Description 1. Regulatory Requirements CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 11 05. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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, backiill, 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 6, 2013 331230-1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 1 of 8 SECTION 33 12 30 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 2-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies (Combination Air Valves) for potable water systems including: a. Combination air -release and air/vacuum valve b. Tap to water main c. Lead-free Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and appurtenances B. Deviations from this City of Fort Worth 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 13 — Frame, Cover and Grade Rings 4. Section 33 11 10 —Ductile Iron Pipe 5. Section 33 11 11 — Ductile Iron Fittings 6. Section 33 11 14 — Buried Steel Pipe and Fittings 7. Section 33 12 10 — Water Services I -Inch to 2-Inch 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 9. Section 33 39 20 — Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Air Release Valve & Vault" installed for: 1) Various inlet sizes 3. The price bid shall include: a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances c. Tapping the main d. Isolation valves CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 12 30 - 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 e. Fittings f. Vent piping g. Vent cover and/or enclosure h. Vent enclosure and/or pipe bollard protection, if required i. Excavation and backfill IIlc=;701W01;SWrejOki A. Definitions 1. Combination Air Valve: A device having the features of both an air -release valve and an air/vacuum valve 2. Inlet: The opening at the base of the Combination Air Valve mechanism through which air and water from the pipeline enters 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 4. Lead-free: 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). 5. Orifice: The opening in the Combination Air Valve mechanism through which air is expelled from or admitted into the pipeline or piping system. Some valves may have multiple orifices. 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the orifice, through which air enters or exits the Air Valve 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault 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 Iron and Steel Institute (AISI). 3. ASTM International (ASTM): a. A536, Standard Specification for Ductile Iron Castings. 4. American Water Works Association (AWWA): a. C512, Air -Release, Air/Vacuum, and Combination Air Valves for Waterworks Service. b. M51, Air -Release, Air/Vacuum, and Combination Air Valves. 5. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 6. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331230-3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Combination Air Valves a. Application type b. Working pressure rating c. Test pressure rating d. Surge pressure rating e. Inlet size f. Small orifice size g. Large orifice size 2. Valve vault and appurtenances 3. Tapping appurtenances 4. Isolation valves 5. Fittings 6. Vent piping 7. Vent cover and/or enclosure 8. Vent enclosure and/or pipe bollard protection 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Combination Air Valves of the same size shall be the product of 1 manufacturer, unless approved by the City. b. Combination air valves shall be in conformance with AWWA C512. B. Certifications 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with AWWA C512. 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. Protect the finished surfaces of all exposed flanges by wooden blank 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 directly exposed to sunlight or extremes in temperature. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 12 30 - 4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 6. Secure and maintain a location to store the material in accordance with Section 0166 00. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART2- 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 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. 3. The Combination Air Valve shall be new and the product of a manufacturer regularly engaged in the manufacturing of air release/air vacuum valves having similar service and size. B. Description 1. Regulatory Requirements a. Combination Air Valves shall meet or exceed the latest revisions of AWWA C512 and shall meet or exceed the requirements of this Specification. b. All Combination Air Valve components in contact with potable water shall conform to the requirements of NSF 61. c. 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. C. Performance / Design Criteria Capacities a. Water Application = Potable Water b. Working Pressure from 10 psi to 150 psi c. Test Pressure = 225 psi d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract Documents e. Size 1) Each orifice size must be sufficient to meet the requirements set forth in AWWA M51 and indicated on the Drawings. 2. Function a. High volume discharge during pipeline filling b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening/Controlled discharge rates CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331230-5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 1) The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. D. Materials 1. Combination Air Valve a. Internal parts 1) Non -corroding material such as stainless steel or high density polyethylene b. Valve body 1) AISI 304 stainless steel or ASTM A536 ductile iron 2) Equipped with intake and discharge flanges c. Inlet/Discharge orifice area 1) Equal to the nominal size of the valve E. Finishes 1. Finish Materials a. Supply all ductile iron Combination Air Valves with a factory applied fusion bonded epoxy coating with a final coating thickness of 16 mils minimum. 2.3 ACCESSORIES A. For 2-inch Combination Air Valve Assemblies: 1. Tap a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in accordance with Section 33 12 10 2. Inlet Piping a. 2-inch outlet between the tap and the isolation valve with the following: 1) Threaded, lead-free brass piping 2) Threaded, lead-free brass tee 3) Threaded, lead-free brass hand wheel valves 3. Vent Piping a. 4-inch minimum diameter, in accordance with the Drawings 4. Vent Screen a. Stainless Steel (AISI 304) 5. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal 6. Vault a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 33 39 20. b. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings B. For 3-inch to 8-inch Combination Air Valve Assemblies: Tap a. For 24-inch diameter mains: 1) Provide 24-inch blind flange outlet CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 b. For mains with 30-inch and greater diameter: 1) Provide 30-inch blind flange outlet c. For ductile iron and PVC mains, provide mechanical joint x flange tee with tapped flange. 2. Inlet Piping a. Flanged ductile iron or steel, depending on main material, in accordance with Drawings b. Corporation stops shall be in accordance with Section 33 12 10 and with Drawings. 3. Isolation Valves a. Gate valve (flanged) in accordance with Section 33 12 20 with: 1) 2-inch operating nut, non -rising stem with enclosed miter gearing for 3- inch and larger gate valves 4. Vent Piping a. 4-inch minimum, ductile iron pipe, in accordance with Drawings 5. Vent Screen a. Stainless Steel (AISI 304) 6. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal 7. Vault a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. b. Manhole dimensions shall be in accordance with Drawings. c. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings C. Finishes 1. Primer Materials a. Prime Vent Piping within vault, as well as above ground, for finish with a product listed in on the City's Standard Products List in Section 0160 00, unless otherwise stated in the Drawings. 2. Finish Materials a. Paint Vent Piping within vault, as well as above ground, with a product listed in on the City's Standard Products List in Section 0160 00, unless otherwise stated in the Drawings. b. Color to be selected by the City. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Combination Air Valves shall be in accordance with AWWA C512. B. Markings 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331230-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 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 in accordance with manufacturer's recommendations and as shown on the Drawings. 2. Above ground and vault interior ductile iron piping and valves shall be painted in accordance with City requirements, unless otherwise stated in the Drawings. 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in accordance with Section 33 11 10 and Section 33 11 11 respectively. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Inspections 1. Pipe the large and small orifices directly to the vent piping. There direct discharge of an orifice to an underground vault. 2. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 3. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve. 4. The City will assess the ease of access to the operating nut and ease of operating the corporation stop. 5. If access and operation of the valve and its appurtenances meet the City Standard Detail, then the valve will be accepted as installed. 6. The Combination Air Valve assembly shall be free from any leaks. B. Non -Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS 3.14 ATTACHMENTS [NOT USED] Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson General: Modified specification to reflect materials and equipment in City Standard Detail; Removed cast -in -place manhole references CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 12 40 FIRE HYDRANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 331240-1 FIRE HYDRANTS Page 1 of 7 1. Dry -barrel fire hydrants with 51/4-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 m. Clean up CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 33 12 40 - 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 0133 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALSANFORMATIONAL 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. PART2- 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 33 12 40 - 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 2'/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry -Barrel Fire Hydrant Assembly a. Internal parts 1) Threads CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 MIT 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 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 DATE NAME 12/20/2012 D. Johnson 11 /27/2013 D. Townsend 1/3/2014 D. Townsend 331240-7 FIRE HYDRANTS Page 7 of 7 END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.F.2.a.1).a).(2) Added paint manufacturer specification 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) — All material s to be lead-free in accordance with this act. Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.l.c, 2A.B.2 H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous revisions related to "lead-free" requirement are now deleted including those revisions made 11/27/2013, those being: Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.l.c, 2A.B.2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised January 3, 2014 331250-1 WATER SAMPLING STATIONS Page 1 of 5 SECTION 33 12 50 WATER SAMPLING STATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Water sampling stations for potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. 1-inch water service line a. From water main to curb stop (including tap) 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 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 12 10 — Water Services 1-inch to 2-inch 7. Section 33 12 25 — Connections to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Sampling Station 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 "Water Sampling Station" completed in place. c. The price bid includes: 1) Furnishing and installing Sampling Station with appurtenances as specified in the Drawings 2) Meter box and Lid 3) Concrete support block 4) Curb stop 5) Fittings 6) Incidental 5 feet of service line 7) Pavement Removal 8) Excavation 9) Hauling CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 12 50 - 2 WATER SAMPLING STATIONS Page 2 of 5 10) Disposal of excess material 11) Clean up 12) Disinfection 13) Testing 2. Water Sampling Station installed per City Standard Details. a. Measurement 1) This Item is considered subsidiary to Water Meter Vault. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price per each Water Meter Vault (with Sampling Station) installed 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. NSF International a. 61, Drinking Water System Components —Health Effects 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. Product Data submitted in accordance with Section 33 12 10. 2. Sampling Station 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 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331250-3 WATER SAMPLING STATIONS Page 3 of 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water sampling station 1. Eclipse' Number 88 Sampling Station, or approved equal, with 12-inch depth of bury 2. Lockable, aluminum weather shield enclosure 3. Brass internal piping and appurtenances 4. Galvanized riser pipe 5. Brass isolation valve with 3/4-inch female iron pipe inlet 6. Removable parts that require no excavation 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 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. 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 Water Sampling Station components in contact with potable water shall conform to the requirements of NSF 61. C. Materials / Design Criteria 1. Water Service a. In accordance with Section 33 12 10 include: 1) 1-inch Water Service 2) 3/4-inch Water Service 3) 1-inch Corporation Stop 4) 1-inch Curb Stop 5) Fittings 6) 1-inch standard plastic meter box 2. Concrete Pad a. In accordance with Section 03 30 00 b. Dimensions 1) 2 feet x 2 feet 2) 6 inches thick c. Design CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 12 50 - 4 WATER SAMPLING STATIONS Page 4 of 5 1) Class `B' Concrete (2500 psi) 2) Reinforced with #4 Rebar 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests, Inspections and Markings 1. Conform to Section 33 12 10. 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 Sampling Station in accordance with City Standard Details and Section 33 12 10 Water to include: a. 1-inch Corporation Stop b. 1-inch Water Service c. 1-inch Curb Stop d. 1-inch 90 Degree Elbow e. 1 inch x 3/4 inch Reducer f. %-inch Water Service g. Sampling Station h. 1-inch standard plastic meter box i. Concrete Pad 2. Where appropriate, place sampling station adjacent to power pole, elevated tank, street sign, tree or fire hydrant a. Typical installation on short side of street b. When placing adjacent to fire hydrant: 1) Maintain 4-foot offset from fire hydrant and lead. 2) Do not tap fire hydrant lead line. c. For installations adjacent to valves along large water mains, connect to existing large valve copper riser. 1) Do not tap main, unless approved by City. 3. Excavate, embed and backfill trenches in accordance with 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. See Section 33 12 10. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331250-5 WATER SAMPLING STATIONS Page 5 of 5 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] 1040 ZII 0&1 X01111130 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.c —1-inch standard meter box added to price bid 12/20/2012 D. Johnson 2.2.C. La - 1-inch standard meter box added to materials list 3.4.A.1 - 1-inch standard meter box added to installation CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 331260-1 STANDARD BLOW -OFF ASSEMBLY Page 1 of 4 SECTION 33 12 60 STANDARD BLOW -OFF ASSEMBLY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Standard Blow -off Assembly (6-inch thru 12-inch) B. Products Installed but Not Furnished Under This Section 1. None C. Deviations from this City of Fort Worth Standard Specification 1. None. D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. 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 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 11 10 — Ductile Iron Pipe 8. Section 33 11 11 — Ductile Iron Fittings 9. Section 33 11 13 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 10. Section 33 11 14 — Buried Steel Pipe and Fittings 11. Section 33 12 20 — Resilient Seated Gate Valve 12. Section 33 39 10 — Cast -in -Place Concrete Manholes 13. Section 33 39 20 — Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes gate valves, piping, appurtenances, manhole and cast -in - place concrete bases. 1) Tee or outlet from water main is measured and paid for separately. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Blow Off Valve" installed for: 1) Various sizes 3. The price bid shall include: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 331260-2 STANDARD BLOW -OFF ASSEMBLY Page 2 of 4 a. Excavation b. Pre -cast or cast -in -place concrete manhole and appurtenances c. Cast -in -place concrete gate valve bases d. Crushed rock foundation e. Hinged frame and cover f. Piping, valves and appurtenances g. Fittings (excluding tee or outlet on water main) h. Horizontal thrust blocking i. Backfill j. Pavement removal k. Hauling 1. Disposal of excess material m. Placement and compaction of backfill n. Clean-up o. Surface restoration associated with blow -off valve manhole and piping 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. All 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 Manhole 2. Piping 3. Isolation Valves 4. Frame and Cover 5. Concrete mix design for gate valve bases 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 1. Manufacturer's warranty shall be in accordance with Division 1. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 331260-3 STANDARD BLOW -OFF ASSEMBLY Page 3 of 4 PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Cast -in -Place or Precast Concrete Manholes — Conform to Sections 33 39 10 or 33 3920 2. Gate Valves — Conform to Section 33 12 20 3. Ductile Iron Pipe — Conform to Section 33 11 10 4. Ductile Iron Fittings — Conform to Section 33 11 11 5. Hinged Frame and Cover — Conform to Section 33 05 13 6. Concrete Mix Design — Conform to Section 03 30 00 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. Install blow -off assembly in accordance with respective manufacturer's recommendations. B. Pipe Penetrations 1. Conform to Section 03 80 00. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 331260-4 STANDARD BLOW -OFF ASSEMBLY 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 £ Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 333120-3 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 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] PART2- 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 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. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 333120-4 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 D1784, 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, (1) = 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 11/2 pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur i£ 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 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 0131. 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] DATE NAME 6/18/13 D.Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.B. Lb — Pipe Material Clarification CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 19, 2013 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 7 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 11 10 —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 25 a. Measurement 26 1) Measurement for this Item shall be per each "Sewer Service" complete in 27 place. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Sewer Service" installed for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 34 the Drawings 35 2) Pavement removal 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess material 39 6) Tee connection to main 40 7) Fittings 41 8) 2-way cleanout and cap with concrete pad CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised April 26, 2013 333150-2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 7 1 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid 2 separately) 3 10) Furnishing, placing and compaction of embedment 4 11) Furnishing, placing and compaction of backfill 5 12) Clean-up 6 B. Definitions 7 1. New Service 8 a. New service applies to the installation of a service with connection to a new or 9 existing sewer main. 10 b. The service materials would include service line, fittings and cleanout. 11 2. Bored Service 12 a. Bored service applies to the installation of a service with connection to a new or 13 existing sewer main including a bore under an existing road. 14 b. The service materials would include service line, fittings and cleanout. 15 3. Private Service Relocation 16 a. Private service relocation applies to the replacement of the existing sewer 17 service line on private property typically associated with the relocation of the 18 existing main. 19 b. Typical main relocation will be from a rear lot easement or alley to the street. 20 4. Service Reinstatement 21 a. Service reinstatement applies to the reconnection of an existing service to an 22 existing main that has been rehabilitated by trenchless methods such as pipe 23 enlargement (pipe bursting), slip lining or CIPP. 24 C. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM): 29 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 30 (PVC) Sewer Pipe and Fittings 31 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 32 Pipe, Schedules 40, 80 and 120. 33 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 34 Pipe for Sewers and Other Gravity -Flow Applications 35 d. ASTM D2412 Standard Test Method for Determination of External Loading 36 Characteristics of Plastic Pipe by Parallel -Plate Loading 37 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 38 Pipes Using Flexible Elastomeric Seals 39 3. Texas Commission on Environmental Quality 40 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying 41 Pipe and Rule 42 b. Title 30, Part 1, Chapter 217, Subchapter C, 217.55 — Manholes and Related 43 Structures 44 1.3 ADMINISTRATIVE REQUIREMENTS 45 A. Scheduling CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised April 26, 2013 333150-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 7 1 1. Provide advance notice for service interruption to property owner and meet 2 requirements of Division 0. 3 1.4 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Product data shall include, if applicable: 8 1. Tee connection or saddle 9 2. Fittings (including type of cleanout) 10 3. Service line 11 B. Certificates 12 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 13 this Section. 14 1.6 CLOSEOUT SUBMITTALS [NOT USED] 15 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.8 QUALITY ASSURANCE [NOT USED] 17 1.9 DELIVERY, STORAGE, AND HANDLING 18 A. Storage and Handling Requirements 19 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 20 guidelines. 21 2. Protect all parts such that no damage or deterioration will occur during a prolonged 22 delay from the time of shipment until installation is completed and the units and 23 equipment are ready for operation. 24 3. Protect all equipment and parts against any damage during a prolonged period at the 25 site. 26 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 27 extremes in temperature. 28 5. Secure and maintain a location to store the material in accordance with Section 01 29 6600. 30 1.10 FIELD [SITE] CONDITIONS [NOT USED] 31 1.11 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 35 A. Manufacturers CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised April 26, 2013 33 31 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 7 1 1. Only the manufacturers as listed on the City's Standard Products List will be 2 considered as shown in Section 0160 00. 3 a. The manufacturer must comply with this Specification and related Sections. 4 2. Any product that is not listed on the Standard Products List is considered a 5 substitution and shall be submitted in accordance with Section 0125 00. 6 3. The services and appurtenances shall be new and the product of a manufacturer 7 regularly engaged in the manufacturing of services and appurtenances having 8 similar service and size. 9 B. Materials/Design Criteria 10 1. Service Line and Fittings (including tee connections) 11 a. PVC pipe and fittings on public property shall be in accordance with Section 33 12 3120. 13 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 14 with ASTM D1785. 15 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 16 with Section 33 11 10 and Section 33 11 11. 17 2. Service saddle 18 a. Service saddles shall only be allowed when connecting a new service to an 19 existing sanitary sewer main and shall: 20 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 21 neoprene gasket for seal against main 22 2) Use saddle to fit outside diameter of main 23 3) Use saddle with grooves to retain band clamps 24 4) Use at least 2 stainless steel band clamps for securing saddles to the main 25 b. Inserta tees service connections may not be used. 26 3. Cleanout 27 a. Cleanout stack material should be in accordance with City Standard Details or 28 as shown on Drawings. 29 b. For paved areas, provide a cast iron cleanout and cast iron lid. 30 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 31 4. Coupling 32 a. For connections between new PVC pipe stub out and existing service line, use 33 rubber sleeve couplings with stainless steel double -band repair sleeves to 34 connect to the line. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL [NOT USED] 37 PART 3 - EXECUTION [NOT USED] 38 3.1 INSTALLERS 39 A. A licensed plumber is required for installations of the service line on private property. CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised April 26, 2013 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 7 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 INSTALLATION 4 A. General 5 1. Install service line, fittings and cleanout as specified herein, as specified in Section 6 33 05 10 and in accordance with the pipe manufacturer's recommendations. 7 B. Handling 8 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 9 with care to avoid damage. 10 a. Inspect each segment of service line and reject or repair any damaged pipe 11 prior to lowering into the trench. 12 2. Do not handle the pipe in such a way that will damage the pipe. 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 C. Service Line 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard details, or at lines and grades as indicated in the Drawings. 2. If service line is installed by bore as an alternative to open cut, the cost associated with open cut installation, such as pavement removal, trenching, embedment and backfill and pavement patch will not be included as part of the bore installation. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed PVC Pipe in accordance with 33 05 10. D. Cleanout 1. Install out of traffic areas such as driveways, streets and sidewalks whenever possible. a. When not possible, install cast iron cleanout stack and cap. 2. Install 2-way cleanout in non -paved areas in accordance with City Standard Details. 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. E. Service line connection to main 1. New service on new or replacement main a. Determine location of service connections before main installation so the service fittings can be installed during main installation. b. Connect service line to main with a molded or fabricated tee fitting. 2. Reconnection to main after pipe enlargement a. Tapping the existing main and installing a strap on tee connection may be used. b. Allow the new main to recover from imposed stretch before tapping and service installation. 1) Follow manufacturer's recommendation for the length of time needed. c. Tap main at 45 degree angle to horizontal when possible. 1) Avoid tapping the top of main. d. Extend service line from main to property line or easement line before connecting to the existing service line. 3. New service on existing main a. Connect service line to main with a molded or fabricated tee fitting if possible. b. Tapping the existing main and installing a strap on tee connection may be used. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 Trinity Baptist Temple 101711 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 7 1 F. Private Service Relocation 2 1. Requirements for the relocation of service line on private property 3 a. A licensed plumber must be used to install service line on private property. 4 b. Obtain permit from the Development Department for work on private property. 5 c. Pay for any inspection or permit fees associated with work on private property. 6 d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the 7 building cleanout and compare to data on the Drawings before beginning 8 service installation. 9 e. Submit elevation information to the City inspector. 10 f. Verify that the 2 percent slope installation requirement can be met. 11 1) If the 2 percent slope cannot be met, verify with the Engineer that line may 12 be installed at the lesser slope. 13 3.5 REPAIR / RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION 15 A. Service Relocation 16 1. All relocations that are not installed as designed or fail to meet the City code shall 17 be reinstalled at the Contractor's expense. 18 3.7 FIELD QUALITY CONTROL 19 A. Inspections 20 1. Private property service line requires approval by the City plumbing inspector 21 before final acceptance. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 DATE NAME Revision Log 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 Trinity Baptist Temple 101711 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 7 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 CITY OF FORT WORTH Trinity Baptist Temple STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101711 Revised April 26, 2013 333170-1 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 1 of 6 SECTION 33 3170 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 3-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies (Combination Air Valves) for sanitary sewer force mains to include: a. Combination air -release and air/vacuum valve b. Tap to force main c. Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and appurtenances 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 13 — Frame, Cover and Grade Rings 4. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 5. Section 33 11 10 —Ductile Iron Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 8. Section 33 39 20 — Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Combination Air Valves shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Sewer Air Release Valve and Vault' installed for: 1) Various inlet sizes 3. The price bid shall include: a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances c. Tapping the main d. Isolation valves CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 31 70 - 2 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 2 of 6 e. Fittings f. Vent piping g. Vent cover and/or enclosure h. Vent enclosure and/or pipe bollard protection, if required i. Excavation and backfill IIlc=;701W01k"iWreJOki A. Definitions 1. Combination Air Valve: A device having the features of both an air -release valve and an air/vacuum valve 2. Inlet: The opening at the base of the Combination Air Valve mechanism through which air from the force main enters 3. Inlet Piping: The piping and appurtenances between the force main and the valve inlet 4. Orifice: The opening in the Combination Air Valve mechanism through which air is expelled from or admitted into the force main 5. Outlet: The opening at the top of Combination Air Valve mechanism, including the orifice, through which air enters or exits the force main 6. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault 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 Iron and Steel Institute (AISI). 3. American National Standards Institute (ANSI)/American Water Works Association (AWWA): a. ANSI/AWWA C512 — Air -Release, Air/Vacuum Valves, and Combination Air Valves for Waterworks Service. b. AWWA Manual of Water Supply Practices M51 (AWWA Manual M51) — Air - Release, Air/Vacuum, and Combination Air Valves 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. Combination Air Valves, air/vacuum valves, or combination air valves stating: a. Application type b. Working pressure rating c. Test pressure rating d. Surge pressure rating e. Inlet size CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 333170-3 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 3 of 6 f. Small orifice size g. Large orifice size h. Cleaning ports 2. Valve vault and appurtenances 3. Tapping appurtenances 4. Isolation valves 5. Fittings 6. Vent piping 7. Vent cover and/or enclosure 8. Vent enclosure and/or pipe bollard protection 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Combination Air Valves of the same size shall be the product of 1 manufacturer. 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. Protect the finished surfaces of all exposed flanges by wooden blank 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 directly exposed to sunlight or extremes in temperature. 6. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 31 70 - 4 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 4 of 6 PART2- 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. 3. The Combination Air Valve shall be new and the product of a manufacturer regularly engaged in the manufacturing of air release/air vacuum valves having similar service and size. B. Performance / Design Criteria Capacities a. Application = Sanitary Sewer b. Working Pressure from 10 psi to 150 psi c. Test Pressure = 225 psi d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract Documents e. Size 1) Each orifice size must be sufficient to meet the requirements set forth in AWWA Manual M51 and indicated on the Drawings. 2. Function a. High volume discharge during force main filling b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening/Controlled discharge rates 1) The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. e. Must operate effectively with the presence of solids encountered in sanitary sewer C. Materials Combination Air Valve a. Internal parts 1) Non -corroding material such as stainless steel or high density polyethylene b. Valve body 1) SAE 304 or SAE 316 stainless steel 2) Equipped with intake and discharge flanges c. Inlet/Discharge orifice area 1) Equal to the nominal size of the valve or greater CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 333170-5 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 5 of 6 2.3 ACCESSORIES 1. Inlet Piping a. Shall be in accordance with Drawings 2. Isolation Valves a. Gate valve (flanged) in accordance with Section 33 12 20 with: 1) 2-inch operating nut, non -rising stem with enclosed miter gearing for 3- inch and larger gate valves 3. Vent Piping a. 4-inch minimum Ductile Iron Pipe in accordance with Drawings b. No galvanized piping allowed. 4. Vent Screen a. Stainless Steel (AISI 304) 5. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal 6. Vault a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. b. Manhole dimensions shall be in accordance with Drawings. c. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or approved equal, in accordance with the Drawings 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Combination Air Valves shall be in accordance with AWWA C412. 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 in accordance with manufacturer's recommendations and as shown on the Drawings. 2. All ductile iron piping and valves above ground or within the vault interior shall be painted in accordance with City requirements, unless otherwise stated in the Drawings. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 333170-6 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 6 of 6 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Inspections 1. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve. 3. The City will assess the ease of access to the operating nut and ease of operating the corporation stop. 4. If access and operation of the valve and its appurtenances meet the City Standard Detail, then the valve will be accepted as installed. 5. The Combination Air Valve assembly shall be free from any leaks. B. Non -Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. 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 General: Modified specification to reflect materials and equipment in City Standard Detail; Removed cast -in -place manhole references CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 333910-1 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 333910-3 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 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 01 33 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3339 10 - 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] PART2- 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. UK=97017R;7:rY1130 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 1/2 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 1. 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 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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.1.c. — reinforcing steel removed from items to be included in price bid CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 333920-1 PRECAST CONCRETE MANHOLE Page 1 of 6 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 333920-3 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. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective Coatings for Metal e. D 1227, 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 SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1. Manufacturer's Warranty shall be in accordance with Division 1. PART2- 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 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. 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 D 1187 Type I and ASTM D 1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 1.1.A.1 — Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.B.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.B.1-3 — Modified in accordance with new ASTM references 2.2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 39 60 -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 S 1HB 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 shallbe 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 can not 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 33 39 60 - 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 A. 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 Specification, unless a date is specifically cited. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 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 SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 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 Pre qualification 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 Pre qualification 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 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 1 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- 11 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 clearlyindicate 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 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 shallbe 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 S1HB 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 33 39 60 - 7 LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 12 I 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 D1621) —100 psi minimum 23 2) Density (per ASTM D1622) — 5 lbs/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. 40 2. Thickness Testing for modified polymer liner system 41 a. Upon installation of the Final Corrosion Barrier insert probe into substrate for 42 depth of system measurement at 3 locations within the manhole, 2 spaced 43 equally apart along the wall and 1 on the bench. 44 3. Document all testing results and provide to the City. 45 B. Non -Conforming Work CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 33 39 60 - 8 LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 12 1 1. City reserves the right to require additional testing depending on the rate of failure. 2 2. City will select testing locations. 3 C. Testing Frequency 4 1. Projects with 10 or less manholes and/or structures test all. 5 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 6 percent of manholes and/or structures after the first 10. 7 3. City will select the manholes and/or structures to be tested. 8 PART 3 - EXECUTION 9 3.1 INSTALLERS 10 A. All installers shall be certified applicators approved by the manufacturers. Applicator 11 shall use adequate number of skilled workmen that have been trained and experienced for 12 the approved product. 13 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. Manhole Preparation 17 1. Stop active flows via damming, plugging or diverting as required to ensure all 18 liquids are maintained below or away from the surfaces to be coated. 19 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 20 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 21 source. 22 a. Where varying surface temperatures do exist, coating installation should be 23 scheduled when the temperature is falling versus rising. 24 B. Surface Preparation 25 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, 26 curing compounds, efflorescence, sealers, salts or other contaminants which may 27 affect the performance and adhesion of the coating to the substrate. Remove any 28 steps found in the structure. 29 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 30 means of degradation so that only sound substrate remains. 31 3. Surface preparation method, or combination of methods, that may be used include 32 high pressure water cleaning, high pressure water jetting, abrasive blasting, 33 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 34 others as described in SSPC SP 13/NACENo. 6. 35 4. All methods used shall be performed in a manner that provides a uniform, sound, 36 clean, neutralized, surface suitable for the specified coating product. 37 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed 38 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 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. All new rebar shall be embedded in 1 4 inch epoxy mastic. Replace/seal connection between existing frame and chimney if 5 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.B. 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 recoat window is exceeded. 40 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 41 flow. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 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 shallbe zero. 7 C. All pipe connections shallbe 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. After liner installation, conduct post -CCTV in accordance with Section 33 01 16 31. Video camera shall be lowered from the top of the manhole to the invert, 17 to video all lined surfaces, prior to beginning post -CCTV of the main. 18 Payment for this work is subsidiary to the cost for the post -CCTV of the main. 19 2. Holiday Detection Testing 20 a. Holiday Detection test the liner per NACE SP0188 — Discontinuity (Holiday) 21 Testing of New Protective Coatings on Conductive Substrates. Mark all 22 detected holidays. Repair all holidays in accordance to coating manufacturer's 23 recommendations. 24 1) Document and attest all test results repairs made and provide to the 25 City (see attached sample structure/manhole report). 26 2) For example, the typical testing requirements are 100 volts per mil to 27 12,500 volts to test 125 mils. Contractor shall mark any location that 28 shows a spark or potential for a pinhole and repair these locations per 29 manufacturer recommendations. 30 3. Adhesion Testing 31 a. Adhesion test the liner at a minimum of three locations (cone area, mid -section, 32 and bottom of the structure). For structures exceeding 6-feet add one additional 33 test for every additional 6-feet. For example: 6-foot manhole — 3 tests. 6-feet, 1- 34 inch manhole thru 11-feet, 11-inch manhole — 4 tests, 12-foot manhole — 5 tests. 35 Etc... Tests performed per ASTM D7234 — Standard Test Method for Pull -Off 36 Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion 37 Testers. 38 1) The adhesive used to attach the dollies shall have a tensile strength greater 39 that the liner. 40 2) Failure of the dolly adhesive is deemed anon -test and requires retesting. 41 3) 2/3rds of the pulls shall exceed 300 psi or concrete failure with more than 42 50% of the subsurface adhered to the coating. If over 1/3rd fail, additional tests 43 may be required by the City. If additional tests fail the City may require 44 removal and replacement of the liner at the contractor's expense. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 33 39 60 -11 LINERS FOR SANITARY SEWER STRUCTURES Page 11 of 12 1 4. A bonded third -party testing company shall perform the testing. 2 5. Or Contractor may perform tests if witnessed by representative of the coating 3 manufacturer. Coating manufacturer representative to provide certification that 4 Contractor performed tests in accordance with noted standards. 5 G. Non -Conforming Work 6 1. City reserves the right to require additional testing depending on the rate of failure. 7 2. City will select testing locations. 8 3. Repair all defects according to the manufacturer's recommendations. 9 H. Testing Frequency 10 1. Projects with 10 or less manholes and/or structures test all. 11 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 12 percent of manholes and/or structures after the first 10. 13 3. City will select the manholes and/or structures to be tested. 14 I. Test manhole for final acceptance according to Section 33 0130. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES 19 A. Provide all test results from testing per Section 2.4 and applicator certifications per 20 Section 3.1. and in accordance with Section 1.7. 21 B. Upon final completion of the work, the manufacturer and/or the testing firm will 22 provide a written certification of proper application to the City. 23 C. The certification will confirm that the deficient areas were repaired in accordance with 24 the procedure set forth in this Specification. The final report will detail the location of the 25 repairs in the structure and description of the repairs. See attached testing forms. 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS 29 A. Post Installation Inspection Form — Vacuum Test 30 B. Post Installation Inspection Form —Wet Film Thickness 31 C. Post Installation Inspection Form — Holiday/Spark Detection 32 D. Post Installation Inspection Form —Manhole Adhesion Test 33 END OF SECTION 34 35 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 33 39 60 -12 LINERS FOR SANITARY SEWER STRUCTURES Page 12 of 12 Revision Log DATE NAME SUMMARY OF 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 S1HB 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised September 23, 2020 POST INSTALLATION FOm,WoR,m 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: 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 6' DI MH JUNCTION BOX T DI MH SPHIPHON ENTRY BOX METERING STATION Vacuum Test Results Inspection Date: Repair Locations Inspection Company: Inspector Name: Repair Date: Repair Location: Type of Repair: Repair Materials: Comments: Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Coating: Location of Structure: Line & Station #: Structure Type: (check one) POST INSTALLATION MANHOLE LINER INSPECTION FORM WET FILM THICKNESS Work: Crew Leader: Project #: MANHOLE INFORMATION Other: 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION F m' W 1 'I' i 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 I Indicate Measurements on the Diagram Above POST INSTALLATION MANHOLE HOLIDAY/SPARK DETECTION TEST FORM Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Coating: Location of Structure: Line & Station #: Structure Type: (check one) Liner Material: Spark Tester Serial #: Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair Date: Comments: Work: Crew Leader: Project #: MANHOLE INFORMATION FORT WORTH Other: 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Holiday Detection Test Results (NACE SP0188) Indicate defect locations on drawing I _> *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. POST INSTALLATION FORT WORTH 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 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' 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 I additional sketches as needed. 334110-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 SECTION 33 4110 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, including: a. Pipe or box fittings b. Connection of drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the 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 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 03 30 00 — Cast -in -Place Concrete 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 23 — Hand Tunneling 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Reinforced Concrete Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered 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 "RCP" installed for: a) Various sizes b) Various classes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334110-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered 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 "Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 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) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 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. T111, Inorganic Matter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334110-3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds. in. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester. p. D 113, Standard Test Method for Ductility of Bituminous Materials. q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. TxDOT Test Procedures (Tex): a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for Precast 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 SUBMITTALS/INFORMATION SUBMITTALS A. Certificates 1. Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced including, but not limited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334110-4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 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. Secure and maintain a location to store the material in accordance with Section 01 6600. 2. Keep pipe clean and fully drained during storage. 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. 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. Fabrication Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively. b. Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast -in -Place 1) Conform to Section 03 30 00. b. Precast 1) Furnish machine made precast boxes in accordance with ASTM C1433. 2) Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the specified strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334110-5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 5) Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. 6) Do not use transit mixed concrete to manufacture precast concrete box culvert. 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 or ASTM A497. Jointing Materials a. Use any of the materials described in this Section for the making of joints. 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize 1 continuous gasket conforming to the joint shape for each joint. c) Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. f) Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that '/2may be removed longitudinally without disturbing the other %2 to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds i) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (H2S) solution shall show no visible deterioration. j) The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334110-6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D 113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds 77 degrees F (150-gms) 5-seconds 115 degrees F (150-gms) 5-seconds Flash Point C.O.C. Fire Point C.O.0 ASTM D217 ASTM D92 75 minimum 50 to 120 150 max 600 degrees F 625 degrees F 3) Rubber Gaskets a) Provide gaskets that conform to ASTM C361 or ASTM C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dimensions. B. Design Criteria Reinforced Concrete Pipe a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe with shell thickness, circumferential reinforcement and strength conforming to the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, except as modified below: 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular reinforcement. 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its option, furnish pipe manufactured with either Wall "B" or Wall "C" minimum thicknesses and the applicable minimum steel area as listed for circular cages in Table II of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. b. Jacking, Boring, or Tunneling 1) Design pipe for jacking, boring or tunneling conforming to the requirements of Section 33 05 23. 2) W en requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections Reinforced Concrete Pipe a. Acceptance of pipe will be determined by the results of the following tests: 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absorption tests in accordance with ASTM C497. 3) 3-edge bearing tests in accordance with ASTM C497. a) Testing Rate (1) If tested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size included in order (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334110-7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast -in -Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334110-8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 b. W ere rubber gasket pipe joints are to be used, the design of joints and permissible variations in dimensions shall be in accordance with ASTM C443, Sections 7 and 8. 2. Cast -in -Place or Precast Box Culvert a. Ensure that precast sections of either type meet the following requirements: 1) The inside vertical and horizontal dimensions do not vary from Drawing requirements by more than 1/2 inch or 1 percent, whichever is greater. 2) The horizontal or vertical plane at each end of the box section does not vary from perpendicular by more than 1/2 inch or 1 percent, whichever is greater, measured on the inside faces of the section. 3) The sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, when measured diagonally between opposite interior corners. b. Ensure that wall and slab thicknesses are not less than shown on the Drawings except for occasional deficiencies not greater than 1/4 inch or 5 percent, whichever is greater. 1) If proper jointing is not affected, thicknesses in excess of Drawing requirements are acceptable. c. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and the joint opening at any point does not exceed 1 inch. 1) Use match marks for proper installation on sections that have been accepted in this manner. C. Workmanship and Finish 1. Reinforced Concrete Pipe a. Ensure that pipe is substantially free from fractures, large or deep cracks and surface roughness. b. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of variations allowed as stated previously. 2. Cast -in -Place or Precast Box Culvert a. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. b. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. c. Excessive damage, honeycomb or cracking will be subject to structural review. d. The City may accept boxes with repairs that are sound, properly finished and cured in conformance with pertinent Specifications. e. W en fine cracks on the Aurface indicate poor curing practices, discontinue further production of precast sections until corrections are made and proper curing is provided. D. Curing 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type of pipe as referred to above. E. Marking 1. Reinforced Concrete Pipe a. Clearly mark the following information on each section of pipe: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334110-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1) Class of pipe 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Name or trademark of the manufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end of each section during the process of manufacture or immediately after with the following: 1) The location of the top or bottom of the pipe as it should be installed, unless the external shape of the pipe is such that the correct position of the top and bottom is obvious 2) Mark the pipe section by indenting or painting with waterproof paint. 2. Cast -in -Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or trademark of the producer 2) Date of manufacture 3) Box size 4) Minimum and maximum fill heights b. For boxes without lifting holes, mark 1 end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. c. Indent markings into the box section or paint them on each box with waterproof paint. F. Pipe/Box Rejection 1. Individual sections of pipe/box maybe rejected if any of the Specification requirements are not met or if any of the following exist: a. Fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint b. Defects that indicate imperfect proportioning, mixing and molding c. Surface defects indicating honeycombed or open texture d. Damaged ends which would prevent making a satisfactory joint e. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inch or more 2. Mark rejected pipe/box with painted "REJECTED". 3. Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for open -cut type installation. 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling methods are specified on Drawings. 3. Establish and maintain lines and grades. B. Pipe/Box Laying — Trench Installation 1. Ensure that pipe/box and fittings are laid and jointed infirm trench bottom conditions. 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream, and proceed toward the inlet or upstream end with the abutting sections properly matched, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box according to manufacturer's recommendation. 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe/box ends before pipe is placed in trench. 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each length of pipe/box is laid. 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in trench so that the markings for top or bottom are not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment or that shows excessive settlement after laying. C. Multiple Barrel Box Culvert Placement 1. Fill the annular space between multiple boxes with crushed rock or CLSM according to 03 34 13. a. Water jetting will not be allowed between parallel boxes. 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established lines and grades. D. Jointing Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and groove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is applied. 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement protrusions. 3) Allow primer to dry and harden. b. Attach plastic gasket sealer around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3341 10 - 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and press it firmly to the clean, dry pipe joint surface. 1) Do not remove the outside wrapper until immediately before pushing pipe into its final position. d. Align the tongue correctly with the flare of the groove. e. Remove outside wrapper on the gasket and pull or push pipe home with sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause evidence of gasket material squeeze -out on inside or outside around complete pipe joint circumference. 1) Remove any joint material that pushed out into the interior of pipe. 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on line and grade at all times. f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint has been inspected and approved by the Engineer or Inspector. 1) Take special precautions in placing and compacting backfill to avoid damage to joints. g. When the atmospheric temperature is below 60 degrees F, store pre -formed flexible joint sealants in an area warmed to above 70' degrees F or artificially warmed to this temperature in a manner satisfactory to the Engineer. 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, followed by connection to previously laid pipe. 2. Rubber Gaskets a. Make the joint assembly according to the recommendations of the gasket manufacturer. b. When using rubber gaskets, make joints watertight. c. Backfill after the joint has been inspected and approved. E. Backfill 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. F. Pipe fittings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown on Drawings. b. Collar cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe collars shown on the Drawings. 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter for the larger pipe. c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field -fabricate fittings for box culverts. e. Take care in fabrication that concrete walls of pipe are broken back only enough to provide the required finished opening. f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 g. Concrete or mortar (as specified in this segment) shall be wiped over the reinforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe barrels, lightly brushed for finish and cured under wet burlap. Poured Concrete Pipe Plugs a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terminate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe plugs shown on the Drawings. 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. Perform post -construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 01 31. 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. a. At the City's discretion, replace any pipe/box that is determined to have jointing problems, cracking or significant debris. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3341 11 -1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 1 of 7 SECTION 33 4111 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN PART1- GENERAL 1.1 SUMMARY A. Section Includes: Furnishing and installing high density polyethylene (HDPE) storm drain pipe, 15- inch through 36-inch, including: a. Pipe fittings b. Connecting drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the 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 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. HDPE Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered 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: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 2. HDPE Lateral Lines a. Measurement CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3341 11 -2 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 2 of 7 1) Measured along the longitudinal centerline of the pipe from centerline of the connected main conduit to the termination point of the lateral as shown on the Drawings 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 Lateral Line installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 3. HDPE Structural Leads a. Measurement 1) Measured along the longitudinal centerline of the pipe from centerline of the connected main or lateral conduit to the inside face of the connected curb inlet or box as shown on the Drawings 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 Structural Lead installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 1.3 REFERENCES A. Abbreviations and Acronyms 1. HDPE — High Density Polyethylene 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): a. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe. b. M294, Standard Specification for Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter. 3. ASTM International (ASTM): a. D2321, Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3341 11 -3 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 3 of 7 c. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. d. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings Materials. e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. f. F894, Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. g. F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings. 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/INFORMATION SUBMITTALS A. Product Data 1. Submit the following: a. Manufacturing plant b. Date of manufacture c. Pipe unit mass d. Material distribution e. Pipe dimensions f. Water inlet area g. Pipe stiffness h. Pipe flattening i. Pipe brittleness j. ASTM resin cell classification k. Workmanship B. Certificates 1. Furnish an affidavit certifying that all HPDE 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 [NOT USED] 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. 2. Keep pipe clean and fully drained during storage. 3. Transport, handle and store pipe and fittings as recommended by manufacturer. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3341 11 -4 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 4 of 7 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. 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. HDPE Storm Drain Pipe 1. General a. Provide HDPE pipe and fittings meeting the requirements in AASHTO M294. b. Provide HDPE pipes and fittings manufactured from virgin polyethylene (PE) compounds, conforming to the requirements of cell class 335400C as defined and described in ASTM D3350, except that the maximum allowable carbon black content is 5 percent. 1) Use PE compound meeting the Environmental Stress Crack Resistance according to the SP-NCTL test set forth in AASHTO M294. c. Use Type S (outer corrugated wall with smooth inner liner) HDPE pipes. d. The minimum wall thickness of the inner walls of Type S pipe is specified in AASHTO M294, Section 7.2.2. 1) The pipe stiffness at 5 percent deflection, when determined in accordance with ASTM D2412, is specified in AASHTO M294, Section 7.4. e. The use of HDPE storm drain pipe larger than 36 inches in diameter will not be allowed. 2. Joints a. Provide watertight joints meeting the requirements of ASTM D3212. b. Integral Bell and Spigot 1) Ensure the bell overlaps a minimum of 2 corrugations of the spigot end when fully engaged. 2) Ensure the spigot end has an 0-ring gasket that meets ASTM F477. c. Exterior Bell and Spigot 1) Fully weld the bell to the exterior of the pipe and overlap the spigot end so that the flow lines and ends match when fully engaged. 2) Provide the spigot end with an 0-ring gasket that meets ASTM F477. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Test all HDPE storm drain pipe for elongation, brittleness, joint separation, quality and ring stiffiiess as specified in AASHTO M294, AASHTO M252 or ASTM F894 as applicable. 2. The quality of materials, the process of manufacture and the finished pipe may be subject to inspection and approval by the Engineer at the manufacturing plant. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3341 11 - 5 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 5 of 7 3. In addition, the finished pipe will be subject to further random inspection by the Engineer at the project site before and during installation. B. Sizes 1. The minimum allowable HDPE storm drain pipe size is 15 inches in diameter. 2. 15- inch and 18-inch HDPE pipes are only allowed for use in driveway culverts 3. The maximum allowable HDPE storm drain pipe size is 36-inch diameter. a. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of the allowable variations as stated previously. C. Marking Furnish pipe clearly marked at maximum 12 foot intervals and clearly mark fittings and couplings as follows: a. Manufacturer's name or trade mark b. Nominal size c. Specification designation (e.g., AASHTO M294 or ASTM F949) d. Plant designation code e. Date of manufacture D. Pipe Rejection 1. Individual sections of pipe maybe rejected if any of the Specification requirements are not met. 2. Mark rejected pipe with painted "REJECTED". 3. Remove rejected pipe immediately from job site and replace with pipe meeting the requirements of this Specification. 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 all HDPE pipe systems in accordance with ASTM D2321 and Drawings. 2. Establish and maintain lines and grades. a. Unless otherwise shown on the Drawings or permitted in writing, do not use heavy earth -moving equipment over the structure until a minimum of 4 feet of permanent or temporary compacted fill is placed over the top of the structure. b. Before adding each new layer of loose backfill material, until a minimum of 12 inches of cover is obtained, check the inside periphery of the structure for local or unequal deformation caused by improper construction methods. 1) Evidence of such will be reason for corrective measures as directed. c. Remove and replace pipe damaged by the Contractor at no expense to the City. 3. Conform to the requirements of Section 33 05 10 and Drawings for excavation and embedment. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3341 11 -6 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 6 of 7 B. Pipe Laying 1. Ensure that pipe and fittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe on the bedding at the outlet or downstream end and proceed toward the inlet or upstream end, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe. 4. Lift and lower sections of pipe into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe ends before pipe is placed in trench. 6. Protect pipe open end to prevent entrance of earth or bedding material as each length of pipe is laid. 7. Fit, match and lay pipe to form a smooth, uniform conduit. 8. Remove and re -lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. 9. At the Engineer's discretion, all pipe exceeding 7.5 percent deflection (as per AASHTO Section 30) will require replacement or re -compaction at the Contractor's expense when measured or inspected not less than 30 days following completion of installation. a. Deflection is defined per ASTM D2321. C. Pipe Joining 1. Install the joints so that the connection of the pipe sections forms a continuous line free from irregularities in the flow line. 2. Operators must be certified by the manufacturer to use the fusion equipment. 3. Follow the time and temperature recommendations of the manufacturer. 4. Joints shall be stronger than the pipe itself, be properly aligned, and contain no gaps or voids. 5. Remove bead projection on the outside of the pipe to reduce drag during pipe installation process. D. Connections and Stub Ends 1. Make connections of pipe to existing systems or appurtenances as shown on the Drawings or as directed. 2. Mortar or concrete the bottom of the existing structures, if necessary, to eliminate any drainage pockets created by the new connection. 3. W ere the pipe is connected into existing structures which are to remain in service, restore any damage to the existing structure resulting from making the connection to the satisfaction of the Engineer. 4. Seal stub ends, for connections to future work not shown on the Drawings, by installing watertight plugs into the free end of the pipe. Include the cost for the above in cost of the pipe. E. Backfill 1. Conform to the requirements of Section 33 05 10 and Drawings for backfilling pipe trenches. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 3341 11 -7 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 7 of 7 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. Perform post -construction mandrel testing. a. At the engineer's discretion, all pipe exceeding 7.5 percent deflection (as per AASHTO Section 30) will require replacement or re -compaction at the Contractor's expense when measured or inspected not less than thirty (30) days following completion of installation. 1) Deflection is defined per ASTM D2321. 2. Video Inspection a. Perform post -construction TV inspection of all installed HDPE storm drain pipe conforming to the requirements of 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] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1. LA — Revise pipe size to allow 15"-36" CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 41 12 - 1 STEEL REINFORCED POLYETHLENE (SRPE) PIPE FOR STORM DRAIN AND CULVERTS Page 1 of 7 SECTION 33 4112 STEEL REINFORCED POLYETHLENE (SRPE) PIPE FOR STORM DRAIN AND CULVERTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Furnishing and installing Steel Reinforced Polyethylene (SRPE) storm drain pipe and culverts, 30-inch through 120-inch, including: a. Pipe fittings b. Connecting drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the 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 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment SRPE Storm Drain Pipe and Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered 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 SRPE) Pipe installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 2. SRPE Lateral Lines a. Measurement 1) Measured along the longitudinal centerline of the pipe from centerline of the connected main conduit to the termination point of the lateral as shown on the Drawings CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 13, 2015 3341 12 - 2 STEEL REINFORCED POLYETHLENE (SRPE) PIPE FOR STORM DRAIN AND CULVERTS Page 2 of 7 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 SRPE Lateral Line installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 3. SRPE Structural Leads a. Measurement 1) Measured along the longitudinal centerline of the pipe from centerline of the connected main or lateral conduit to the inside face of the connected curb inlet or box as shown on the Drawings 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 SRPE Structural Lead installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 1.3 REFERENCES A. Abbreviations and Acronyms 1. SRPE — Steel Reinforced Polyethylene 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. F 2562/17 2562M, Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage b. D3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials. c. D3212, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. d. A 1011/A 1011M, Specification for Steel, Sheet, Cold Rolled, Carbon, Structural, High -Strength Low- Alloy, High -Strength Low -Alloy with Improved Formability, Ultra -High Strength. e. A 1008/A 1008M, Specification for Steel, Sheet, Cold Rolled, Carbon, Structural, High -Strength Low- Alloy, High -Strength Low -Alloy with Improved Formability, Solution Hardened, and Bake Hardenable CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 13, 2015 3341 12 - 3 STEEL REINFORCED POLYETHLENE (SRPE) PIPE FOR STORM DRAIN AND CULVERTS Page 3 of 7 £ F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 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 SUBMITTALSANFORMATION SUBMITTALS A. Product Data 1. Manufacturer 2. Nominal pipe diameter 3. Steel Material 4. Polyethylene cell classification 5. Joint Type 6. Laying lengths B. Certificates C. Certificates 1. Furnish an affidavit certifying that all Steel Reinforced Polyethylene (SRPE) pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM F 2562. 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. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with this specification and ASTM F 2562. 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 13, 2015 3341 12 - 4 STEEL REINFORCED POLYETHLENE (SRPE) PIPE FOR STORM DRAIN AND CULVERTS 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. 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.Performance / Design Criteria 1. Bell / Spigot joints and internal fusion welded couplers or joints shall meet the requirements of ASTM D 3212 and follow manufacture's recommendations. C. Materials Pipe, Joints, Fittings, and Couplings a. Polyethylene material and cell classifications shall be as stated in ASTM F 2562 and as defined/described in ASTM D 3350. b. Steel material shall be per ASTM F 2562 and meeting the requirements of ASTM A 1008/ A 1008M or ASTM A 1011/ A 1010M. c. Elastomeric gaskets shall comply with the requirements specified in ASTM F 477, and be as recommended by the manufacturer. d. The lubricant used for assembly of gasketed joints shall be as recommended by the pipe manufacturer and have no detrimental effect on the gasket or on the pipe. e. Sealants, such as moisture cure urethane materials used for repairs or assembly of the internal coupling joint shall be recommended by the pipe manufacturer and have no detrimental effect on the pipe materials. 2. Connections a. Use only manufactured fittings. b. See Section 33 3150. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Test all SRPE storm drain pipe and culverts as specified in ASTM F 2562. 2. The quality of materials, the process of manufacture and the finished pipe may be subject to inspection and approval by the Engineer at the manufacturing plant. 3. In addition, the finished pipe will be subject to further random inspection by the Engineer at the project site before and during installation. B. Marking 1. Furnish pipe clearly marked at maximum 12 foot intervals and clearly mark fittings and couplings as follows: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 13, 2015 3341 12 - 5 STEEL REINFORCED POLYETHLENE (SRPE) PIPE FOR STORM DRAIN AND CULVERTS Page 5 of 7 a. Manufacturer's name or trade mark b. Nominal size c. Specification designation (e.g., ASTM F 2562) C. Pipe Rejection 1. Individual sections of pipe maybe rejected if any of the Specification requirements are not met. 2. Mark rejected pipe with painted "REJECTED". 3. Remove rejected pipe immediately from job site and replace with pipe meeting the requirements of this Specification. 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 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 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 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 Laying 1. Ensure that pipe and fittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe on the bedding at the outlet or downstream end and proceed toward the inlet or upstream end, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe. 4. Lift and lower sections of pipe into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe ends before pipe is placed in trench. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 13, 2015 3341 12 - 6 STEEL REINFORCED POLYETHLENE (SRPE) PIPE FOR STORM DRAIN AND CULVERTS Page 6 of 7 6. Protect pipe open end to prevent entrance of earth or bedding material as each length of pipe is laid. 7. Fit, match and lay pipe to form a smooth, uniform conduit. 8. Remove and re -lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. 9. At the Engineer's discretion, all pipe exceeding 7.5 percent deflection (as per AASHTO Section 30) will require replacement or re -compaction at the Contractor's expense when measured or inspected not less than 30 days following completion of installation. a. Deflection is defined per ASTM D2321. D. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. E. Connections and Stub Ends 1. Make connections of pipe to existing systems or appurtenances as shown on the Drawings or as directed. 2. Mortar or concrete the bottom of the existing structures, if necessary, to eliminate any drainage pockets created by the new connection. 3. Where the pipe is connected into existing structures which are to remain in service, restore any damage to the existing structure resulting from making the connection to the satisfaction of the Engineer. 4. Seal stub ends, for connections to future work not shown on the Drawings, by installing watertight plugs into the free end of the pipe. Include the cost for the above in cost of the pipe. F. Backfill 1. Conform to the requirements of Section 33 05 10 and Drawings for backfilling pipe trenches. 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] END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 13, 2015 3341 12 - 7 STEEL REINFORCED POLYETHLENE (SRPE) PIPE FOR STORM DRAIN AND CULVERTS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Version November 13, 2015 SECTION 33 46 00 SUBDRAINAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 334600-1 SUBDRAINAGE Page 1 of 6 1. Installation of pipe subdrains at the locations, lines and grades shown on the Drawings. a. If details are not shown on the Drawings, construct the subdrain in accordance with this Section and standard storm drain details. 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 3137 00 — Riprap 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 5. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured by the linear foot along the top of the pipe and includes the length of elbows, wyes, tees, and cleanouts 2. Payment a. The work performed and material 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 "Pipe Underdrain" installed for: 1) Various types 2) Various sizes b. The price bid shall include: 1) Furnishing and installing the specified Underdrain 2) Pipe 3) Couplers 4) Plugs 5) Screens 6) Filter material 7) Filter fabric 8) Excavation 9) Hauling 10) Disposal of excess materials 11) Connection to existing structures CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334600-2 SUBDRAINAGE Page 2 of 6 12) Riprap 13) Furnishing, placing and compaction of embedment 14) Furnishing, placing and compaction of backfill 15) 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. M36, Corrugated Steel Pipe, Metallic -Coated, for Sewers and Drains. b. M190, Standard Specification for Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches c. M196, Corrugated Aluminum Pipe for Sewers and Drains. d. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe. e. M278, Standard Specification for Class PS46 Polyvinyl Chloride (PVC) Pipe. 3. ASTM International (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. D448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. c. D2751, Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings. d. F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings. 4. Texas Department of Transportation (TxDOT): a. Departmental Materials Specification (DMS): 1) DMS 6200, Filter Fabric. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data— Submit the following information in accordance with Section 01 33 00. 1. Subdrain pipe material to be used. 2. Filter fabric material to be used. 3. Sieve Analysis for filter material to be 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334600-3 SUBDRAINAGE Page 3 of 6 PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Pipe 1. Use only 1 type of pipe for any subdrain system on the project. a. Use perforated pipe in areas to be drained and non -perforated pipe between the perforated pipe and the outfall. 2. Type 1 a. Corrugated steel pipe conforming to any type specified in AASHTO M36, fabricated from corrugated galvanized sheet. 3. Type 2 a. Corrugated aluminum pipe conforming to AASHTO M 196, Type I or IA, fabricated from corrugated sheet. 4. Type 3 a. Bituminous -coated corrugated steel pipe conforming to the requirements of Type 1 and uniformly coated inside and out with a minimum thickness of 0.05 inches with a bituminous material meeting the requirements of AASHTO M190. 5. Type 4 a. Bituminous -coated corrugated aluminum pipe conforming to the requirement of Type 2 and uniformly coated inside and out with a minimum thickness of 0.05 inches with a bituminous material meeting the requirements of AASHTO M190. 6. Type 5 a. Acrylonitrile-butadiene-styrene pipe conforming to ASTM D2751, SDR-35 b. Perforations must meet the requirements of AASHTO M278. 7. Type 6 a. Corrugated polyethylene plastic tubing conforming to ASTM M252. 8. Type 7 a. Corrugated polyvinyl chloride (PVC) pipe conforming to ASTM F949. 9. Type 8 a. Smooth -wall PVC pipe conforming to AASHTO M278, Class PS 46. B. Filter Material 1. Furnish Crushed Rock in accordance with Section 33 05 10. 2. Use only 1 type of filter material for any subdrain system on a project. C. Filter Fabric 1. Use filter fabric that meets the requirements of DMS-6200, "Filter Fabric," Type 1. D. Riprap 1. When required, provide concrete riprap in accordance with Section 3137 00. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334600-4 SUBDRAINAGE Page 4 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Excavation 1. Begin excavation of the trench at the outfall and proceed toward its upper end, following the lines and grades shown on the Drawings or as directed by the Engineer. 2. Hold the minimum horizontal limits of excavation for filter material to the dimensions shown in Table 3 or as shown on the Drawings. Table 3 Minimum Horizontal Limits of Excavation for Filter Material Depth of Trench Trench Width (feet) (inches) 0to6 19 Over 6 to 10 25 Over 10 to 15 31 Over 15 37 B. Filter Fabric 1. hi areas to be drained, place filter fabric in the bottom and sides of the trench before placing pipe or filter material. 2. Provide enough width of fabric to overlap on top of the filter material. C. Subdrain Pipe 1. Center perforated pipe in the excavated ditch with the perforations below the horizontal axis. 2. Lay pipe according to Drawing Details with the perforations on the underside of the pipe, unless otherwise directed by the Engineer. 3. Join the pipe with appropriate couplers in accordance with the manufacturer's recommendations. 4. Install non -perforated pipe sections between the perforated pipe and the outfall. a. The sections of non -perforated pipe do not require filter fabric or filter material. 5. Place a2-inch layer of filter material as a bottom course. 6. Firmly embed the subdrain pipe in the filter material. 7. Install cleanouts at the upstream end of the line, at approximately 200-foot spacing, at bends and other locations shown on the Drawings, and in accordance with City Standard Details. 8. Place plugs recommended by the pipe manufacturer in the upper ends of all pipe. D. Filter Material CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334600-5 SUBDRAINAGE Page 5 of 6 1. Place filter material at least 10 inches above the top of the pipe or as shown on the Drawings. 2. Do not allow filter material to displace the pipe. 3. After placing pipe and filter material, lap filter fabric over the top of the filter material according to the manufacturer's recommendation or as shown on the Drawings. E. Connection to Existing Structures 1. Storm Drain Structures a. Core hole in drainage structures such as inlets, manholes and junction boxes and connect downstream end of subdrain pipe. b. Seal connection with non -shrink grout. 2. Drainage Channels a. Where the subdrain discharges into a drainage channel, center the pipe outlet in a 2-foot by 2-foot concrete riprap pad. b. Place the riprap to match the contour and grade of the embankment slope. c. Cut the pipe to the slope of the riprap. 3. Retaining Walls a. Where the subdrain discharges through the face of a retaining wall, cut pipe to be flush with the face of wall. F. Backfill 1. Place backfill over the pipe in accordance with City Standard Details and Section 33 05 10 or as shown on the Drawings 3.5 RESTORATION A. Surface Restoration 1. In unpaved areas, restore surface in accordance with Section 32 91 19 and Section 32 92 13, as appropriate. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334600-6 SUBDRAINAGE Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.13 — Bid Item name updated to match Bid List 2.2.13 — Updated reference for Filter Material CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334910-1 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 SECTION 33 49 10 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drain cast -in -place concrete manholes and junction boxes 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. Division 3 — Concrete 4. Section 03 30 00 — Cast -In -Place Concrete 5. Section 3123 16 — Unclassified Excavation 6. Section 3150 00 — Excavation Support and Protection 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 05 13 — Frame, Cover and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Drain Manhole Risers a. Measurement 1) Measurement for this Item shall be per each Manhole Riser complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and will be paid for at the unit price bid per each "Manhole Riser" installed for: a) Various Sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Manhole construction 8) Manhole frames 9) Steps 10) Ring and Cover 11) Clean-up CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334910-2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 2. Storm Junction Boxes a. Measurement 1) Measurement for this Item shall be per each Junction Box complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Storm Junction Box" installed for: a) Various sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Junction Box construction 8) Junction Box frames 9) Steps 10) Ring and Cover 11) Clean-up Storm Junction Structure a. Measurement 1) Measurement for this Item shall be per each Junction Structure complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid per each "Storm Junction Structure" location. c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Junction Box construction 8) Junction Box frames 9) Steps 10) Ring and Cover 11) 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): CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334910-3 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 a. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. 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 SUBMITTALSANFORMATION SUBMITTALS A. Certificates 1. Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced. 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 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Concrete 1. Furnish concrete that conforms to the provisions of Section 03 30 00. B. Reinforcing Steel 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. C. Frames, Grates, Rings, and Covers 1. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 05 13. 2. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. D. Steps 1. Provide polypropylene supports and steps to the shape and dimensions shown on Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334910-4 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 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. Perform all concrete work in accordance with Division 3. 2. Use of forms is required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face a. Outside form for concrete bases supporting brick walls may be omitted with approval from the Engineer. 3. Cast polypropylene supports and steps into concrete walls when concrete is placed or drill and grout steps in place after concrete placement. B. Excavation and Embedment 1. Conform to the requirements of Section 3123 16, Section 3150 00 and Section 33 05 10, where applicable. C. Manholes for Precast Concrete Drain Pipes 1. Construct manholes for precast concrete pipe drains as soon as is practicable after drain lines into or through the manhole locations are completed. 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up with mortar. D. Manholes for Monolithic Drain Pipes 1. Construct bases for manholes on monolithic drain pipes either monolithically with the drain pipe or after the pipe is constructed. E. Manholes for Box Drains 1. Cast bases for manholes for box drains as an integral part of the drainage system. 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, manhole opening may be temporarily covered with timber to facilitate compaction of backfill for the pipe system as a whole with tractor equipment. a. Perform required excavation for manhole, construct manhole and backfill in accordance with Drawings. 3. For manholes that are over 5-feet deep, include all manhole steps required in the wall of the box drain. F. Junction Structures 1. All structures shall be installed as specified in Drawings. G. Inverts CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 1. Shape and route floor inverts passing out or through the manhole as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. H. Curing 1. Cure all exposed concrete as required in Division 3. I. Finishing 1. Finish all concrete as required in Division 3. J. Form Removal 1. Remove concrete form as required in Division 3. K. Placement and Treatment of Castings, Frames, and Fittings 1. Place castings, frames and fittings in positions indicated on Drawings or as directed by Engineer, true to line and correct elevation. 2. Frames or fittings set in new concrete or mortar a. Place and position anchors or bolts before concrete mortar is placed. b. Do not disturb unit until mortar or concrete has set. 3. Frames or fittings placed upon previously constructed masonry a. Bring bearing surface or masonry true to line and grade, and present an even bearing surface, so that entire face or back of unit will come in contact with masonry. b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as directed and approved by the Engineer. 4. Ensure that units are set firm and secure. 5. Allow concrete or mortar to harden for a minimum 7 days. 6. Replace and fasten down grates or covers. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334910-6 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 334940-1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 SECTION 33 49 40 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drain headwalls, wingwalls, and safety end treatments 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 02 41 13 — Selective Site Demolition 4. Section 03 30 00 — Cast -In -Place Concrete 5. Section 3137 00 — Riprap 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts D. Standard Details 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Headwall a. Measurement 1) Measurement for this Item shall be per each "Headwall" satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Headwall" installed for: a) Various pipe sizes b) Various types c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 7) Disposal of excess material 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 2. Safety End Treatment a. Measurement 1) Measurement for this Item shall be per each "SET" satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "SET" installed for: a) Various types b) Various pipe sizes c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 1.3 REFERENCES A. Definitions 1. Headwalls - all walls, including wings, at the ends of single -barrel and multiple - barrel pipe culvert structures 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert structures 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. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 1. Refer to Section 03 30 00. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334940-3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1.6 ACTION SUBMITTALSANFORMATION 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. Delivery and Acceptance Requirements 1. Marking a. Before shipment from the casting or fabrication yard, clearly mark the following on each precast unit: 1) Date of manufacture 2) Name or trademark of the manufacturer 3) Type and size designation 2. Causes for Rejection a. Precast units may be rejected for not meeting any one of the Specification requirements. b. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. c. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Section. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 2. Store precast units on a level surface. 3. Do not place any loads on precast concrete units until design strength is reached. 4. Do not ship units until design strength requirements have been met. 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. Materials 1. Concrete a. Furnish concrete that conforms to the provisions of Section 03 30 00. 2. Reinforcing Steel a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. B. Fabrication 1. Fabricate cast -in -place concrete units and precast units in accordance with Section 03 30 00. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334940-4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1) Safety End Treatment will be precast for 30-inch and smaller diameters and cast in place for greater than 30-inch diameters. 2. Fabrication Tolerances a. Lifting Holes 1) For precast units, provide no more than 4 lifting holes in each section. 2) Lifting holes may be cast, cut into fresh concrete after form removal or drilled. 3) Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. a) The maximum hole diameter is 3 inches at the inside surface of the wall and 4 inches at the outside surface. b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. 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. Removal 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 2. Drill, dowel and grout in accordance with Section 03 30 00. 3.4 INSTALLATION A. Interface with Other Work 1. Make connections to new or existing structures in accordance with the details shown on the Drawings. 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the Drawings. B. Excavation, Shaping, Bedding and Backfill a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. b. Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. c. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. C. Placement of Precast Units a. Provide adequate means to lift and place the precast units. 1) Utilize sufficient number of lifting holes to ensure that the units are not damaged during lifting. b. Fill lifting holes with mortar or concrete and cure. 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 3.5 REPAIR A. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. 1. The repaired units will be acceptable if they conform to the requirements of this Section and the repairs are sound, properly finished and cured in conformance with pertinent Specifications. B. Repair spalled areas around lifting holes. 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 34 4120 - LED PILOT PROGRAM CFW LED Residential 100 - 150W Replacement Specification December 2013 City of Fort Worth Specification for Residential LED Roadway Luminaires PART 1— GENERAL 1.1. REFERENCES The publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by their basic designation only. Versions listed shall be superseded by updated versions as they become available. A. American National Standards Institute (ANSI) 1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting Equipment—Luminaire Voltage Classification 2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting Equipment - Locking -Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment— Luminaire Field Identification 4. C136.22-2004 (R2009 or latest), American National Standard for Roadway and Area Lighting Equipment — Internal Labeling of Luminaires 5. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting Equipment— Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for Luminaire Enclosures 6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment— Luminaire Vibration 7. C136.37-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment - Solid State Light Sources Used in Roadway and Area Lighting B. American Society for Testing and Materials International (ASTM) 1. B117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments 3. D523-08 (or latest), Standard Test Method for Specular Gloss 4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials C. Council of the European Union (EC) 1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous substances in electrical and electronic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims E. Illuminating Engineering Society of North America (IESNA or IES) 1. DG-4-03 (or latest), Design Guide for Roadway Lighting Maintenance 2. HB-10-11 (or latest), IES Lighting Handbook, 10th Edition 3. LM-50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting Installations 4. LM-61-06 (or latest), IESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity Discharge (HID) Luminaires 5. LM-79-08 (or latest), IESNA Approved Method for the Electrical and Photometric Measurements of Solid -Sate Lighting Products Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e I 1 City of Fort Worth Specification for Residential LED Roadway Luminaires 6. LM-80-08 (or latest), IESNA Approved Method for Measuring Lumen Maintenance of LED Light Sources 7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadway Lighting 8. RP-16-10 (or latest), ANSI/IES Nomenclature and Definitions for Illuminating Engineering 9. TM-3-95 (or latest), A Discussion of Appendix E - "Classification of Luminaire Lighting Distribution," from ANSI/IESNA RP-8-83 10. TM-15-11 (or latest), Luminaire Classification System for Outdoor Luminaires 11. TM-21-11 (or latest), Projecting Long Term Lumen Maintenance of LED Light Sources F. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C62.41.2-2002 (or latest), IEEE Recommended Practice on Characterization of Surges in Low -Voltage (1000 V and less) AC Power Circuits 2. ANSI/IEEE C62.45-2002 (or latest), IEEE Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage (1000 V and Less) AC Power Circuits G. National Electrical Manufacturers Association (NEMA) 1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the Chromaticity of Solid State Lighting Products National Fire Protection Association (NFPA) 1. 70— National Electrical Code (NEC) Underwriters Laboratories (UL) 1. 1449, Surge Protective Devices 2. 1598, Luminaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products 1.2. RELATED DOCUMENTS A. Contract Drawings and conditions of Contract (including General Conditions, Addendum to the General Conditions, Special Conditions, Division 01 Specifications Sections and all other Contract Documents) apply to the work of this section. a. See the separate Specification for Adaptive Control and Remote Monitoring of LED Roadway Luminaires for additional driver performance and interface requirements. 1.3. DEFINITIONS A. Lighting terminology used herein is defined in IES RP-16. See referenced documents for additional definitions. Exception: The term "driver" is used herein to broadly cover both drivers and power supplies, where applicable. Clarification: The term "LED light source(s)" is used herein per IES LM-80 to broadly cover LED package(s), module(s), and array(s). 1.4. QUALITY ASSURANCE A. Before approval and purchase, Owner may request luminaire sample(s) identical to product configuration(s) submitted for inspection. Owner may request IES LM-79 testing of luminaire sample(s) to verify performance is within manufacturer -reported tolerances. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 12 City of Fort Worth Specification for Residential LED Roadway Luminaires B. After installation, Owner may perform IES LM-50 field measurements to verify performance requirements outlined in Appendix A, giving consideration to measurement uncertainties outlined in IES LM-61. 1.5. LIGHTING SYSTEM PERFORMANCE A. Energy Conservation 1. Connected Load a. Luminaires shall have maximum nominal luminaire input wattage as specified for each luminaire type in Appendix A. 2. Lighting Controls a. See separate controls specification identified in section 1.2 above, if applicable. b. See section 2.1-13 below for driver control interface and performance requirements. c. See section 2.1-K below for photocontrol receptacle requirements. B. Photometric Requirements 1. Luminaires shall meet the general criteria provided in the body of this specification and the particular criteria for each luminaire type defined in Appendix A. 1.6. REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A A. General submittal content shall include 1. Completed Appendix E submittal form 2. Luminaire cutsheets 3. Cutsheets for LED light sources 4. Cutsheets for LED driver(s) a. If dimmable LED driver is specified, provide diagrams illustrating light output and input power as a function of control signal. 5. Cutsheets for surge protection device, if applicable 6. Instructions for installation and maintenance 7. Summary of luminaire recycled content and recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B. LM-79 luminaire photometric report(s) shall be produced by the test laboratory and include 1. Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy's CALIPER program. For more information, see httr)://ts.nist..ov/standards/scopes/eelit.htm or www.ssl.enerRv.Rov/test labs.html. 2. Report number 3. Date 4. Complete luminaire catalog number a. Provide explanation if catalog number in test report(s) does not match catalog number of luminaire submitted i. Clarify whether discrepancy does not affect performance, e.g., in the case of differing luminaire housing color. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 13 City of Fort Worth Specification for Residential LED Roadway Luminaires ii. If nominal performance of submitted and tested products differ, submit additional LM-79 report(s) and derivation as indicated in Appendix C. 5. Description of luminaire, LED light source(s), and LED driver(s) 6. Goniophotometry C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not less than 36,000 operating hours D. Computer -generated point -by -point photometric analysis of maintained photopic light levels as per Appendix A 1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF = LLD x LDD x LATF, and a. Lamp Lumen Depreciation (LLD) i. Shall be 0.95. ii. Shall be the percentage of initial output calculated in section 1.6-C. b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and gasketed roadway luminaire installed in an environment with less than 150 µg/m3 airborne particulate matter and cleaned every four years. c. Luminaire Ambient Temperature Factor (LATF) = 1.00 2. Calculation/measurement points shall be per IES RP-8. E. Summary of reliability testing performed for LED driver(s) F. Written product warranty as per section 1.7 below G. Safety certification and file number 1. Applicable testing bodies are determined by the US Occupational Safety Health Administration (OSHA) as Nationally Recognized Testing Laboratories (NRTL) and include: CSA (Canadian Standards Association), ETL (Edison Testing Laboratory), and UL (Underwriters Laboratory). H. Buy American documentation 1. Manufacturers listed on the current NEMA Listing of Companies Offering Outdoor Luminaires Manufactured in U.S.A. for Recovery Act Projects need only provide a copy of the document. 2. Other manufacturers shall submit documentation as per the DOE Guidance on Documenting Compliance with the Recovery Act Buy American Provisions (htti3://wwwl.eere.energv.gov/recoverv/buv american provision.html). 1.7. WARRANTY A. Provide a minimum ten-year warranty covering maintained integrity and functionality of 1. Luminaire housing, wiring, and connections 2. LED light source(s) a. Negligible light output from more than 10 percent of the LED packages constitutes luminaire failure. 3. LED driver(s) B. Warranty period shall begin 90 days after date of invoice, or as negotiated by owner such as in the case of an auditable asset management system. PART 2 — PRODUCTS 2.1. LUMINAIRE REQUIREMENTS Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 14 City of Fort Worth Specification for Residential LED Roadway Luminaires A. General Requirements 1. Luminaires shall be as specified for each type in Appendix A. 2. Luminaire shall have an external label per ANSI C136.15 3. Luminaire shall have an internal label per ANSI C136.22. 4. Luminaire to have internal label of manufactured date visible when drive compartment opened. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub -optimal driver loading. 6. Luminaires shall start and operate in -20°C to +40°C ambient. 7. Electrically test fully assembled luminaires before shipment from factory. 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end -of -life disassembly. 10. Luminaires shall have tool -less entry for access to driver compartment 11. Luminaires shall be a minimum of IP65 rated 12. Luminaires must be available in 4000 K and 3000 K options 13. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 14. LED light source(s) and driver(s) shall be RoHS compliant. 15. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. B. Driver 1. Rated case temperature shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2.1-A above. 2. Shall have a drive current no higher than 700mA 3. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 4. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified voltage range. Control signal interface a. Luminaire types indicated "Required" in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity Luminaire shall meet the "Basic" requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. Luminaire shall meet the "Elevated" requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. D. Electromagnetic interference 1. Shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and across specified voltage range. 2. Shall comply with FCC 47 CFR part 15 non -consumer RFI/EMI standards. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 Page 15 City of Fort Worth Specification for Residential LED Roadway Luminaires E. Electrical safety testing 1. Luminaire shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have locality -appropriate governing mark and certification. F. Painted or finished luminaire components exposed to the environment 1. Shall exceed a rating of six per ASTM D1654 after 1000hrs of testing per ASTM B117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose -down cleaning and discourage debris accumulation. 2. Liquids or other moving parts shall be clearly indicated in submittals, shall be consistent with product testing, and shall be subject to review by Owner. H. IES TM-15 limits for Backlight, Uplight, and Glare (BUG Ratings) shall be as specified for each luminaire type in Appendix A. 1. Calculation of BUG Ratings shall be for initial (worst -case) values, i.e., Light Loss Factor (LLF) = 1.0. 2. If luminaires are tilted upward for calculations in section 1.6-D, BUG Ratings shall be calculated for the same angle(s) of tilt. I. Minimum Color Rendering Index (CRI): 70. J. Correlated Color Temperature (CCT) 1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv shall be as listed in Table 1. Table 1. Allowable CCT and Duv (adapted from NEMA C78.377) Manufacturer -Rated Allowable LM-79 Chromaticity Values Nominal CCT (K) Measured CCT (K) =Measured Duv 2700 2580 to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 3710 -0.006 to 0.006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0.008 5700 5310 to 6020 -0.004 to 0.008 6500 6020 to 7040 -0.003 to 0.009 2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined in NEMA C78.377. K. The following shall be in accordance with corresponding sections of ANSI C136.37 1. Wiring and grounding a. All internal components shall be assembled and pre -wired using modular electrical connections. 2. Mounting provisions a. Specific configurations are indicated in Appendix A 3. Terminal blocks for incoming AC lines 4. Photocontrol receptacle 5. Latching and hinging 6. Ingress protection Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 16 City of Fort Worth Specification for Residential LED Roadway Luminaires 2.2. PRODUCT MANUFACTURERS A. Any manufacturer offering products that comply with the required product performance and operation criteria may be considered. 2.3. MANUFACTURER SERVICES A. Manufacturer or local sales representative shall provide installation and troubleshooting support via telephone and/or email. END OF SECTION Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 17 City of Fort Worth Specification for Residential LED Roadway Luminaires APPENDIX A MATERIAL SPECIFICATION LUMINAIRE TYPE "A" EXISTING LUMINAIRE TO BE REPLACED (FOR REFERENCE ONLY) BENCHMARK LUMINAIRE: Lamp wattage and type 100 W HPS/ 150W MH Initial downward luminaire output (lumens below horizontal) -- 0.80 Light loss factor LENS: ❑ Flat ("cutoff' style) 0 Sag/drop IES' FORWARD TYPE: ❑ I ❑ II 2111 ❑ IV ❑ V ❑ VS IES1 LATERAL TYPE: ❑ Very short ❑ Short 0 Medium ❑ Long ❑ Very long PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 105 W NOMINAL CCT: Rated correlated color temperature 3000 K PHOTOPICZ DOWNWARD Minimum maintained luminaire output below horizontal LUMINAIRE OUTPUT: CUTOFF CLASSIFICATION Full Cutoff Only VOLTAGE: Nominal luminaire input voltage 120/208/240 V FINISH: Luminaire housing finish color Gray WEIGHT: Maximum luminaire weight 30 lb EPA: Maximum effective projected area 0.7 ftz MOUNTING: Mtg. method ❑ Post -top 0 Side -arm ❑ Trunnion/yoke ❑ Swivel -tenon Tenon nominal pipe size (NPS) 1-1/4" to 2-3/8" VIBRATION: ANSI test level 0 Level 1 (normal) ❑ Level 2 (bridge/overpass) DRIVER: Control signal interface 0 Not required ❑ Required Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 18 Appendix B Estimating LED Lumen Maintenance IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6-C. The applicant may estimate lumen maintenance in one of two ways: Option 1: Component Performance Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen maintenance at the luminaire level using In Situ Temperature Measurement Testing (ISTMT) and LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance. 1. The LED light source(s) have been tested according to LM-80. 2. The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM-80 test report. 3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement point (Ts) on the light source(s). 4. The Ts is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature. Access via a temporary hole in the housing, tightly resealed during testing with putty or other flexible sealant is allowable. 5. For the hottest LED light source in the luminaire, the temperature measured at the Ts during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer's specified operating current range. a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized Testing Lab (NRTL), must be qualified, verified, and recognized through DOE's CALIPER program, or must be recognized through UL's Data Acceptance Program. b. The ISTMT must be conducted with the luminaire installed in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires), with bird -fouling appropriately simulated (and documented by photograph) as determined by the manufacturer. Option 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM-79 photometric test data for no less than three samples of the entire luminaire. Duration of operation and interval between photometric tests shall conform to the TM-21 criteria for LED light sources. For example, testing solely at 0 and 6000 hours of operation would not be adequate for the purposes of extrapolation. Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires). The test laboratory must hold Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires Page I B-1 NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)'s CALIPER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per TM-21. This compliance path poses a greater testing burden to luminaire manufacturers but incorporates long-term testing of other components in the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1 and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be "reported" rather than "projected" as defined by TM-21. Supporting diagrams are requested to facilitate interpretation by Owner. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires Page I B-2 APPENDIX C PRODUCT FAMILY TESTING LM-79 AND ISTMT It is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration. Therefore, the "product families" method may be utilized for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent for this approach can be found in LM-80. If the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: • The same intensity distribution (typically only applies to LM-79) • The same or lower nominal CCT • The same or higher nominal drive current • The same or greater number of LED light source(s) • The same or lower percentage driver loading and efficiency • The same or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters: • Three intensity distributions: IES Type II, III, or IV • Three CCTs: 4000, 5000, and 6000K • Three drive currents: 350, 525, and 700 mA • Four LED quantities: 20, 40, 60, or 80 LEDs. Table CA illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminaire housing size and essentially constant driver efficiency; these 10 tests may provide representative data for the 108 possible product configurations. Note that normalized intensity distribution must not be affected by the other three parameters. Table C.I. Representative testing of a single luminaire housing size Tests Intensity distribution (I ES Type) CCT (K) Drive current (mA) # of LEDs 4,5 6,7 8, 9, 10 II, III, IV IV IV IV 4000 5000, 6000 4000 4000 700 700 325,525 700 80 80 80 20, 40, 60 For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test #2 to model a configuration with Type III intensity distribution, 5000K CCT, 525 mA drive current, and 40 LEDs: • Ratio of test #4 lumens to test #3 lumens • Ratio of test #7 lumens to test #3 lumens • Ratio of test #9 lumens to test #3 lumens. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I C-1 Table C.2. Multipliers for Test #2 to yield: Type III , 5000K, 525mA, 40 LEDs Test # Intensity distribution (I ES Type) CCT (K) Drive current (mA) # of LEDs Multiplier (lumens ratio) 2 III 4000 700 80 n/a 3 IV 4000 700 80 n/a 4 IV 5000 700 80 #4 / #3 7 IV I 525 80 #7 / #3 4000 9 IV 4000 700 40 #9 / #3 Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with increasing wattage; it may not be clear whether the lowest -wattage configuration would be expected to "run cooler" than the highest -wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the "successor" method cannot be used; luminaires tested must utilize the LED light source(s) characterized by the submitted LM-80 report. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I C-2 APPENDIX D ELECTRICAL IMMUNITY Test Procedure • Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminaire, including any control modules housed within the luminaire, but excluding any control modules mounted externally, such as a NEMA socket connected photo -control. A shorting cap should be placed across any such exterior connector. • The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the highest input voltage in the input voltage range specified in Appendix A. • Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high -voltage probes and a series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45- 2002, as appropriate. • Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the pre -test function of the luminaire after it has reached thermal equilibrium. These measurements should include at a minimum: a) For all luminaires, Real Power, Input RMS Current, Power Factor and THD at full power/light output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level • Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure occurs during Test 3, then Test 3 shall be re -applied to a secondary luminaire of identical construction. • Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre -test should be repeated for all tested luminaires, and the results recorded to note the post-test function of the luminaire(s). • A luminaire must function normally and show no evidence of failure following the completion of Test 1 + Test 2 + Test 3 (for a single tested luminaire), or the completion of Test 1 + Test 2 on a primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is acceptable. • A luminaire failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, or become unstable) is observed c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre -test diagnostic measurement. d) The luminaire, or any component in the luminaire (including but not limited to an electrical connector, a driver, a protection component or module) has ignited or shows evidence of Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I D-1 melting or other heat -induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE: L1 is typically "HOT", L2 is typically "NEUTRAL" and PE = Protective Earth. Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a "C Low Ring Wave" as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.I. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.1: 0.5 µS —100Hz Ring Wave Specification Parameter Test Level/Configuration Short Circuit Current Peak 0.5 kA Open Circuit Voltage Peak 6 kV Source Impedance 12 Q Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90' and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a "C High Combination Wave" or "C Low Combination Wave", as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.2. The "Low" test level shall be used for luminaires with Basic Electrical Immunity requirements, while the "High" test level shall be used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I D-2 Test Duration Total Test Duration Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.2: 1.2/50µS — 8/20 µS Combination Wave Specification Parameter Test Level/ Configuration 1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: 10kV 8/20 µS Short Circuit Current Peak Low: 3 kA High: 10kA Source Impedance 2f2 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90' and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time Between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to "Electrical Fast Transient Bursts", as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002. The bursts shall be applied as specified by Table D.3. Direct coupling is required; the use of a coupling clamp is not allowed. Table D.3: Electrical Fast Transient (EFT) Specification Parameter Test Level/ Configuration Open Circuit Voltage Peak 3 kV Burst Repetition Rate 2.5 kHz Burst Duration 15 mS Burst Period 300 mS Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity Positive and Negative 1 minute for each Coupling Mode and Polarity combination = 1 minute x 7 coupling modes x 2 polarities = 14 minutes Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires Page I D-3 APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type' Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ft2) Nominal input voltage (V) ANSI vibration test level Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Control signal interface Upon electrical immunity system failure Thermal management Lumen maintenance testing duration (hr Reported lumen maintenance life (hr) Z Warranty period (yr) Parameter Initial photopic output (Im) Maintained photopic output (Im) Lamp lumen depreciation Initial input power (W) Maintained input power (W) Initial LED drive current (mA) Maintained LED drive current (mA) Drive current used In -situ LED Tc ('C) CCT (K) Additional product description 0 Level 1 (Normal) I ❑ Level 2 (bridge/overpass) ❑ Dimmable I 0 Not dimmable ❑ Possible disconnect ❑ No possible disconnect ❑ Moving parts 0 No moving parts Nominal value I Tolerance (%) See Appendix A, and attach supporting documentation as required. 2 Value shall be no less than as specified in section 1.6-C, and shall not exceed six times the testing duration indicated in the row above. Value shall be consistent with values submitted in the rows below for maintained light output, maintained input power, and maintained drive current. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I E-1