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